HomeMy WebLinkAboutCO 2025-177 - TranstechPSA 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
Transtech, a California Corporation (“Consultant”).
RECITALS
A.City has heretofore issued its request for proposals to perform the following
design professional services: on-call development plan check services (“the Project”).
B.Consultant has submitted a proposal to perform the professional services
described in Recital “A”, above, necessary to complete the Project.
C.City desires to engage Consultant to complete the Project in the manner set
forth and more fully described herein.
D.Consultant represents that it is fully qualified and licensed under the laws
of the State of California to perform the services contemplated by this Agreement in a good
and professional manner.
AGREEMENT
NOW, THEREFORE, in consideration of performance by the parties of the mutual
promises, covenants, and conditions herein contained, the parties hereto agree as follows:
1.Consultant’s Services.
1.1 Scope and Level of Services. Subject to the terms and conditions
set forth in this Agreement, City hereby engages Consultant to perform all design
professional services described in Recitals “A” and “B” above, including, but not limited
to on-call development plan check services all as more fully set forth in the Request 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
2025-177
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 2
percent (10%) of the total compensation specified in Section 3, may be approved in
writing by the City’s City Manager without amendment.
1.3 Time for Performance. Consultant shall perform all services under
this Agreement in a timely, regular basis consistent with industry standards for professional
skill and care, and in accordance with any schedule of performance set forth in the Scope
of Work, or as set forth in a “Schedule of Performance”.
1.4 Standard of Care. As a material inducement to City to enter into this
Agreement, Consultant hereby represents that it has the experience necessary to undertake
the services to be provided in a manner in a manner consistent with the skill and care
exercised by members of Consultant’s profession providing similar services under similar
circumstances (“the Standard of Care”). In light of such status and experience, Consultant
hereby covenants that it shall follow the customary professional standards in performing
the Services in accordance with the Standard of Care.
1.5 Familiarity with Services. By executing this Agreement, Consultant
represents that, to the extent required by the Standard of Care, Consultant (a) has reviewed
and considered the scope of services to be performed, (b) has carefully considered how the services
should be performed, and (c) understands the reasonably discoverable facilities, difficulties and
restrictions attending performance of the services under this Agreement. Consultant represents that
Consultant, to the extent required by the Standard of Care, has reviewed any areas of work, as
applicable, and is reasonably acquainted with the reasonably discoverable conditions therein.
Should Consultant discover any latent or unknown conditions, which will materially affect the
performance of services, Consultant shall immediately inform City of such fact and shall not
proceed except at Consultant’s risk until written instructions are received from the City
Representative.
2. Term of Agreement. The term of this Agreement shall be five (5) years
and shall become effective as of the date of the mutual execution by way of both parties’
signature (the “Effective Date”). No work shall be conducted; service or goods will not be
provided until this Agreement has been executed and requirements have been fulfilled.
Parties to this Agreement shall have the option to renew in one (1) year increments
to a total of two (2) years, unless sooner terminated as provided in Section 14 herein.
Options to renew are contingent upon the City Manager’s approval, subject to pricing
review, and in accordance to all Terms and Conditions stated herein unless otherwise
provided in writing by the City.
3. Compensation.
3.1 Compensation. City shall compensate Consultant as set forth in
Exhibit A, provided, however, that full, total and complete amount payable to Consultant
shall not exceed $200,000 (per year), including all out of pocket expenses, unless additional
compensation is approved by the City Council. City shall not withhold any federal, state
or other taxes, or other deductions. 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
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 3
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 Ahmad Ansari, Principal 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: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 4
6. Consultant’s Personnel.
6.1 All Services shall be performed by Consultant or under Consultant’s
direct supervision, and all personnel shall possess the qualifications, permits, and licenses
required by State and local law to perform such Services, including, without limitation, a
City business license as required by the City’s Municipal Code.
6.2 Consultant shall be solely responsible for the satisfactory work
performance of all personnel engaged in performing the Services and compliance with the
standard of care set forth in Section 1.4.
6.3 Consultant shall be responsible for payment of all employees’ and
subcontractors’ wages and benefits, and shall comply with all requirements pertaining to
employer’s liability, workers’ compensation, unemployment insurance, and Social
Security. By its execution of this Agreement, Consultant certifies that it is aware of the
provisions of Section 3700 of the California Labor Code that require every employer to be
insured against liability for Worker's Compensation or to undertake self-insurance in
accordance with the provisions of that Code, and agrees to comply with such provisions
before commencing the performance of the Services.
6.4 Consultant shall indemnify, defend and hold harmless City and its
elected officials, officers and employees, servants, designated volunteers, and agents
serving as independent contractors in the role of City officials, from any and all liability,
damages, claims, costs and expenses of any nature to the extent arising from Consultant’s
violations of personnel practices and/or any violation of the California Labor Code. City
shall have the right to offset against the amount of any fees due to Consultant under this
Agreement any amount due to City from Consultant as a result of Consultant’s failure to
promptly pay to City any reimbursement or indemnification arising under this Section 6.
7. Ownership of Work Product.
7.1 Ownership. 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, (except for
Consultant’s standard details, designs, or specifications), 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: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 5
performance of the contract, or otherwise. This covenant shall survive the termination of
this Agreement. City’s modification or reuse of the Work Product for any purpose other
than the Project, shall be at City’s sole risk and without any liability to Consultant.
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. City’s modification or reuse of the
Work Product for any purpose other than the Project, shall be at City’s sole risk and without
any liability to Consultant.
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: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
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: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 7
11. Indemnification.
11.1 Design Professional Services. To the fullest extent permitted by
law, the Consultant shall, at its sole cost and expense, indemnify, 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 reasonable attorneys’ fees and costs of
defense (collectively “Claims”), 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. Consultant
shall not have an upfront obligation to defend Indemnitees for Claims under Section
11.1, but Consultant shall reimburse the defense fees and costs incurred by Indemnitees
to the extent they arise out of Consultant’s negligence, recklessness, or willful
misconduct, or as the parties otherwise agree in settlement. 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 reasonable 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
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 8
defense. Consultant shall reimburse the Indemnitees for any and all legal expenses and
costs 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, symbol 1 (any auto) unless
Consultant does not own autos, then symbols 8 (hired auto)
and symbol 9 (non -owned auto) will be accepted.
(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: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
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) Umbrella/Excess Liability limits may be used to meet the
minimum limit requirements for General and Auto Liability.
(6) The Insurance obligations under this agreement shall be the
greater of (i) the Insurance coverages and limits carried by
the Consultant; 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 Consultant 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: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 10
Consultant; premises owned, occupied or used by
Consultant; and/or automobiles owned, leased, hired or
borrowed by Consultant. The coverage shall contain no
limitations on the scope of protection afforded to City, its
officers, officials, employees, designated volunteers or
agents serving as independent contractors in the role of City
officials which are not also limitations applicable to the
named insured.
(2) For any claims related to this Agreement, Consultant’s
insurance coverage shall be primary insurance as respects
City, its officers, officials, employees, designated volunteers
and agents serving as independent contractors in the role of
City or officials. Any insurance or self- insurance
maintained by City, its officers, officials, employees,
designated volunteers or agents serving as independent
contractors in the role of City officials shall be excess of
Consultant’s insurance and shall not contribute with it.
(3) Consultant’s insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with
respect to the limits of the insurer’s liability.
(4) Each insurance policy required by this clause shall be
endorsed to state that coverage shall not be canceled except
after 30 days prior written notice by first class mail has been
given to City (ten (10) days prior written notice for non-
payment of premium). Consultant shall provide thirty
(30) days written notice to City prior to implementation of a
reduction of limits or material change of insurance coverage
as specified herein.
(5) Each insurance policy, required by this clause shall
expressly waive the insurer’s right of subrogation against
City and its elected officials, officers, employees, servants,
attorneys, designated volunteers, and agents serving as
independent contractors in the role of City officials.
(6) Each policy shall be issued by an insurance company
approved in writing by City, which is admitted and licensed
to do business in the State of California and which is rated
A:VII or better according to the most recent A.M. Best Co.
Rating Guide.
(7) Each policy shall specify that any failure to comply with
reporting or other provisions of the required policy, including
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 11
breaches of warranty, shall not affect the coverage required
to be provided.
(8) Each policy except for professional liability shall specify that
any and all costs of adjusting and/or defending any claim
against any insured, including court costs and attorneys' fees,
shall be paid in addition to and shall not deplete any policy
limits.
(9) Consultant 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 Consultant 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. Consultant shall require its subcontractors to
be bound to Consultant and City in the same manner and to the same extent as Consultant
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: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 12
for compensation. City may terminate for cause following a default remaining uncured
more than five (5) business days after service of a notice to cure on the breaching party.
Consultant may terminate this Agreement for cause upon giving the City ten (10) business
days prior written notice for any of the following: (1) uncured breach by the City of any
material term of this Agreement, including but not limited to Payment Terms; (2) material
changes in the conditions under which this Agreement was entered into, coupled with the
failure of the parties to reach accord on the fees and charges for any Additional Services
required because of such changes.
15. Notices. Any notices, bills, invoices, or reports authorized or required by
this Agreement shall be in writing and shall be deemed received on (a) the day of delivery
if delivered by hand or overnight courier service during Consultant’s and City’s regular
business hours; or (b) on the third business day following deposit in the United States mail,
postage prepaid, to the addresses set forth in this Section, or to such other addresses as the
parties may, from time to time, designate in writing pursuant to the provisions of this
Section.
All notices shall be addressed as follows:
If to City: City of Rancho Cucamonga
Engineering Services Department
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
Attn: Marlena Perez, Principal Engineer
If to Consultant: Transtech
13367 Benson Avenue
Chino, CA 91710
Attn: Ahmad Ansari, Principal
16. Non-Discrimination and Equal Employment Opportunity. In the
performance of this Agreement, Consultant shall not discriminate against any employee,
subcontractor, or applicant for employment because of race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical
condition, or sexual orientation. Consultant will take affirmative action to ensure that
subcontractors and applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, religion, sex, marital status, national
origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.
17. Assignment and Subcontracting. Consultant shall not assign or transfer
any interest in this Agreement or subcontract the performance of any of Consultant’s
obligations hereunder without City’s prior written consent. Except as provided herein, any
attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations
arising hereunder shall be null, void and of no effect.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 13
18 Compliance with Laws. Consultant shall comply with all applicable federal,
state and local laws, ordinances, codes and regulations in force at the time Consultant
performs the Services. Consultant is aware of the requirements of California Labor Code
Section 1720, et seq., and 1770, et seq., as well as California Code of
Regulations, Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), which require the
payment of prevailing wage rates and the performance of other requirements on “public
works” and “maintenance” projects. If the Services are being performed as part of an
applicable “public works” or “maintenance” project, as defined by the Prevailing Wage
Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply
with such Prevailing Wage Laws if they are applicable to Consultant. 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: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 14
24. Entire Agreement. This Agreement consists of this document, and any
other documents, attachments and/or exhibits referenced herein and attached hereto, each
of which is incorporated herein by such reference, and the same represents the entire and
integrated agreement between Consultant and City. This Agreement supersedes all prior
oral or written negotiations, representations or agreements. This Agreement may not be
amended, nor any provision or breach hereof waived, except in a writing signed by the
parties which expressly refers to this Agreement.
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
Consultant Name: Transtech
By: ______________________________
Name Allen Cayir Date
______________________________
Title
City of Rancho Cucamonga
By:________________________________
Name Date
_________________________________
Title
By: ______________________________
Name Sybil Cayir Date
______________________________
Title
(Two signatures required if corporation)
Rancho Cucamonga Fire Protection District
By:________________________________
Name Date
_________________________________
Title
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3
9/4/2025 | 11:52 AM PDT
President
Secretary
9/8/2025 | 5:36 PM PDT
Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
9/16/2025 | 8:55 PM PDT
Mayor/President
Fire Chief
9/16/2025 | 9:44 PM PDT
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 15
EXHIBIT A
REQUEST FOR STATEMENT OF QUALIFICATIONS
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501
FOR
VARIOUS ON-CALL SERVICES
City of Rancho Cucamonga
Purchasing Division
10500 Civic Center Drive
Rancho Cucamonga, California 91730
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 2 of 30
Table of Contents
1. GENERAL INFORMATION....................................................................................................................... 5
1.1 INTRODUCTION ......................................................................................................................................... 5
1.2 DISCREPANCIES OR OMISSIONS .................................................................................................................... 5
1.3 CONTINGENCIES ........................................................................................................................................ 5
1.4 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION ................................................. 6
1.5 KNOWLEDGE OF REQUIREMENTS .................................................................................................................. 6
1.6 RESERVATION OF RIGHTS ............................................................................................................................ 6
1.7 CALIFORNIA'S PUBLIC RECORDS ACT ............................................................................................................. 7
1.8 PERFORMANCE PERIOD............................................................................................................................... 8
2. MINIMUM REQUIREMENTS .................................................................................................................. 8
2.1 Business License ......................................................................................................................... 8
2.2 Prevailing Wages ........................................................................................................................ 8
2.3 Employee Conduct ...................................................................................................................... 8
2.4 REPRESENTATIVES ...................................................................................................................................... 9
3. SOQ DELIVERY AND SCHEDULE OF EVENTS .......................................................................................... 10
3.1 Questions and Clarifications ...................................................................................................... 10
4. SOQ SUBMISSION REQUIREMENTS AND RESPONSE FORMAT .............................................................. 11
4.1 COVER LETTER / INTRODUCTION ................................................................................................................ 11
4.2 TABLE OF CONTENTS ................................................................................................................................ 12
4.3 EXECUTIVE SUMMARY .............................................................................................................................. 12
4.4 FIRM EXPERIENCE/QUALIFICATIONS............................................................................................................ 12
4.5 THIRD-PARTY / SUBCONTRACTORS ............................................................................................................. 12
4.6 STAFF RESUMES AND ORGANIZATION CHART ............................................................................................... 13
4.7 PROJECT MANAGEMENT APPROACH ........................................................................................................... 13
5. DISCIPLINES AND APPLCABLE SCOPE OF SERVICES ............................................................................... 13
5.1 SURVEY AND MAPPING ............................................................................................................................. 14
5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING .................................................................. 14
5.3 GENERAL CIVIL ENGINEERING .................................................................................................................... 14
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 3 of 30
5.4 TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING .............................................................................. 15
5.5 CONSTRUCTION MANAGEMENT AND INSPECTION .......................................................................................... 15
5.6 DEVELOPMENT PLAN CHECK ...................................................................................................................... 16
5.7 ARCHITECTURAL ENGINEERING ................................................................................................................... 16
5.8 LANDSCAPE ARCHITECTURE ....................................................................................................................... 17
5.9 RIGHT OF WAY COORDINATION ................................................................................................................. 17
6. EVALUATION AND CONSULTANT SELECTION PROCESS ......................................................................... 18
6.1 INITIAL SCREENING ................................................................................................................................... 18
6.2 EVALUATION ACTIVITIES ........................................................................................................................... 18
6.3 DEMONSTRATIONS/ INTERVIEWS ............................................................................................................... 18
6.4 REFERENCE CHECK EVALUATION ................................................................................................................. 19
6.5 CONSULTANT SELECTION ........................................................................................................................... 19
6.6 BEST AND FINAL OFFER ............................................................................................................................. 19
6.7 LETTER OF INTENT TO AWARD .................................................................................................................... 19
6.8 EXHIBITS A THROUGH H ............................................................................................................................ 20
6.9 NON-DISCLOSURE CONFLICT OF INTEREST .................................................................................................... 20
6.10 PROFESSIONAL SERVICE AGREEMENT .......................................................................................................... 20
6.11 ACKNOWLEDGEMENT OF INSURANCE .......................................................................................................... 20
6.12 ADDENDUM ACKNOWLEDGEMENT .............................................................................................................. 20
6.13 DEBARMENT AND SUSPENSION .................................................................................................................. 21
6.14 PARTICIPATION CLAUSE ............................................................................................................................ 21
6.15 SIGNATURE OF AUTHORITY ........................................................................................................................ 21
6.16 COMPANY REFERENCES............................................................................................................................. 21
6.17 PRICING ................................................................................................................................................. 22
“EXHIBIT A” CITY OF RANCHO CUCAMONGACONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT .......... 23
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY” ............................................. 24
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED” ..................................................................................... 25
“EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT ........................................................................................ 26
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 4 of 30
“EXHIBIT E DEBARMENT and SUSPENSION CERTIFICATION FORM ............................................................... 27
“EXHIBIT F, PARTICIPATION CLAUSE” ......................................................................................................... 28
“EXHIBIT G” SIGNATURE OF AUTHORITY .................................................................................................... 29
“EXHIBIT H” REFERENCES WORKSHEET” ..................................................................................................... 30
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 5 of 30
1. GENERAL INFORMATION
1.1 INTRODUCTION
The City of Rancho Cucamonga (hereinafter “City”) is inviting qualified Consultants to submit a Request for
Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services, in accordance with the Scope of
Services indicated herein. It is the City’s intent to create a qualified Consultants list with multiple Consultants.
Responses to this SOQ are electronic only and no paper submittals will be accepted. Consultants wishing to
submit a response the SOQ, must be registered as a Consultant with the City through Planet Bids. Registration
can be accomplished by visiting the City website at https://www.cityofrc.us/your-government/procurement.
Only those responses received from registered Consultants will be accepted. Responses must be submitted by
the named Consultant that has downloaded the SOQ this information is indicated in the bid system and provides
the ability to tabulate the responses in accordance with the named Consultants. Submitting a response under
a Consultants name that does not appear to be on the Prospective Bidders list will be deemed as non-responsive
and disqualify said response from further consideration.
1.2 DISCREPANCIES OR OMISSIONS
Consultants finding discrepancies or omissions in the SOQ or having any doubts as to the meaning or intent of
any part thereof shall submit such questions or concerns in writing to the applicable Purchasing contact
identified herein in Section 3.1. All questions must be in writing and no responsibility will be accepted for oral
instructions. Addenda issued in correspondence to this SOQ shall be considered a part of this SOQ and shall
become part of any final Contract that may be derived from this SOQ.
1.3 CONTINGENCIES
This SOQ should not be considered as a contract to purchase goods or services but is a Request for a Statement
of Qualifications in accordance with the terms and conditions herein and will not necessarily give rise to a
Contract. However, SOQ responses should be as detailed and complete as possible to facilitate the formation
of a contract based on the SOQ response(s) that are pursued should the City decide to do so.
Completion of this SOQ form and its associated appendices are a requirement. Failure to do so may disqualify
your SOQ response submittal. Consultants must submit signed SOQ responses by the due date and time as
specified herein. Consultants will be considered non-responsive if the above requirements are not submitted
as requested.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 6 of 30
Any scope of services, contingencies, special instruction and/or terms and conditions applicable to this SOQ and
any purchase order derived thereafter shall be effective as of the issue date of a purchase order for the
requested work (the “Effective Date”), and shall remain in full force and effect until sixty (60) days after the City
has accepted the work in writing and has made final payment, unless sooner terminated by written agreement
signed by both parties.
1.4 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION
All materials submitted in response to the SOQ solicitation will become the property of the City and will be
returned only at the City option and at the expense of the Consultant submitting the SOQ response. A copy of
the SOQ response will be retained for official files and become a public record. Any material that a Consultant
considers as confidential but does not meet the disclosure exemption requirements of the California Public
Records Act should not be included in the Consultant’s SOQ response as it may be made available to the public.
If a Consultant’s SOQ response contains material noted or marked as confidential and/or proprietary that, in
the City sole opinion, meets the disclosure exemption requirements, then that information will not be disclosed
pursuant to a written request for public documents. If the City does not consider such material to be exempt
from disclosure, the material may be made available to the public, regardless of the notation or markings. If a
Consultant is unsure if its confidential and/or proprietary material meets disclosure exemption requirements,
then it should not include such information in its SOQ response because such information may be disclosed to
the public.
1.5 KNOWLEDGE OF REQUIREMENTS
The Consultants shall carefully review all documents referenced and made a part of the solicitation document
to ensure that all information required to properly respond has been submitted or made available and all
requirements are priced in the SOQ response. Failure to examine any documents or instructions will be at the
Consultant’s sole risk.
Consultants shall be responsible for knowledge of all items and conditions contained in their SOQ responses and
in this SOQ, including any City issued clarifications, modifications, amendments, or addenda. The City will
provide notice of any changes and clarifications to perspective Consultants by way of addenda to Planet Bids;
however, it is the Consultant’s responsibility to ascertain that the SOQ response includes all addenda issued
prior to the SOQ due date.
1.6 RESERVATION OF RIGHTS
The issuance of this SOQ does not constitute an agreement by the City that any contract will be entered by the
City. The City expressly reserves the right at any time to:
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 7 of 30
• Waive or correct any defect or informality in any response, SOQ, or SOQ procedure.
• Reject any or all SOQs.
• Reissue a Request for SOQs.
• Prior to submission deadline for SOQs, modify all or any portion of the selection procedures, including
deadlines for accepting responses, the specifications or requirements for any materials, equipment, or
services to be provided under this SOQ, or the requirements for contents or format of the SOQs.
• The City recognizes that price is only one of several criteria to be used in judging a product or service,
and the City is not legally bound to accept the lowest SOQ response.
• The City reserves the right to conduct pre-award discussions and/or pre-Contract negotiations with any
or all responsive and responsible Consultants who submit SOQ responses.
• Procure any materials, equipment or services specified in this SOQ by any other means.
• Determine that no project will be pursued.
• The City reserves the right to inspect the Consultant’s place of business prior to award or at any time
during the contract term or any extension thereof, to determine the Consultant’s capabilities and
qualifications.
1.7 CALIFORNIA'S PUBLIC RECORDS ACT
The City of Rancho Cucamonga complies with the California Public Records Act, Government Code Section
6253. (a) Public records are open to inspection at all times during the office hours of the state or local agency
and every person has a right to inspect any public record, except as hereafter provided. Any reasonably
segregable portion of a record shall be available for inspection by any person requesting the record after
deletion of the portions that are exempted by law.
An SOQ in its entirety shall not be considered confidential and proprietary. Notwithstanding the foregoing,
companies are hereby notified that any and all materials submitted in response to this SOQ are subject to
California's Public Records Act. The City's receipt, review, evaluation or any other act or omission concerning
any such information shall not create an acceptance by the City or any obligation or duty to prevent the
disclosure of any such information except as required by Government Code Section 6253. Companies who
submit information they believe should be exempt from disclosure under the Public Records Act shall clearly
mark each document as confidential, proprietary, or exempt, and state the legal basis for the exemption with
supporting citations to the California Code. Pursuant to California Law, if the information is requested under the
Public Records Act, the City shall make a final determination if any exemption actually exists for the City to deny
the request and prevent disclosure. The City will withhold such information from public disclosure under the
Public Records Act only if the City determines, in its sole discretion, that there is a legal basis to do so.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 8 of 30
1.8 PERFORMANCE PERIOD
It is the City’s intent to award on-call contracts for the Scope of Services listed in this RFQ. The period of award
shall be five (5) years, with up to two (2) additional one-year options to be awarded at the sole discretion of the
City upon satisfactory performance of previous work as determined by City staff.
2. MINIMUM REQUIREMENTS
2.1 Business License
Selected Consultants awarded a contract shall be required to obtain a Rancho Cucamonga Business License no
later than five (5) business days from notification of award prior to being issued a Purchase Order. A selected
Consultants must possess and maintain all appropriate licenses/certifications necessary in the performance of
duties required under this SOQ and will provide copies of licenses/certifications immediately upon request
throughout the term of the Contract.
2.2 Prevailing Wages
Where labor is required for a public work as a part of any requirement covered by this SOQ, pursuant to the
provisions of the Labor Code of the State of California and/or the federal Davis-Bacon Act, a selected
Consultants(s) shall pay no less than those minimum wages unless an exemption applies. In certain cases, an
exemption from the prevailing wage requirement may apply to the scope of work. (See Cal. Labor Code
§ 1720(c)(1), (5); 42 USC § 5310(a). However, the City makes no representations in this SOQ that such an
exemption will apply or that prevailing wages will not be required for a scope of work covered by this SOQ.
2.3 Employee Conduct
All Consultants personnel must observe all City regulations in effect at the location where the Services are being
conducted. While on City property, the Consultant’s personnel shall be subject to oversight by City staff. Under
no circumstances shall the Consultant’s or Consultant’s sub-contractor personnel be deemed as employees of
the City. Consultants or Consultant’s subcontractor personnel shall not represent themselves to be employees
of the City.
Consultant’s personnel will always make their best efforts to be responsive, polite, and cooperative when
interacting with representatives of the City and City employees. The Consultant’s personnel shall be required
to work in a pleasant and professional manner with City employees, outside Consultants, and the public.
Nothing contained in this SOQ shall be construed as granting the Consultants the sole right to supply personal
or contractual services required by the City or without the proper City approval and the issuance of a Purchase
Order.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 9 of 30
2.4 REPRESENTATIVES
Should a selected Consultants require the services of a subconsultant to complete the Scope of Services
indicated in this SOQ, the awarded Consultants will not assign, transfer, convey or otherwise dispose of the
contract or its right, title, or interest in or to the same, or any part thereof. Any attempt by the awarded
Consultants to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be
null, void and of no effect.
The awarded Consultants shall be solely responsible for the satisfactory work performance of all personnel
engaged in performing the Services including Consultants subcontractor. All Services shall be performed by the
awarded Consultants or under the awarded Consultant’s direct supervision, and all personnel shall possess the
qualifications, permits, and licenses required by state and local law to perform such services.
The awarded Consultants shall be responsible for payment of all employees’ and subcontractors’ wages and
benefits and shall comply with all requirements pertaining to employer’s liability, workers’ compensation,
unemployment insurance, and Social Security. By its execution of this Agreement, Consultants certifies that it
is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured
against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of
that Code and agrees to comply with such provisions before commencing the performance of the services.
In case of default by the Consultants, the City may take the following actions which shall include but not be
limited to; cancellation of any purchase order, procurement of the articles or service from other sources and
may deduct from unpaid balance due to the Consultants, or may bill for excess costs so paid, and the prices paid
by the City shall be considered the prevailing market prices paid at the time such purchase is made, withholding
of payment until final resolution. Cost of transportation, handling, and/or inspection on deliveries, or
Consultants for delivery, which do not meet specifications, will be for the account of the Consultants.
City Representative:
For the purposes of this Agreement, the contract administrator and City ’s representative shall be Marlena
Perez, Principal Engineer, or such other person as designated in writing by City (“City ’s Representative”). It shall
be the Consultant’s responsibility to assure that City ’s Representative is kept informed of the progress of the
performance of the services, and the Consultants shall refer any decisions that must be made by City to the City
Representative. Unless otherwise specified herein, any approval of City required hereunder shall mean the
approval of the City Representative.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 10 of 30
Consultants Representative:
The response to this SOQ shall designate the representative of the Consultants authorized to act in its behalf
with respect to the services specified herein and make all decisions in connection therewith (“Consultant’s
Representative”). It is expressly understood that the experience, knowledge, capability, and reputation of the
Consultant’s Representative will be a substantial inducement for City to enter into an Agreement with the
Consultants. Therefore, the Consultant’s Representative shall be responsible during the term of any Agreement
for directing all activities of consultants and devoting enough time to personally supervise the services
hereunder. The successful Consultants may not change the Consultant’s Representative without the prior
written approval of City ’s Representative.
3. SOQ DELIVERY AND SCHEDULE OF EVENTS
Complete SOQ responses must be received electronically via Planet Bids prior to the due date and time specified
in the below Schedule of Events. Please note, there will be no paper responses accepted. The City shall not be
responsible for any delays by transmission errors.
Schedule of Events
Event Description Date & Time
Post SOQ November 18, 2024
Questions Due December 4, 2024, by 3:00 pm
Addendum Issued December 12, 2024
SOQ Response Due Date January 6, 2024, by 9:00 am
(The City reserves the right to change schedule of events without prior notice or responsibility to Consultant.)
3.1 Questions and Clarifications
All questions or clarification requests must be submitted directly through the City’s bid system no later than the
due date and time indicated in the above Schedule of Events. Answers and/or clarifications will be provided in
the form of an Addendum and will be posted for download from the City’s bid system in accordance with the
above “Schedule of Events”.
From the issuance date of this SOQ until a Consultant is awarded, Consultants are not permitted to communicate
with any City staff or officials regarding this procurement, other than during interviews, demonstrations, and/or
site visits, except at the direction of Ruth Cain, Procurement Manager, the designated representative of the City
of Rancho Cucamonga.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 11 of 30
4. SOQ SUBMISSION REQUIREMENTS AND RESPONSE FORMAT
Completion of this SOQ and its associated Exhibits are a requirement. To be considered responsive and evaluate
SOQ responses fairly and completely Consultants must comply with the format and submission requirements
set out in this SOQ, and provide all information requested. Failure to comply with the instruction indicated
herein or any part of this SOQ will deem said SOQ response as non-responsive and will not receive further
consideration in the evaluation process.
If only one SOQ response is received, the City reserves the right to discard the response, re-bid or proceed with
an SOQ review and negotiations.
SOQ responses are due on the date and time indicated in the above schedule of events. Submittals shall be
submitted electronically via Planet Bids; no paper SOQ responses will be accepted. SOQ responses must include
the information required by this SOQ.
The City has streamlined its various on-call disciplines into one SOQ. Consultants have the option to submit a
response for one or multiple disciplines. Please review the detailed response submittal instructions below. Titled
tabs have been created in the bid system for section responses. Sections are to be submitted separately unless
otherwise instructed. Please submit responses for the following sections to the associated section response
type tab in Planet Bids:
• Sections 4.1 through 4.8 – These sections shall be compiled as one document with a title sheet
separating each numbered section. Submit under the Response File tab.
• Section 5.1 Surveying and Mapping – Submit under the Section 5.1 tab.
• Section 5.2 Geotechnical Engineering and Material Sampling/Testing – Submit under the Section 5.2
tab.
• Section 5.3 General Civil Engineering – Submit under the Section 5.3 tab.
• Section 5.4 Traffic Engineering and Transportation Planning – Submit under the Section 5.4 tab.
• Section 5.5 Construction Management and Inspection – Submit under the Section 5.5 tab.
• Section 5.6 Development Plan Check – Submit under the Section 5.6 tab.
• Section 5.7 Architectural Engineering – Submit under the Section 5.7 tab.
• Section 5.8 Landscape Architecture – Submit under the Section 5.8 tab.
• Section 5.9 Right of Way Coordination – Submit under the Section 5.9 tab.
4.1 COVER LETTER / INTRODUCTION
SOQ responses must include the complete name and address of the Consultant and the name, email address,
and telephone number of the contact person regarding the SOQ response. A signature by an authorized
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 12 of 30
representative must be included on each SOQ response. Said signature will be considered confirmation of the
Consultants ability and willingness to comply with all provisions stated herein.
4.2 TABLE OF CONTENTS
The Table of Contents must be a comprehensive listing of the contents included in your SOQ response. This
section must include a clear definition of the material, exhibits and supplemental information identified by
sequential page numbers and by section reference numbers.
4.3 EXECUTIVE SUMMARY
The Executive Summary shall condense and highlight the contents of the Consultant’s SOQ response to provide
the Evaluation Committee with a broad understanding of the Consultant’s approach, qualifications, experience,
and availability of staff in terms of workload, current or ongoing projects.
4.4 FIRM EXPERIENCE/QUALIFICATIONS
The Consultant shall demonstrate the Consultant’s qualifications, experience, expertise, and capability to
perform the requirements of this SOQ. The Consultant shall provide a minimum of 6 representative projects
that have been completed within the last five years, including a contact person (including name, title, phone
number and email) at the agency for whom the work was completed. Each experience shall include a brief
description of the scope performed, the years of the work, and the team members involved.
Consultants shall provide a brief history of your firm, including the number of years in business, office locations,
specifically the address of offices located within the State of California. State whether your organization is an
individual proprietorship, partnership, corporation, or private nonprofit organization, and the date your
company was formed or incorporated.
4.5 THIRD-PARTY / SUBCONTRACTORS
If the Consultants intends to subcontract any of the services, provide a detailed list of any subcontractors,
partners, or third-party Consultants who will be involved in the implementation of the proposed services
including but not limited to:
• Description of the Consultant’s experience with each of the proposed subcontractors,
• Three (3) customer references for each subcontractor to include references names, addresses, and
telephone numbers, for products and services like those described in this SOQ,
• Describe the specific role of each.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 13 of 30
4.6 STAFF RESUMES AND ORGANIZATION CHART
An organization chart shall be submitted identifying the staff available to perform the scope of services. The
organization chart shall identify the Consultant’s Representative, key personnel for the contract and any
subconsultants.
Submit the resumes of the key personnel that will be performing the services for the city. Key personnel for
each discipline shall be identified on the proposed team organization chart. Should any of the key personnel
become unavailable, the Consultant must submit a written request for substitution of this personnel with
another party of equal competence for City approval. The Consultant shall provide experienced and licensed
personnel, equipment, and facilities to perform the services outlined in this RFQ. All work shall be performed
by personnel with the appropriate license registered in registered in the State of California. All surveys, reports,
plans, specifications, and cost estimates shall be signed and sealed by the licensed professional.
Submit the resumes of the individuals who will be performing the services for the city. Resumes shall be
formatted in the following order:
• Role within On-Call.
• Length of time with the Company.
• Licenses, registrations, and certifications as required by law to perform the services described in the
Scope of Services herein.
• Educational background: technical training, education and experience of employees who would be
assigned to perform the services.
• Work history on similar or like projects with the other municipalities.
4.7 PROJECT MANAGEMENT APPROACH
Consultant shall describe how the firm intends to manage the aspects of the work to be performed, including
overall project management approach and methodology, quality, cost and schedule control procedures,
project tracking and performance monitoring procedures, and project progress reporting procedures.
5. DISCIPLINES AND APPLCABLE SCOPE OF SERVICES
Consultants shall provide experienced and licensed personnel, equipment, and facilities to perform the
following tasks. All work shall be performed by personnel with the appropriate license registered in registered
in the State of California. All surveys, reports, plans, specifications, and cost estimates shall be signed and sealed
by the licensed professional. Below is a list of anticipated scope of services required within each discipline of
this On-Call Contract, however this list is not exhaustive and other services may be required.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 14 of 30
5.1 SURVEY AND MAPPING
Surveying and Mapping services that will be required may include, but not be limited to the following:
• Topographical survey and aerial surveys
• Records of survey
• Legal descriptions and plat maps for right-of-way acquisitions
• Right of way base mapping
• Boundary and control surveys
• Monument perpetuation/preservation including pre- and post-construction records.
• Prepare and file corner records.
• Mark limits of removals
• Construction surveying
• Survey plan checking.
• Prepare and review of tentative tract and a parcel maps and final tract maps and parcel maps.
5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING
Geotechnical Engineering and Material Sampling/Testing Services that will be required on-call contract may.
include but not be limited to the following:
• Geotechnical, hydrological and groundwater investigations
• Preparation of subsurface reports and recommendations
• Field inspections and material testing
• Laboratory materials testing
• Hazardous materials evaluations and testing
• Preparing Phase 1 and Phase 2 studies
• DTSC coordination and permitting.
• Evaluation of street, storm drain and retaining wall repairs or maintenance.
• Review of asphalt concrete and cement concrete mix designs performed in accordance with ASTM
standards.
5.3 GENERAL CIVIL ENGINEERING
General Civil Engineering Services that will be provided under this on-call contract may include but not be limited
to the following:
• Preliminary planning and cost estimating for various projects.
• Provide project study reports, project reports, value engineering analysis and feasibility studies.
• Hydrology and hydraulic food plain studies, and erosion control plans
• Utility research and investigations, including potholing and Ground Penetrating Radar
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 15 of 30
• Preparation of plans, technical specifications and cost estimates for various Public Works and Capital
Improvement Projects including but not limited to; streets, bicycle facilities, sidewalks and curb ramps,
storm drains, site plans, highway improvements and trail improvements projects including park
improvements.
• Structural engineering services for bridges and retaining walls including structural observations and
inspections, structural calculations, structural drawings, shoring plans, and technical specifications.
• Landscaping and irrigation design
• Lighting design for streets, parking lots and parking structures
5.4 TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING
Traffic Engineering and Transportation Planning Services that will be provided under this on-call contract may
include but not be limited to the following:
• Preliminary planning and cost estimating for various projects.
• Provide project study reports, project reports, value engineering analysis and feasibility studies.
• Preparation or review traffic engineering reports, traffic impact analysis, traffic signal design plans, and
transportation planning studies or project specific traffic related issues analysis
• Review traffic impact analysis and scoping agreements related to subdivisions or development projects.
• Perform traffic signal warrants, pedestrian studies and other warrants/studies as requested.
• Provide speed data analysis, intersection control studies including multi-way stop sign control.
• Provide traffic signal or alternatives, safety studies, travel time studies and miscellaneous traffic
engineering services.
• Preparation of plans, technical specifications and cost estimates for traffic projects including but not
limited to; traffic signals, signing and striping, signal interconnect, flashing beacons, pedestrian signals,
traffic calming, and temporary traffic control plans.
• Provide traffic signal timing plans and coordination timing studies for new or modified traffic signals.
• Traffic Plan check services including ability to meet a 2-week review for first plan check and a 1-week
review for each subsequent plan check thereafter until plan check review is approved. City may adjust
plan check review timeline on an as needed basis depending on project size.
5.5 CONSTRUCTION MANAGEMENT AND INSPECTION
Construction Management and Inspection Services that will be provided under this on-call contract may include
but not be limited to the following:
• Construction management including but not limited to; contract administration, contract negotiation,
response to RFIs, submittal reviews, shop drawings, construction scheduling, reviewing change orders,
document control, and cost control.
• Develop and manage RFI and submittal logs.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 16 of 30
• Coordinate and host pre-construction meeting and progress meetings, including preparation of meeting
minutes.
• DBE/SBE and grant/loan compliance if applicable
• Establish procedures and monitor contractor compliance with federal and state prevailing wage
regulations and requirements.
• Maintain inspection records and reports.
• Perform daily construction observation and inspection ensuring construction conforms to the project
documents and report via City’s inspection software.
• Ensure the jobsite conditions are in compliance with OSHA requirements.
• Coordinate special inspection and material testing with representatives from other agencies if needed.
• Prepare daily journals including a log of laborers and time and materials construction activities.
• Measure the completed work for the purpose of progress payments.
• Liaise between the contractor and City staff.
• Provide required field inspection tools including ability to use City’s inspection software.
• Coordination and management of the services required, including review of the project site,
improvement plans, specifications, and special provisions.
• Provide constructability reviews.
5.6 DEVELOPMENT PLAN CHECK
Development Plan Check Services that will be provided under this on-call contract may include, but not be
limited to, the following:
• Initial plan review will need to determine compliance with City and State codes.
• Provide the City with a monthly plan review status report for all assigned projects.
• Ability to meet a 2-week review for first plan checks and a 1-week review for each subsequent plan check
thereafter until plan check review is approved. City may adjust plan check review timeline on an as
needed basis depending on project size.
• Map and Improvement plan check review will require a California Licensed Professional Land Surveyor
to stamp and/or seal necessary documents.
5.7 ARCHITECTURAL ENGINEERING
Architectural Engineering Design Services that will be provided under this on-call contract may include, but not
be limited to, the following:
• Preliminary architectural design including planning and cost estimating.
• Preparation of plans, technical specifications and cost estimates for new structures or modifications of
existing structures
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 17 of 30
• Prepare sketches, renderings and materials boards providing alternative architectural concepts and
designs.
• Prepare 2D and 3D models, sketches, renderings and elevation drawings of proposed architectural
designs and treatments.
• Review for conformance with ADA and required standards.
• Preparation of permit applications to the Planning and Building Departments
• Architectural construction support services and prepare record drawings.
5.8 LANDSCAPE ARCHITECTURE
Landscape Architecture Services that will be provided under this on-call contract may include, but not be limited
to, the following:
• Provie landscape planning and design services for new facilities or modifications to existing facilities
• Perform preliminary siting, grading, and landscaping layouts.
• Conduct site and field investigations to verify locations of existing and proposed facilities.
• Prepare sketches, renderings, and materials boards providing alternative landscaping concepts or
options.
• Prepare construction drawings, technical specifications, and cost estimates for Landscape Architecture
Projects
• Irrigation design including preparation of plans, specifications, and cost estimates.
• Provide landscaping construction support services including preparation of record drawings.
5.9 RIGHT OF WAY COORDINATION
Right of Way Coordination Services that will be provided under this on-call contract may include, but not be
limited to, the following:
• Negotiations with property owners for the purchase of right of way
• Adherence to Caltrans Right of Way Manual for all standards and operating procedures including
completion of Caltrans Right of Way Certification
• Prepare all written correspondence, offer packages.
• Escrow coordination.
• Administration of right of way related contracts (for both state and federally funded projects) including
but not limited to, appraisals, negotiations, preparation of offer packages, and signature coordination.
• Relocation services
• Provide preliminary title reports.
• Provide or review loss of business goodwill appraisal.
• Notary services for the signing and acquisition documents
• Condemnation support
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 18 of 30
• Eminent domain support
• Provide title and escrow services.
• Coordinate and provide support or information to City Legal staff, if required
• Prepare and secure agreements for Possession and Use, Right of Entry, and license or permits form
property owners.
• Prepare and maintain a schedule of major activities and milestones.
• Represent the City at Planning Commission meetings, City Council meetings or legal proceedings, if
required
6. EVALUATION AND CONSULTANT SELECTION PROCESS
6.1 INITIAL SCREENING
All SOQ responses will undergo an initial review to determine responsiveness to the instructions herein. Those
SOQ responses initially determined to be responsive by meeting the SOQ requirement as indicated herein will
proceed to the next phase of the evaluation process.
6.2 EVALUATION ACTIVITIES
SOQ responses deemed as having met the standard requirements indicated herein are evaluated by an
Evaluation Committee. The SOQ submittals are scored and assigned a ranking of zero (0) through ten (10), ten
being the highest possible score.
The following evaluation criteria and percentages have been assigned to each of the on-call disciplines for the
purposes of evaluation and scoring each SOQ response:
Evaluation Criteria (By Discipline)
Criteria Description Assigned Percentage
Conformance to the Specified RFQ Format 10
Company Expertise and Experience 30
Quality of Project Management Administration Approach 25
Project Team Experience 35
6.3 DEMONSTRATIONS/ INTERVIEWS
Upon completion of the SOQ evaluations and data analysis, and only, if necessary, selected top ranked
Consultants will be provided an opportunity to interview and conduct a presentation to further expand on their
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 19 of 30
SOQ response(s). Consultant interviews/demonstrations are scored and assigned a ranking of zero (0) through
ten (10), ten being the highest possible score, based upon but not limited to the evaluation criteria factors as
stated within the SOQ.
6.4 REFERENCE CHECK EVALUATION
The City may elect to conduct reference checks in lieu of interviews as the final selection criteria. The reference
checks will be conducted by phone with the information being scribed or conducted by a written form,
submitted to the Consultant’s reference contact. Reference contacts will be asked several predetermined
questions for response and to provide a score from zero (0) to ten (10), ten being the highest. Scores are then
tabulated and added to the spreadsheet with the criteria scores. It is imperative that Consultants provide up to
date and accurate information regarding contact information for reference checks. All scores are then tabulated
into the final Consultant ranking.
6.5 CONSULTANT SELECTION
The final Consultant selection is based on which Consultants are the most responsive, meeting the City’s
requirements and offering the best value to the city.
The City may conduct negotiations with several Consultants simultaneously. The City may also negotiate
contract terms with the selected Consultants prior to award. The City, at its sole discretion, reserves the right,
unless otherwise stated, to accept or reject all or any SOQ responses, or any part thereof, either separately or
to waive any informality and to split or make the award in any manner determined to be in the best interest of
the City.
6.6 BEST AND FINAL OFFER
The City reserves the right to conduct pre-award discussions and/or pre-contract negotiations with all or only
top ranked Consultants. At the conclusion of the evaluation processes, the City will request a Best and Final
Offer to be submitted from the finalists.
6.7 LETTER OF INTENT TO AWARD
After a final Consultant selection is determined, a Letter of Intent to Award (LOI) will be posted for review by all
participating, responsive Consultants. Negotiations shall be confidential and not subject to disclosure to
competing Consultants unless an agreement is reached. If contract negotiations cannot be concluded
successfully, City may negotiate a contract with the next highest scoring Consultant or withdraw the SOQ
entirely.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 20 of 30
6.8 EXHIBITS A THROUGH H
The following named Exhibits A through H are a requirement and must be complete and signed where required.
Exhibits are not to be included in your proposal response. All referenced Exhibits must be submitted in Planet
Bids system under the Response Types, Exhibits A – G, H. Failure to comply with this instruction will deem your
SOQ submittal as non-responsive.
6.9 NON-DISCLOSURE CONFLICT OF INTEREST
Specify any possible conflicts of interest with your current clients or staff members and the city. A signed
“Conflict of Interest and Non-Disclosure Agreement, Exhibit A” included herein must be submitted under the
Non-Disclosure tab.
6.10 PROFESSIONAL SERVICE AGREEMENT
In addition to the acceptance of the City ’s Terms and Conditions, the successful Consultant will be required to
enter into a Professional Services Agreement (“PSA”) with the City, a “Sample” of which is attached in the City’s
bid system for review. All requirements of said PSA must be completed by the successful Consultant and signed
by both applicable parties prior to any services being rendered. This SOQ sets forth some of the general
provisions which may be included in the final PSA. In submitting a response to this SOQ, Consultant will be
deemed to have agreed to each clause unless otherwise indicated in “Exhibit B, Professional Services
Agreement Exceptions Summary” and the City agrees to either accept the objection or deviation or change the
PSA language in writing. Failure to raise any objections at the time of this SOQ response submittal will result in
a waiver of objection to any of the contractual language in the PSA at any other time. The signed Exception
Summary must be submitted in Planet Bids system under the Response Types tab Exhibits A – G.
6.11 ACKNOWLEDGEMENT OF INSURANCE
Consultants must meet all insurance requirements as outlined in the Professional Services Agreement. Ability
to comply with said requirements must be indicated with signature of “Exhibit C, Acknowledgement of
Insurance Requirements and Certification of Ability to Provide and Maintain Coverages Specified”. The
awarded Consultant will be responsible for providing the required Certificates of Insurance and must be the
Named Insured on the Certificates. Certificates of Insurance from any other entity other than the awarded
Consultant, will not be accepted. The signed Acknowledgement of Insurance must be submitted under the
Planet Bid Response Types, Exhibits A – G.
6.12 ADDENDUM ACKNOWLEDGEMENT
The Consultant shall hereby acknowledge they have received all posted Addendums, if any. It is the Consultant’s
responsibility to log into the Bid System to identify and download the number of addenda that have been
posted. Addenda issued in correspondence to this SOQ shall be considered a part of this SOQ and shall become
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 21 of 30
part of any final Contract that may be derived from this SOQ. Consultants must indicate their acknowledgement
of any Addendums by way of signature on “Exhibit D, Addendum Acknowledgement” and must be submitted
under the Planet Bid Response Types, Exhibits A – G.
6.13 DEBARMENT AND SUSPENSION
Bidding Consultants must verify by way of signature to “Exhibit E, Consultant Certification Form” that they are
not listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with
the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and
12689 (3 CFR part 1989 Comp., p. 235), and that neither Consultant nor any of its proposed subcontractors are
tax delinquent with the State of California. The signed exhibit must be submitted under the Planet Bid
Response Types, Exhibits A – G.
6.14 PARTICIPATION CLAUSE
Consultants shall provide a completed “Exhibit F, Participation Clause”, must be submitted under the Planet.
Bids Response Types, Exhibits A – G. This will indicate a consultants’ agreement to or not to allow other entities.
to utilize the SOQ response and awarded contract as a piggyback option.
6.15 SIGNATURE OF AUTHORITY
“Exhibit G”, Signature of Authority must be submitted under the Planet Bid Response Types, Exhibits A – G.
Unsigned SOQ responses will not be accepted. The Signature of Authority declares that the Consultant has
carefully examined the instruction indicated herein including all terms and condition and specifications, and
hereby proposes and agrees, if the Consultants SOQ response is accepted, Consultant agrees to furnish all
material in accordance with the instruction and specifications in the time and manner prescribed for the unit
cost amounts set forth in the Consultants SOQ response.
6.16 COMPANY REFERENCES
Provide a minimum of three (3) references for each discipline you are interested in. If a reference is included for
multiple disciplines, please indicate that on the reference worksheet under the description of services section.
The references must be agencies in California that your company has conducted comparable or like services.
Preferred references should be current customer within the past three (3) years.
Exhibit H, Reference Worksheet, must be complete and uploaded into the Planet Bid system under the
“Response Type” section identified as “Exhibit H”. While the Reference Worksheet accompanies your SOQ
response it is not to be discussed in any other area of the SOQ response other than the “Response Type, Exhibit
H” in Planet Bids. Failure to comply with the instruction will determine the Consultants SOQ response as non-
responsive and be eliminated from proceeding any further in the process.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 22 of 30
6.17 PRICING
There is no pricing / cost element included in this SOQ. The SOQ review and Consultant Interview/Presentations
(if necessary) will produce a list of qualified Consultants that will then be requested to submit their cost sheets
for each submitted response. Pricing should not be discussed anywhere in any responses submitted at this time
including samples of other pricing scenarios for sample or other projects. Failure to comply with required format
and/or instruction will cause Consultants SOQ response to be considered as non-responsive and be eliminated
from proceeding any further in the process.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 23 of 30
“EXHIBIT A” CITY OF RANCHO CUCAMONGACONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT
It is the policy of the City of Rancho Cucamonga to prevent personal or organizational conflict of interest, or the
appearance of such conflict of interest, in the award and administration of City Contracts, including, but not
limited to Contracts for Professional Services Agreements (“PSA”) with potential Consultants.
I do not have specific knowledge of confidential information regarding SOQ responses received in response to
the Request for Statement of Qualifications (SOQ) #24/25-501 Various On-Call Services.
I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any
SOQ response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not
limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any SOQ
response, or removal of same from designated areas.
I, the undersigned, hereby certify that the following statements are true and correct and that I understand and
agree to be bound by commitments contained herein.
______________________________________ (Print Name)
______________________________________ (Relationship to the City)
______________________________________ (Relationship to the Consultant)
______________________________________ (Signature)
______________________________________ (Date)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 24 of 30
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY”
Mark the appropriate choice, below:
_____ Vendors accepts the PSA without exception.
OR
_____ Vendors proposes exceptions to the PSA.
Summarize all exceptions on a separate document. Enclose a written summary of each change and title as
“Exception Summary”, which shall include the Vendors’ rationale for proposing each such exception. Each
exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the
submitted summary may deem the response as non-responsive.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 25 of 30
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED”
I, _______________________________ the ______________________________________________
(President, Secretary, Manager, Owner or Representative)
of __________________________________________________________________, certify that the
(Name of Company, Corporation or Owner)
Specifications and General Provisions regarding insurance requirements as stated within the Professional
Services Agreement (PSA), for the Purchase Contract designated Request for Statement of Qualifications
(“SOQ”) #24/25-501 for Various On-Call Services have been read and understood and that our Vendors is able
to provide and maintain the coverage as specified in the PSA. Failure to provide said coverage, upon request to
finalize the PSA prior to award shall be enough cause for immediate disqualification of award. Failure to
maintain said coverage shall result in termination of the contract.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 26 of 30
“EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT
The Consultants hereby acknowledges the following Addenda Number(s) to this SOQ have been received, if any.
Consultants understands failure to acknowledge any addenda issued may cause the SOQ response to be
considered non-responsive. It is the Consultants’ responsibility to log into the Bid System to identify and
download the number of addenda that have been posted.
• __________________
• __________________
• __________________
• __________________
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 27 of 30
“EXHIBIT E DEBARMENT and SUSPENSION CERTIFICATION FORM
I certify that neither _____________________________ (Consultant) nor any of its proposed subcontractors
are not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in
accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986
Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Consultant nor any of its proposed
subcontractors are tax delinquent with the State of California.
I acknowledge that if Consultants or any of its subcontractors subsequently are placed under suspension or
debarment by a local, state or federal government entity, or if Consultants or any of its subcontractors
subsequently become delinquent in California taxes, our Proposal will be disqualified.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 28 of 30
“EXHIBIT F, PARTICIPATION CLAUSE”
It is hereby understood that other government entities, such as cities, counties, and special/school districts may
utilize this RFP response at their option for equipment or services at the RFP response price for a period of
________ days. Said entities shall have the option to participate in any award made because of this solicitation.
Any such piggy-back awards will be made independently by each agency, and the city is not an agent, partner
or representative of these agencies and is not obligated or liable for any action of debts that may arise out of
such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of
its own order placement and payments of the Vendors.
Successful Vendors will extend prices as proposed herein to other governmental agencies, please
specify.
YES __________ NO _________
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 29 of 30
“EXHIBIT G” SIGNATURE OF AUTHORITY
The undersigned firm declares that he has carefully examined the specifications and read the above terms and
conditions, and hereby proposes and agrees, if this SOQ response is accepted, to furnish all material in
accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost
amounts set forth in the following SOQ response.
THE CONSULTANTS IN SUBMITTING THIS SOQ RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO
DO SO MAY DEEM YOUR SOQ RESPONSE AS NON-RESPONSIVE.
Company Name:
Address:
(Street, Su. # City, State, Zip)
Telephone #:
Fax #:
E-mail address:
Web Address:
Authorized Representative: (print)
Title:
Signature:
Date:
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 30 of 30
“EXHIBIT H” REFERENCES WORKSHEET”
This Exhibit must be complete and uploaded into the Planet Bid system under the applicable Response Type,
section identified as “Exhibit H”” section. Provide a minimum of three (3) clients for each discipline you are
interested in. If a reference is included for multiple disciplines, please indicate that on the worksheet below
under the description of services section. The references must be agencies in California that your company has
conducted comparable or like services within the past three (3) years. Please make the copies of the table below
to provide additional reference information for multiple disciplines if necessary. Please verify accuracy of
contact information.
Reference 1
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services (please be specific)
Reference 2
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services (please be specific)
Reference 3
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services (please be specific)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibit H.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Addendum No. 001
Request for Statement of Qualifications (SOQ) #24/25-501
For
Various On-Call Services
December 12, 2024
Re: Consultant Questions/Answers/Clarifications
Ladies and Gentlemen:
This Addendum will address questions and clarification requests as submitted by Consultants.
Only those questions submitted in writing are being addressed and can be found in the below
table.
The RFP response due date and time is being extended to January 13, 2025, by 9:00 am.
If there are any questions regarding this Addendum, please contact me at (909) 774-2500
Sincerely,
Ruth Cain, Procurement Manager
City of Rancho Cucamonga
Procurement Division
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 2 of 11
Question(s) / Clarification(s) Answer(s) / Comment(s)
1
Please clarify if the reference information
requested in Section 4 should be included
with the 6 projects requested. Considering
that Exhibit H, Reference Worksheet, states
that it is not to be discussed in any other
area of the SOQ response other than the
“Response Type, Exhibit H” in Planet Bids.
Failure to comply with the instruction will
determine the Consultants SOQ response as
non-responsive and be eliminated from
proceeding any further in the process.
Yes, the references requested under Section
4 for the 6 projects should be included for City
awareness. However, the City will only
contact the references formally provided
under Exhibit H as part of the reference
checks for this RFQ.
2
Could the City please clarify if all categories
should be combined and submitted as one
Response File and also submitted separately
under their respective category tabs? Please
clarify if reference information should be
included with the 6 projects requested.
Considering that Exhibit H, Reference
Worksheet, must be complete and
uploaded into the Planet Bid system under
the “Response Type” section identified as
“Exhibit H”. While the Reference Worksheet
accompanies your SOQ response it is not to
be discussed in any other area of the SOQ
response other than the “Response Type,
Exhibit H” in Planet Bids. Failure to comply
with the instruction will determine the
Consultants SOQ response as non-
responsive and be eliminated from
proceeding any further in the process.
Sections 4.1 to 4.7 should be combined and
submitted as one response file. Individual
responses and files with the scope of services
for each discipline shall be submitted under
the appropriate category in Section 5.5 for
the disciplines that you are proposing on.
See response to Question 1 regarding the
references.
3
Please clarify if reference information
should be included with the 6 projects
requested. Considering that Exhibit H,
Reference Worksheet, must be complete
and uploaded into the Planet Bid system
under the “Response Type” section
identified as “Exhibit H”. While the
Reference Worksheet accompanies your
See response to Question 1.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 3 of 11
SOQ response it is not to be discussed in any
other area of the SOQ response other than
the “Response Type, Exhibit H” in Planet
Bids. Failure to comply with the instruction
will determine the Consultants SOQ
response as non-responsive and be
eliminated from proceeding any further in
the process.
4 Does the City want resumes for our
proposed sub-consultants?
Yes, submit resumes for key personnel,
including subconsultants as necessary.
5
Section 4. SOQ Submission Requirements
and Response Format lays out that a single
document for Sections 4.1 through 4.8 must
be submitted as the "Response File." There
is no Section 4.8. Is this section missing from
the RFQ? Additionally, what does the City
want submitted as the separate Section 5
tabs? Can this be clarified so that we make
sure we are compliant?
There is no Section 4.8, only sections 4.1-4.7
are required to be submitted.
Quals, resumes, and the org chart submitted
within Sections 4.1-4.7 should be
representative of all disciplines you are
proposing on. Only the description of the
offered scope of services for each discipline
that you are proposing on should be
submitted as separate tabs under Section 5.
6
Due to the holidays and there being several
pursuits due at the same time, can you
please extend the deadline by one week, to
January 13?
Yes, the deadline will be extended until
January 13, 2025.
7 What is the maximum dollar amount of the
contract (annually/or life of contract)?
The initial contract award (over the life of the
contract) will be $1 Million for each selected
consultant. However, there is no guarantee of
work or compensation, and the City reserves
the right to increase or decrease this limit if
needed.
8
How many firms is the City looking to award
for each of the listed disciplines on page 11
?
The City does not have a number of
consultants set for each discipline but is
looking to award to multiple consultants for
each category provided that they meet the
requirements of the RFQ and that their
reference checks are in good standing.
9 Is there a page count limit, and if so what
does not count towards it?
There is no page count limit.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 4 of 11
10 How many firms does the City intend to
select for each discipline?
See response to Question 8.
11
On Page 11, it states that firms should
submit items under the tab for their
respective discipline. For example, what
information should be included in Section
5.5?
See response to Question 5.
12
On Page 11, it states that Sections 4.1
through 4.8 should be submitted under the
Response File tab. What information should
be listed in Section 4.8?
Please see answer to Question 5.
13
Please confirm to whom at the City the
cover letter by the Consultant should be
addressed to?
Marlena Perez
14
Could the City please clarify if Section 5.6
Development Plan Check pertains to
Engineering, Building and Safety, Planning
Review, or all three?
The Development Plan Check only pertains to
Engineering. Building and Safety and Planning
Review are under different on-call contracts
at the City.
15
Section 4 of the RFP states that the response
file will be comprised of information
discussed in sections 4.1 through 4.8.
However, when the section requirements
are broken down there are only sections 4.1
through 4.7. Is there a requirement for
section 4.8 or was that a typo?
Please see answer to Question 5.
16
Exhibit "A" - There are five lines to be filled
on the Exhibit. It is understood that the first
line would be the printed name of the
"Consultant's Representative" as defined on
Page 10 of the Request for Statement of
Qualifications. The fourth line will be the
signature of the Consultant's
Representative, and the fifth line will be the
date of signature of the Consultant's
Representative. Please indicate as to what
information needs to be presented on the
second (Relationship to the City) and the
third line (Relationship to the Consultant).
Print name, indicate what your relationship
to the City is, i.e. current vendor, related to
any City staff….. or none, indicate what your
relationship is to the Consultant are you an
owner, related to staff….. or none, sign and
date
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 5 of 11
17
Exhibits "A" through "H", inclusive - It is
understood that Exhibits "A" through "H",
inclusive will need to be provided by the
consultant submitting the Statement of
Qualifications - Would submittal of any of
said Exhibits be required by any of the sub-
consultants that the consultant may retain
as part of the consultant's team? If so,
please indicate which Exhibit(s).
Exhibits A through G are only required for the
prime consultant. Exhibit H needs to be
provided for the prime and subconsultants.
18
On Page 16 of 30 - Section 5.6 - Last bullet
point - What will be the seal and signature
requirements of the professional engineers
who will be reviewing improvement plans
during the initial plan check period and
when the plans have received the seal and
signature of the professional engineers in
charge of preparation of the improvement
plans?
Improvement plans shall be reviewed by or
under the supervision of a California Licensed
Professional Engineer.
19
On Page 16 of 30 - Section 5.6 - Last bullet
point - Will the seal and signature of a
Professional Land Surveyor licensed in the
State of California or alternatively the seal
and signature of a Registered Civil Engineer
in the State of California authorized to
practice survey be required under the City
Surveyor's Statement on final tract and
parcel maps?
The last bullet point from Section 5.6 will be
removed and this task will be part of a
separate Proposal Request.
20
On Page 16 of 30 - Section 5.6 - Last bullet
point - It is understood that map review
services and review of legal descriptions and
plats will be conducted by a Professional
Land Surveyor licensed in the State of
California or a Registered Civil Engineer in
the State of California authorized to practice
survey. It is understood that the review of
improvement plans will be conducted by
registered professional engineers in the
State of California. Please clarify/ confirm.
See response to Questions 18 and 19.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 6 of 11
21
On Page 16 of 30 - Section 5.6 - Last bullet
point - Will the review of the final tract maps
and parcel maps be conducted by the
Development Plan Check consultant
selected for Section 5.6 functions, or will the
review of the final tract maps and parcel
maps be conducted by the Survey and
Mapping consultant selected for Section 5.1
functions? The final tract maps and parcel
maps, under City Surveyor's Statement,
require the signature of a Professional Land
Surveyor licensed in the State of California
or the signature of a Registered Civil
Engineer in the State of California
authorized to practice survey. Will the
signatures under City Surveyor's Statement
be made by the Development Plan Check
consultant selected under Section 5.6 or will
it be made by the Survey and Mapping
consultant selected for Section 5.1
functions?
Neither the consultant selected for 5.1 or 5.6.
This task will be revised to only include
“prepare tentative and final tract and parcel
maps.” See response to Question 19.
22
On Page 14 of 30 - Section 5.1 - Last bullet
point - Will the review of the final tract maps
and parcel maps be conducted by the
Survey and Mapping consultant selected for
Section 5.1 functions, or will the review of
the final tract maps and parcel maps be
conducted by the Development Plan Check
consultant selected for Section 5.6
functions? The final tract maps and parcel
maps, under City Surveyor's Statement,
require the signature of a Professional Land
Surveyor licensed in the State of California
or the signature of a Registered Civil
Engineer in the State of California
authorized to practice survey. Will the
signatures under City Surveyor's Statement
be made by the Survey and Mapping
consultant selected for Section 5.1 or will it
be made by the Development Plan Check
See response to Question 21.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 7 of 11
consultant selected under Section 5.6
functions?
23
On Page 11 of 30 - Section 4 - First bullet
point on the page - Sections 4.1 through 4.8
is referenced - Section 4.8 seems to be
missing.
See response to Question 5.
24
Will the City look to choose a variety of
different consultants than in previous
years? In other words, are all firms eligible
even if they have previously held the on call
contract?
Yes, all firms are eligible even if they have not
been on previous on-calls with the City.
25 How many consultants will you select in
each category?
See response to Question 8.
26
Are you able to share how much work was
given out during the past cycle….ie: value of
contracts given / how many projects, etc.
See response to Question 7. The City will not
be providing this information at this time.
However, the number of contracts given to
each consultant under the on-call as it is
based on the total contract value and not the
number of projects.
27 Can you provide a list of consultants who
currently hold the on call in each category?
The City will not be providing this information
at this time.
28
On RFQ page, 4th paragraph it states:
“Please submit responses for the following
sections to the associated section response
type tab in Planet Bids” In the bullet list after
the 4th paragraph it states: • Section 5.1
Surveying and Mapping – Submit under the
Section 5.1 tab. // • Section 5.2
Geotechnical Engineering and Material
Sampling/Testing – Submit under the
Section 5.2 tab. // • Section 5.3 General Civil
Engineering – Submit under the Section 5.3
tab. // • Section 5.4 Traffic Engineering and
Transportation Planning – Submit under the
Section 5.4 tab. // • Section 5.5
Construction Management and Inspection –
Submit under the Section 5.5 tab. // •
Section 5.6 Development Plan Check –
See response to Question 5.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 8 of 11
Submit under the Section 5.6 tab. // •
Section 5.7 Architectural Engineering –
Submit under the Section 5.7 tab. // •
Section 5.8 Landscape Architecture –
Submit under the Section 5.8 tab. // •
Section 5.9 Right of Way Coordination –
Submit under the Section 5.9 tab.” We
understand that we should only add
information for those services we want to
propose on; however, we have reviewed
the text in Section 5. DISCIPLINES AND
APPLCABLE SCOPE OF SERVICES from the
bottom of page 13 to the top of page 18,
and none of the text here seems to ask for
any information. QUESTION. Can you please
explain what, if anything, should be
submitted under the tabs for Section 5.1 to
5.9?
29
On RFQ 12, under 4.4 Firm
Experience/Qualifications that we are to
include in our SOQ it states: “The Consultant
shall demonstrate the Consultant’s
qualifications, experience, expertise, and
capability to perform the requirements of
this SOQ. The Consultant shall provide a
minimum of 6 representative projects that
have been completed within the last five
years, INCLUDING A CONTACT PERSON
(INCLUDING NAME, TITLE, PHONE NUMBER
AND EMAIL) AT THE AGENCY FOR WHOM
THE WORK WAS COMPLETED. EACH
EXPERIENCE SHALL INCLUDE A BRIEF
DESCRIPTION OF THE SCOPE
PERFORMED….” [emphasis in CAPS added]
However, on page 21 of the RFQ it states
“Exhibit H, Reference Worksheet, must be
complete and uploaded into the Planet Bid
system under the “Response Type” section
identified as “Exhibit H”. WHILE THE
REFERENCE WORKSHEET ACCOMPANIES
See response to Question 1.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 9 of 11
YOUR SOQ RESPONSE IT IS NOT TO BE
DISCUSSED IN ANY OTHER AREA OF THE
SOQ RESPONSE other than the “Response
Type, Exhibit H” in Planet Bids. Failure to
comply with the instruction will determine
the Consultants SOQ response as non-
responsive and be eliminated from
proceeding any further in the process.”
[emphasis in CAPS added], and Exhibit H on
page 20 of the RFQ asks for virtually the
same information (name, title, address,
phone number, email, and description of
services) as is requested in section 4.4.
QUESTION. These statements seem to
contradict each other with one asking that
we include project/client contact
information in section 4.4 of our SOQ and
the second saying that reference
information cannot be discussed a
30
On RFQ page, 4th paragraph it states:
“Please submit responses for the following
sections to the associated section response
type tab in Planet Bids: • Sections 4.1
through 4.8 – These sections shall be
compiled as one document with a title sheet
separating each numbered section. Submit
under the Response File tab.” However, the
numbered sections that follow only go up to
4.7. QUESTION. Is this a typo, and it should
read “• Sections 4.1 through 4.7”?
See response to Question 5.
31
The RFP mentioned that Section 4.1 - 4.8
should be submitted under the Response
File tab, should there be a 4.8? I do not see
this section in the RFP.
See response to Question 5.
32
Could you confirm what information you
would like to see in the discipline sections
(ie - include specific quals, resumes, org
chart - or should that all stay in section 4.1-
4.8)?
See response to Question 5.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 10 of 11
33
Our firm is interested in submitting an SOQ
for Discipline and Scope of Services 5.5. Our
firm does perform a majority of the services
provided in 5.5 under this on-call contract,
we do not perform all of them. Do we need
to be able to perform all services listed in
Discipline 5.5 (including those that may be
added), or may we submit the SOQ for the
services we do provide?
No, you do not need to perform all
disciplines, you can submit the SOQ for only
the scope of services you wish to provide.
Only include the scope of work for the
disciplines in Section 5.5 that you want to
perform.
34
How many firms will be selected for the On
Call list? Can you provide us with the current
names of the incumbents of this list.
See responses to Questions 8 and 27.
35
In Section 4.2, the SOQ requests a
comprehensive Table of Contents listing all
materials, exhibits, and supplemental
information. However, the instructions for
Exhibit H specify that it should only be
uploaded in the designated section of the
Planet Bid system and must not be
discussed in any other area of the SOQ
response. Should Exhibit H be included in
the Table of Contents, or should it be
excluded to comply with the restriction
against referencing it outside the
designated area?
All exhibits can be referenced in the TOC.
However, Exhibit H itself should only be
submitted under the portal for Exhibit H on
planet bids.
36
On page 11, Section 4 references Section
4.8; however, there does not appear to be
any additional references to this section
elsewhere in the document. Would you
please confirm if there is an additional
section that should be included for
consideration?
See response to Question 5.
37 Can you confirm whether or not building
inspection services are part of this RFQ?
See response to Question 14.
38
Where can I find the scope of work for
environmental consultants? I could not find
it in the SOQ.
This RFQ does not include environmental
consulting services. The City has a separate
On-Call for environmental services that is
held through the Planning Department.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 11 of 11
39
In section 5.6 Development Plan Check.
What discipline is the City looking for here?
For example, is the City looking to hire
different disciplines such as a landscape
architectural firm to provide plan checking
services for submitted landscape plans?
The primary discipline required for the tasks
listed under section 5.6 is Civil Engineering.
The City is interested in having the ability to
have different disciplines other than Civil
Engineering available, but cannot guarantee
the number of plan checks.
40
Please clarify what information is required
for submittal under the tabs for the Sections
5.1 - 5.9, since the required information
appears to be included in Sections 4.1-4.8?
Please confirm there is no section 4.8 - all as
shown on page 11 of 30 of RFQ..
See response to Question 5.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 16
EXHIBIT B
CONSULTANT PROPOSAL
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RFQ SUBMITTAL REQUIREMENTS:
• 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.
Submitted To:
City of
RANCHO CUCAMONGA
Submitted on PlanetBids
Submitted By:
TRANSTECH Engineers, Inc.
Contact Person for this Proposal:
Ahmad Ansari, PE, Principal
E: ahmad.ansari@transtech.org
C: 949-702-5612; O: 909-595-8599
www.transtech.org
STATEMENT OF QUALIFICATIONS
(SOQ) #24/25-501
FOR
VARIOUS ON-CALL SERVICES
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
Sections 4.1 – 4.7 4-0
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Statement of Qualifications
Tab: Response File
4.1 COVER LETTER / INTRODUCTION
4.2 TABLE OF CONTENTS
4.3 EXECUTIVE SUMMARY
4.4 FIRM EXPERIENCE/QUALIFICATIONS
4.5 THIRD-PARTY / SUBCONTRACTORS
4.6 STAFF RESUMES AND ORGANIZATION CHART
4.7 PROJECT MANAGEMENT APPROACH
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.1 COVER LETTER / INTRODUCTION 4-1
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
4.1 COVER LETTER / INTRODUCTION
January 13, 2025 (due date extended from Jan 6 to Jan 13 per Addendum 1)
City of RANCHO CUCAMONGA (Submitted on PlanetBids)
Attn. Marlena Perez
STATEMENT OF QUALIFICATIONS, (SOQ) #24/25-501, FOR VARIOUS ON-CALL SERVICES
Transtech is pleased to submit this Proposal for the subject services.
Established in 1989, Transtech (a California Corporation) is a multi-disciplinary engineering consulting firm.
Transtech has been in business for over 35 years. and is providing municipal services to approximately 90 public
agencies.
Our multi-disciplinary service capabilities include:
• City Engineer, City Traffic Engineer, Development Review,
Public Works Engineering, Plan Check, Inspection
• Civil Engineering,
• Staff Augmentation
• CIP Program and Construction Management and
Inspection
• Grant Writing and Federally Funded Project Management
• Labor Compliance, CDBG Project Management
• Building & Safety Services, Building Inspection, Plan
Check, Building Evaluations, City Building Official,
Code Enforcement
• Planning Support
• Traffic and Transportation Planning and Engineering
• Water Resources Engineering
• Surveying, Mapping, ALTA, ROW Eng
Transtech has a large pool of well experienced staff and resources readily available to provide requested
services, and respond to requests in a timely, efficient, and cost-effective manner. Our staff and resources
include approximately 250 staff, including engineers, project managers, designers, inspectors, construction
managers, traffic and transportation analysts, city engineers, city traffic engineers, building officials, plan
checkers, inspectors, permit technicians, engineers, project managers, designers, inspectors, construction
managers, traffic and transportation analysts, technicians, support personnel.
We have extensive experience working with Public Agencies/Cities in similar assignments. We are
accustomed to working with governmental agencies, and have a good understanding of public agency
issues, procedures, and policies. Several of our staff members are former City Engineers, Public Works
Directors.
Transtech is submitting for the following Service Categories:
• GENERAL CIVIL ENGINEERING
• TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING
• CONSTRUCTION MANAGEMENT AND INSPECTION
• DEVELOPMENT PLAN CHECK
Thank you for the opportunity to submit this SOQ. Should you have any questions, or require additional
information, please contact the undersigned.
Sincerely,
Ahmad Ansari, PE, Principal
E: ahmad.ansari@transtech.org
C: 949-702-5612; O: 909-595-8599
www.transtech.org
855.595.2495 (toll-free)
About Transtech Video
Highlight:
CLICK HERE
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.2 TABLE OF CONTENTS 4-2
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
4.2 TABLE OF CONTENTS
Our proposal is prepared in the format required in RFP Section 8. PROPOSAL FORMAT, which
contains proposal SECTIONS listed below in the same order as specified in the RFP.
SECTIONS (As specified In the RFP Section 8. PROPOSAL FORMAT) Page No.
Tab: Sections 4.1 – 4.7, Response File 4-0
4.1 COVER LETTER / INTRODUCTION 4-1
4.2 TABLE OF CONTENTS 4-2
4.3 EXECUTIVE SUMMARY 4-5
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-7
4.5 THIRD-PARTY / SUBCONTRACTORS 4-24
4.6 STAFF RESUMES AND ORGANIZATION CHART 4-25
4.7 PROJECT MANAGEMENT APPROACH 4-31
Tab: Section 5.1 5.1-0
Service Category: SURVEYING AND MAPPING
Transtech is not submitting for this Service Category.
However, if Transtech is selected for a service category which may require this specialty service as part of a specific project, Transtech
will bring a specialty subconsultant as necessary.
Tab: Section 5.2 5.2-0
Service Category: GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING
Transtech is not submitting for this Service Category.
However, if Transtech is selected for a service category which may require this specialty service as part of a specific project, Transtech
will bring a specialty subconsultant as necessary.
Tab: Section 5.3 5.3-0
Service Category: GENERAL CIVIL ENGINEERING
5.3.1 SERVICE CATEGORY SPECIFIC EXPERIENCE 5.3-1
5.3.2 SERVICE CATEGORY SPECIFIC PROJECT ORGANIZATION CHART 5.3-2
5.3.3 SERVICE CATEGORY SPECIFIC STAFF RESUMES 5.3-2
5.3.4 SERVICE CATEGORY SPECIFIC ADDITIONAL INFORMATION 5.3-6
Tab: Section 5.4 5.4-0
Service Category: TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING
5.4.1 SERVICE CATEGORY SPECIFIC EXPERIENCE 5.4-1
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.2 TABLE OF CONTENTS 4-3
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
5.4.2 SERVICE CATEGORY SPECIFIC PROJECT ORGANIZATION CHART 5.4-2
5.4.3 SERVICE CATEGORY SPECIFIC STAFF RESUMES 5.4-2
5.4.4 SERVICE CATEGORY SPECIFIC ADDITIONAL INFORMATION 5.4-6
Tab: Section 5.5 5.5-0
Service Category: CONSTRUCTION MANAGEMENT AND INSPECTION
5.5.1 SERVICE CATEGORY SPECIFIC EXPERIENCE 5.5-1
5.5.2 SERVICE CATEGORY SPECIFIC PROJECT ORGANIZATION CHART 5.5-7
5.5.3 SERVICE CATEGORY SPECIFIC STAFF RESUMES 5.5-8
5.5.4 SERVICE CATEGORY SPECIFIC ADDITIONAL INFORMATION 5.5-20
Tab: Section 5.6 5.6-0
Service Category: DEVELOPMENT PLAN CHECK
5.6.1 SERVICE CATEGORY SPECIFIC EXPERIENCE 5.6-1
5.6.2 SERVICE CATEGORY SPECIFIC PROJECT ORGANIZATION CHART 5.6-3
5.6.3 SERVICE CATEGORY SPECIFIC STAFF RESUMES 5.6-3
5.6.4 SERVICE CATEGORY SPECIFIC ADDITIONAL INFORMATION 5.6-7
Tab: Section 5.7 5.7-0
Service Category: ARCHITECTURAL ENGINEERING
Transtech is not submitting for this Service Category.
However, if Transtech is selected for a service category which may require this specialty service as part of a specific project, Transtech
will bring a specialty subconsultant as necessary.
Tab: Section 5.8 5.8-0
Service Category: LANDSCAPE ARCHITECTURE
Transtech is not submitting for this Service Category.
However, if Transtech is selected for a service category which may require this specialty service as part of a specific project, Transtech
will bring a specialty subconsultant as necessary.
Tab: Section 5.9 5.9-0
Service Category: RIGHT OF WAY COORDINATION
Transtech is not submitting for this Service Category.
However, if Transtech is selected for a service category which may require this specialty service as part of a specific project, Transtech
will bring a specialty subconsultant as necessary.
Tab: Exhibits A – G A- G-0
Exhibit A: CONFLICT OF INTEREST/ NON-DISCLOSURE STATEMENT A - G-1
(Submitted in Tab: Exhibit H)
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.2 TABLE OF CONTENTS 4-4
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Exhibit B: PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY A - G-2
Exhibit C: ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND
CERTIFICATION OF ABILITY TO PROVIDE AND MAINTAIN COVERAGES SPECIFIED A - G-4
Exhibit D: ADDENDUM ACKNOWLEDGEMENT A - G-6
Exhibit E: DEBARMENT and SUSPENSION CERTIFICATION FORM A - G-7
Exhibit F: PARTICIPATION CLAUSE A - G-8
Exhibit G: SIGNATURE OF AUTHORITY A - G-9
Exhibit H: REFERENCES WORKSHEET A - G -10
Tab: Exhibit H
Exhibit H H-0
Exhibit H: CONFLICT OF INTEREST/ NON-DISCLOSURE STATEMENT H-1
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.3 EXECUTIVE SUMMARY 4-5
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
4.3 EXECUTIVE SUMMARY
Company Profile:
Established in 1989, Transtech (a California Corporation) is a multi-disciplinary engineering consulting firm.
Transtech has been in business for over 35 years and is providing municipal services to approximately 90
public agencies.
Multi-Disciplinary Municipal Engineering Consulting Firm:
Transtech is a multi-disciplinary municipal engineering consulting firm. Our service capabilities include:
• City Engineer, City Traffic Engineer, Development Review,
Public Works Engineering, Plan Check, Inspection
• Civil Engineering,
• Staff Augmentation
• CIP Program and Construction Management and
Inspection
• Grant Writing and Federally Funded Project Management
• Labor Compliance, CDBG Project Management
• Building & Safety Services, Building Inspection, Plan
Check, Building Evaluations, City Building Official,
Code Enforcement
• Planning Support
• Traffic and Transportation Planning and Engineering
• Water Resources Engineering
• Surveying, Mapping, ALTA, ROW Eng
Experience in various types of Projects:
Transtech has experience in various types of projects, such as:
• Community Centers
• Libraries
• City Halls
• Fire Stations
• Renovation of Historic Buildings
• Parking Structures
• Street Rehabilitation and Reconstruction
• Traffic Signal and Street Lighting
• ADA Improvements
• Water, Drainage, Sewer Improvements
• Bridges Parks and Playgrounds
Large Pool of Staff with Diversified Experience:
Transtech has a large pool of well experienced staff and resources readily available to provide requested
services, and respond to requests in a timely, efficient, and cost-effective manner. Our staff and resources
include approximately 250 staff, including engineers, project managers, designers, inspectors, construction
managers, traffic and transportation analysts, city engineers, city traffic engineers, building officials, plan
checkers, inspectors, permit technicians, engineers, project managers, designers, inspectors, construction
managers, traffic and transportation analysts, technicians, support personnel.
Unique Qualifications:
One of the unique qualifications of Transtech is that we serve public agencies as municipal contract service
providers, including Contract City Engineer, City Traffic Engineer, Building Official, CIP Manager, Planner and
in other capacities.
Experience in Working with Public Agencies/Cities:
We have extensive experience working with Public Agencies/Cities in similar assignments. We are
accustomed to working with governmental agencies, and have a good understanding of public agency
issues, procedures, and policies. Several of our staff members are former City Engineers, Public Works
Directors.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.3 EXECUTIVE SUMMARY 4-6
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Experience in working with CALTRANS:
Our team includes experienced staff members who have worked for CALTRANS and are intimately familiar
with the standards and procedures, project development and approval process, and requirements. One of
our Sr. Staff Member is former Deputy Director of Caltrans District 7.
Experience in Federally Funded Projects:
We have extensive experience in the management and administration of federally funded projects. In the
past few years, we managed over 30 federally funded projects. Our staff members have completed Caltrans
Resident Engineer Academy for Federally Funded Projects. We follow guidelines and procedures of Caltrans
Local Assistance Procedures Manual (LAPM).
Proven Track Record in Obtaining Outside Grants:
Our team has proven track record in obtaining outside grants for its client cities. Our staff works with our client
cities to find potential funding sources, and to prepare competitive applications for various programs. We
have obtained extensive amount of funds for our client cities.
Service Philosophy:
Our service philosophy is defined by our unique “Customer Care” approach in delivering our services in High
Quality, Timely, Efficient and Customer Friendly manner:
Transtech is well known in providing Cost Effective Services on time with a customer friendly and responsive
approach.
Our services are founded on the principles of Total Quality Management for Total Customer Care.
Transtech understands the importance of being able to expedite certain projects, when requested, by the
City. Transtech has sufficient staff and resources to expedite projects.
We have a structured approach to execute projects in an efficient manner that makes Transtech capable
of providing the City with the highest quality product. Transtech has established guidelines and policies,
including written manuals on quality control, project management, and design procedures for its staff and
for its contract cities.
All telephone calls or e-mails received are returned within the same working day, or the following day. We
take pride in our “Same Day Response” motto.
Responsiveness is an integral part of Transtech’s “customer friendly” service approach.
We will strive to enhance the City’s image by public trust to be the most desirable community to live, invest
and conduct business.
Customer Care means highest quality customer service. Transtech is committed to providing “Customer
Care” to the City, City's patrons, responding quickly and effectively to the walk-in, telephone, and
electronic inquiries of the public related to our services.
Community Benefit Enhancement (CBE):
Supporting civic and community activities demonstrates Transtech’s commitment to the progress, health, and
well-being of the communities we serve. This is something that we take pride in as a company. In services and
partnership with our client Cities, we have a proven record of active engagement in City and Community
events. This includes involvement or presence at City programs or events, supporting local businesses through
the chamber, youth events, hosting workshops, sports, scholarship opportunities, community service,
managing homelessness challenges, public safety, crime prevention, or any other community benefit that
the City wishes us to be a part of.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-7
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
4.4 FIRM EXPERIENCE/QUALIFICATIONS
COMPANY PROFILE
Established in 1989, Transtech (a California Corporation) is a multi-disciplinary engineering consulting firm.
Transtech has been in business for over 35 years and is providing municipal services to approximately 90
public agencies.
Transtech is a multi-disciplinary municipal engineering consulting firm. Our service capabilities include:
• City Engineer, City Traffic Engineer, Development Review,
Public Works Engineering, Plan Check, Inspection
• Civil Engineering,
• Staff Augmentation
• CIP Program and Construction Management and
Inspection
• Grant Writing and Federally Funded Project Management
• Labor Compliance, CDBG Project Management
• Building & Safety Services, Building Inspection, Plan
Check, Building Evaluations, City Building Official,
Code Enforcement
• Planning Support
• Traffic and Transportation Planning and Engineering
• Water Resources Engineering
• Surveying, Mapping, ALTA, ROW Eng
Transtech has experience in various types of projects, such as:
• Community Centers
• Libraries
• City Halls
• Fire Stations
• Renovation of Historic Buildings
• Parking Structures
• Street Rehabilitation and Reconstruction
• Traffic Signal and Street Lighting
• ADA Improvements
• Water, Drainage, Sewer Improvements
• Bridges Parks and Playgrounds
EXAMPLES OF VARIOUS TYPES OF PROJECTS REPRESENTATIVE OF TRANSTECH’S DIVERSE
PROJECTS EXPERIENCE:
Washington Boulevard Widening and Reconstruction Project ($38M):
Transtech provided Construction Management, Resident Engineer,
Inspection, and Office Engineer Services. Located in the City of Commerce,
the project included roadway widening, pavement reconstruction, traffic
signals, street lighting, landscape, improvements along 2.7 miles of
roadway, including improvements at the I-5 and at 710 Freeways ramps.
Project funding included Federal, State TCIF-Trade Corridor Investment
Fund, METRO Measure R, C Funds. It was managed in compliance with
Caltrans LAPM. The project was also a Caltrans Oversight Project.
Rosemead Boulevard Improvements Project ($20M): Transtech provided
Construction Management, Resident Engineer, Inspection, and Office
Engineer Services. Located in the City of Temple City, the project included
protected bike lanes, traffic signals, street lighting, landscape,
improvements along 2 miles of roadway. Project funding included Project
funding included Federal, METRO Measure R and Prop C Funds. It was
managed in compliance with Caltrans LAPM.
Atlantic Boulevard Corridor Improvement Project ($4.5M): Transtech
provided Construction Management, Resident Engineer, Inspection, and
Office Engineer Services. Located in the City of Temple City, the project
included protected bike lanes, traffic signals, street lighting, landscape,
improvements along 1 mile of roadway. Project funding included METRO
Measure R, C Funds. It was managed in compliance with Caltrans LAPM.
The project was also a Caltrans Oversight Project.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-8
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Cactus Avenue and Nason Street Improvements and 135’ Span Bridge
Project ($21M): Transtech provided Construction Management, Resident
Engineer, Inspection, and Office Engineer Services. Located in the City of
Moreno Valley, the project included street widening and reconstruction,
culvert/bridge over flood control channel, utility relocation, traffic signals,
street lighting, landscape, improvements along 1.5 miles of roadway. The
project was part of the State Local Partnership Program SLPP Grant. It was
managed in compliance with LAPM.
State Rte 71/Mission Bl Grade Separation Project ($40M): Transtech provided
Construction Management, Resident Engineer, Inspection, and Office
Engineer Services. Located in the City of Pomona, the project included
construction of a bridge/grade separation. Project funding included
Federal Funds. Caltrans was the oversight/jurisdictional Agency. It was
managed in compliance with Caltrans LAPM
Bogert Trail Bridge Widening Project ($5M): Transtech provided Construction
Management, Resident Engineer, Inspection, and Office Engineer Services.
Located in the City of Palm Springs, the project included bridge widening,
retrofit, and beautification. Project funding included Federal Funds. It was
managed in compliance with Caltrans LAPM.
26th Street Rehab and Metrolink Station ($1M): Transtech provided
Construction Management, Resident Engineer, Inspection, and Office
Engineer Services. Located in the City of Commerce, the project included
improvements Metrolink Station platform, parking lot, landscape and
lighting. Project funding included Federal Funds. It was managed in
compliance with Caltrans LAPM.
ATP Citywide Crosswalk and Pedestrian Safety Improvement Project ($1.2M):
Located in the City of Cudahy, this project included safe routes to school
pedestrian safety improvements near schools and pedestrian activity
centers. Transtech provided construction management, resident engineer,
inspection, labor compliance and office engineer services.
City of Alhambra Civic Center Library Project ($30M): Transtech provided
plan check, inspection, construction management, and owner
representative services, the project included construction of a 45,000 SF
Library with an underground parking garage.
City of Whittier, Uptown Parking Structure (DBB, Design-Bid-Build Project,
Project Value: $12M): The project involved construction of a 4 story, 450 stall
parking structure, and includes elements such as bicycle and motorcycle
parking and provisions for future photovoltaic panels. The project was
delivered as DBB. Transtech served as Construction Manager. This project
is located in Whittier.
Renaissance Plaza ($15M): This project was located in the City of
Alhambra and included a parking structure, 10 plex movie theater, retail,
and plaza. Transtech served as the City’s Building Official, Plan Checker
and Inspector for this project including construction manager of the
parking structure, public plaza, and other improvements.
Rosewood Community Center ($25M): Transtech was retained by the City
of Commerce to take over the management of this multimillion-dollar
facility which was 2 years behind schedule. Within 5 months, Transtech
brought the construction to substantial completion level allowing the City
to start the move-in process, and 2 months after, the facility was opened
for public use.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-9
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Garfield Avenue Parking Structure ($8.5M): This project included a 5-story
level, 600 space parking structure as part of the Alhambra Redevelopment
Agency and Downtown Redevelopment. Transtech provided plan check,
inspection, construction management and owner representative services.
Riverside County Transportation Commission, Corona Main Street Metrolink
Parking Structure and Pedestrian Bridge (25M): This project is in Corona and
included 6 level, approximately 1,000 space parking structure, and a
pedestrian bridge over railroad tracks. Transtech provided inspection and
construction management services for the construction of this federally
funded project.
City of San Bernardino Santa Fe Depot/Metrolink Parking Structure and
Historic Santa Fe Depot Renovation Project ($25M): This project included
The Parking Structure involved the construction of a 3-level parking
structure for 350 cars. Historic Santa Fe Depot Renovation involved
renovation for adoptive reuse of 60,000 sf historical Santa Fe Train Depot.
City of Ontario, Great Park ($120M). Approx. 140 acre park site, including
various improvements such as park and playgrounds, stormwater capture
and infiltration infrastructure, amphitheater, various buildings, orchard, etc.
Project Phase 1-Site Haz-mat clean-up is completed.
City of West Covina, Friendship Park ($1M, CDBG Funding): New Park and
Playground.
Project received 2022 Projects of the Year APWA Award.
Award Category: Recreation and Athletic Facilities.
New, renovated, or modernized parks, outdoor theaters &
amphitheaters, playgrounds, sports facilities & fields, nature trails, and
aquatic facilities.
Link to Project Info: WEST COVINA FRIEND SHIP PARK
City of Temple City, Primrose Park ($4M, Prop 68 Funding): The project
included constructing a new park with playground, landscaping, parking
lot, concrete plaza, lighting, drainage, ADA improvements.
Temple City Park ($1M): The project included removing old park site and
constructing a new park with playground, landscaping, parking lot,
concrete plaza, lighting, drainage, ADA improvements.
Live Oak Park ($35M): This project is currently under construction and will be
completed in early 2025. The project included removing old park site and
constructing a new park with playground, landscaping, parking lot,
concrete plaza, lighting, drainage, ADA improvements.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-10
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
City of Bell, Pritchard Field Park Project ($4M, Prop 68 Funding): The project
includes construction of new park facility including installation of playground
equipment with rubberized safety surfacing, outdoor fitness equipment,
shade structures, prefabricated restroom/office building, picnic tables,
benches, trash receptacles, park lighting. Construction will commence in
June 2024.
City of South El Monte, Merced Avenue Greenway Improvements Project
($15M). The proposed improvements include Stormwater Capture And
Infiltration improvements, permeable pavers along Merced Avenue in South
El Monte. Project funding CNRA (Prop 68), Water Board (Prop 1), Measure
W (Rio Hondo), United States Bureau of Reclamation, and the Rivers and
Mountains Conservancy, for a combined total grant amount of $9.9 million,
Agency: CITY OF WEST COVINA
Project: Asteria Residential Development (Valuation $40 m). This development includes
158-unit residential homes.
Transtech is providing Building Official, Plan Check, Inspection, Permit Technician
Services. (Transtech also serves as City’s Contract City Engineer, City Traffic Engineer)
Agency: CITY OF CARSON
Project: The District at South Bay (Valuation $175 m). This development includes
Industrial Buildings on 73 acres with 5 industrial building with 1,499492 sq ft and Country
Mart project including five (5) restaurant / retail buildings, four (4) drive through
restaurants, and one (1) restroom facility building on an approximate 11-acre site.
There will be a park component with a performance pavilion, kids playground, event
lawn, dog park and gardens. The restroom facility will include public and family
restrooms to support the public open space.
Transtech is providing Building Official, Plan Check, Inspection, Permit Technician
Services.
Agency: CITY OF ALHAMBRA
Project: Main Street Collection (Valuation $23 m). This development includes 4-story
mixed-use project with 8,200 s ft retail space, 52 condos, 9 live/work units, 19
townhomes, and 6 shopkeeper units.
Transtech is providing Building Official, Plan Check, Inspection, Permit Technician
Services. (Transtech also serves as City’s Contract City Engineer, City Traffic Engineer)
Agency: CITY OF ONTARIO
Project: City’s Minor League Baseball Stadium and Parking Garage Project (Valuation
$100 M).
Transtech is providing Project Building Official, Plan Check, Inspection, Services.
Agency: SAN MANUEL BAND OF MISSION INDIANS TRIBE AND CASINO
Project: Casino Expansion/Development (Valuation $700 m): This project involves
Casino’s expansion program, which includes casino renovation, new hotel,
entertainment center, parking structure, pedestrian bridges, alignment of entry and
exit roads, and various other improvements.
Transtech is providing Building Official, Plan Check, Inspection, Services.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-11
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Agency: CITY OF AZUSA
Project: The Orchard Mix-Use-Development. (Valuation $55 m). The project included
Mixed-use project including 163 residential units, 23,000 S.F. of retail, Laemmle
Theater, and parking garage.
Transtech is providing Building Official, Plan Check, Inspection, Permit Technician
Services.
Agency: CITY OF COMMERCE
Project: Warehouse with Office Space Development (Valuation $20 m). This
development includes one-story of warehouse with mezzanines for office use of
114,898 square feet of total floor area in a 5.65-acre lot.
Transtech is providing Building Official, Plan Check, Inspection, Permit Technician
Services. (Transtech also serves as City’s Contract City Engineer, City Traffic Engineer)
Agency: CITY OF TEMPLE CITY
Project: Blossom Walk Residential Development (Valuation $6 m). This development
includes 24-unit condominiums and 4 single family homes.
Transtech is providing Building Official, Plan Check, Inspection, Permit Technician
Services. (Transtech also serves as City’s Contract City Engineer, City Traffic Engineer)
Agency: CITY OF BELL
Project: Residential Development. (Valuation $4 m). This development includes new
14 new two-story detached single-family dwellings.
Transtech is providing Building Official, Plan Check, Inspection, Permit Technician
Services.
Agency: CITY OF SOUTH EL MONTE
Project: Chico Residential Development (Valuation $15 m). This development includes
13 buildings with 70 residential units.
Transtech is providing Building Official, Plan Check, Inspection, Permit Technician
Services. (Transtech also serves as City’s Contract City Engineer, City Traffic Engineer)
Agency: CITY OF SOUTH PASADENA
Project: 820 Mission Development LLC (Project Value: $10M). This project is a new office
building with one residential unit above, new 15-unit townhome cluster with office
fronting Mission Street with one-level subterranean parking, convert existing 3-story
industrial building into 9 residential units, construct 13 townhome units.
Transtech is providing Building Official, Plan Check, Inspection, Permit Technician
Services.
Agency: SNOQUALMIE INDIAN TRIBE, WASHINGTON
Project: Casino expansion (Valuation $195 m). This development includes 5 phases
with 1,188,000 sq ft to include casino remodel, podium, hotel tower, parking structure,
valet parking.
Transtech is providing Project Building Official, Plan Check, Inspection, Services.
Agency: TEJON INDIAN TRIBE
Project: Hard Rock Casino and Resort (Valuation Phase I, Casino Valuation $800 M;
Valuation Phase II, 13 Story High-Rise Resort, Hotel and Hard Rock Love Entertainment
Menu, $12. Billion).
Transtech is providing Project Building Official, Plan Check, Inspection, Services.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-12
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
REFERENCES:
Following are references with representative services and projects:
CITY OF ONTARIO
Address: 1333 S. Bon View Avenue, Ontario CA, 91761
Contact: Dan Beers, Design & Construction–Principal Project Manager
T: 909-395-2806
E: Dbeers@ontarioca.gov
Service Duration: Started in 2024 – Ongoing Service
Services Provided: Capital Project Management, Construction Management, Inspection.
CITY OF ALHAMBRA
Address: 111 South First Street, Alhambra, CA 91801
Contact: Lucy Garcia, Assistant City Manager
T: 626-570-5032
E: lgarcia@cityofalhambra.org
Service Duration: Started in 1993 – Ongoing Service
Services Provided: Building & Safety Services (Building Official, Plan Check, Inspection, Permit Issuance);
City Engineering Services; Traffic Engineering; CIP Management; Federally Funded
Project Management; Engineering Design; Public Works Permit Inspections; Map
Check.
CITY OF COMMERCE
Address: 2535 Commerce Way, Commerce CA 90040
Contact: Vilko Domic, Assistant City Manager
T: 323-722-4805
E: vilkod@ci.commerce.ca.us
Service Duration: Started in 2015 – Ongoing Service
Services Provided: Building & Safety Services (Building Official, Plan Check, Inspection, Permit Issuance);
City Engineering Services; Traffic Engineering; CIP Management; Federally Funded
Project Management; Engineering Design; Public Works Permit Inspections; Map
Check.
CITY OF MONTEREY PARK
Address: 320 West Newmark Ave, Monterey Park, CA 91754
Contact: Inez Alvarez, City Manager
T: 626-307-1255
E: cmo@montereypark.ca.gov
Service Duration: Started in 2013 – Ongoing Service
Services Provided: Building & Safety Services (Building Official, Plan Check, Inspection, Permit Issuance);
City Engineering Services; Traffic Engineering; CIP Management; Federally Funded
Project Management; Engineering Design; Public Works Permit Inspections; Map
Check
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-13
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
CITY OF MONTEBELLO
Address: 1600 W. Beverly Boulevard, Montebello, CA 90640
Contact: Joseph Palombi, Planning & Community Development Director
T: 323-887-1200
E: JPalombi@montebelloca.gov
Service Duration: Started in 2022 – Ongoing Service
Services Provided: Building & Safety Services (Building Official, Plan Check, Inspection, Permit Issuance);
City Engineering Services; Traffic Engineering; CIP Management; Federally Funded
Project Management; Engineering Design; Public Works Permit Inspections; Map
Check
CITY OF ROSEMEAD
Address: 8838 Valley Boulevard, Rosemead, CA 91770
Contact: Ben Kim, City Manager
T: 626-569-2169
E: bkim@cityofrosemead.org
Service Duration: Started in 2022 – Ongoing Service
Services Provided: Building & Safety Services (Building Official, Plan Check, Inspection, Permit Issuance);
City Engineering Services; Traffic Engineering; CIP Management; Federally Funded
Project Management; Engineering Design; Public Works Permit Inspections; Map
Check
CITY OF SOUTH EL MONTE
Address: 1415 Santa Anita Avenue, South El Monte, CA 91733
Contact: Rene Salas, City Manager
T: 626-579-6540
E: rsalas@soelmonte.org
Service Duration: Started in 2018 – Ongoing Service
Services Provided: Building & Safety Services (Building Official, Plan Check, Inspection, Permit Issuance);
City Engineering Services; Traffic Engineering; CIP Management; Federally Funded
Project Management; Engineering Design; Public Works Permit Inspections; Map
Check
CITY OF WEST COVINA
Address: 1444 West Garvey Avenue South, West Covina, CA 91790
Contact: Paulina Morales, City Manager
T: 626-939-8401
E: pmorales@westcovina.org
Service Duration: Started in 2019 – Ongoing Service
Services Provided: Building & Safety Services (Building Official, Plan Check, Inspection, Permit Issuance);
City Engineering Services; Traffic Engineering; CIP Management; Federally Funded
Project Management; Engineering Design; Public Works Permit Inspections; Map
Check
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-14
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
FOLLOWING ARE FEW REFERENCE LETTERS:
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-15
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-16
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-17
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-18
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-19
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-20
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-21
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-22
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.4 FIRM EXPERIENCE/QUALIFICATIONS 4-23
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.5 THIRD-PARTY / SUBCONTRACTORS 4-24
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
4.5 THIRD-PARTY / SUBCONTRACTORS
Transtech is submitting for the following Service Categories, which are provided by in-house staff:
• GENERAL CIVIL ENGINEERING
• TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING
• CONSTRUCTION MANAGEMENT AND INSPECTION
• DEVELOPMENT PLAN CHECK
If specialty 3d party services are required on a project, Transtech will bring a specialty subconsultant as
necessary.
Following are specialty subconsultants we frequently work with:
• Funding / Labor Compliance Support: AVANT GARDE, Inc. (DBE/WBE Firm); www.agi.com.co
Established 15 years ago, Avant-Garde is a progressive full-service public agency firm. The firm is working with various
programs and projects throughout the entirety of Southern California, including counties of Los Angeles, Riverside,
Orange, and San Bernardino. Transtech works with Avant-Garde exclusively in many Cities for the administration of
Fed Funds and Labor Compliance.
• Geotechnical Engineering Support: GEO-ADVANTEC, Inc.; www.geoadvantec.com
Geo-Advantec offers comprehensive services in various areas from site feasibility evaluation thought project
completion for a wide range of projects and services, which include: Geotechnical Eng.; Eng. Geology;
Geotechnical Earthquake Eng.; Geotechnical Instrumentation; Pavement Eng.; Forensic Geotechnical Eng.; Grading
Monitoring and Field Testing; Soils & Materials Laboratory Testing; Special Inspection Services. Geo-Advantec owns a
certified laboratory accredited by AMRL (ASSHTO Materials Reference Laboratory), in conformity to the requirements
of the AASHTO Accreditation Program (AAP), AASHTO R-18, ASTM D3740 and ASTM E329; CCRL (Cement and
Concrete Reference Laboratory); Caltrans; DSA (the Department of the State Architects); Army Corp of Engineers.
• Landscape Architecture Support: WITHERS & SANDGREN, LTD; www.withersandsandgren.com
Withers & Sandgren has been involved in providing varying levels of support to Community Development Departments
for over twenty years. The firm has provided counter support for walk in plan reviews, been monthly Design Review
Committee attendees, as well as presenters with planning staff to Planning Commissions and City Councils.
• Survey Support: VANLENCO, Inc.; www.vanlenco.com
Vanlenco offers topographic surveying, mapping, terrestrial lidar, UAV services and right-of-way engineering.
Vanlenco has been working as one of Transtech’s subconsultants and providing support services on many projects.
• Environmental Consulting Support: ULTRA SYSTEM, Inc. (DBE/WBE Firm); www.ultrasystems.com
UltraSystems was established in 1994 as a consulting practice specializing in the California Environmental Quality Act
(CEQA) and the National Environmental Policy Act (NEPA), and to assist private industry and governmental agencies
navigate environmental regulations. The firm prepares and reviews CEQA and NEPA compliance documents and
supporting technical studies that include the following disciplines: air quality and greenhouse gas emissions, noise,
biological, cultural, land use, socioeconomic, hydrology, water supply and aesthetics. The projects have ranged in
complexity from categorical exemptions and categorical exclusions, to Negative Declarations (ND) and Mitigated
Negative Declarations (MND), to full Environmental Impact Reports (EIR) and Environmental Impact Statements (EIS).
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.6 STAFF RESUMES AND ORGANIZATION CHART 4-25
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
4.6 STAFF RESUMES AND ORGANIZATION CHART
KEY ORGANIZATION CHART:
Following is Key Staff Organization Chart.
(Note: A Service Category specific Project Organization Chart and Staff Resumes are provided in applicable service
category sections of the proposal.)
KEY STAFF RESUMES:
Following are Resumes of Key Staff Persons listed in the above Key Staff Organization Chart.
(Note: A Service Category specific Project Organization Chart and Staff Resumes are provided in applicable service
category sections of the proposal.)
AHMAD ANSARI, PE, Sr. Engineer
Education
• BS in Engineering, MBA
Registrations/Certifications
• Registered Civil Engineer
Highlights
Mr. Ansari has over 30 years of past experience in City and County Public Works.
He has a broad knowledge of municipal government operations, including preparation and
presentation of staff reports/resolutions to city councils, committees and interaction with
public, various city departments, city council and other governmental agencies.
Mr. Ansari has worked at several municipalities in Southern California, including:
AHMAD ANSARI, PE
Contract Principal
GENERAL CIVIL ENGINEERING
Service Lead
MICHAEL LLYOD, PE, TE, QSD/P
TRAFFIC ENGINEERING AND
TRANSPORTATION PLANNING
Service Lead
BAHMAN JANKA, TE (Engineering)
JANA ROBBINS, PTP (Planning)
CONSTRUCTION MANAGEMENT
AND INSPECTION
Service Lead
OKAN DEMIRCI, PE, QSD/P
DEVELOPMENT PLAN CHECK
Service Lead
MICHAEL ACKERMAN, PE, QSD/P
Transtech has a large pool of well experienced staff and resources readily available to provide requested services, and respond to requests in a
timely, efficient, and cost-effective manner. Our staff and resources include approximately 200 staff, including engineers, project managers,
designers, inspectors, construction managers, traffic and transportation analysts, city engineers, city traffic engineers, building officials, plan
checkers, inspectors, permit technicians, engineers, project managers, designers, inspectors, construction managers, traffic and transportation
analysts, technicians, support personnel.
AHMAD ANSARI, PE
Contract Principal
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.6 STAFF RESUMES AND ORGANIZATION CHART 4-26
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
• City of Moreno Valley- Public Works Director/City Engineer
• City of Rialto- Public Works Director/City Engineer
• City of Perris- Public Works Director
• City of Pomona- Deputy Public Works Director/Assistant City Engineer.
He has managed CIP Programs and Public Works Operations, and served as the responsible
in charge of numerous multi-disciplinary teams, including:
• Capital Improvement Program project management and delivery
• Real Property/Right of Way acquisition and management
• Traffic and Transportation engineering
• Private Development/Entitlement process review and approval
• Maintenance and Operations including roads, storm drains, sewers, parks, facilities, traffic
signals, signs/striping, fleet
• Special Districts, Landscape/Lighting Assessment
• Electric Utility
MICHAEL DAVID LLOYD, PE, TE, QSD, QSP, Sr. Engineer
Education
• MS Civil Engineering, Texas A&M University
• BS Civil Engineering, Southern Methodist University
• MS Public Policy, Georgetown University
Registrations/Certifications
• Licensed Civil Engineer; Licensed Traffic Engineer
Highlights
Mr. Lloyd has over 30 years of experience, including working in both public and private sector.
He has a broad knowledge of municipal government operations, including preparation and
presentation of staff reports/resolutions to city councils, committees and interaction with
public, various city departments, city council and other governmental agencies.
Mr. Lloyd’s public sector experience includes working for the City of Moreno Valley for 18
years. He has been responsible for the programming, designing and delivery of multi-
disciplinary capital improvement program projects, and served in various capacities in various
positions:
• Assistant City Manager-Development Oversaw the Public Works Department and
Community Development Department:
• Public Works Director/City Engineer:
• Engineering Division Manager/Assistant City Engineer:
• Senior Engineer
Mr. Lloyd’s private sector experience includes:
• Kimley-Horn and Associates, Inc., California
• Kimley-Horn and Associates, Inc., Texas
• Innovative Transportation Solutions, Inc.
GENERAL CIVIL ENGINEERING
Service Lead
MICHAEL LLYOD, PE, TE, QSD/P
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.6 STAFF RESUMES AND ORGANIZATION CHART 4-27
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
BAHMAN JANKA, TE, Sr. Traffic Engineer
Education
• MS, BS in Civil Engineering
Registrations/Certifications
• Registered Traffic Engineer
Highlights
Mr. Janka has over 35 years of experience in Traffic Engineering and Transportation Planning.
He is providing Contract Traffic Engineering Support at City of Temple City, City of Rosemead,
City of Monterey Park, City of South El Monte, City of Maywood, City of Alhambra, City of
Commerce, City of San Marino.
Mr. Janka’s public sector experience includes:
• City of Pasadena, California: Transportation Administrator/Deputy Director
• City of Santa Clarita, California: City Traffic Engineer
• City of Fremont, California: Associate Transportation Engineer
• City of Palo Alto, California: Associate Transportation Engineer
• Entranco Engineers, Bellevue, Washington: Transportation Engineer.
Professional Organizations/Committees
• Chaired (10 years) the Streets and Freeways Subcommittee of Metro and current member
• Former Chair of San Gabriel Valley Council of Governments’ (SGVCOG) Public Works
Technical Advisory Committee (TAC)
• Former President for Southern California Section of Institute of Transportation Engineers (ITE)
• Member of National Association of City Transportation Officials (NACTO)
• Member of American Public Works Association (APWA)
• Member of City and County Engineers Association (CCEA)
• Member of ITE’s Urban Traffic Engineering Council and Expert Witness Council
• Member of Association of Pedestrian and Bicycle Professionals (APBP)
• Member of City Traffic Engineers Association (CTE)
JANA ROBBINS, PTP, RSP, Sr. Transportation Planner (Director of Traffic Engineering and Transportation
Planning)
Education
• BA, Cal Poly Pomona
Registrations/Certifications
• Licensed Professional Transportation Planner
Highlights
Ms. Robbins has 30 years of experience. She serves as one of Transtech representatives at
various Cities, prepares traffic safety and calming studies, stop and signal warrants/studies,
traffic impact studies, traffic calming reports, parking studies, responds to requests from Public
and City Officials and attends Traffic Commission, Planning Commission, City Council Meetings
as well as Design Review Board meetings. On behalf of client Cities, reviews traffic impact
studies and parking analysis submitted by developers and represents contract Cities at
Commission meetings when these projects are reviewed. She works directly with staff in the
departments of public works, planning, engineering, and community development at each
client city. She attends community forums and neighborhood block meetings to discuss and
TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING
Service Lead
BAHMAN JANKA, TE (Traffic Engineering)
JANA ROBBINS, PTP (Planning)
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.6 STAFF RESUMES AND ORGANIZATION CHART 4-28
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
answer questions about current and future traffic conditions. She prepares traffic impact
studies for development projects in Southern California, which involves the coordination with
developers, as well as local and regional agencies.
As part of Transtech’s Municipal Services Contract, Ms. Robbins serves as the Transtech
representative for Traffic Engineering Services. In this capacity she prepares traffic safety and
calming studies, stop and signal warrants/studies, traffic impact studies, responds to City
requests, citizen complaints and attends Traffic Commission meetings. She also reviews traffic
impact studies submitted by developers, provides traffic study guidelines (scoping) to
consultants preparing TIA’s and represents the City at planning commission and council
meetings when these projects are reviewed and presented. Part of her duties also includes
assessing safety for pedestrians, buses and bicycles by reviewing master plans completed for
transit and bicycles as well as safe walk to school routes.
Under Transtech’s City Engineering/Traffic Engineering Contracts, Ms. Robbins provides Traffic
Engineering and Transportation Planning Support at:
• City of Temple City
• City of Rosemead
• City of Monterey Park
• City of South El Monte
• City of Maywood
• City of Alhambra
• City of Commerce
• City of San Marino:
OKAN DEMIRCI, PE, QSD, QSP, MBA, Sr. Engineer
Education
• BS in Engineering
Registrations/Certifications
• Licensed Civil Engineer
• QSD, QSP
• Caltrans Resident Engineer Academy
Highlights
Mr. Demirci has approximately 15 years of experience. Mr. Demirci serves as Assistant Public
Works Director, City Engineer, CIP Program Manager at Transtech’s Contract Cities and
provides technical and management support.
He has a broad knowledge of municipal government operations, including preparation and
presentation of staff reports/resolutions to city councils, committees and interaction with
public, various city departments, city council and other governmental agencies.
Mr. Demirci serves as Principal CIP Project/Construction Manager at various Transtech’s
Contract Cities and oversees the projects and assigned staff. Following are few examples of
projects where Mr. Demirci served in various capacities, including Project Manager,
CONSTRUCTION MANAGEMENT AND INSPECTION
Service Lead
OKAN DEMIRCI, PE, QSD/P
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.6 STAFF RESUMES AND ORGANIZATION CHART 4-29
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Construction Manager, Resident Engineer:
• City of Monterey Park:
o Parks & Rec Master Plan Development and Construction of Improvements at 13 parks.
Cost $1.5m
o Citywide Parking Lot Reconstruction and Various City Facility
Restoration/Maintenance. Cost $2.5m
• City of Temple City:
o City’s Annual Pavement Management Program: Prepared and managed City’s PMP
since 2015. $15m
o Pedestrian and Bike Safety Improvements Citywide (HSIP Federally Funded). Cost:
$1.5m
o Council Chambers Renovation and ADA Improvements Project. Cost $0.5m.
o Rosemead Safety and Enhancement and ADA Improvements Project. Cost $20m.
• City of South El Monte:
o HSIP Cycle 6 & 7 Program: Cost $3m
o Federal CDBG Program: Managed City’s FY 17/18, 18/19, 19/20 CDBG projects. Cost
$2m
• City of Norwalk:
o Firestone Blvd Traffic Signal Improvements Project, HSIP Cycle 7 (Federally Funded):
Traffic signal improvements. Cost: $2.0m.
o Alondra Blvd Traffic Signal Improvements Project, HSIP Cycle 7 (Federally Funded):
Traffic signal improvements Cost: $2.0m.
o Studebaker Rd Traffic Signal Improvements Project, HSIP Cycle 7 (Federally Funded):
Traffic signal improvements Cost: $2.0m.
• City of Maywood:
o Annual Pavement Rehabilitation. Cost: $2m.
o Streetlight LED Conversion Project. Cost: $1m
o Slauson Traffic Congestion Relief Project. Cost: $10m.
• City of Commerce:
o City’s Annual Pavement Management Program since 2015. Cost: $15m
o Washington Boulevard Widening and Reconstruction Project (Federally Funded). Cost:
$38m.
• City of Chino:
o Eastside Water Treatment Facility. Cost: $20m.
o Riverside Dr Street Rehab. Cost. $7.5m
o Citywide Alley Paving Improvements, Federally Funded (CDBG). Cost: $0.5m
o El Prado Rd Reconstruction Project. Cost: $3.0m
• City of Cudahy:
o Pedestrian Safety Improvements, (ATP Funded). Cost $1m
o Lugo Park, Soccer Field Project (CDBG Federally Funded). Cost $1.6m
MICHAEL ACKERMAN, PE, QSD, QSP, QISP, Sr. Engineer
Education
• BS in Engineering
DEVELOPMENT PLAN CHECK
Service Lead
MICHAEL ACKERMAN, PE, QSD/P
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.6 STAFF RESUMES AND ORGANIZATION CHART 4-30
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Registrations/Certifications
• Licensed Civil Engineer
• QSD, QSP, QISP
• RE Academy, Caltrans
• Water Pollution Control Compliance on Construction Sites for RE, Caltrans
• Construction Program Management Workshop, FHWA
• Field Office Procedures Course, Caltrans
• California Work Zone Inspection – High Speed, Caltrans
• Asphalt Concrete Inspection and Rehabilitation Strategies, Caltrans
Highlights
Mr. Ackerman has approximately 25 years of experience. His experience includes working at
public agencies, as well as in private consulting. At Transtech, he has been working as a Sr.
Engineer at various Transtech City Engineering Contracts. He has a broad knowledge of
municipal government operations, including preparation and presentation of staff
reports/resolutions to city councils, committees and interaction with public, various city
departments, city council and other governmental agencies.
Mr. Ackerman’s experience also includes working at various positions for public agencies
including:
• Caltrans:
Mr. Ackerman was a civil transportation engineer for Caltrans District 8 where he was
involved in the design and construction of various projects.
o Construction Division: In the Construction Division, Mr. Ackerman was Resident
Engineer for various projects, including:
o Watson Wash Bridge Replacement Right (Rte 40)
o Replacement of Drains and Earthwork (Rte 40)
o Fenner Overhead Bridge Replacement (Replacement of two bridges over BNSF
Railroad, Rte 40).
o Design Division: Designed plans, specifications, and estimates for the rehabilitation of
Route 10 freeway from the Riverside/San Bernardino County line to Beaumont.
o Traffic Operations Division: Performed studies and analyses to interpret and mitigate
above average accident volume areas on highways and freeways. Also, he
performed traffic studies.
• City of San Bernardino:
Mr. Ackerman worked at the City of San Bernardino as a Civil Engineer. He was involved
in many projects including Development Review and Plan Check, design and review of
Street Improvement Plans, Rough and Precise Grading Plans, Sewer Plans, Storm Drain
Plans, Street Lighting Plans, Storm Water Pollution Prevention Plans, Water Quality
Management Plans, Geotechnical Reports, and Hydrology/Hydraulic Studies, land
development, industrial, commercial, residential, and transportation development
projects including Tract and Parcel Maps. He also directed and performed plan check of
improvement plans submitted by developers to the City. Also, he represented the City of
San Bernardino at the South Tehachapi Management Team meetings, coordinated with
San Bernardino County Flood Control and FEMA for the certification of City levees and
updating of the Flood Insurance Rate Maps (FIRM), and oversaw permitting and tracking
of Land Development Projects through the Division of Public Works/Engineering. In
addition, Mr. Ackerman has worked intimately with Planning and Building and Safety
Divisions on Land Development Projects.
• City of Huntington Park:
Mr. Ackerman worked for the City as City Engineer. He was responsible for the engineering
operations, plan check, CIP Management.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Sections 4.1 – 4.7, Response File
4.7 PROJECT MANAGEMENT APPROACH 4-31
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
4.7 PROJECT MANAGEMENT APPROACH
Structured Approach:
We have a structured approach to execute projects in an efficient manner that makes Transtech capable
of providing the Agency with an efficient and quality product. Transtech has established guidelines and
policies, including written manuals on quality control, project management, and design procedures for its
staff and for its contract cities. These guidelines ensure a consistent approach to the execution of assignments
undertaken by our organization in compliance with Agency’s specific procedures, standards and
requirements. The following paragraphs describe our general approach to deliver projects in an efficient
and cost-effective manner. A project specific approach will be provided for each assigned project and will
become part of the specific contract for the specific project.
• Project Management: Our approach is to provide proactive management and attempt to identify potential issues
and problems in advance and take corrective actions before they become problems. This requires extensive hands-
on knowledge, experience and management skills of the people involved in managing the project. Our team
members have extensive experience and proven track record in managing large and complex projects and bringing
them to a completion on time and within budget.
• Approach to Cost Control and Change Orders: We evaluate project costs and develop feasible mitigation measures
to minimize additional costs. We work as a team to solve problems or make modifications in the field to address
unforeseen conditions or owner generated changes in a cost-effective manner.
• Approach to Scheduling and Timely Completion of Project and Schedule Recovery: The baseline schedule should
properly identify the project scope, critical path, project milestones, target dates, phases and sequences of work,
and activity durations. When significant activities show that they are slipping from the baseline, we work with the
contractor to develop recovery plans.
• Management of Documents: We use an electronic file management system. All construction forms, daily dairies,
weekly statement of working days, etc. are stored in our electronic file system, and are per Caltrans documentation
system. We provide these documents at the end of the project to the client in organized files as well as pdf files.
• Safety and Security: We hold meetings with the contractor to review and discuss safety and security requirements,
OSHA conformance, emergency security and safety procedures, and enforce security and safety responsibilities.
• Funding Closeout: We prepare necessary closeout documentation required by the funding agencies, submit final
reimbursement documentation, follow-up on the reimbursements, and final funds balance report.
• Project Closeout: We recognize that closeout is an important part of the construction process. It signifies that the new
facility structure is ready to use. We methodically handle all closeout tasks to ensure a smooth transition from
construction to occupancy.
• Electronic common project information and file sharing platform: We create and provide access to project
participates a common project information and file sharing platform.
Customer Care and Responsive Service Approach:
Our services are founded on the principals of Total Quality Management for Total Customer Care and Satisfaction.
All telephone calls or e-mails received are returned within the same working day, or the following day. We take pride
in our “Same Day Response” motto.
Transtech also provides a 24-hour emergency contact number to its clients.
Customer Care means highest quality customer service. Transtech is committed to providing “Customer Care” to the
Agency, Agency 's patrons, including responding quickly and effectively to the walk-in, telephone, and electronic
inquiries of the public related to our services. Responsiveness is an integral part of Transtech’s “Customer Care” service
approach.
Our Contract Principal will meet with the Client’s Project Manager frequently for service evaluation and address any
areas for improvements.
Responsiveness is an integral part of Transtech’s “customer friendly” service approach. While our service is always on
an “as needed” basis, our responsiveness is on “full-time” basis.
Transtech understands the importance of being able to expedite certain projects, when requested, by the Agency.
(Note: A Service Category specific Approach is provided in each applicable service category section of
the proposal under SERVICE CATEGORY SPECIFIC ADDITIONAL INFORMATION)
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: 5.6
Service Category: DEVELOPMENT PLAN CHECK 5.6-0
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Statement of Qualifications
Tab: Section 5.6
Service Category:
DEVELOPMENT PLAN CHECK
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: 5.6
Service Category: DEVELOPMENT PLAN CHECK 5.6-1
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
5.6.1 SERVICE CATEGORY SPECIFIC EXPERIENCE
One of the unique qualifications of Transtech is that we serve public agencies as municipal contract service
providers. We serve as Building Official, Building Plans Examiner, Building Inspector, Permit Technician, Building
Code Enforcement, City Engineer, City Traffic Engineer, Development/Engineering Map/Plan Checker, Public
Works/Permit Inspector, CIP Manager, Construction Manager, Construction Inspector, Designer, Federally
Funded Project Manager and in other capacities for a number of public agencies.
Transtech’s Plan Check and Inspection Capacity in numbers:
• We maintain and manage electronic plan submittal portals for over 25 cities.
• In 2023, we processed and reviewed approximately 11,000 projects with 76,000
documents and performed approximately 52,000 inspections.
Sample Projects
Agency: CITY OF WEST COVINA
Project: Asteria Residential Development (Valuation
$40 m). This development includes 158-unit residential
homes.
Transtech provided following services:
• Establishing conditions of approval and
coordination with the Planning Staff for the
entitlement of the project.
• Building Plan Check and Inspection.
• Engineering Plan, Map Check and Inspection.
Transtech serves as the City’s Contract Building Official,
City Engineer, City Traffic Engineer.
Agency: CITY OF SOUTH EL MONTE
Project: Chico Residential Development (Valuation $15
m). This development includes 13 buildings with 70
residential units.
Transtech provided following services:
• Establishing conditions of approval and
coordination with the Planning Staff for the
entitlement of the project.
• Building Plan Check and Inspection.
• Engineering Plan, Map Check and Inspection.
Transtech serves as the City’s Contract Building Official,
City Engineer, City Traffic Engineer.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: 5.6
Service Category: DEVELOPMENT PLAN CHECK 5.6-2
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Agency: CITY OF COMMERCE
Project: Warehouse with Office Space Development
(Valuation $20 m). This development includes one-
story of warehouse with mezzanines for office use of
114,898 square feet of total floor area in a 5.65-acre lot.
Transtech provided following services:
• Establishing conditions of approval and
coordination with the Planning Staff for the
entitlement of the project.
• Building Plan Check and Inspection.
• Engineering Plan, Map Check and Inspection.
Transtech serves as the City’s Contract Building Official,
City Engineer, City Traffic Engineer.
Agency: CITY OF ALHAMBRA
Project: Main Street Collection (Valuation $23 m). This
development includes 4-story mixed-use project with
8,200 s ft retail space, 52 condos, 9 live/work units, 19
townhomes, and 6 shopkeeper units.
Transtech provided following services:
• Establishing conditions of approval and
coordination with the Planning Staff for the
entitlement of the project.
• Building Plan Check and Inspection.
• Engineering Plan, Map Check and Inspection.
Transtech serves as the City’s Contract Building Official,
City Engineer, City Traffic Engineer.
Agency: CITY OF TEMPLE CITY
Project: Blossom Walk Residential Development
(Valuation $6 m). This development includes 24-unit
condominiums and 4 single family homes.
Transtech provided following services:
• Establishing conditions of approval and
coordination with the Planning Staff for the
entitlement of the project.
• Building Plan Check and Inspection.
• Engineering Plan Check and Inspection.
Transtech serves as the City’s Contract Building Official,
City Engineer, City Traffic Engineer.
Agency: CITY OF WEST COVINA
Project: Medical Center Building (Valuation $20 m). This
project is a new Medical Office Building of
approximately 55,000 sf that will operate 24/7
providing a radiation oncology department and
infusion department.
Transtech provided following services:
• Establishing conditions of approval and
coordination with the Planning Staff for the
entitlement of the project.
• Building Plan Check and Inspection.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: 5.6
Service Category: DEVELOPMENT PLAN CHECK 5.6-3
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
• Engineering Plan, Map Check and Inspection.
Transtech serves as the City’s Contract Building Official,
City Engineer, City Traffic Engineer.
5.6.2 SERVICE CATEGORY SPECIFIC PROJECT ORGANIZATION CHART
5.6.3 SERVICE CATEGORY SPECIFIC STAFF RESUMES
MICHAEL ACKERMAN, PE, QSD, QSP, QISP, Sr. Engineer
Education
• BS in Engineering
Registrations/Certifications
• Licensed Civil Engineer
• QSD, QSP, QISP
• RE Academy, Caltrans
• Water Pollution Control Compliance on Construction Sites for RE, Caltrans
• Construction Program Management Workshop, FHWA
MICHAEL ACKERMAN, PE, QSD/P, QISP Sr. Engineer
20 yrs of experience.
Serves as PM, Plan Checker at various TT Contract Cities.
Prior experience includes working for public agencies and
Caltrans.
AZITA FAKOORBAYAT, PE
Sr. Engineer
30 yrs of experience.
Serves as City Eng., PM, Plan Checker at
various TT Contract Cities.
Prior experience includes working for public
agencies as Sr. Eng, PM, Assist. City Eng.
JEFFREY KAO, PE, CASp, CBO Sr. Engineer
20 yrs of experience.
Serves as Plan Checker at various TT
Contract Cities.
Prior experience includes working as a
structural engineer.
JOSEPH DEPERALTA, PE, QSD Sr. Engineer
30 yrs of experience
Serves as Plan Checker at various TT
Contract Cities.
DAVID RAGLAND, PE, PLS, QSD/P, QISP Sr. Engineer
35 yrs of experience
Licensed Civil engineer and Land Surveyor.
Diverse experience in a wide variety of
projects.
CARLOS PINEDA, PE, QSD/P, LEED
Sr. Engineer
30 yrs of experience
Serves as Plan Checker at various TT
Contract Cities.
MICHAEL DAVID LLOYD, PE, TE, QSD/P
Sr. Engineer
Prior experience includes working for public
agencies, including as PW Director, City Engineer,
Engineering Manager, CIP Manager.
30 yrs of experience.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: 5.6
Service Category: DEVELOPMENT PLAN CHECK 5.6-4
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
• Field Office Procedures Course, Caltrans
• California Work Zone Inspection – High Speed, Caltrans
• Asphalt Concrete Inspection and Rehabilitation Strategies, Caltrans
Highlights
Mr. Ackerman has approximately 25 years of experience. His experience includes working at
public agencies, as well as in private consulting. At Transtech, he has been working as a Sr.
Engineer at various Transtech City Engineering Contracts. He has a broad knowledge of
municipal government operations, including preparation and presentation of staff
reports/resolutions to city councils, committees and interaction with public, various city
departments, city council and other governmental agencies.
Mr. Ackerman’s experience also includes working at various positions for public agencies
including:
• Caltrans:
Mr. Ackerman was a civil transportation engineer for Caltrans District 8 where he was
involved in the design and construction of various projects.
o Construction Division: In the Construction Division, Mr. Ackerman was Resident
Engineer for various projects, including:
o Watson Wash Bridge Replacement Right (Rte 40)
o Replacement of Drains and Earthwork (Rte 40)
o Fenner Overhead Bridge Replacement (Replacement of two bridges over BNSF
Railroad, Rte 40).
o Design Division: Designed plans, specifications, and estimates for the rehabilitation of
Route 10 freeway from the Riverside/San Bernardino County line to Beaumont.
o Traffic Operations Division: Performed studies and analyses to interpret and mitigate
above average accident volume areas on highways and freeways. Also, he
performed traffic studies.
• City of San Bernardino:
Mr. Ackerman worked at the City of San Bernardino as a Civil Engineer. He was involved
in many projects including Development Review and Plan Check, design and review of
Street Improvement Plans, Rough and Precise Grading Plans, Sewer Plans, Storm Drain
Plans, Street Lighting Plans, Storm Water Pollution Prevention Plans, Water Quality
Management Plans, Geotechnical Reports, and Hydrology/Hydraulic Studies, land
development, industrial, commercial, residential, and transportation development
projects including Tract and Parcel Maps. He also directed and performed plan check of
improvement plans submitted by developers to the City. Also, he represented the City of
San Bernardino at the South Tehachapi Management Team meetings, coordinated with
San Bernardino County Flood Control and FEMA for the certification of City levees and
updating of the Flood Insurance Rate Maps (FIRM), and oversaw permitting and tracking
of Land Development Projects through the Division of Public Works/Engineering. In
addition, Mr. Ackerman has worked intimately with Planning and Building and Safety
Divisions on Land Development Projects.
• City of Huntington Park:
Mr. Ackerman worked for the City as City Engineer. He was responsible for the engineering
operations, plan check, CIP Management.
MICHAEL DAVID LLOYD, PE, TE, QSD, QSP, Sr. Engineer
Education
• MS Civil Engineering, Texas A&M University
• BS Civil Engineering, Southern Methodist University
• MS Public Policy, Georgetown University
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: 5.6
Service Category: DEVELOPMENT PLAN CHECK 5.6-5
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Registrations/Certifications
• Licensed Civil Engineer; Licensed Traffic Engineer
Highlights
Mr. Lloyd has over 30 years of experience, including working in both public and private sector.
He has a broad knowledge of municipal government operations, including preparation and
presentation of staff reports/resolutions to city councils, committees and interaction with
public, various city departments, city council and other governmental agencies.
Mr. Lloyd’s public sector experience includes working for the City of Moreno Valley for 18
years. He has been responsible for the programming, designing and delivery of multi-
disciplinary capital improvement program projects, and served in various capacities in various
positions:
• Assistant City Manager-Development Oversaw the Public Works Department and
Community Development Department:
• Public Works Director/City Engineer:
• Engineering Division Manager/Assistant City Engineer:
• Senior Engineer
Mr. Lloyd’s private sector experience includes:
• Kimley-Horn and Associates, Inc., California
• Kimley-Horn and Associates, Inc., Texas
• Innovative Transportation Solutions, Inc.
AZITA FAKOORBAYAT, PE, Sr. Engineer
Education
• BS in Civil Engineering
Registrations/Certifications
• Registered Civil Engineer
Highlights
Ms. Fakoorbayat has over 25 years of experience. She has a broad knowledge of municipal
government operations, including preparation and presentation of staff reports/resolutions to
city councils, committees and interaction with public, various city departments, city council
and other governmental agencies.
Recent Experience with Transtech’s contract Cities:
Contract CIP Project Manager, City of Chino: As contract CIP Project Manager, coordinate
various CIP projects throughout project design phase, including concrete, asphalt, storm drain,
sewer, water, grading, traffic signal, accessibility. Conduct design review, PS&E review,
constructability and biddability review, and manage design phase of various CIP projects, and
manage and coordinate various CIP projects with various design engineers to ensure project
design phases are completed within time and budget, and proceed with construction.
Public Agency Experience:
• Principal Engineer, City of Costa Mesa, CA
• As Principal Engineer, perform a broad range of highly complex and professional
• Civil Engineer I, Pierce County Public Works Utilities and Transportation
• Services, Design Section, Tacoma, WA
• Assistant City Engineer, City of Sumner, Sumner, WA
Private Consulting Experience:
• Senior Project Manager, Afb Group, Laguna Niguel, Ca
• Senior Project Manager, Berryman & Henigar, Santa Ana, Ca
• Project Manager, CNC Engineering, Newport Beach, Ca
• Senior Design Engineer/ Project Manager, Harding Lawson Associates Group Inc., Bellevue,
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: 5.6
Service Category: DEVELOPMENT PLAN CHECK 5.6-6
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Wa
DAVID RAGLAND, PE, PLS, QSD, QSP, Sr. Engineer
Education
• Humboldt State University, CA, Bachelor of Science
Registrations/Certifications
• Registered Civil Engineer
• Licensed Land Surveyor
Highlights
Mr. Ragland is a civil engineer and land surveyor has over 30 years of diverse experience in a
wide variety of projects in civil engineering. He has managed numerous multi-disciplinary
teams dealing with the planning, engineering, entitlement, environmental permitting,
development and construction of urban and rural development, and public works projects.
His experience also includes special emphasis on complex grading and hillside developments
(has worked on the civil engineering and development of more than 40,000 acres of hillside
properties), preparation of due diligence and project feasibility analysis, through conceptual
planning and design to entitlement and construction.
CARLOS A. PINEDA, PE, QSD, QSP, LEED, Sr. Engineer
Education
• BS in Civil Engineering,
Registrations/Certifications
• Registered Civil Engineer
Highlights
Mr. Pineda has over 30 years of experience in civil engineering and project management. He
has extensive experience working for both private and public sectors. He has participated on
numerous multi-disciplinary teams dealing with the planning and development of civil and
traffic engineering, urban and rural development, and public works projects. He has served
as Principal Project Manager for a variety of projects. Public works design experience covers
a wide variety of projects, including the improvement of major arterials, secondary highways
and collectors, flood control and drainage projects, water and waste water projects, ADA
retrofit, and safe routes to school projects. He has a good understanding and knowledge of
municipal government operations, including preparation and presentation of staff
reports/resolutions to city councils, committees and interaction with public, various city
departments, city council and other governmental agencies. Private sector design
experience covers a wide range of projects including residential master planned communities
and “in tract” residential improvements. In-tract residential improvements included the design
and construction of domestic and reclaimed water infrastructure to serve the new
developments.
JEFFREY KAO, PE, CBO, CASp, ICC Certified Building Official, Plans Examiner and Inspector
Education
• MS, BS Civil Engineering, Cal Poly
Registrations/Certifications
• Registered Civil Engineer; CASp
• ICC Certified Building Official, California Building Plans Examiner, CalGreen Inspector,
CalGreen Plans Examiner, Mechanical Plans Examiner, Plumbing Plans Examiner, Building
Inspector
Highlights
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: 5.6
Service Category: DEVELOPMENT PLAN CHECK 5.6-7
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Mr. Kao has over 20 years of experience and has been working at Transtech as Deputy Building
Official, Senior Plans Examiner, On-Site Over the Counter Plans Examiner and performed plan
checks for a variety of residential and commercial projects in Cities of Alhambra, South
Pasadena, and Temple City. Mr. Kao has broad knowledge of building and safety operations,
including working in the capacity of Deputy Building Official and Plans Examiner. His past
experience includes working as a structural engineer for 4 years at a structural design firm.
JOSEPH DEPERALTA, PE, QSD, Sr. Engineer
Education
• BS in Civil Engineering
Registrations/Certifications
• Registered Civil Engineer
Highlights
Mr. Peralta has approximately 30 years of experience. His experience includes working as
contract/consultant City Engineer, Plan Checker, Design Engineer for various Cities. His
experience includes dealing, coordinating and navigating thru the permitting processes with
municipal, county and state level and other governmental agencies, architects and
consultant, utility companies, and regional entities, including Caltrans, Water Quality Board,
AQMD, US Corps of Engineers, Department of Fish and Game, Union Pacific Railroad and
others.
5.6.4 SERVICE CATEGORY SPECIFIC ADDITIONAL INFORMATION
Plan Check Approach:
Our service philosophy is defined by our unique “Customer Care” approach in delivering our services in an
efficient, cost-effective, timely and customer friendly manner:
Transtech is well known in providing Cost Effective Services on time with a customer friendly and responsive approach.
Our services are founded on the principles of Total Quality Management for Total Customer Care.
We have a structured approach to execute projects in an efficient manner that makes Transtech capable of
providing the City with the highest quality product.
We start by working with the applicant early on and during plan review to help them prepare a set of plans which
have all of the required information clearly and logically presented.
Additionally, we never hesitate to make suggestions which help eliminate complicated details, reduce construction
costs, and/or provide details which are easy to verify in the field. Experience has taught us well that inspection time
and applicant frustration can both be substantially reduced, while increasing overall compliance, by producing a
better set of plans during the plan review process. And in the case of homeowners, this policy often demonstrates
early on that the City really is truly a partner in a process that can often be a source of stress and tension for many
applicants, and we fully understand that.
This policy reduces the number of plan review rechecks required, allows the applicant to obtain a permit much
sooner, and reduces the overall time our staff is required to spend on that particular plan.
Transtech provides all plan check comments on electronic files. All plan check comments are provided on pdf
format electronically, as well as hard copies. Plan review corrections are written clearly and are fully detailed to
explain the Code deficiency.
To help the applicant better understand the problem, Transtech provides as much information during plan review as
possible. We believe that if the applicant has a clear understanding of the problem, he or she can take the necessary
steps to correct the condition. This policy reduces the number of plan review rechecks required, allows the applicant
to obtain a permit much sooner, and reduces the overall time our staff is required to spend on that particular plan.
Unclear and/or cryptic corrections are never written, and all correction lists, except those written over the counter,
are typed and printed on a laser printer.
Our plan checkers confer early on and respond to questions from the architect, engineer, designer, applicant, etc.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: 5.6
Service Category: DEVELOPMENT PLAN CHECK 5.6-8
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
When requested, our plan checkers also meet with the architect, engineer, designer, applicant, etc. at our offices to
answer questions or for rechecks where the plan corrections.
Our policy is to assist the architect, engineer, designer, applicant, etc. as much as possible, which helps eliminate
complicated details, reduce construction costs, and/or provide details which are easy to verify in the field.
All telephone calls or e-mails received are returned within the same working day, or the following day. We take pride
in our “Same Day Response” motto.
Responsiveness is an integral part of Transtech’s “customer friendly” service approach.
We will strive to enhance the City’s image by public trust to be the most desirable community to live, invest and
conduct business.
Customer Care means highest quality customer service. Transtech is committed to providing “Customer Care” to the
City, City's patrons, responding quickly and effectively to the walk-in, telephone, and electronic inquiries of the public
related to our services.
Plan Check Processing:
When a plan check order is received, it is logged and reviewed by Building Staff and then assigned to
applicable plan checkers. The plan check duration is monitored thru the plan check log data base, which
generates messages at identified intervals to inform plan checker and supervising Sr. Staff so that they are
aware of how the progress and status continuously. If any potential delay is monitored, necessary steps are
taken, such as meeting with plan checker to review the schedule, workload, performance, and identify
actions, including assigning additional staff, if necessary, to ensure timely completion of assignment.
Plan Check Coordination:
Our plan checkers respond to questions from the architect, engineer, designer, applicant, etc. When
requested, our plan checkers also meet with the architect, engineer, designer, applicant, etc. at our offices
to answer questions or for rechecks.
• Our policy is to assist the architect, engineer, designer, applicant, etc. as much as possible, which helps
eliminate complicated details, reduce construction costs, and/or provide details which are easy to verify
in the field. This pro-active approach reduces inspection time and questions, and applicant frustration,
while increasing overall compliance, by producing a better set of plans during plan review process.
Especially, when the applicant is a homeowner trying to improve his/her property, this policy often
demonstrates early on that the City really is here to help.
Approach to Meeting with Applicants:
Our staff is available to applicants by phone and through email or through virtual meeting for questions or
available to meet for rechecks if necessary. Our policy is to meet with applicants virtually via TEAMS or ZOOM
or when necessary, at City Hall, but we also have an available facility at our office meetings with applicants.
Expedited/Off-Business Hours/Weekend Services:
If the City receives a request from applicants for expedited plan check services, Transtech staff is able to
provide additional resources to accommodate such a request. If the City requests inspection services,
Transtech staff will provide additional resources to accommodate inspection requests during off business
hours and weekends.
Quick Turn Around and Expedited Service:
Transtech will provide plan checks on a quick turn-around schedule. Transtech also provides expedited
service when requested. Applicant will be able to see online on real time the progress of plan check
submittals.
Weekend, Holiday & Atter Work Inspection:
Transtech is readily available and has the resources to provide weekend, holiday, and after-work hour
inspections as requested by the City Manager or designee.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: 5.6
Service Category: DEVELOPMENT PLAN CHECK 5.6-9
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Electronic Plan Check:
• Transtech provides Electronic Plan Check. Please click here for a sample of our electronic plan check
portal at one of our contract Cities.
• We offer electronic plan check submittal portal to our client cities at no cost.
Virtual Counter:
We offer virtual meetings with plan checkers. Please click here to explore the virtual plan check counter
appointment calendar for one of the Cities,
Quick Turn Around Time and Expedited Services / Expedited/Off-Business Hours/Weekend Services:
Transtech will provide plan checks on a quick turn-around schedule. Transtech also provides expedited
service when requested. If the City receives a request from applicants for expedited plan check services,
Transtech staff will provide additional resources to accommodate such a request. If the City requests
inspection services, Transtech staff will provide additional resources to accommodate inspection requests
during off business hours and weekends.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: 5.6
Service Category: DEVELOPMENT PLAN CHECK 5.6-10
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Following are sample snap shots of various types of electronic plan checks.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Exhibits A - G
Exhibits A – G Exhibits A - G-0
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Statement of Qualifications
Tab: Exhibits A - G
Exhibits A – G
Exhibit A:
CONFLICT OF INTEREST/ NON-DISCLOSURE STATEMENT
(Submitted in Tab: Exhibit H)
Exhibit B:
PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY
Exhibit C:
ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED
Exhibit D:
ADDENDUM ACKNOWLEDGEMENT
Exhibit E:
DEBARMENT and SUSPENSION CERTIFICATION FORM
Exhibit F:
PARTICIPATION CLAUSE
Exhibit G:
SIGNATURE OF AUTHORITY
Exhibit H:
REFERENCES WORKSHEET
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Exhibits A - G
Exhibits A – G Exhibits A - G-1
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
CONFLICT OF INTEREST/ NON-DISCLOSURE STATEMENT
(Submitted in Tab: Exhibit H)
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Exhibits A - G
Exhibits A – G Exhibits A - G-2
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Ahmad Ansari, PE
Principal
1/13/2025
X Plase see attached comments.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Exhibits A - G
Exhibits A – G Exhibits A - G-3
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Transtech’s current Insurance Info is provided below.
Transtech is currently under contract with the City for services. If selected by the City for this project, we will
appreciate the opportunity of having our Attorney discuss the final contract language to ensure our
insurance is in compliance with current laws and regulations and meets the City’s requirements with the
City’s Attorney.
Following items may be discussed:
• For insurability purposes, any duty to defend which is not expressly deleted or defined as a reimbursement
to the extent of the adjudicated negligence will present insurability issues.
• Insurance may not cover payment for any of the City’s’ defense related cost prior to a final determination
of liability or to pay any amount that exceeds Contractor’s finally determined percentage of liability based
upon the comparative fault of Contractor. Consultant should reimburse all reasonable attorneys’ fees as
part of City’s total damages tied directly to Consultant’s determined percentage of fault.
• For insurability purposes, one of the most important contract terms is to ensure the word "negligent" is evident
in the indemnity clause. Absent a negligence trigger for claims, a client or owner could present claims with
no allegations of negligence, and the professional liability may have coverage implications. Inserting
"negligent" acts, errors, or omissions can help make the entire indemnity subject to an appropriate standard
of care.
• Many contracts use phrases such as: “arising out of or in connection with". This can allow the certificate
holder to assert claims that vaguely involve our scope of services. By replacing such phrases with "but only
to the extent actually caused by", the claimant must establish that the negligence was the proximate cause
of the damage, otherwise known as direct causation, would be insurable.
• For insurability purposes, we suggest limiting the obligation to only those parties with whom we have the
contract, or who are in direct contractual privity to the project owner.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Exhibits A - G
Exhibits A – G Exhibits A - G-4
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Ahmad Ansari, PE
Principal
1/13/2025
Ahmad Ansari, PE Principal (Representative)
Transtech Engineers, Inc.
Plase see attached Transtech’s current Insurance Certificate.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Exhibits A - G
Exhibits A – G Exhibits A - G-5
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Following is Transtech’s current Insurance Certificate:
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Exhibits A - G
Exhibits A – G Exhibits A - G-6
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Ahmad Ansari, PE
Principal
1/13/2025
001
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Exhibits A - G
Exhibits A – G Exhibits A - G-7
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Ahmad Ansari, PE
Principal
1/13/2025
Transtech Engineers, Inc.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Exhibits A - G
Exhibits A – G Exhibits A - G-8
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Contract Term
X
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Exhibits A - G
Exhibits A – G Exhibits A - G-9
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
Ahmad Ansari, PE Principal
909-595-8599
909-590-8599
Transteh Engineers, Inc. 13367 Benson Avenue
Chino, CA 91710
www.transtech.org rfp@transtech.org
1/13/2025
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Exhibits A - G
Exhibits A – G Exhibits A - G-10
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
CITY OF SOUTH EL MONTE
Rene Salas, City Manager
1415 Santa Anita Avenue, South El Monte, CA 91733
626-579-6540
rsalas@soelmonte.org
Building & Safety Services (Building Official, Plan Check, Inspection, Permit
Issuance); City Engineering Services; Traffic Engineering; CIP Management;
Federally Funded Project Management; Engineering Design; Public Works
Permit Inspections; Map Check (Duration: Started in 2018 – Ongoing Service)
CITY OF ONTARIO
Dan Beers, Des. & Constr.–Principal Proj. Manager
1333 S. Bon View Avenue, Ontario CA, 91761
909-395-2806
Dbeers@ontarioca.gov
Capital Project Management, Construction Management,
Inspection, (Duration: Started in 2024 – Ongoing Service)
CITY OF ALHAMBRA
Lucy Garcia, Assistant City Manager
111 South First Street, Alhambra, CA 91801
626-570-5032
lgarcia@cityofalhambra.org
Building & Safety Services (Building Official, Plan Check, Inspection, Permit
Issuance); City Engineering Services; Traffic Engineering; CIP Management;
Federally Funded Project Management; Engineering Design; Public Works
Permit Inspections; Map Check (Duration: Started in 1993 – Ongoing Service)
“EXHIBIT H” REFERENCES WORK SHET, Page 1 of 3
Reference is for following services categories: GENERAL CIVIL ENGINEERING; TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING;
CONSTRUCTION MANAGEMENT AND INSPECTION; DEVELOPMENT PLAN CHECK
Reference is for following services categories: GENERAL CIVIL ENGINEERING; TRAFFIC ENGINEERING AND TRANSPORTATION
PLANNING; CONSTRUCTION MANAGEMENT AND INSPECTION; DEVELOPMENT PLAN CHECK
Reference is for following services categories: GENERAL CIVIL ENGINEERING; TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING;
CONSTRUCTION MANAGEMENT AND INSPECTION; DEVELOPMENT PLAN CHECK
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications
Tab: Exhibits A - G
Exhibits A – G Exhibits A - G-11
TRANSTECH Engineers, Inc
Various On-Call Services (SOQ) #24/25-501
CITY OF ROSEMEAD
Ben Kim, City Manager
8838 Valley Boulevard, Rosemead, CA 91770
626-569-2169
bkim@cityofrosemead.org
Building & Safety Services (Building Official, Plan Check, Inspection, Permit
Issuance); City Engineering Services; Traffic Engineering; CIP Management;
Federally Funded Project Management; Engineering Design; Public Works
Permit Inspections; Map Check (Duration: Started in 2018 – Ongoing Service)
CITY OF COMMERCE
Vilko Domic, Assistant City Manager
2535 Commerce Way, Commerce CA 90040
323-722-4805
vilkod@ci.commerce.ca.us
CITY OF WEST COVINA
Paulina Morales, City Manager
1444 West Garvey Avenue South, West Covina, CA 91790
Paulina Morales, City Manager
pmorales@westcovina.org
Building & Safety Services (Building Official, Plan Check, Inspection, Permit
Issuance); City Engineering Services; Traffic Engineering; CIP Management;
Federally Funded Project Management; Engineering Design; Public Works
Permit Inspections; Map Check (Duration: Started in 1993 – Ongoing Service)
“EXHIBIT H” REFERENCES WORK SHET, Page 2 of 3
Building & Safety Services (Building Official, Plan Check, Inspection, Permit
Issuance); City Engineering Services; Traffic Engineering; CIP Management;
Federally Funded Project Management; Engineering Design; Public Works
Permit Inspections; Map Check (Duration: Started in 2018 – Ongoing Service)
Reference is for following services categories: GENERAL CIVIL ENGINEERING; TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING;
CONSTRUCTION MANAGEMENT AND INSPECTION; DEVELOPMENT PLAN CHECK
Reference is for following services categories: GENERAL CIVIL ENGINEERING; TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING;
CONSTRUCTION MANAGEMENT AND INSPECTION; DEVELOPMENT PLAN CHECK
Reference is for following services categories: GENERAL CIVIL ENGINEERING; TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING;
CONSTRUCTION MANAGEMENT AND INSPECTION; DEVELOPMENT PLAN CHECK
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
13367 Benson Avenue | Chino CA 91710 | T 909 595 8599 | F 909 590 8599 | Transtech.org
August 16, 2025
City of RANCHO CUCAMONGA
Attn. Marlena Perez
Submitted via email to Marlena.Perez@cityofrc.us
SCHEDULE OF HOURLY RATES, (SOQ) #24/25-501, FOR VARIOUS ON-CALL SERVICES
Dear Ms. Perez,
As requested by the City via email on August 14th, 2025, Transtech is pleased to submit this revised Schedule
of Hourly Rates (See Attachment A) for the subject services.
Thank you for the opportunity to submit this SOQ. Should you have any questions, or require additional
information, please contact the undersigned.
Sincerely,
Ahmad Ansari, PE, Principal
E: ahmad.ansari@transtech.org
C: 949-702-5612; O: 909-595-8599
www.transtech.org
855.595.2495 (toll-free)
About Transtech Video
Highlight:
CLICK HERE
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
TRANSTECH Engineers, Inc.
Various On-Call Services (SOQ) #24/25-501
Schedule of Hourly Rates 1
Fees for development plan check services will not exceed 60% of the total fee amount collected by the City
for plan checking services. Transtech expressly agrees that we will only be paid up to this percentage.
Below is Transtech’s Schedule of Hourly Rates.
Docusign Envelope ID: 37E980A6-95C5-4B0E-90EB-D7016934C3D3Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B