HomeMy WebLinkAboutCO 2025-181 - Wood Rogers, Inc.PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 1
AGREEMENT FOR
DESIGN PROFESSIONAL SERVICES
THIS AGREEMENT is made and entered into this 4th day of
September, 2025, by and between the City of Rancho Cucamonga, a municipal
corporation and the Rancho Cucamonga Fire Protection District (“City”) and
Wood Rogers, Inc., a California Corporation (“Consultant”).
RECITALS
A.City has heretofore issued its request for proposals to perform the following
design professional services: on-call civil engineering design services (“the Project”).
B.Consultant has submitted a proposal to perform the professional services
described in Recital “A”, above, necessary to complete the Project.
C.City desires to engage Consultant to complete the Project in the manner set
forth and more fully described herein.
D.Consultant represents that it is fully qualified and licensed under the laws
of the State of California to perform the services contemplated by this Agreement in a good
and professional manner.
AGREEMENT
NOW, THEREFORE, in consideration of performance by the parties of the mutual
promises, covenants, and conditions herein contained, the parties hereto agree as follows:
1.Consultant’s Services.
1.1 Scope and Level of Services. Subject to the terms and conditions
set forth in this Agreement, City hereby engages Consultant to perform all technical and
design professional services described in Recitals “A” and “B” above, including, but not
limited to on-call civil engineering design services all as more fully set forth in the
R equest for Statement of Qualifications, attached hereto as Exhibit “A” and Consultant’s
proposal, dated January 13, 2025 attached hereto as Exhibit “B”, and incorporated by
reference herein. The nature, scope, and level of the services required to be performed by
Consultant are set forth in the Scope of Work and are referred to herein as “the Services.”
In the event of any inconsistencies between the Scope of Work and this Agreement, the
terms and provisions of this Agreement shall control.
1.2 Revisions to Scope of Work. Upon request of the City, the
Consultant will promptly meet with City staff to discuss any revisions to the Project desired
by the City. Consultant agrees that the Scope of Work may be amended based upon said
meetings, and, by amendment to this Agreement, the parties may agree on a revision or
revisions to Consultant’s compensation based thereon. A revision pursuant to this Section
that does not increase the total cost payable to Consultant by more than ten
City of Rancho Cucamonga
CONTRACT NUMBER
2025-181
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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 light of such status and experience, Consultant hereby
covenants that it shall follow the customary professional standards in performing the
Services.
1.5 Familiarity with Services. By executing this Agreement, Consultant
represents that, to the extent required by the standard of practice, Consultant
(a) has investigated and considered the scope of services to be performed, (b) has carefully
considered how the services should be performed, and (c) understands the facilities,
difficulties and restrictions attending performance of the services under this Agreement.
Consultant represents that Consultant, to the extent required by the standard of practice,
has investigated any areas of work, as applicable, and is reasonably acquainted with the
conditions therein. Should Consultant discover any latent or unknown conditions, which
will materially affect the performance of services, Consultant shall immediately inform
City of such fact and shall not proceed except at Consultant’s risk until written instructions
are received from the City Representative.
2. Term of Agreement. The term of this Agreement shall be five (5) years
and shall become effective as of the date of the mutual execution by way of both parties’
signature (the “Effective Date”). No work shall be conducted; service or goods will not be
provided until this Agreement has been executed and requirements have been fulfilled.
Parties to this Agreement shall have the option to renew in one (1) year increments
to a total of two (2) years, unless sooner terminated as provided in Section 14 herein.
Options to renew are contingent upon the City Manager’s approval, subject to pricing
review, and in accordance to all Terms and Conditions stated herein unless otherwise
provided in writing by the City.
3. Compensation.
3.1 Compensation. City shall compensate Consultant as set forth in
Exhibit A, provided, however, that full, total and complete amount payable to Consultant
shall not exceed $1,000,000 (per year), including all out of pocket expenses, unless
additional compensation is approved by the City Council. City shall not withhold any
federal, state or other taxes, or other deductions. However, City shall withhold not more
than ten percent (10%) of any invoice amount pending receipt of any deliverables
reflected in
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 3
such invoice. Under no circumstance shall Consultant be entitled to compensation for
services not yet satisfactorily performed.
The parties further agree that compensation may be adjusted in accordance
with Section 1.2 to reflect subsequent changes to the Scope of Services. City shall
compensate Consultant for any authorized extra services as set forth in Exhibit A.
4. Method of Payment.
4.1 Invoices. Consultant shall submit to City monthly invoices for the
Services performed pursuant to this Agreement. The invoices shall describe in detail the
Services rendered during the period and shall separately describe any authorized extra
services. Any invoice claiming compensation for extra services shall include appropriate
documentation of prior authorization of such services. All invoices shall be remitted to the
City of Rancho Cucamonga, California.
4.2 City shall review such invoices and notify Consultant in writing
within ten (10) business days of any disputed amounts.
4.3 City shall pay all undisputed portions of the invoice within thirty
(30) calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in
Section 3.
4.4 All records, invoices, time cards, cost control sheets and other
records maintained by Consultant relating to services hereunder shall be available for
review and audit by the City.
5. Representatives.
5.1 City Representative. For the purposes of this Agreement, the
contract administrator and City’s representative shall be Marlena Perez, Principal Engineer
or such other person as designated in writing by the City (“City Representative”). It shall
be Consultant’s responsibility to assure that the City Representative is kept informed of the
progress of the performance of the services, and Consultant shall refer any decisions that
must be made by City to the City Representative. Unless otherwise specified herein, any
approval of City required hereunder shall mean the approval of the City Representative.
5.2 Consultant Representative. For the purposes of this Agreement,
is Glen Parker, 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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, 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 5
performance of the contract, or otherwise. This covenant shall survive the termination of
this Agreement. City’s reuse of the Work Product for any purpose other than the Project,
shall be at City’s sole risk.
7.2. Assignment of Intellectual Property Interests: Upon execution of this
Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, the
Consultant shall be deemed to grant and assign to City, and shall require all of its
subcontractors to assign to City, all ownership rights, and all common law and statutory
copyrights, trademarks, and other intellectual and proprietary property rights relating to the
Work Product and the Project itself, and Consultant shall disclaim and retain no rights
whatsoever as to any of the Work Product, to the maximum extent permitted by law. City
shall be entitled to utilize the Work Product for any and all purposes, including but not
limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and
publicizing the Project or any aspect of the Project.
7.3 Title to Intellectual Property. Consultant warrants and represents that
it has secured all necessary licenses, consents or approvals to use any instrumentality, thing
or component as to which any intellectual property right exists, including computer
software, used in the rendering of the Services and the production of the Work Product
and/or materials produced under this Agreement, and that City has full legal title to and the
right to reproduce any of the Work Product. Consultant shall defend, indemnify and hold
City, and its elected officials, officers, employees, servants, attorneys, designated
volunteers, and agents serving as independent contractors in the role of City officials,
harmless from any loss, claim or liability in any way related to a claim that City’s use is
violating federal, state or local laws, or any contractual provisions, relating to trade names,
licenses, franchises, patents or other means of protecting intellectual property rights and/or
interests in products or inventions. Consultant shall bear all costs arising from the use of
patented, copyrighted, trade secret or trademarked documents, materials, software,
equipment, devices or processes used or incorporated in the Services and materials
produced under this Agreement. In the event City’s use of any of the Work Product is held
to constitute an infringement and any use thereof is enjoined, Consultant, at its expense,
shall: (a) secure for City the right to continue using the Work Product by suspension of any
injunction or by procuring a license or licenses for City; or (b) modify the Work Product
so that it becomes non- infringing. This covenant shall survive the termination of this
Agreement.
8. Status as Independent Contractor. Consultant is, and shall at all times
remain as to City, a wholly independent contractor. Consultant shall have no power to
incur any debt, obligation, or liability on behalf of City or otherwise act as an agent of City.
Neither City nor any of its agents shall have control over the conduct of Consultant or any
of Consultant’s employees, except as set forth in this Agreement. Consultant shall not, at
any time, or in any manner, represent that it or any of its officers, agents or employees are
in any manner employees of City. Consultant shall pay all required taxes on amounts paid
to Consultant under this Agreement, and to defend, indemnify and hold City harmless from
any and all taxes, assessments, penalties, and interest asserted against City by reason of
the independent contractor relationship created by this Agreement.
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 7
11. Indemnification.
11.1 Design Professional Services. To the fullest extent permitted by
law, the Consultant shall, at its sole cost and expense, indemnify, defend, and hold
harmless the City, its elected officials, officers, attorneys, agents, employees, designated
volunteers, successors, assigns and those City agents serving as independent contractors
in the role of City officials (collectively “Indemnitees” in this Section 11.0), from and
against any and all damages, costs, expenses, liabilities, claims, demands, causes of
action, proceedings, judgments, penalties, liens, stop notices, and losses of any nature
whatsoever, including fees of accountants and other professionals, and all costs
associated therewith, and reimbursement of attorneys’ fees and costs of defense
(collectively “Claims”), whether actual, alleged or threatened, to the extent arising out of,
pertaining to, or relating to, in whole or in part, the negligence, recklessness or willful
misconduct of the Consultant, and/or its officers, agents, servants, employees,
subcontractors, contractors or their officers, agents, servants or employees (or any entity
or individual for which or whom the Consultant shall bear legal liability) in the
performance of design professional services under this Agreement by a “design
professional,” as the term is defined in California Civil Code § 2782.8(c). The
indemnification obligation herein shall not in any way be limited by the insurance
obligations contained in this Agreement. Notwithstanding the foregoing and as required
by Civil Code § 2782.8(a), in no event shall the cost to defend the Indemnitees that is
charged to Consultant exceed Consultant’s proportionate percentage of fault.
11.2 Other Indemnities. With respect to claims and liabilities which do
not arise in connection with the performance of professional services by a “design
professional”, as that term is defined in California Civil Code Section 2782.8(c),
including, but not limited to, those claims and liabilities normally covered by commercial
general and/or automobile liability insurance, and to the maximum extent permitted by
law, Consultant shall, at its sole cost and expense, protect, defend, hold harmless and
indemnify the Indemnitees from and against any and all damages, costs, expenses,
liabilities, claims, demands, causes of action, proceedings, judgments, penalties, liens,
stop notices, and losses of any nature whatsoever, including fees of accountants,
attorneys and other professionals, and all costs associated therewith, and the payment of
all consequential damages (collectively “Damages”), in law or equity, whether actual,
alleged or threatened, which arise out of, pertain to, or relate to the acts or omissions of
Consultant, its officers, agents, servants, employees, subcontractors, materialmen,
suppliers, or contractors, or their officers, agents, servants or employees (or any entity or
individual for which or whom Consultant shall bear legal liability) in the performance of
this Agreement, except to the extent the Damages arise from the active or sole negligence
or willful misconduct of any of the Indemnitees, as determined by final arbitration or
court decision or by the agreement of the Parties. Consultant shall defend the
Indemnitees in any action or actions filed in connection with any Damages with counsel
of the Indemnitees’ choice, and shall pay all reasonable costs and expenses, including all
attorneys’ fees and experts’ costs as they are actually incurred in connection with such
defense. Consultant shall reimburse the Indemnitees for any and all reasonable legal
expenses and costs
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 8
incurred by the Indemnitees in connection therewith. The indemnification obligation
herein shall not in any way be limited by the insurance obligations contained in this
Agreement.
. 11.3 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that
they may possess against Consultant because of the acceptance by City, or the deposit
with City, of any insurance policy or certificate required pursuant to this Agreement.
11.4 Waiver of Right of Subrogation. Except as otherwise expressly
provided in this Agreement, Consultant, on behalf of itself and all parties claiming under
or through it, hereby waives all rights of subrogation against the Indemnitees, while acting
within the scope of their duties, from all claims, losses and liabilities arising out of or
incident to activities or operations performed by or on behalf of the Consultant.
11.5 Survival. The provisions of this Section 11 shall survive the
termination of the Agreement and are in addition to any other rights or remedies which
Indemnitees may have under the law. Payment is not required as a condition precedent to
an Indemnitee’s right to recover under this indemnity provision, and an entry of judgment
against Consultant shall be conclusive in favor of the Indemnitee’s right to recover under
this indemnity provision.
12. Insurance.
12.1 Liability Insurance. Consultant shall procure and maintain in full
force and effect for the duration of this Agreement, insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the
performance of the services hereunder by Consultant, and/or its agents, representatives,
employees and subcontractors.
12.2 Minimum Scope of Insurance. Unless otherwise approved by City,
coverage shall be at least as broad as:
(1) Insurance Services Office Commercial General Liability
coverage (occurrence form CG 0001).
(2) Insurance Services Office form number CA 0001 (Ed. 1/87)
covering Automobile Liability, code 1 (any auto).
(3) Worker’s Compensation insurance as required by the State
of California, and Employer’s Liability Insurance.
(4) Professional Liability insurance in a form approved by the
City, having an extended reporting period of not less than
three (3) years after completion of the Services which shall
provide protection against claims of professional negligence
arising out of Consultant’s performance of the Services and
otherwise complying with all applicable
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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) The Insurance obligations under this agreement shall be the
greater of (i) the Insurance coverages and limits carried by
the Contractor; or (ii) the minimum insurance requirements
shown in this Agreement. Any insurance proceeds in excess
of the specified limits and coverage required which are
applicable to a given loss, shall be available to the City. No
representation is made that the minimum insurance
requirements of this Agreement are sufficient to cover the
obligations of the Contractor under this Agreement.
12.4 Deductibles and Self-Insured Retentions. Any deductibles or self-
insured retentions must be declared to and approved by the City and shall not reduce the
limits of coverage. City reserves the right to obtain a full certified copy of any required
insurance policy and endorsements.
12.5 Other Insurance Provisions.
(1) The commercial general liability and automobile liability
policies are to contain the following provisions on a separate
additionally insured endorsement naming the City, its
officers, officials, employees, designated volunteers and
agents serving as independent contractors in the role of City
officials as additional insureds as respects: liability arising
out of activities performed by or on behalf of Consultant;
products and completed operations of
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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 shall specify that any and all costs of adjusting
and/or defending any claim against any insured, including
court costs and attorneys' fees, shall be paid in addition to and
shall not deplete any policy limits.
(9) Contractor shall provide any and all other required insurance,
endorsements, or exclusions as required by the City in any
request for proposals applicable to this Agreement.
12.6 Evidence of coverage. Prior to commencing performance under this
Agreement, the Consultant shall furnish the City with certificates and original
endorsements, or copies of each required policy, effecting and evidencing the insurance
coverage required by this Agreement including (1) Additional Insured Endorsement(s),
(2) Worker’s Compensation waiver of subrogation endorsement, and (3) General liability
declarations or endorsement page listing all policy endorsements. The endorsements shall
be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All
endorsements or policies shall be received and approved by the City before Consultant
commences performance. If performance of this Agreement shall extend beyond one year,
Consultant shall provide City with the required policies or endorsements evidencing
renewal of the required policies of insurance prior to the expiration of any required policies
of insurance.
12.7 Contractor agrees to include in all contracts with all subcontractors
performing work pursuant to this Agreement, the same requirements and provisions of this
Agreement including the indemnity and insurance requirements to the extent they apply to
the scope of any such subcontractor’s work. Contractor shall require its subcontractors to
be bound to Contractor and City in the same manner and to the same extent as Contractor
is bound to City pursuant to this Agreement, and to require each of its subcontractors to
include these same provisions in its contract with any sub- subcontractor.
13. Cooperation. In the event any claim or action is brought against City
relating to Consultant’s performance or services rendered under this Agreement,
Consultant shall render any reasonable assistance and cooperation that City might require.
City shall compensate Consultant for any litigation support services in an amount to be
agreed upon by the parties.
14. Termination. City shall have the right to terminate this Agreement at any
time for any or no reason on not less than ten (10) days prior written notice to Consultant.
In the event City exercises its right to terminate this Agreement, City shall pay Consultant
for any services satisfactorily rendered prior to the effective date of the termination,
provided Consultant is not then in breach of this Agreement. Consultant shall have no
other claim against City by reason of such termination, including any claim
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: Wood Rogers, Inc.
606 East Chapmen Ave
Suite 200
Orange, CA 92866
Attn: Glen Parker, 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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. 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: Wood Rogers, Inc.
By: ______________________________
Name Mark Rayback Date
______________________________
Title
City of Rancho Cucamonga
By:________________________________
Name Date
_________________________________
Title
By: ______________________________
Name Glen Parker Date
______________________________
Title
(Two signatures required if corporation)
Rancho Cucamonga Fire Protection District
By:________________________________
Name Date
_________________________________
Title
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2
Vice President
9/4/2025 | 11:35 AM PDT
9/4/2025 | 10:14 AM PDT
President
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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF RANCHO CUCAMONGA | REQUEST FOR QUALIFICATIONS FOR
VARIOUS ON-CALL SERVICES
NUMBER: 24/25-501
JANUARY 13, 2025
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Cover Letter
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
606 E. CHAPMAN AVE, SUITE 200 | ORANGE, CA 92866 | TEL. 657.226.1400 | WWW.WOODRODGERS.COM
January 13, 2025
Marlena Perez, PE
Principal Engineer
City of Rancho Cucamonga
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
RE: REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501 FOR VARIOUS ON-CALL SERVICES
(DISCIPLINE: GENERAL CIVIL ENGINEERING)
Dear members of the review panel,
In our experience, we have learned a key lesson about infrastructure engineering: this work is about people. Wood Rodgers, Inc. (WR) can
provide the City of Rancho Cucamonga with a talented group of people who are known and respected throughout southern California. The
following are highlights of the value that WR brings to Rancho Cucamonga:
`A locally proven Project Manager who is technically strong, 100% available, and innovative: Melissa Gomez, PE has served as the Project
Manager for over $170 million of civil infrastructure projects throughout Southern California over the last ten years. In the past, Melissa
worked with the City of Rancho Cucamonga on the West Valley Connector Bus Rapid Transit project. More recently, Melissa managed the
Edison Avenue Widening Project (City of Ontario) and the public works portion of the Metro Gold Line Foothill Extension Phase 2B Project
located in Glendora, Pomona, and La Verne, which is on track for substantial completion of construction this month, January 2025.
`Technical Expertise: We understand that throughout this contract we could be asked to deliver a wide variety of potential civil engineering
tasks. In addition to our vast experience with producing plans, specifications, and estimates (PS&E), our team provides the following key
expertise to deliver all the requested contract items:
•AMERICANS WITH DISABILITIES ACT (ADA) EXPERTISE | The WR team is
comprised of a deep group of civil engineering experts. Our team has designed thousands
of curb ramps and pedestrian facilities and will bring our best practices to this contract.
•PRELIMINARY PLANNING AND COST ESTIMATES | Our team delivers on all phases
of a project, from preliminary engineering through final design, followed by support
through construction. Throughout design, engineer’s estimates are provided with every
submittal, using the latest local bid results available.
•PROJECT REPORTS AND VALUE ENGINEERING | Our team includes Jason Lemons,
who created a customized alternatives workshop process that utilizes value analysis
methodologies to determine an environmentally defensible alternative for any project in
less than 3 months.
•DRAINAGE DESIGN AND STUDIES | Our staff have a long history of identifying
critical storm-drain repairs and designing solutions. Our staff have inspected hundreds of
miles of culvert systems, identifying deficiencies, and completing preliminary engineering
and PS&E phase efforts to restore critical culverts.
•IN-HOUSE LANDSCAPE ARCHITECTS AND STRUCTURAL ENGINEERS | We
work as a single integrated team allowing maximum efficiency of efforts between civil,
landscape and irrigation, and structural disciplines.
•POTHOLING AND GPR SUPPORT | While Wood Rodgers can perform all of the
potential design and inspection tasks in this contract, we have included one excellent
subconsultant to perform potholing and Ground Penetrating Radar (GPR): C Below.
•LIGHTING DESIGN | WR has several electrical engineers, of which all deliverables are
reviewed by Dale Wilson. Dale has over 34 years of experience and previously managed
the Caltrans D11 Electrical Branch. During that time, Dale led the traffic designs of every
major highway in San Diego county.
`Responsiveness and Collaborative Communication: Plain and simple: this is the team that is
there when you reach out. One of the most important qualities a consultant can provide is
responding timely and delivering requests quickly and in compliance with City standards.
Should you have any questions, as your primary contact for this contract, Melissa can be reached at
mgomez@woodrodgers.com or at (978) 807-4665 (cell). We sincerely appreciate the opportunity to
serve the City of Rancho Cucamonga to deliver work through this contract.
Sincerely,
Melissa Gomez, PE Glen Parker, PE
Project Manager Principal in Charge
THE WOOD RODGERS DIFFERENCE
Exceptional leadership with
impeccable track record of
successful project delivery
Rapid responsiveness to any City
needs
Veteran engineering team with
experience delivering tasks under
many previous as-needed contracts
Right-sized team with the resources
of a larger firm, while having the
ability to maneuver.
ACKNOWLEDGMENT OF
ADDENDA:
Wood Rodgers acknowledges receipt
of Addendum #1 on PlanetBids.
CONTACT DURING RFP PROCESS:
Melissa Gomez, PE
Project Manager
Tel. 978.807.4665 (cell)
Em. mgomez@woodrodgers.com
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Table of Contents
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 2
1. Cover Letter / Introduction 01
2. Table of Contents 02
3. Executive Summary 03
4. Firm Experience / Qualifications 04
5. Third Party / Subcontractors 11
6. Staff Resumes & Organization Chart 12
7. Project Management Approach 23
8. Technical Approach - General Civil Engineering Services Submitted
Separately
table ofCONTENTS
At Wood Rodgers, we fulfill our mission by building value and relationships in not
only the physical structures we create but also in our communities where we live
and work! Together, we shape the future of urban spaces.
BUILDING RELATIONSHIPS, ONE COMMUNITY AT A TIME.
We contributed to the Grace Project,
a local STEM initiative, to aid students
who are underrepresented in the field.
We dedicated our charity spin to Urban
Roots in support of STEM Education
programs.
We became an event sponsor for
Envirolution in support of a greener
tomorrow.
2
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Executive Summary
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 3
INDUSTRY LEADING EXPERTISEWood Rodgers’ staff of professional civil engineers are generally divided amongst three expertise: Transportation, Civil Site Design, and Water.
TRANSPORTATIONWood Rodgers provides comprehensive engineering services for transportation projects from inception to completion including local roads, freeways, highways, interchanges, bridges, grade separations, and bicycle and pedestrian facilities. Our approach to any transportation project, large or small, begins with forming a strong understanding of client needs, schedule and budget parameters, and community impacts. Our transportation engineers possess extensive experience and expertise in the design of safe, attractive, easy-to-navigate infrastructure and understand transportation’s role in improving a community’s quality of life. Our experience allows us to manage and execute complex transportation projects at every stage through design excellence, dependable project delivery, and exemplary client service.
CIVIL SITE DESIGNWood Rodgers provides a broad spectrum of civil engineering services associated with public and private development projects. Our straightforward approach to design puts talented and practiced engineers in direct contact with clients to determine the scope and design requirements for each project. We are experienced in a full range of professional services including initial feasibility investigations, cost estimating, design development, construction drawings and specifications, and bidding and construction engineering support. Be it a parking lot, development, retail center, or site renovation, we recognize each project as a unique challenge and are attuned to understanding our clients’ goals. Our ability to recognize and address individual site topography and infrastructure constraints with cost effective engineering solutions has resulted in satisfied clients and successful projects.
WATER RESOURCES & STORM WATERWood Rodgers offers a wide variety of water engineering, storm water, and water quality related services that include storm water/flood control facility analysis and design, watershed planning and management, floodplain mapping, flood hazard mitigation, reclamation, and levee assessments and improvements, construction site storm water management and design, master plan studies and design, on-site storm water system design, general water quality services, and industrial storm water activities. We also have a large team of water and sewer pipeline design engineers with specialized expertise in pump station design. Our approach for any water project begins with connecting the right staff with the proper expertise for the task requested. We have staff that regularly develop Storm Water Quality Management Plans (SWQMP’s), Storm Water Pollution Prevention Plans (SWPPP’s), National Pollutant Discharge Elimination System (NPDES) permit implementation and compliance, as well as the many staff with full capabilities in the large suite of modeling and analysis software including HEC-HMA, HEC-RAS, XP-SWMM, MIKE 11, MIKE 31, MIKE URBAN, MIKE BASIN, FLO 2D, along with GIS and others. With the right staff assigned, we can ensure the task order is scoped and budgeted accurately, and executed efficiently.
SERVICES INCLUDE:
`Roadway Design & Engineering Services `Parkway Design & Landscape Architecture `Visual Simulations `Site Design `Electrical Design
`Roundabout Design `Intelligent Transportation Systems `ADA Design/Inspection `Stormwater Engineering & Water Quality `Erosion Control & BMPs
EXECUTIVE
SUMMARY
STAFF TITLE CURRENT COMMITMENTS AVAILABILITY
Glen Parker, PE Principal-in-Charge City of San Diego, Transportation As-Needed, City of Chula Vista Civil As-Needed, Caltrans District 3 As-Needed 70%
Melissa Gomez, PE Project Manager City of San Diego, Transportation As-Needed Contract 100%*
Jason Lemons, PE VA & QA/QC City of Corona On-Call; City of Oakland Transportation On-call MLK/7th Street Undercrossings Task Order 80%
Dylan Tran, PE Transportation Lead Yuba County, Plumas Lake Blvd/SR 70 Interchange; City of Oakland Transportation On-call MLK/7th Street Undercrossings Task Order 100%
Dale Wilson, PE Electrical Lead City of Rocklin, Rocklin Rd/I-80 Interchange 70%
Mike Ronco, PE Site Design Lead University of California, San Diego, ADA Pathways; Lennar Homes, Development Project; Cresleigh Homes Corporation, Development Project 70%
Andrea Look, PE, TE Design Engineer Yuba County, West Linda Safe Routes to School 90%
Nick Brunetto, PE Design Engineer City of Rocklin, Rocklin Rd/I-80 Interchange 90%
Taylor Roper, PE Design Engineer SANDAG, Inland Rail Trail; San Diego County Water Authority, Traffic Control On-Call; City of San Diego, University Ave Culvert Replacement 65%
Isabella Evans, PE Design Engineer City of Rocklin, Rocklin Rd/I-80 Interchange; Contra Costa County, Norris Canyon Rd Slope Failure Repair 85%
AVAILABILITY OF STAFFThe successful delivery of a project depends on a team's proven ability to accomplish the scope of work and associated tasks, and to perform together to achieve a common goal all while meeting the required schedule. Our staff availability table below illustrates our proposed team’s estimated level of availability to commit to this contract. We have comprised our team with key individuals and support staff who are available to commit to multiple task orders concurrently if requested. The proposed staff listed will not be replaced without prior authorization from the City.
3
*Forthiscontract,MelissaGomezwillbemade100%availablefortheCityofRanchoCucamonga.Wearecommittedtoprovidingthecitywithexcellentserviceandarepreparedtomakeallstafflistedaboveavailableasneedsarise.
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Firm Experience/Qualifications
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 4
FIRM EXPERIENCE/
QUALIFICATIONS
DESCRIPTION OF FIRM
Established in 1997, Wood Rodgers, Inc. (Wood Rodgers) is dedicated to delivering
exceptional service to our clients, fostering a positive work environment for our
employees, and creating lasting societal value through our work. The company
was founded by two engineers with a vision to establish a dynamic and innovative
engineering firm focused on client needs and staff growth. Over the last 27 years,
Wood Rodgers has evolved into a unique company that emphasizes innovation
and quality in every project, while meeting deadlines, budgets, and environmental
requirements.
Wood Rodgers operates as a California corporation with a diverse team of more
than 350 professionals supporting projects across California and Nevada. Our team
is composed of registered civil, transportation, traffic, structural, and geotechnical
engineers, land planners, licensed surveyors, certified floodplain managers,
hydrologists, certified hydrogeologists, landscape architects, LEED-accredited
professionals, environmental scientists, and GIS specialists. With extensive experience
in both public and private projects, our adaptable team collaborates effectively with
other professionals and clients to deliver high-quality engineering services that
address economic challenges and aesthetic preferences.
Wood Rodgers has a proven track record of successfully managing and completing numerous award-winning projects, securing approvals from
local, state, and federal agencies when necessary. We pride ourselves on the active involvement of our principals and management in project
delivery, ensuring responsiveness to clients’ needs. Our established relationships with government agencies further facilitate the smooth
execution of our projects. At Wood Rodgers, we believe that our clients’ success is our success.
4
DEPTH OF RESOURCES – backed by
comprehensive in-house support services,
enabling the City to adopt a flexible
approach to a variety of services.
345.5+ MILLION
Our Civil Services portfolio includes over
720 transportation projects worth more than $345.5 million in the last 5 years.
Extensive Civil & Transportation
Infrastructure experience in the Southern
California Region as shown by our key staff’s
resumes.
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 5
CLIENT REFERENCE
Misa Ochoa
Construction Manager,
Foothill Gold Line Phase 2B
2100 E Route 66, Suite 200
Glendora, CA 91740
Cell: (310) 560-3034
misael.ochoa@kiewit.com
TEAM
▪Principal in Charge: Glen Parker
▪Project Manager: Melissa Gomez
▪Civil Lead: Andrea Look
▪Lead On-Site Designer: Taylor Roper
▪Designer: Isabella Evans
DATES
June 2021 - Current
Foothill Gold Line Phase 2B
Los Angeles Metro
The Foothill Gold Line from Glendora to Montclair will extend the Metro Gold
Line 9.1 miles and add four (4) stations in the cites of Glendora, San Dimas, La
Verne, and Pomona. Wood Rodgers provided professional services to support
the Metro Gold Line Foothill Extension Construction Authority by providing Final
Design plans at:
`Fulton Road/Arrow Hwy intersection located at the boundary of the cities of La
Verne and Pomona
`Elwood Ave/Foothill Blvd intersection in the city of Glendora
`Pine St, Grevillia St, Garey Ave, and Santa Fe Street in the city of Pomona
`4 large parking lots for transit stations, one located in each city
Wood Rodgers’ scope of work included curb extensions, new curb returns with
ADA-compliant curb ramps at each intersection, bike lanes, restriping new
lane configurations, high visibility crosswalks, reconstruction of medians and
sidewalks, roadside signs, utility mapping and relocation coordination, truck
turn templates for intersection designs, new traffic signal and lighting at each
intersection, traffic signal interconnects, electrical conduits through railroad
facilities, and more.
Design improvements at the intersection of Elwood Ave/Foothill Boulevard
included four (4) proposed curb extensions. These required a high level of
detail to ensure a longer curb length within a very flat intersection would drain
properly. Our design protected in place all existing inlets, located at three of the
four corners. Pavement sawcut lines alongside the improvements were adjusted
and checked to either match or fix existing cross slopes, and all points for each
curb extension and curb ramp were placed using Feature Lines—this linked the
design together so all points adjusted accordingly when modified. This method
is also used to ensure the interaction of crosswalks and cross gutters are both
independently and dependently designed to standard, by considering the
minimum or maximum cross slope, run slope, and flow requirements, as was the
case in this project. Construction for this project is anticipated to be completed
this month, January 2025.
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 6
CLIENT REFERENCE
Anthony George, Program Manager
City of San Diego
202 C Street
San Diego, CA 92101
(619) 527-7620
AnthonyPG@sandiego.gov
TEAM
▪Principal-in-Charge: Glen Parker
▪Project Manager: Melissa Gomez
▪QA/QC: Jason Lemons
▪Engineers: Andrea Look, Taylor Roper,
Isabella Evans
DATES
2023 – Ongoing
As-Needed Transportation Engineering Services
City of San Diego
Wood Rodgers was awarded a $7.5M, five-year as-needed engineering services contract by the City of San Diego’s Transportation Department, which maintains infrastructure for 1.3 million residents. To date, Wood Rodgers has serviced seven task orders, which have included traffic control plans, asset management, public outreach, utility undergrounding, financial analysis, coastal engineering, urban forestry, and pavement management. Task orders relevant to this RFP have included:
TASK ORDER 1, COMMUNICATION SUPPORT SERVICES This task order included preparing monthly Director’s Reports, preparing Committee and Council presentations, branding of both internal and external documents and reports, and developing educational graphics.
TASK ORDER 2, TRAFFIC CONTROL PLAN SERVICESWood Rodgers prepared 25 custom traffic control plans to support pavement rehabilitation across 19 slurry seal and 6 restoration sites citywide. These locations, within Caltrans right-of-way, required an encroachment permit, ensuring the successful execution of each project.
TASK ORDER 3, UTILITIES UNDERGROUNDING PROGRAM SUPPORTWood Rodgers supports San Diego’s Utilities Undergrounding Program by overseeing project prioritization, planning, financial forecasting, permitting, and compliance. Services also include public reporting, messaging strategies, customer service management, communication support, pace and sequencing, and community forum preparation and participation.
As part of this task order, Wood Rodgers developed a custom forecasting tool (displayed below) for UUP staff to use for budget tracking; this tool allows them to track both their total budget and that of each project, and forecast when future projects can begin. Sensitive information has been removed from the image.
Forecasting Tool
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 7
CLIENT REFERENCE
Rosina Costanza
Principal Civil Engineer
City of Chula Vista
276 Fourth Avenue
Chula Vista, CA 91910
(619) 691-5143
rconstanzaa@chulavistaca.gov
TEAM
▪Principal in Charge: Glen Parker
▪Quality Control: Melissa Gomez
▪Project Engineer: Taylor Roper
DATES
2023 - Ongoing
As-Needed Civil Engineering
City of Chula Vista
Wood Rodgers was awarded a $3M on-call civil engineering contract, covering
projects like a wastewater master plan, ADA intersection improvements,
parking lot upgrades, arterial modifications, stormwater treatment, and general
surveying and mapping. Task orders have included:
RMRA PAVEMENT REHABILITATION PROJECT
Wood Rodgers was selected to prepare engineering plans, bid quantities,
estimates, and specifications for improvements at 30 intersections citywide.
Services include design of over 50 curb ramps (and counting), right-of-way
support, utility base mapping, survey data, right-of-way acquisition, and
construction staking for ADA-compliant pedestrian ramp replacements as part of
the City’s Capital Improvement Program.
D STREET SIDEWALK PROJECT
Wood Rodgers provided technical support to the City of Chula Vista for a
sidewalk improvement project. During construction, the team conducted
surveying to assess impacts to private properties and establish public right-of-
way limits for final negotiations.
SEWER MASTER PLAN
As part of this effort, the team collaborated with the City to prepare executive
presentations, identify and resolve sewer network issues, and develop cost-
effective upgrades within the City’s budget. Short- and long-term improvement
strategies were created to maintain an effective wastewater collection system.
1301 OLEANDER AVENUE
The City selected Wood Rodgers to create a site plan addressing non-compliant
ADA sidewalks, parking lots, and curb ramps for two buildings. The work also
included a drainage study to manage a multi-acre watershed, eliminate flood
areas, and direct stormwater to a regional channel.
TELEGRAPH CANYON CHANNEL IMPROVEMENTS
This task order supported improvements to portions of the Telegraph Canyon
Channel crossings at Third Avenue, L Street, Country Club Drive, and First Avenue.
The Wood Rodgers team mapped infrastructure within the street segments to
identify needed repairs and erosion prevention measures following recent floods.
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 8
Melissa was extremely knowledgeable, proactive, and a pleasure to work with as a Project Manager on several of our projects. She is an exceptional transportation engineer and proved to be an invaluable team member during the design and construction of our projects.
- Jaime Maciel-Carrera, T.E., City of Ontario
““
CLIENT REFERENCE
Tricia Maruki
Assistant City Engineer
City of Ontario
303 East B Street
Ontario, CA 91764
(909) 395-2188
tmaruki@ontarioca.gov
TEAM
▪Principal in Charge: Glen Parker
▪Project Manager: Melissa Gomez
▪Civil Lead: Andrea Look
▪Drainage Lead: Taylor Roper
DATES
2022 - 2023
Edison Avenue Widening
City of Ontario
Wood Rodgers was the prime consultant selected to perform the preliminary
engineering/feasibility study and traffic analysis (Phase 1) of the Edison Avenue
Widening Project. The Edison Avenue Widening project in the City of Ontario will
widen Edison Ave from two lanes to four lanes over 3 miles, from Euclid Ave to
the Cucamonga Creek Channel (west of Archibald Ave). Edison Avenue/Ontario
Ranch Road is a principal arterial identified as a truck route and proposed
improvements will connect with the new San Bernardino County Flood Control
District (SBCFCD) Bridge over the channel. Future project improvements include
realignment of the road to meet current standards, relocation of overhead
poles owned by both Southern California Edison (SCE) and Frontier, many other
utility relocations, coordination with Caltrans (including an encroachment
permit) for improvements within Caltrans right of way (Euclid Avenue), traffic
signal improvements, street lighting, right of way engineering and acquisitions,
drainage improvements including curbs and dry wells, and ADA curb ramp
improvements.
Wood Rodgers provided cost estimates of several alternatives, a feasibility
study which includes an environmental and traffic analysis, and selection of an
alternative followed by 30% plans. One of the design alternatives presented by
Wood Rodgers included two different lane configurations at the intersection
of Edison Ave and Euclid Ave, one of which is displayed above. This alternative
included providing two lanes in the eastbound direction but would require
coordination with the City of Chino and Caltrans as well as traffic signal
modifications. The other alternative provided only one eastbound through lane
with no impacts within the City of Chino. Other alternatives presented along the
corridor included proposed traffic signals at various cross streets, realignment of
existing nonstandard reversing curves with various associated design speeds, and
drainage alternatives for surface flow and infiltration.
LEGEND
RIGHT OF WAY
CENTER LINE
PROPOSED STRIPING
PROPOSED ROADWAY
PERMANENT ROW TAKE
TEMPORARY CONSTRUCTION EASEMENT
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 9
CLIENT REFERENCE
Rodolfo Avila
Senior Transportation Engineer
Caltrans
2379 Gateway Oaks Drive, #150
Sacramento, CA, 95833
(916) 274-0623
Rodolfo.a.avila@dot.ca.gov
TEAM
▪Principal in Charge: Glen Parker
▪Project Manager: Melissa Gomez
▪Civil Lead: Andrea Look
▪Traffic Control Lead: Taylor Roper
▪Designer: Isabella Evans
DATES
2022 - 2025
SR 99 Auxiliary Lanes Freeway Widening
Caltrans District 3
Wood Rodgers has been the preferred Design Services Consultant for four
consecutive contract terms (five-year contracts/term) in providing roadway,
utility, drainage, and traffic design services for Caltrans Headquarters. Wood
Rodgers has delivered over 200 roadway related projects totaling $19.6 million
since 2004.
As part of the Caltrans Design Services Contract, Wood Rodgers was retained to
provide the preliminary engineering, environmental approval, and final design for
a 4-mile widening of State Route 99 (SR-99). This project proposes to construct
auxiliary lanes on southbound SR-99 in Elk Grove, Sacramento County, California,
between PM 12.7 and 16.3 to improve traffic operations. The widening will
reduce traffic congestion and enhance traffic flow through this corridor.
Wood Rodgers’ design scope for this project includes replacement of the center
median and exterior freeway barriers with MASH compliant barrier, drainage
infrastructure including biofiltration strips and storm drains, overhead and
roadside signs, new freeway striping, planting and irrigation, erosion control,
electrical plans for a changeable message sign, traffic monitoring stations, camera
and vehicle classification systems, and ramp meters, and utility relocations. The
project also includes modifications to the traffic signal and lighting system on Elk
Grove Blvd (local road) within Caltrans right of way.
This project is currently under construction as of January 2025, but likely will be
completed prior to submittal of this proposal. Our team is happy to report that
no major issues were encountered during construction - another successful
project completed by the Southern California Wood Rodgers staff.
This 4-mile freeway widening has encountered
no major construction issues and is near completion
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 10
CLIENT REFERENCE
Joshua Reece, PE
Consultant Project Manager
UCSD, FM
9500 Gilman Dr.
La Jolla, CA 92093-0908
(619) 892-3735
jreece@ucsd.edu
TEAM
▪Project Manager: Melissa Gomez
▪Design Lead: Mike Ronco
▪Design Engineer: Andrea Look
DATES
2024 - Current
ADA Upgrade Projects
University of California, San Diego
Wood Rodgers was retained to provide Final Design Plans, Specifications, and
Estimate (PS&E) to upgrade several UCSD campus facilities to be ADA compliant.
Projects include 4 separate ADA paths, parking lot design to provide a row of
ADA parking spaces and re-grading of pavement, a new road crossing including
curb ramps and crosswalk, pathway lighting analysis and design, erosion control,
demolition plans, hydrology memorandum, Coastal Commission package
submittal, and construction support.
The first of these ADA upgrade projects is currently in construction, while the
others will be starting construction within the next few months. Prior to bidding
for each, Wood Rodgers conducts a site walk with all potential bidders to ensure
the plans are clearly understood and to answer any questions.
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Third-Party/Subcontractors
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 11
Wood Rodgers offers the staff resources and expertise necessary to support the General Civil Engineering scope as detailed within
the RFP in-house, with the exception of potholing services. Therefore, we have partnered with C-Below, whom we have collaborated
with on over five projects over the last three years. Below we have included information pertaining to C-Below:
C BELOW, INC. | POTHOLING & GROUND PENETRATING RADAR SERVICES
C Below’s experienced technicians use advanced equipment to locate underground utilities, including gas, power, waste,
communications, and cable/TV, through methods like GPR, CCTV, electromagnetic locators, and potholing. Accurate utility
information prevents costly delays from damages caused during cutting, coring, or digging. They provide reports, underground
mapping, 3D modeling, and CAD drawings. Founded in 2009, C Below has over 80 employees, including 66 technicians, and operates
throughout Central and Southern California. President Chris Loera stays current with industry technology by attending workshops
and collaborating with equipment manufacturers.
REFERENCES
Client Reference Project Description
County of San Diego Lawrence Hirsch
County of San Diego
1600 Pacific Highway
San Diego, CA 92101
858-694-2215
FY 17/18 County-
wide Culvert Maint.
Pothole Project
C Below performed 7 potholes within the right
of way. Services included: vacuum excavation,
traffic control, flagging, sand backfill, hot patching,
removal of debris, and pothole report.
Port of Long Beach Ron Richardson
Port of Long Beach
415 W. Ocean Blvd.
Long Beach, CA 90802
562-283-7820
On-Call Contract for
Utility Locating and
Potholing: Port of
Long Beach
As the prime contractor for this on-call contract,
C Below provided vacuum excavation services to
visually verify the utility horizontal and vertical
points. Hector Vargas coordinated all on site access
and oversaw all office and field operations. C Below
performed approved Traffic control while working in
public streets and high traffic ride of way.
CDM Smith Chris Ott
CDM Smith
1808 Aston Ave., Suite 240
Carlsbad, CA 92008
760-710-4674
P2-122 OCSD Utility
Investigation
C Below performed an extensive utility investigation
in the area where the client was installing 2 new
pipelines. The C Below Project Manager had to do
extensive coordinating with the client and the plant.
C Below placed their findings on a CAD deliverable.
THIRD-PARTY /
SUBCONTRACTORS5Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Staff Resumes & Organization Chart
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 12
Project Manager
n Melissa Gomez, PE
Principal in Charge
n Glen Parker, PE
VALUE ANALYSIS & QA/QC
n Jason Lemons, PE
SITE DESIGN LEAD
n Mike Ronco, PE
DESIGN ENGINEERS
n Andrea Look, PE, TE
n Nick Brunetto, PE, RSP
n Taylor Roper, PE
n Isabella Evans, PE
TRANSPORTATION LEAD
n Dylan Tran, PE
ELECTRICAL LEAD
n Dale Wilson, PE
POTHOLING & GROUND
PENETRATING RADAR
n C Below
YOUR PROJECT TEAM
n Wood Rodgers, Inc.
n C Below, Inc.
The Wood Rodgers Team members and supporting staff have been carefully selected for this contract based on their qualifications and
expertise in providing the requested services, and their current availability to perform services for the on-call contract. Wood Rodgers will
not substitute or reassign any of the listed team members without prior consent and written approval from the City.
ORGANIZATIONAL CHART
STAFF RESUMES AND
ORGANIZATION CHART6Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
GLEN PARKER, PE
PRINCIPAL-IN-CHARGE
Glen Parker specializes in planning, design, and construction support associated with civil engineering projects involving public agencies. He
has specialized experience in as-needed services, project management, roadway design, and the state approval process. During his 20+ years
of working in San Diego, he has managed as-needed services contracts for the City of San Diego, El Cajon, La Mesa, County of San Diego,
Caltrans, SANDAG, and Port of San Diego. Mr. Parker has served as the Engineer of Record or Project Manager on more than 100 capital
improvement projects throughout California.
RELEVANT PROJECT EXPERIENCE
City of San Diego, Transportation As-Needed Services – San Diego, CA (2023-Current).
Contract Manager for a $7.5M as-needed services contract over five years. Task Orders have included
traffic control plans, asset management, erosion mitigation, public outreach, website support, utility
undergrounding program communications, city council presentation preparation, financial analysis and
forecasting, field inspections, department event planning, and pavement management.
French Valley Parkway PS&E – City of Temecula, CA. This project reduces congestion and
improves safety by relieving the I-15/Winchester Road interchange and minimizing weaving movements
on I-15 between Winchester Road and the I-15/I-215 junction. As Roadway Design Manager, Glen
led efforts in the final design phase including roadway improvements, ADA curb ramp design, design
deviation approval through Caltrans, proposed stormwater treatment, and traffic signal design. In
addition, various phasing concepts were explored with the City to incorporate interim improvements
that could be implemented in the near term while overall funding was secured.
Rancho Vista Boulevard Widening Project – City of Palmdale, CA. As project manager for this
PS&E project, Glen led a multidisciplinary team for the design of one mile of widening improvements
along Rancho Vista Boulevard, including right of way acquisition, utility undergrounding, and the
installation of a Class 4 separated bike path. The City cooperated with the Los Angeles County
Metropolitan Transit Authority and the Federal Highway Administration to construct a grade separation
to separate Rancho Vista Boulevard from both Sierra Highway and the double track at-grade crossing
consisting of Metrolink and Union Pacific Railroad (UPRR) tracks. Glen developed phasing concepts to
allow for interim improvements compatible with the future configuration.
City of Chula Vista, As-Needed Civil Engineering Services – Chula Vista, CA (2021-Current).
Contract Manager for an as-needed civil engineering services contract. Tasks have included:
• PS&E for 30 intersections throughout the city
• Construction staking and roadway survey
• Update of City Sewer Master Plan
• Site design for 1301 Oleander Avenue property to fix ADA and drainage deficiencies.
San Marcos Creek District Development Project – San Marcos, California. Glen was the Project
Manager for the environmental approval and final design for the first phase of the San Marcos Creek
Specific Plan. Project improvements included the installation of a multi-use trail network, roadway
widening, two bridge crossings, utility undergrounding, intersection improvements, scenic overlooks,
and developer coordination. Glen led his team through a Caltrans local assistance environmental
approval, conducted value engineering that saved the project over $15 million, and maximized the
federal reimbursement offered through the Highway Bridge Program. The Project was bid at $62M in
2019 and is currently under construction.
Pepper Avenue Widening – City of Colton, CA. Project Manager for a $6.2 million Caltrans
Streamlined Oversight Process project to widen Pepper Avenue and replace the Pepper Avenue
Overcrossing over I-10. Glen executed a planned approach that obtained PS&E certification within
a 7-month duration. A key to the expedited delivery included close interaction with the Caltrans
Headquarters Structures department to reduce the typical number of review cycles normally required.
In addition, the design team was able to modify the design of the exterior girders of the proposed
undercrossing to create an aerodynamic look for the bridge and enhance the I-10 corridor aesthetic
theme. Although the improvement costs for this project exceeded $3 million, the team worked with
Caltrans to gain approval to process a PEER vs. a PSR/PR. Delivering a PEER allowed the project approval
to move along at a quicker pace.
EDUCATION
BS, Civil Engineering, Gonzaga
University, Spokane
EXPERIENCE
24 years total
5 years with Wood Rodgers
REGISTRATIONS
Professional Civil Engineer, CA
#66490
PROFESSIONAL
AFFILIATIONS
President, American Public
Works Association (APWA)
(formerly Vice President &
Treasurer)
Mentor, Calmentor Program for
SANDAG and Caltrans District 11
American Council of Engineering
Companies (ACEC)
American Society of Civil
Engineers (ASCE)
San Diego Transportation
Development Association
(SDTDA)
`Served as Engineer of
Record/Project Manager
on over 100 CIP Projects
`Specializes in on-
call services, project
management, roadway
design, and approval
process for public works
and Caltrans
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 14
Melissa’s experience includes preliminary engineering/design, engineering support throughout the Project Approval and Environmental
Document (PAED) approval process through both Caltrans and FTA, final design Plans, Specifications, and Estimate (PS&E), and design support
during construction. Her design expertise includes roadway geometrics, pavement delineation, roadway and overhead signs, removals,
staging, guardrail design, right-of-way requirement determinations, cost estimating, specification writing, technical report writing, utility
relocation coordination, new electrical service requests, and coordination of relocations with the various utility companies.
MELISSA GOMEZ, PE
`Knowledge of City of
Rancho Cucamonga
regulations &
requirements
`Experienced in PAED
approval process with
Caltrans & FTA, as well as
PS&E
`Skilled in utility relocation
coordination
EDUCATION
MEng, Civil Engineering, Cornell
University, New York, 2010
BS, Structural Engineering,
University of California, San
Diego, 2009
EXPERIENCE
15 years total
3 years with Wood Rodgers
REGISTRATIONS
Professional Civil Engineer, CA
#80681
PROFESSIONAL
AFFILIATIONS
WTS-San Diego, President,
2025-2026
WTS-San Diego, Vice President,
2023-2024
WTS-San Diego, Executive Board
Member, Treasurer, 2021-2022
RELEVANT PROJECT EXPERIENCE
San Bernardino County Transportation Authority (SBCTA), West Valley Connector Project (PAED and PS&E) – Pomona, Montclair, Ontario, and Rancho Cucamonga, CA. Ms. Gomez
served as the lead Project Engineer for this project for the environmental clearance, preliminary
engineering, and final design phases for this 19-mile-long corridor through the cities of Pomona,
Montclair, Ontario, and Rancho Cucamonga. The project includes 3.5 miles of exclusive center-running
bus rapid transit (BRT) lanes and 33 total BRT stations at 21 locations. As the lead engineer, Melissa’s
responsibilities included leading a large team of engineers, interfacing with the client, leading all project
meetings including those with the client, the internal team, and subconsultants, updating schedules,
progress reports, and was personally responsible for ensuring submittals were provided to the client on
time and met all quality standards. Melissa served as the main engineer throughout the entire PA/ED
process, and successfully gained PAED approval in May 2020. She then led production of the 65%, 90%,
and 100% PS&E submittals. This project is currently in construction.
Metro Gold Line Extension Phase 2B, Intersection Improvements – Pomona, La Verne, and Glendora, CA. Melissa is the Project Manager for leading all design work within public right of way,
schedule and budget, overseeing design, comment resolution, coordinating with other consultants,
agencies, the Metro Gold Line Authority, and Kiewit. The improvements within public right of way
include three locations: Foothill Blvd/Elwood Ave intersection improvements; Fulton Road/Arrow Hwy
intersection improvements; and Garey Ave, Grevillia St, Pine St, and Santa Fe St roadway and bike
improvements. Plan sets include typical sections, removals, roadway layout and profiles, construction
details including ADA ramps, traffic signal plans, traffic signal interconnect, equipment schedule, signing
and striping, utilities, and storm drains.
Edison Ave/Ontario Ranch Rd Widening Project – Ontario, California. Melissa recently served as
the Project Manager of this three-mile roadway widening project in the City of Ontario which will add
one lane in each direction (i.e. provide two lanes in each direction) on Edison Ave/Ontario Ranch Road.
The project included a feasibility/alternatives analysis study followed by preparation of 30% plans. In
addition to the roadway widening, improvements include new and modified traffic signals, re-design of
existing nonstandard reversing curves to current standards, more than 80 overhead pole relocations
from two owners - SCE and Frontier, and design of several alternatives with varying impacts. The Wood
Rodgers design team provided several alternatives to the City to minimize pole relocations, all of which
avoided the extra large transmission poles bordering the project improvements.
City of Carlsbad, Carlsbad Boulevard and Tamarack Avenue Roundabout Project – Carlsbad, California. Melissa serves as the Project Manager of this high priority project along a main
thoroughfare through Carlsbad. Melissa and her team prepared an Alternatives Analysis consisting of
three preliminary design alternatives: two signalized and one roundabout, all with different impacts.
With the preferred alternative having been selected (the roundabout alternative), Melissa’s team is
now in final design, working toward 90% PS&E. They are also completing the environmental clearance
with supporting engineering and technical studies, right- of-way acquisition and recorded document
preparation, traffic analysis, CEQA processing and associated environmental impact and mitigation
assessment, resource agency permitting, and design support services throughout construction.
County of Yuba, N. Beale Road Complete Streets – Yuba County, California. Melissa serves as
the Project Manager of this complete streets project, which is currently in the bidding phase. Wood
Rodgers is providing PS&E, right of way support, and utility coordination for this project, which includes
an exclusive bike lane, new ADA-compliant curb ramps and sidewalk, bus pull-outs, right of way
acquisitions, utility relocations, storm drain, streetlighting, traffic signal modifications, erosion control,
and landscape and irrigation. The proposed improvements aim to continue the efforts of the previous
phases to create a safer, more efficient, and aesthetically pleasing corridor.
PROJECT MANAGER
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 15
`Delivered 59
roadway projects, 26
bicycle/pedestrian
improvements, and 10
Class-I bikeways
`Managed over 100 task
orders throughout his
career
EDUCATION
BS, Civil & Environmental
Engineering, San Diego State
University
EXPERIENCE
24 years total
1 year with Wood Rodgers
REGISTRATIONS
Professional Engineer, CA
#66224
PMC
DBIA (Pending)
PROFESSIONAL
AFFILIATIONS
ASCE, APWA, DBIA, WTS
RELEVANT PROJECT EXPERIENCE
SANDAG On-Call Contracts, San Diego County, California. Jason served in multiple roles
(Contract Manager from 2009–2010; Task Order Manger from 2007–2014; Contract Manager from 2021-
2023) for various engineering services for SANDAG highway and transit projects spanning consecutive
SANDAG on-call contracts through 12 task orders. A relevant project was the South Bay Bus Rapid
Transit (BRT) project for which Jason was the Task Order Manager. This dedicated transit guideway had
very tight right-of-way constraints and included a bicycle/pedestrian pathway. Jason collaborated with
the adjacent private and commercial property owners to develop an innovative one-way guideway that
eliminated right of way impacts and provided desirable landscape improvements through workshops
with the property owners.
Caltrans District 11 Engineering On-Call Contract 11A1124 – San Diego & Imperial Counties, California. Task Order Manager for 18 Task Orders, including the SR-98 East Feasibility Studies and
Traffic Study for SR-52 Units 4 and 5. Jason completed the successful Trade Corridors Improvement Fund
(TCIF) funding applications for the Brawley Bypass (Phase 3) and SR-905; these two projects received
more than $130 million in funding as a result.
IVAG/City of Calexico, SR-98 West Project Report – Calexico, California. Jason was the Task
Order Manager for the Project Report and related studies for this $45 million, two-mile-long highway
widening project in rural Calexico. This project had complex drainage issues and a considerable quantity
of right-of-way and utility impacts. The Project proposed to add two lanes to improve traffic flow and
relieve congestion. Raised medians, sidewalks, and Class II bike lanes were proposed to enhance public
safety throughout the project area.
IVAG/City of Calexico, SR-98 East (Calexico Bypass) Feasibility Studies – Calexico, California.
Jason was the Task Order Manager for feasibility studies for this new seven-mile-long corridor project.
Work included representing Caltrans at complex meetings with various developers, Imperial Valley
Association of Governments (IVAG), and City of Calexico representatives. The corridor study included
consideration of new adjacent developments that accounted for more than 10,000 new homes. Jason’s
team studied five potential interchanges and seven miles of new expressway.
County of San Diego As-needed Engineering, Pine Creek Road PS&E, San Diego County, California. Jason managed this task order to develop of the design of a roadway realignment and
connection with Old Highway 80 in the mountainous community of Pine Valley. The purpose was to
improve the nonstandard intersection and avoid impacts to the adjacent national forest land.
Caltrans District 5, 6, 9, and 10 - Engineering On-Call Contract 06A1883 – Various Locations, California. Jason oversaw five task orders that varied from staff augmentation to turnkey final design
in this highly diverse geographic region. His team’s task orders included SR-1/SR-17 Roadside Safety
Project and SR-580/SR-132 Rehabilitation.
Riverside County Transportation Commission, 15/91 Express Lanes Connector - Corona, CA.
Jason was the Program Director for this highly innovative $270 million project. Jason led the project and
construction management services for the I-15/SR-91 Express Lanes Connector project for the Riverside
County Transportation Commission. Jason served as Program Director for all phases of this recently
completed project. In the early phases he simultaneously led the Project Report/ Environmental
Document approval while negotiating a progressive design build contract. The project included PA/
ED, Final Design (CMGC style), toll system planning and policy development; procurement strategy
development for a design-builder, systems integrator, and toll operator; procurement and contract
document development; conceptual engineering to support the design-build, full contractor-style
estimating; and program management/Construction Management for the design and construction of
this complex project.
Jason has 24 years of experience in transportation design and construction. He started his career in estimating and project management
for Granite Construction, providing him with a unique understanding of the contractor’s perspective. Since then, Jason has been integral
to the delivery of 59 roadway projects, 26 bicycle/pedestrian improvements, and 10 class I bikeways. Jason always strives to achieve an
excellent return on investment for his clients through a combination of both a constructibility check as well as a design quality check. Jason
is also uniquely qualified in his experience performing Value Analysis studies. Jason developed a formalized design alternatives/refinement
workshop process, which he first implemented in 2011, and has now been used on dozens of projects throughout California. Refer to the
Technical Approach section of this proposal for more details.
VALUE ANALYSIS & QA / QC
JASON LEMONS, PE
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 16
EDUCATION
MS, Civil Engineering, California
State University, Long Beach,
2012
BS, Civil Engineering, California
State University, Los Angeles,
2007
EXPERIENCE
17 years total
1 year with Wood Rodgers
REGISTRATIONS
Professional Civil Engineer, CA
#83941
RELEVANT PROJECT EXPERIENCE
SBCTA, I-10 Corridor Improvement Project Report, and Environmental Document – Ontario to
Redlands, CA. Project scope included completing the project approval and environmental document,
including project management, engineering, a high-occupancy vehicle, and express lane alignment
assessment, access and egress planning, traffic forecasts, a high-occupancy vehicle report, a project
report, geometric approval drawings, fact sheets, and environmental technical studies. In the role of
project engineer, Dylan was responsible for leading the engineering to develop GAD packages. He also
obtained Caltrans approval for 600 nonstandard design locations and performed cost estimates and
project reports. The project proposes to convert existing HOV lanes and add additional lanes on I-10
to provide two Express Lanes in each direction from the San Bernardino/Los Angeles County line to
California Street and one Express Lane in each direction to Ford Street.
Metro, I-5 North Managed Lanes – Los Angeles County, CA. Dylan was responsible for preparing
plans, specifications, and estimates and providing design services during construction for the northern
segment of the project from north of Magic Mountain to Parker Road. As the Engineering Manager,
Dylan was leading the design for Segment 3 to deliver the PS&E package. He performed technical
review, project specifications, nonstandard special provisions (nSSPs), ROW engineering, utility
coordination, environmental issues, design exceptions (fact sheet), supplemental project reports,
quantities, and cost estimates. Led design refinements to reduce project costs. The project proposes to
add HOV lanes by widening the center median and outside of the NB and SB lanes of I-5 between the
SR-14 interchange and Parker Road interchange.
City of Anaheim, SR 91/Lakeview Avenue Interchange Improvements – Anaheim, CA. As a
design manager, Dylan was responsible for leading the engineering to develop the PS&E on the project
to deliver PS&E package to Caltrans. He performed technical review, project specification, nSSPs, ROW
engineering, utility coordination, environmental issues, design exceptions, supplemental project report,
quantities, and cost estimate.
City of Brea, SR 57/Lambert Road Interchange Improvements – Brea, CA. Dylan was responsible
for preparing plans, specifications, and estimates and providing design services during construction.
Dylan was the project manager who led the engineering to develop the PS&E on the project and
successfully delivered the PS&E package to Caltrans. He performed technical reviews, project
specifications, nSSPs, ROW engineering, utility coordination, environmental issues, design exceptions,
supplemental project reports, quantities, and cost estimates.
SBCTA, I-15/I-215 Devore Interchange Design Build – San Bernardino, CA. The project involved
redesign and construction of the I-15/I-215 Devore Interchange to restore continuity of SR 66 to I-15.
The project added two general purpose and two auxiliary lanes to I-15’s existing three lanes passing
through the Devore Interchange and also provided route continuity on the mainline, which helped
alleviate heavy congestion on I-15. In addition, southbound and northbound truck bypass ramps
were added to separate traffic movement between automobiles and trucks to improve safety in the
interchange. Dylan was responsible for leading the roadway team to develop the construction packages
to improve the I-15/I-215 Interchange.
Dylan Tran has more than 17 years of technical expertise in transportation engineering. He has:
• Extensive experience in plans, specifications, and cost estimates. Lead effort in quantity takeoffs, ROW analyses, technical reports,
traffic operation analyses, and civil design.
• Worked with major cities/counties such as City of Brea, City of Anaheim, City of Orange, Los Angeles County, San Bernardino County,
and Riverside County.
TRANSPORTATION LEAD
DYLAN TRAN, PE
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 17
EDUCATION
BS, Electrical Engineering, San
Diego State University, 1988
EXPERIENCE
34 years total
2 years with Wood Rodgers
REGISTRATIONS
Professional Electrical Engineer,
CA #13750
RELEVANT PROJECT EXPERIENCE
Orange County Transportation Authority (OCTA), I-5 Improvements from SR 73 to South of
Oso Parkway (Segment 1) – Orange County, CA | Prior to joining Wood Rodgers, Dale worked
as Electrical Design Lead. Provided design services for architectural lighting and power related to the
design of a fiber-optic HUB building. Wrote specifications for traffic signing, striping, and electrical work
associated with the project. This project received OCTA regional transportation funding via Measure
“M”. The corridor was divided into three segments, and the Segment 1 scope included widening I-5,
reconstructing, and widening the Avery Parkway Undercrossing structure, widening Avery Parkway,
and improving the ramps at Crown Valley Parkway and Avery Parkway. Dale led the stage construction,
signals, lighting, signs, utility relocation designs and provided roadway design support services.
Traffic Engineer. California High-Speed Rail Authority, California High-Speed Rail
Construction Package 1 – Madera to Fresno, CA | Prior to joining Wood Rodgers, Dale was
responsible for performing traffic analysis in support of project Maintenance of Traffic (MOT) detours.
This design-build project included the first section of a new, ultimately 800-mile-long high-speed rail
system to accommodate trains running between San Diego and Sacramento at speeds of more than 200
miles per hour. Dale served as the traffic engineer for the lead designer for the initial 29-mile alignment,
in the Central Valley, beginning in Madera and ending just south of Fresno ($1.7 Billion project). It was
predominantly a civil infrastructure project that included 27 grade separations, a 250-foot-long jacked
box tunnel, 3.4 miles of aerial structures, a major crossing over the San Joaquin River, and 2.7 miles of
trench. Dale’s specific duties covered traffic analysis for Maintenance of Traffic, electrical design, and
utility coordination.
City of Palmdale, SR 138 (Palmdale Boulevard) Improvements – Palmdale, CA | Prior to joining
Wood Rodgers, as Traffic Signal Lead, Dale led the traffic signal modifications of six Caltrans and City
traffic signals. He also provided lighting design services and services related to railroad pre-emption.
Dale’s team provided environmental and engineering services to the City for improvements to SR 138
and Sierra Highway. Services included a project approval/environmental document phase and a final
design phase for plans, specifications, and estimates.
County of Los Angeles, Colima Road Environmental Reevaluation & Traffic Impact Analysis
for Hacienda Heights, and Rowland Heights – Los Angeles, CA | Prior to joining Wood Rodgers,
Dale led the traffic impact analysis and design effort in support of the environmental document. The
study was delivered with an accelerated schedule. The project is currently in construction. This 4.7-mile
project proposed widening/restriping Colima Road from the Whittier City limits to Fullerton Road in
Rowland Heights. The purpose of the project was congestion relief and operational improvements. The
project was designed by county staff and needed environmental studies completed on an accelerated
schedule.
San Marcos Creek District Project – San Marcos, CA | Lead Electrical Designer. Prior to joining
Wood Rodgers, Dale provided electrical design services for the installation of two bridges and ancillary
road widening and realignment of this capital improvement project. The scope of services for electrical
design included traffic signals including fiber optic communications, lighting, a joint utility trench, and
maintenance of traffic. Dale’s multi-disciplinary team obtained environmental approval and PS&E
certification through the Highway Bridge Program and Caltrans Local Assistance. The roadway, bridge,
multi-use trail, and creek improvement project was bid at $62 million and was the largest capital
improvement project ever completed at the City.
Dale Wilson has extensive experience in the design and review of fiber optic systems, traffic signal communications, utility conflict resolution,
intelligent transportation systems (ITS), and various other state-owned electrical systems. Prior to joining Wood Rodgers, he had served as a
senior transportation electrical engineer with Caltrans District 11 for 23 years. Dale managed the district’s electrical branch, which entailed
project delivery and the oversight of electrical design and construction support efforts. He worked on the statewide committee for standard
plans and specifications for the State of California and served on the San Diego Traffic Engineers Committee at SANDAG.
ELECTRICAL LEAD
DALE WILSON, PE
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 18
EDUCATION
BS, Civil Engineering, University
of California, Davis, 2015
EXPERIENCE
9 years total
7 years with Wood Rodgers
REGISTRATIONS
Professional Engineer, CA #90241
RELEVANT PROJECT EXPERIENCE
City of San Diego, Bay Terraces and Skyline South Storm Drain Replacement – San Diego, CA. Mike is providing project management and design, including site assessment and construction
drawings, for this project located in the Bay Terraces and Skyline communities of Council District 4. The
project proposes replacement and/or rehabilitation of approximately 4,500 linear feet of storm drain
pipeline. Services include the survey, geotechnical analysis, environmental document, final design Plans,
Specifications, and Estimate (PS&E), and design support during bidding and construction.
University of California, San Diego - San Diego, CA. Mr. Ronco serves as the Site Design Lead
for a series of projects located on UCSD Campus pertaining to achieving American Disability Act
(ADA) compliant pathways on campus. Projects include curb ramps, driveways, and ADA parking stall
configurations. Final improvements were designed by Mr. Ronco as well as construction specifications
and estimates.
Lakeside at Sutter Pointe Phase 1 Infrastructure – Sutter County, CA. Mike serves as a design
engineer for the Lakeside at Sutter Pointe Development Phase 1 Infrastructure Plan Set in Sutter County,
California. The subdivision includes a collection of roadways for access into and throughout the site
that will be dedicated to public agencies, and access points to existing public facilities and roadways.
The project also consisted of interim and ultimate designs for the expansion of approximately 4800
lineal feet of Riego Road. Professional consulting services include the preparation of reports, planning,
geometric roadway design, pedestrian and bicycle facilities, street and intersection improvements, and
preparation of plans in compliance with local standards.
Glenborough, Folsom Boulevard Transmission Main – Folsom CA. Mike serves as a design
engineer for this project involved with final construction drawings and design for 10,300 lineal feet of
water transmission main within Folsom Boulevard, crossing through Sacramento County, City of Folsom,
and Caltrans Right of Way. This project entailed coordinating with City, County and Caltrans reviewers
for encroachment permits and avoiding utility conflicts along the length of the project. Dieng services
Mr. Ronco provided include intersection modifications and utility alignment decisions.
Lakeside at Sutter Pointe Sewer Forcemain – Sutter County, CA. Mike serves as a design
engineer for this project involved with preliminary and final design, and ongoing construction support.
The project is approximately 7 miles of sanitary sewer forcemain, beginning at a sewer lift station
adjacent to Riego Road in Sutter County and heading south through Sacramento County before
tying into an existing interceptor. Mr. Ronco coordinated utility survey and the crossings of a PG&E
transmission main, RD-1000 Natomas Road Levee, and Union Pacific Railroad track as part of this effort.
Part of this effort was determining construction access and staging areas for this effort, as well as
identifying locations of potential utility conflicts. The final design and improvement plans were designed
and prepared by Mr. Ronco
Glenborough, Birkmont Drive – Folsom CA. Mr. Ronco serves as the a design engineer for this
project involved with final construction drawings and design for 3,800 lineal feet of roadway and
utilities for Birkmont Drive, an arterial road extension serving a future subdivision in Sacramento
County. This project included preparation of reports, roadway geometric and grading design, utility
design, streetlight design, and traffic signage and striping. The final design and improvement plans
were designed and prepared by Mr. Ronco and routed through both the City of Folsom and Sacramento
County for review.
Salvator Apartments - Sacramento CA. Mr. Ronco serves as the primary design engineer for
the site design of a multibuilding affordable housing apartment complex located in Sacramento.
The overall project was a coordinated effort between landscape architects and building architects.
Mr. Ronco provided grading, paving, and wet utility plans for the project and provided engineering
direction through the construction process including RFI responses and field direction for the successful
completion of the project.
Mike has over 9 years of experience working on projects associated with transportation and site development related activities. He has
demonstrated his ability to design both large and small scale, public and private projects to ensure compliance with standards put forth
by local, state, and federal agencies. He has demonstrated his ability to act as a dynamic and integral part of any team with the variety
of projects and tasks he has performed. He has been involved with the preparation of project reports, estimates and specifications, and
development of plans for a variety of projects including: new connections, roadway rehabilitation, intersection retrofitting, various high
density and low density residential projects, and large scale infrastructure projects, etc.
SITE DESIGN LEAD
MIKE RONCO, PE
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 19
EDUCATION
BS, Civil Engineering, California
Polytechnic State University, San
Luis Obispo, 2018
EXPERIENCE
8 years total
2 years with Wood Rodgers
REGISTRATIONS
Professional Engineer, CA
#93987
Professional Traffic Engineer, CA
#3070
PROFESSIONAL
AFFILIATIONS
ITE - San Diego, Vice President, 2025
ITE - San Diego, Treasurer, 2024
ITE - San Diego, Secretary, 2023
RELEVANT PROJECT EXPERIENCE
City of Carlsbad, Carlsbad Boulevard/Tamarack Avenue Pedestrian Improvement Project
– Carlsbad, CA. As the civil lead, Andrea collaborated with the city to design and develop project
alternatives based on three concept options provided by the City. She is now progressing toward the
final 90% PS&E design. The design includes a super-elevated roundabout, ADA-compliant ramps and
sidewalks, separated bike lanes, protection of historic sites, utility relocation, signing and striping,
demolition, staged construction and traffic management, drainage, bridge preventative maintenance,
traffic signals, and landscaping with irrigation. Andrea’s contributions also include preparing
land surveying exhibits and recorded documents, supporting CEQA processing, and conducting
environmental impact assessments and mitigation planning. Additionally, she has prepared engineering
estimates, written specifications, and various exhibits outlining the new PROWAG ADA requirements.
Metro Goldline Extension Phase 2B Parking Facilities, Intersection Improvements, and
Signalization – San Dimas, CA. Andrea serves as the design engineer for this project, which
involves developing Advanced Conceptual Engineering (ACE) drawings for six facilities: the Glendora
Station parking facility, La Verne Station parking facility, Pomona Station parking facility, Foothill Blvd/
Elwood Ave intersection improvements and signalization, Fulton Road/Arrow Highway intersection
improvements and signalization, and Garey Ave/Grevillia Street intersection improvements and
signalization. Her responsibilities include designing and preparing roadway plans, such as intersection
bulb-outs, curb ramp and bus station details, demolition plans, signage and striping plans, utility plans,
and traffic control plans. Andrea has also supported construction by responding to RFIs and preparing
change order exhibits using the Team Binder application.
Various Transformative Climate Communities Active Transportation Project – City of Ontario,
CA. This project involved developing a 2-mile corridor of bike, pedestrian, and bus improvements along
Mission Blvd and various other locations. As the design engineer, Andrea prepared plans for street
improvements, removals, signing and striping, traffic signals, street lighting, storm drains, utilities, and
ADA curb ramps. She secured a California Department of Transportation Encroachment Permit, which
included drafting a Design Standard Decision Document, completing applications, and coordinating
design efforts. She also coordinated with CPUC and UPRR representatives on railroad crossing
modification plans and with the City of Ontario on drainage plans. Additionally, Andrea contributed to
cost estimating, project specifications, and creating various exhibits.
Mountain Avenue and Hold Boulevard Intersection Widening Project – City of Ontario, CA.
This project involved widening the approaches at the intersection of Mountain Ave and Holt Boulevard
to accommodate the future Omnitrans West Valley Connect Project. As the design engineer, Andrea
developed plans for water improvements, landscaping, ADA curb ramps, roadway enhancements, and
irrigation systems. She also contributed to cost estimating, prepared project specifications, addressed
review comments, and coordinated with the city and contractor to provide support during construction.
The project is now complete.
Grove Avenue and Holt Boulevard Intersection Widening Project – City of Ontario, CA. This
project involved widening the approaches at the intersection of Grove Ave and Holt Boulevard to
support the future I-10/Grove Interchange Project. As the design engineer, Andrea developed plans
for site improvements, removals, signing and striping, utilities, landscaping, and irrigation. She also
contributed to cost estimating, prepared project specifications, and conducted field visits to assess site
conditions.
Andrea is a Transportation Design Engineer with 8 years of experience specializing in roadway improvement projects, from planning and
design to construction support. Her deep knowledge of traffic engineering complements her design skills, allowing her to tackle complex
projects with a well-rounded approach. Andrea has expertise in roadway and utility design, 3D modeling, construction estimates, report
writing, and permit applications. Her active involvement with the Institute of Transportation Engineers gives her a unique perspective on
implementing innovative active transportation strategies to address challenging roadway configurations.
DESIGN ENGINEER
ANDREA LOOK, PE, TE
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 20
EDUCATION
BS, Civil Engineering,
Northeastern University
MS, Civil Engineering,
Northeastern University
EXPERIENCE
7 years total
< 1 year with Wood Rodgers
REGISTRATIONS
Professional Engineer, CA
#94214
Road Safety Professional, Lvl 1
#1037
RELEVANT PROJECT EXPERIENCE
San Bernardino County Transportation Authority (SBCTA), West Valley Connector Project
– Pomona, Montclair, Ontario, and Rancho Cucamonga, CA. Nick assisted the roadway
design and drainage teams during the final design phases for this 19-mile-long corridor through
the cities of Pomona, Montclair, Ontario, and Rancho Cucamonga. The project includes 3.5 miles of
exclusive center-running bus rapid transit (BRT) lanes and 33 total BRT stations at 21 locations. Nick’s
responsibilities included the design of ADA-compliant pedestrian facilities, the design of 27 drainage
systems throughout the project, Right-of-Way coordination with surveyors, appraisers, and real estate
specialists, and compilation of the project’s specification package for 65%, 90%, and 100% PS&E
submittals.
Citywide Crosswalk Enhancements and Traffic Management - Novato, CA. Nick led the design
of several crosswalk and bicycle improvements at various locations throughout the City of Novato. The
improvements ranged from installation of RRFB systems, ADA curb ramp reconstruction, construction
of pedestrian refuge islands, installation of radar speed feedback signs, and restriping to accommodate
new crosswalks and bike facilities. Nick served as engineer of record for design of the Rectangular
Rapid Flashing Beacons (RRFBs), speed feedback signs, signing, and pavement delineation. He also
managed the project and was responsible for maintaining the project schedule, interfacing with City
staff, and leading project meetings with the client, subconsultants, and stakeholders. The purpose of
the project was to improve safety for pedestrians and cyclists within the City while promoting active
transportation.
East Bay Greenway - Oakland, CA. The East Bay Greenway is a proposed urban bicycle network that
would connect Oakland and Fremont through various on- and off-street bicycle facilities. The project
would also provide direct bicycle connections to several Bay Area Rapid Transit (BART) stations. Nick’s
team was under contract to provide electrical designs for the segment between the Lake Merritt BART
station and the Fruitvale BART station in Oakland. This included design services for six traffic signal
modifications, one new traffic signal system, two RRFB systems, one new High-Intensity Activated
Crosswalk beacon (HAWK), modifications to existing street light systems, and installation of pedestrian-
scale streetlighting where necessary. Nick led the design of three of the signal modifications, both
RRFBs, and the lighting components while assisting on the other design components through the 65%
submittal.
North Bailey Road Active Transportation Corridor - Contra Costa County, CA. A two-way
buffered Class IV bicycle facility is proposed along North Bailey Road between Willow Pass Road and
Canal Road to provide better bicycle connections to the Pittsburg BART station. Nick initially assisted
the County with the PAED phase of this project providing initial design concepts for the corridor and
performing operational analyses at each of the intersections with the anticipated changes to signal
phasing, which included separate bicycle phases. He then led the signal design components of the
project, which included modifications to three signal systems, a new signal system, and modifications
to the existing interconnect system along North Bailey Road. Due to the proposed bicycle facility, the
County opted for video detection and bicycle signals at each of the intersections.
French Camp Road/McDougald Boulevard Traffic Signal Installation - Stockton, CA. Nick
led the team delivering PS&E for a new traffic signal system at the intersection of French Camp Road
and McDougald Boulevard. The signal tied into the existing fiber optic system that connected back
to the closest fire station. The project also included ADA curb ramp upgrades and minor sidewalk
reconstruction. Nick’s primary responsibilities included design oversight, schedule management, and
client communications. He also oversaw the Quality Control process for all deliverables from the 65%,
95% and 100% PS&E submittal packages. While design is completed, the City is currently looking to
secure funding to advertise the project for construction.
NICK BRUNETTO, PE, RSP
DESIGN ENGINEER
Nick has seven years of experience with transportation and traffic engineering related design improvements including traffic signal design,
lighting design, pedestrian facilities, roadway improvements, and ADA improvements. He also has experience with traffic operations analyses,
traffic impact studies, safety studies, and benefit-cost analyses for local agencies throughout California.
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 21
EDUCATION
BS, Environmental Engineering,
University of Nevada, Reno, 2018
EXPERIENCE
6 years total
6 years with Wood Rodgers
REGISTRATIONS
Professional Civil Engineer, CA
#94187
PROFESSIONAL
AFFILIATIONS
ASCE, APWA
RELEVANT PROJECT EXPERIENCE
City of San Diego, University Avenue Culvert Replacement Project– San Diego, California.
Lead design Engineer responsible for the design and management of a storm drain culvert replacement
project, including the preparation of detailed plans, specifications, and estimates for the new reinforced
concrete box culvert. Responsibilities included site evaluations, utility coordination, design of
approximately 100 feet of reinforced concrete box culvert, and the design of Stage Construction Plans.
Ensured compliance with applicable standards and specifications while overseeing quality assurance
processes to deliver accurate plans.
Metro Gold Line Foothill Extension Construction Authority. Foothill Gold Line Phase 2B –
Pomona, California. Lead Design Engineer of the Pomona Station parking lot. This parking lot design
required the acquisition and demolition of existing structures to allow for design and construction. As
part of the Design-Build team, this design required extensive communication and coordination with
the stakeholders involved in the project. The project is currently in construction and demolition of all
structures has been completed.
SANDAG, Inland Rail Trail Phase 4, – Vista, California. Lead design Engineer for the design and
coordination for a 2.1-mile Class I Bikeway within a rail corridor, advancing the project through 60%
design. Responsibilities included preparing plans for trail alignment, retaining walls, drainage facilities,
a bridge structure, and associated roadway and railroad infrastructure. The scope encompassed traffic
signal modifications, trail lighting, utility coordination, and addressing stormwater requirements.
Collaborated with stakeholders to align the design with agency standards and environmental
considerations while preparing construction cost estimates and technical specifications to facilitate
project implementation.
City of Chula Vista, RMRA Pavement Rehabilitation and Pedestrian Ramp Project– Chula
Vista, California. Lead Design Engineer responsible for the design and engineering for PROWAG-
compliant pedestrian ramp upgrades under the City of Chula Vista’s Pavement Rehabilitation program.
Responsibilities included developing Curb Ramp Design plans, assembling a bid quantity list and
estimate, and coordination with City Staff to accommodate future roadway rehabilitation. Collaborated
with City stakeholders during project milestones to ensure compliance with City, Caltrans, and CA
MUTCD standards. Conducted site evaluations to address design constraints and integrated pedestrian
push-button upgrades at signalized intersections.
City of Chula Vista, 1301 Oleander Avenue Project – Chula Vista, California. Lead design
engineer responsible for developing civil construction documents for proposed ADA-accessible ramp
and flatwork improvements, including horizontal layout, grading, and drainage plans. Conducted
a drainage analysis to evaluate existing site conditions and recommended alternatives for runoff
management, supported by a preliminary engineer’s cost estimate. Prepared a Storm Water Quality
Management Plan (SWQMP) and technical drainage memorandum in compliance with regulatory
standards. Oversaw survey activities, including performing a topographic survey to document site
features for design coordination.
City of Carlsbad, Carlsbad Boulevard Improvement Project – Carlsbad, California. Design
Engineer responsible for the utility impacts and traffic handling for a roadway improvement project.
Taylor coordinated project impacts with the Carlsbad Municipal Water District in the development of
the traffic handling plans. In addition, Taylor ensured the design was compatible with the needs of the
Fire Department.
Taylor Roper is a land development and transportation design engineer with six years of experience with a unique background of both site
design and transportation. On the transportation side, Taylor specializes in drainage and traffic control design. Taylor has evaluated and
designed traffic plans for water/wastewater facility, roadway widening, and highway improvement projects.
DESIGN ENGINEER
TAYLOR ROPER, PE
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 22
EDUCATION
BS, Civil Engineering, Rose-
Hulman Institute of Technology,
Terre Haute, 2018
EXPERIENCE
6 years total
3 years with Wood Rodgers
REGISTRATIONS
Professional Civil Engineer, CA
#97153
PROFESSIONAL
AFFILIATIONS
American Society of Civil
Engineering, Younger Member
Forum, San Diego
President-Elect, 2024-current
Secretary, 2022-2023
VP Community Service, 2021-
2022
RELEVANT PROJECT EXPERIENCE
27th Street Complete Streets Project, City of Oakland. Isabella was a key member of the
design team providing engineering support for the completion of the final design for this project. The
27th Street Complete Streets Project in Oakland, CA, includes the development of a comprehensive
engineering design, specifications, and cost estimate for a Class II and Class IV separated bikeway along
27th Street, spanning from Telegraph Avenue to Grand Avenue. The project’s scope encompasses
various components, such as protected intersection design, utility relocations and coordination, curb
ramp design, geometric corridor reconfigurations, signing and striping, as well as signal modifications. In
order to execute the project, an assessment of existing features was necessary, including the evaluation
of curb ramps for compliance with ADA standards and the identification of deteriorated sections of
curb, gutter, and sidewalk that require removal and replacement.
Norris Canyon Road Slope Failure Repair, Contra Costa County. Isabella completed the typical
sections, layout, profile and superelevation, drainage profiles, drainage details, contour grading, erosion
control, utility, and construction area signs plans and cost estimate for this project. Wood Rodgers
recently submitted the 65% final design submittal and is now working towards the 95% submittal. With
the Norris Canyon Road Slope Failure Repair Project, Contra Costa County aims to bring a road back
to working condition after significant erosion. The project proposes a retaining wall, drainage system,
repaving, and utility work.
North Beale Road Complete Streets / Safety Project Phase III, Yuba County. For final design,
Isabella led compilation of the typical sections, removals, roadway layout and profiles, construction
details including ADA ramps, traffic signal plans, equipment schedule, signing and striping, landscape,
project control, utility, and drainage plans and cost estimate of items associated with those plan sheets.
The project provides ADA accessible sidewalk and curb ramps, adds a protected bike lane, solves
drainage concerns through storm drain installation, repaves the road, upgrades traffic signals, and adds
medians throughout the limits of work. This project is now in the bidding phase, and will soon enter
construction.
Metro Gold Line Extension Phase 2B, Intersections Improvements – Pomona, La Verne, and
Glendora, CA. Isabella was involved with the sheet preparation and ADA compliant sidewalk and curb
ramp design. The improvements within public right of way include three locations: Foothill Blvd/Elwood
Ave intersection improvements; Fulton Road/Arrow Hwy intersection improvements; and Garey Ave,
Grevillia St, Pine St, and Santa Fe St roadway and bike improvements. Plan sets include typical sections,
removals, roadway layout and profiles, construction details including ADA ramps, traffic signal plans,
traffic signal interconnect, equipment schedule, signing and striping, and storm drains.
Caltrans District 3, TO’s 41 and 64, SR 99 Auxiliary Lanes Elk Grove Blvd. to Calvine – Elk
Grove, California. Played a key role in the completion of PA&ED and PS&E phases for this project. The
new auxiliary lanes will reduce traffic congestion by minimizing weaving of traffic and enhancing traffic
flow on SR-99 between Postmile 12.7 and 16.0. This project adds auxiliary lanes at two locations at
SR-99 Southbound Calvine Road/Cosumnes River Boulevard to Sheldon Road, and SR-99 Southbound
Laguna Boulevard/Bond Road to Elk Grove Boulevard. Isabella took the lead on several disciplines
within the plan set, including: typical section sheets, layout plan sheets, profiles and superelevation
diagrams, construction details, utility plan sheets, positive location mapping, and pavement delineation
and signs sheets.
Isabella has 6 years of experience assisting with design and analysis in transportation projects. Isabella has assisted in the design of several
road and highway improvement projects throughout California, developing roadway layouts, superelevation diagrams, road profiles, typical
sections, removals, utility mapping and plan sheets, electrical design including traffic signals and streetlighting, grading, and drainage design.
Most recently, she played a key design role in both the environmental approval and final design (ongoing) effort on the Caltrans State Route
(SR) 99 Auxiliary Lanes Widening Project.
DESIGN ENGINEER
ISABELLA EVANS, PE
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Project Management Approach
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 23
ON-CALL MANAGEMENT APPROACH
Wood Rodger’s Project Manager, Melissa Gomez, specializes in providing services for as-needed contracts as well as local agency civil
engineering projects. Having worked in southern California for her entire career, she has managed contracts for a variety of public agencies.
Melissa joined Wood Rodgers due to the company’s emphasis on technology, vast technical expertise, responsiveness, and quality services
provided to agencies of all sizes. These characteristics are key to effectively executing this type of contract. Melissa will perform project
management activities throughout the entire duration of the contract, ensuring all task orders are set up properly, with the right scope,
schedule, and budget. These project management activities include:
SCOPE — Wood Rodgers’ project manager will direct and monitor all tasks in the Scope of Work that will be attached to the Agreement
for Professional Services—making sure that the project team members assigned to the tasks provide quality deliverables, keep within budget,
and stay on schedule. If there are any out-of-scope work identified during the course of the project, the project manager will bring these to
the attention of the City so that they can be discussed and agreed upon before the work is performed.
SCHEDULE — Wood Rodgers’ project manager will prepare and maintain a critical path method (CPM) schedule, presented in a Gantt
chart format, using Microsoft Project software. Each task and project milestone in the Scope of Work will be included in the schedule, so that
the progress of each task milestone can be monitored.
BUDGET — All efforts to the project will be monitored and controlled to assure that costs are kept within budget limitations. Wood
Rodgers utilizes BST11 enterprise accounting system to monitor and control budgets on a task-by-task basis. Monthly invoices and progress
reports will be prepared and submitted to the City. Progress reports will cover work and tasks performed during the pay period, work
forecast for the pay period to come, overall project progress, and identification of issues needing discussion and resolution.
Every Wood Rodgers project undergoes monthly reviews to ensure that the project is on schedule, reaching milestones, and within budget.
- Detailed Work
Breakdown Structure
(WBS) to easily track
work progress
- Creation of project
Management Plan
(PMP) to effectively
plan the project and
establish protocols
SCOPE SCHEDULE BUDGET QUALITY COMMUNICATION
- Schedule creation in
alignment with WBS
- Schedule activity
relationships built to
understand critical
path
- Establishment of
schedule baseline
- Tracking of
both design and
construction budgets
- Proactive
communication about
budget variables
- Complete
transparency
- Documentation
of quality control
procedures and
evidence of quality
control reviews
- Dedicated quality
control staff
- Regular
communication with
the City
- Document decisions
and regularly update/
communicate status
- Formal (transmittals,
progress reports) &
informal (calls, text,
email) communication
methods
Contract Financial Monitoring Report, with Forecast to the end of the Project
Monthly Invoice with Contract Summary
Progress Report for all Activities Performed with Issues & Resolutions
Each month, Melissa will oversee the preparation and submittal of the following:
PROJECT MANAGEMENT
APPROACH7Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 24
QUALITY — Wood Rodgers will perform Quality Assurance/Quality Control (QA/QC) on the project. A project-specific QA/QC Plan will
be prepared that will be administered by the Quality Control and Value Analysis lead, Jason Lemons. Jason is a Wood Rodgers senior-level
experienced engineer who will review and approve all deliverables before they are submitted to the City. Wood Rodgers takes great pride in
knowing that our reports and studies are of the highest quality, and our plans are biddable, buildable, and administrable. Quality products
reduce the time it takes for approving agencies to conduct required reviews and decreases costly change orders during construction.
COMMUNICATION — When considering our goal of providing an innovative team of local experts that will serve as an integrated
member of the City staff, we must acknowledge that success in this goal depends on effective communication. Wood Rodgers’ strategy is to
open and maintain a constant and clear channel of communication including regular productive project development team (PDT) meetings.
Melissa will keep communication lines open with the City to determine
potential needs so that she can best prepare her team to respond.
Upon notification of an assigned project need, she will work with the
City to ascertain information about the task. Melissa will evaluate
the best potential team composition for achieving the City’s goals.
The draft team composition will be provided to the City Management
Team to confirm whether it is the right fit. Upon selection of the
team, Melissa will coordinate with the City to initiate the project
development and will communicate regularly with the City to verify
satisfaction with the team personnel and the services being provided.
Throughout the duration of each project, continued communication and meetings between the City and stakeholders, and Wood Rodgers’
team will ensure that the project's needs are fulfilled and that there is “buy-in” by all parties on
major project decisions. Communication is extremely important out of the gate when defining a
scope of work and kicking off a project or task order. The project startup is outlined as follows:
Building on our proven project management techniques and understanding of the City’s needs,
the Wood Rodgers Team will handle project or task order startup in the following steps:
`ListentoandunderstandtheCity’sgoalsandobjectivesforthespecifictask.
`Developthescopeofservicesbasedonclearlyunderstoodobjectives.Weareaccustomed
toassistingwiththedevelopmentofthescopeofworkinwhicheverwaytheCityprefers.
Whetheritbefullcreationofthescopeofwork,anindependentreview,oranythingin
between,thisteamcanensurethataprojectwillstartoffontherightfootwithanaccurate
scopeofwork.
`Hand-picktheperfectteamforthetask.Webelievethattheprojectmanagerisresponsibleto
correctlyassessprojectrequirementsandformtherightteamforthetask.
`Developatrackableandpresentableprojectscheduleinaccordancewiththeproject
requirementsandidentifymilestonesandcriticalpaths.
`Identifylinesofcommunicationbetweenteammembersandthestakeholders.
`Formaprojectdevelopmentteam.
`Executeprojectcontrolstoeffectivelytracktheprojectandassisttheprojectmanagerin
makingnecessaryadjustmentsthroughouttheprojectlifecycle.Theprojectmanagerwill
trackthescope,budget,schedule,QA/QCplan,andmaintaina“DecisionLog”inwhichall
projectissuesthatariseandresolutionstothoseissuesaredocumented.
Wood Rodgers' Project Manager, Melissa
Gomez, PE, will be responsible for ensuring that this team maintains a culture of early and frequent communication. Melissa will be the point of contact between the Wood Rodgers team and the City and can be reached at 978.807.4665.
Define Scope of Work
Select Required Experts
Develop Project Schedule
Communication in conjunction
with Agency Stakeholders
Form Project Development Team
Execute Project Controls
Identify City's Issues/Concerns
PROJECT STARTUP
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
2251 San Diego Ave. Suite A-130
San Diego, CA 92110
Tel: 619.819.9240
www.woodrodgers.com
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF RANCHO CUCAMONGA | REQUEST FOR QUALIFICATIONS FOR
VARIOUS ON-CALL SERVICES
NUMBER: 24/25-501
JANUARY 13, 2025
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Technical Approach - General Civil
Engineering Services
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 25
ROADWAY DESIGN & ENGINEERING
Wood Rodgers has successfully designed and constructed a wide variety of roadway, bicycle, and pedestrian facilities throughout California.
We are well versed in the requirements of implementing infrastructure improvements from preliminary planning and cost estimate through
final design to construction support and as-built preparation. Our projects have ranged from intersection improvements to highway corridor
realignments. The City’s vision to create an equitable, sustainable, and vibrant community includes developing meaningful, multi-functional
public spaces that enhance pedestrian, bike, and transit connectivity, centered around people and their diverse needs.
The Wood Rodgers Team is currently working on the forefront of Complete Streets design. We fully understand the requirements to develop a
successful improvement project, including interfacing with existing, planned, or future buildings; addressing the design of parking, circulation
and access, and ADA requirements; ‘right sizing’ utilities; and developing cost effective solutions that are in context with the surrounding
environments.
When designing a road, our design approach varies depending on site context and physical size and location. When including sidewalk and
parkway, we’d take into consideration existing land uses, street type, traffic patterns and vegetation to create a parkway that contributes to
neighborhood character as well as safety and functionality. Parkways can be used as stormwater detention devices, pedestrian and land use
buffers, as well as biomass for communities that lack tree cover and may need urban heat island relief. Neighborhood context, corridor users,
and adjacent land uses guide our design process to enhance community fabric and provide sustainable transportation options.
TECHNICAL APPROACH -
GENERAL CIVIL SERVICES8
As the climate in California has shifted
towards multi-modal transportation,
Complete Streets expertise has become
an important capability in roadway
design. Wood Rodgers understands
the need to implement multi-functional
facilities.
City of Carlsbad, Carlsbad Boulevard & Tamarack Avenue Intersection
Improvement Project - Visual Simulation
Wood Rodgers offers a vast depth of Civil Engineering services through our more than 100 professionally licensed individuals. Some of these
disciplines are outlined in the bullet list below, and the sections that follow provide further information on our approach and expertise for
each.
`Feasibility Studies
`Project Study Reports and Project Reports
`Cost Estimating
`Hydrology and Hydraulic Flood Plain
Studies
`Erosion Control Plans
`Local Roads, Streets, Highways, Freeways,
& Interchanges
`Park & Trail Improvements
`Traffic Signals & Bicycle/Pedestrian Signals
`ADA Site Accessibility Design
`Class I, II, III and IV Bikeway Design
`Sidewalk & Curb Ramps
`Roadside/Onsite Drainage Improvements
`Utility Research and Conflict Resolution
`Landscape and Irrigation Design
`Roadway Alignments & Geometric Design
Solutions
`Intersection Design & Improvements
`Roundabouts & Traffic Calming Design
`Signing and Striping
`Emergency Pre-emption
`Traffic Control/Management Plans
`Right-of-Way Engineering
`Lighting Design for Streets, Walkways,
Bikeways, Parking Lots, and Parking
Structures
`Bus Lanes and Bus Amenities
The Carlsbad Boulevard & Tamarack Avenue Intersection Project design rendering below illustrates many of the civil engineering services
Wood Rodgers offers.
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 26
DESIGN DEVELOPMENT APPROACH
Working hand in hand with the City of Rancho Cucamonga and our subconsultant team, Wood Rodgers will provide engineering solutions to
achieve project goals. The following are the engineering design keys to success for projects under this contract:
• BE OPEN: There is no one-size-fits-all solution. Wood Rodgers mantra: Challenge, Innovate, Create. This mantra drives our approach to
designing the best solution for each location.
• GET THE FACTS STRAIGHT: We will first go in-depth in our evaluation of existing conditions. We will review all relevant existing
documentation and augment that with real surveying data to ensure that everything is in its right place.
• BE REAL: Our solutions must be constructable and fit within the budgetary constraints that exist.
• BE FLEXIBLE: We will not quit at any obstacle, even budget, we will work with the City to assist in obtaining funding for these projects.
• BE CONNECTED: In everything, we will keep the communication lines open. When issues arise, all key staff (City and consultant) will
know in near real-time. Further, it will be a team effort to solve those issues. Together we are stronger.
At the start of a project, it is critical to kick-off the longer lead items or items necessary to begin the design such as, design surveys,
topographic surveys, other field work, utility mapping, and project setup. Beginning these tasks in a timely manner will help avoid
unnecessary delays as the project progresses. Wood Rodgers follows a five-step process that helps to successfully deliver projects from the
planning phase through construction, as outlined below.
Step 1: Establish Project Scope (Alternatives Development Workshops) The process begins with development of alternatives and evaluation
criteria through several workshops with the City, the Wood Rodgers team, and other key stakeholders.
Step 2: Finalize Major Design Details and Right-of-Way Requirements (35% Design) Following an alternative being selected, the Wood
Rodgers team will refine the alternative into a 35% concept design with the intent to identify the final footprint of the project. This allows
the right-of-way acquisition process to begin, which is typically the critical path for the remainder of the project schedule. Therefore, it is
important to not make any major design changes beyond this point by ensuring that all stakeholders are satisfied, design standards are met,
and required design exceptions identified. In addition to establishing the final footprint to begin the right-of-way process, it is also critical to
finalize the basic geometry or ‘basis of design’ at this phase. The effort invested during this stage is paramount to avoiding redesign effort
associated with disciplines such as the structure design, drainage, and utilities.
Step 3: Draft Contract Documents and Reports (65% Design) The 65% PS&E effort will follow the document requirements established by the
City. Having a comprehensive draft of the contract documents and reports allow the reviewing agencies and stakeholders an opportunity
to provide their feedback as early as possible in the design process. Several crucial milestones occur at this level of design. Developing full
project quantities allows for the projects first truly ‘bottoms up’ style estimate. All utility impacts can typically be identified at this phase
of the project considering that all potential conflicts with utilities should be known. Any environmental permits should be submitted at this
phase to allow enough time for agency review and approval.
Step 4: Incorporate All Review Comments (95% Design) At the 95% design level, the comments from all reviewing agencies and stakeholders
are gathered and incorporated. The special provisions, reports, and utility relocation coordination should be completed considering that
all project specific features should be known at this phase of design. The level of accuracy and detail of the bid item list and engineer’s cost
estimate should be finalized at this phase. We recommend that the full bottoms-up Contractor style estimate occur in parallel with this phase
to finalize any funding requirements for the project.
Step 5: Prepare Final Contract Documents (Final Design) Once all remaining comments are incorporated and the corresponding reviewers
have confirmed that all comments have been incorporated as intended, the final contract documents are prepared, which include the plans,
specifications, and engineers estimate.
Visual simulations are a great tool to illustrate design intent, plan effectively, and communicate with stakeholders.
City of Oakland, MLK Complete Streets – Visual Simulation
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 27
SITE DESIGN
Wood Rodgers provides a broad spectrum of civil engineering services associated with public and private development projects. Our
straightforward approach to design puts talented and practiced engineers in direct contact with clients to determine the scope and
design requirements for each project. We are experienced in a full range of professional services including initial feasibility investigations,
preliminary planning, cost estimating, design development, construction drawings and specifications, bidding support, and construction
engineering support.
We are well versed in working closely with owners, architects, and other consultants to provide comprehensive and well-coordinated project
documents. Be it a parking lot, development, or a site renovation, we recognize each project as a unique challenge and are attuned to
understanding our clients' goals. Our ability to recognize and address individual site topography and infrastructure constraints with cost
effective engineering solutions has resulted in satisfied clients and successful projects. With over a dozen LEED accredited professionals, we
are well equipped to support clients who are interested in either LEED certification or simply incorporating these sustainable design principles
into their projects.
ADA DESIGN AND INSPECTION
Wood Rodgers’ ADA design services encompass a wide range of public and private projects, including streets, parks, commercial facilities,
and residential developments. Our approach integrates advanced design principles to ensure all spaces are navigable and functional for
individuals with disabilities. This includes designing compliant ramps, curb cuts, accessible parking, pathways, and building entrances.
Wood Rodgers utilizes state-of-the-art software and detailed site analysis to identify potential accessibility challenges and devise innovative
solutions that enhance usability without compromising aesthetic or functional integrity.
In addition to design, Wood Rodgers offers thorough ADA inspection services. Our in-house team includes a Certified Access Specialist that
leads our in-house ADA compliance team. We conduct evaluations of existing infrastructure to identify non-compliance issues. These
inspections cover all aspects of accessibility, from signage and surface conditions (curb ramps, ADA parking, etc.) to door widths and restroom
facilities. Detailed reports and actionable recommendations are provided to guide clients in achieving full compliance.
Wood Rodgers was selected for a Civil Engineering As-Needed Services contract for the City of Chula Vista. As part of the RMRA Pavement Rehabilitation Project under this contract, a task order was developed to provide final design services for over 30 deficient curb ramps throughout the City. As part of our quality check, our team inspected each location using a unique review form developed in-house by Wood Rodgers. The resulting check revealed four locations that could eliminate field surveys and three locations that would have likely been constructed outside of acceptable ADA tolerances. Estimated construction savings were approximately $50,000.
VALUE ADDED - COST CONTROL
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 28
UTILITIES
Utilities are one of the largest potential risk items on our projects. We elevate the importance of utility coordination by having our Project
Manager personally involved in the coordination process. A key item to note is that we always conflict check utility relocations so that utilities
are only moved once.
The Wood Rodgers team has extensive experience working with the local public and franchise utility companies and will implement our
process to ensure the utility coordination and relocation process stays off the critical path of the delivery of the final design phase. Our
process includes the following:
As stated in Phase 2 of the Utility Relocation Process diagram above, potholing is to be performed to verify locations of specific utilities that
may be in conflict. Wood Rodgers has partnered with C Below to provide this service to the city. C Below can also confirm underground
utilities using Ground Penetrating Radar (GPR), which is helpful in certain circumstances. For example, GPR should be considered in highly
developed areas where a lot of utilities are expected. It should also be considered when as-builts do not show the information needed to
accurately draft the utilities, when as-builts are missing, or when it’s economically more feasible to use GPR instead of performing a large and
costly amount of potholes.
STORMWATER ENGINEERING
Wood Rodgers has a diversified water resources staff experienced in all facets of storm drainage engineering, including hydrology and
hydraulics analysis, drainage system design, erosion control, floodplain studies, and water quality treatment. We have analyzed hundreds of
California watersheds of all sizes to determine stormwater hydrology, and performed hydraulic analyses to convey design storm run-off over
land or within conveyance systems. From single-facility storm drainage analysis to extensive watershed analyses covering hundreds of square
miles, we have the ability to perform detailed analyses to understand and design appropriate drainage facilities. Our personnel possess full
capabilities in modeling and analysis using our considerable suite of hydraulic and hydrologic software programs including SWMM, ICM, HEC-
RAS, HEC-HMS, RMA2, FLO-2D, RIVERFLO-2D, MIKE FLOOD, MIKE 11, MIKE 21, MIKE URBAN, RIVER FLO2D, TUFLOW and others. Our staff are
also highly proficient in FEMA Flood Insurance studies and in processing CLOMRs and LOMRs for local agencies.
UTILITY VERIFICATION
▪Create a Program Matrix ▪Send Letter #1 (Request for As-builts/Mapping) ▪Receive Mapping ▪Transcribe all Mapping into Utility Base File in CAD
WR has a tried-and-true process to ensure the utility coordination and relocation process stays off the critical path of the delivery of the final design phase. Our process includes the following:
1.
2.
IDENTIFYING
CONFLICTS
▪Identification of ConflictsConflicts ▪Perform Potholing ▪Update CAD File & Create Conflict Matrix ▪Create Conflict Maps for Affected Companies ▪Distribute Conflict Maps ▪Prepare Utility Plan Sheets
3. ▪Send Letter #2 (Request for Liability Information) ▪Receive Liability Information and Forward to City
CONFLICT
RESOLUTION PLAN
4.
LIABILITY
DETERMINATION
▪Prepare Utility Agreements ▪Prepare Notice to Owners (NTO) ▪Update Utility Plan Sheets
NOTIFYING
OWNER5.
▪Prepare and Send Notice to Owner Transmittal Letters
UTILITY RELOCATIONS
▪Coordination & Periodic Check-ins with Owners ▪Update City as Relocations Progress
6.
7.
UTILITY RELOCATION UTILITY RELOCATION
PROCESS COMPLETEPROCESS COMPLETE
Prior to 35% Submittal Prior to 65% Submittal
Prior to 95% Submittal
Prior to 100% Submittal
Prior to/During Final Submittal
After Final Submittal
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 29
Wood Rodgers provides a wide variety of stormwater and water quality-related services in support of municipal storm water programs,
construction site storm water management, general water quality services, and industrial storm water planning. Wood Rodgers frequently
prepares site-specific Storm Water Pollution Prevention Plans (SWPPPs) which address the requirements of the State’s Stormwater
Construction General Permit. On numerous projects, we have achieved LEED points for stormwater management for both quantity and
quality.
HYDRAULIC STRUCTURES
Wood Rodgers brings substantial experience gained over many years to the planning, design, and construction of structures using Timber,
Steel, Concrete, and Masonry materials integral to the project requirements. These include projects of all sizes in a wide variety of areas
including dam spillways, diversion structures, fishways, wells, drainage channels, pump stations, lift stations, water treatment facilities,
docks, aerations/detention basins, and retaining walls. Our structural design of hydraulic and drainage structures is enhanced by our in-house
experts in the field of groundwater and surface water engineering.
BRIDGES & RETAINING WALLS
Wood Rodgers’ bridge and structures engineering group has extensive experience in delivering bridge, retaining wall, sound wall, drainage
structures, and other transportation structure projects. Our bridge and structure project engineers are all registered professional civil
engineers in California; with four of those engineers also being registered structural engineers. Overall, the bridge and structures group
alone has over 185-years of design and management experience and has delivered over 220 projects to public and private sector clients. Our
project engineers and design engineers are experts in successfully managing and delivering projects from the Highway Bridge Program (HBP),
Local Bridge Seismic Retrofit Program (LBSRP), Bridge Preventative Maintenance Program (BPMP), and Scour Plans of Action (POAs). Some of
our group’s transportation structure specializations include:
`Preliminary Engineering + Planning | Rehabilitation vs. replacement reports, alternative evaluation (e.g., paired comparison) studies,
life-cycle cost evaluations, Advance Planning Studies, and structure type selections.
`Complete Design + PS&E Delivery | New bridges and other spanning structures and widenings; existing condition inspection and
assessment; rehabilitations and seismic retrofits; construction cost estimates; technical specifications; structural calculations; structural
drawings; special provisions and integration with existing “boilerplate” front end specifications.
`Variety of Bridge Types and Materials | Concrete (cast-in-place and precast), reinforced and prestressed, structural steel, and timber
structures; beams, slabs, and arches; structural review of prefabricated systems; vehicular and bicycle/ pedestrian structures.
`Oversight + Review | Peer reviews, independent engineering design checks, and constructability reviews; technical plan check of
development/developer structures.
`Programming Assistance | Special cost justifications, programming and request for authorization packages for funding.
`Leveraging Technology | Working Smarter Not Harder! We leverage our technological advantage through key platinum corporate
partnerships with Workspot, ERSI/GIS, Autodesk/Infraworks, and Bentley/OpenBridge Design to streamline bridge planning, alternatives
analysis, and design updates. Our commitment to the Building/Bridge Information Modeling (BIM/BrIM) workflow allows us to readily
incorporate changes mid-design, even to fundamental project parameters like alignments and profiles. Using BrIM, the changes migrate
through the design often automatically. In addition, we utilize readily available LIDAR data, aerial imagery, GIS info (floodplain, USGS, and
parcel boundaries) to quickly develop concept alignments and alternative exhibits to efficiently assess rough grading impacts and project
aesthetics (see previous figure).
BrIM methods can be applied during type selection to allow for the quick,
and realistic, evaluation of several bridge alternatives based on GIS or
planning level topographic data. In the above example figure, the crossing
was modeled using publicly available LIDAR data. Due to the incised channel
and initial flow volume evaluation, hydraulic freeboard/drift clearance was
not expected to control the project geometrics. The profile could be held to
match the existing condition and limit approach roadway conform lengths.
Wood Rodgers' analysis for type selection can be done even with limited
information to find the bridge type which best matches the road geometrics
while complying with hydraulic clearances.
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 30
STRUCTURES POTENTIAL TECHNICAL OR MANAGEMENT CHALLENGES & SOLUTIONS
Although bridge and retaining wall design is generally considered highly specialized, the planning and preliminary engineering phases need to
adopt a “big picture” approach. Early consideration of adjoining improvements and integration with other design disciplines is critical. Wood
Rodgers’ approach to bridge design is to focus on the project’s need and purpose, while maintaining opportunities for project enhancements,
e.g., incorporating aesthetics, integration with existing or planned trails, reducing right-of-way acquisitions, avoiding and minimizing
environmental impacts, and improving bridge hydraulics.
Our project development focuses on several key considerations to ensure public safety and the best use of public funds:
`Practicality over technical superiority: Develop solutions to address the project challenges based on experience and sound judgment
considering terrain, material delivery, and impacts. The final design may not be the technically superior solution with the lowest structure
cost, but it might be the practical answer with an overall lower project cost.
`Construction activities: Early consideration of access and equipment is essential to establishing the project environmental footprint,
including access roads, phasing or staging, and laydown areas, and to identify conflicts with grading, drainage, and utility relocations.
`Maximizing the use of funds: Maximizing the “bang for the buck” on project improvements allows local agencies freedom to spread
limited budgets across a greater number of projects. Cost justifications based on engineering design codes are the primary tools for
approval.
Spring Valley Road Bridge Replacement | Yuba County - Project tasks included
geotechnical sampling and reporting, engineering structural analyses using
AASHTO LRFD and Caltrans SDC design methodologies; geometric design
using AASHTO Policy on Geometric Design of Highways and Streets and
Roadside Design Guide and FHWA MUTCD; and drainage improvements,
including underdrains, ditches, and dikes. The project was considered CEQA-
IS/MND and NEPA-CE.
LANDSCAPING & IRRIGATION DESIGN FOR STREETS, PARKS, AND MORE
The Wood Rodgers Landscape Architecture team excels at creating thoughtfully designed, sustainable outdoor spaces that enhance
community value and integrate seamlessly with their surroundings. After decades of experience working on projects from neighborhood
parks to landscaped medians, our team has learned to balance sustainability, practicality, and design. Material and amenity choices (paving,
site furniture, wayfinding, public art, plant materials, and methods of irrigation) are crucial to an area’s success. This expertise allows us to
deliver landscaping that improves over time, offering long-lasting benefits to the City.
Turkey Creek Neighborhood Park | Lincoln, CA - Wood Rodgers provided various engineering services for improvements to the
park and open space trail through 248 acres of land. Our landscape architects highlighted the natural site features, designing
a walking path that meanders through the space with amenities such as shaded picnic areas, a tot lot, and pickleball court
being placed in natural clearings.
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 31
ELECTRICAL DESIGN
Wood Rodgers is well versed in Traffic/Electrical Engineering, including traffic signal design and signal interconnects. Signal improvement
opportunities often include providing improved ADA access at crosswalks (e.g. upgraded pedestrian signal heads and accessible pedestrian
signals), improved vehicle detection efficiency by upgrading to video detection systems, and upgrading signal heads to meet current standards to
enhance visibility. Wood Rodgers’ traffic-electrical design team has more than 50 combined years of experience working with the State and local
agencies and have delivered numerous quality electrical design plans including new traffic signal design and modifications. Our design staff are
familiar with the latest Caltrans Standard Specifications and Plans and MUTCD standards as they apply to traffic signal design.
Inadequate lighting can be a major deterrent for pedestrians and cyclists while creating unsafe conditions for drivers. Wood Rodgers is
committed to adhering to the city’s design standards for pole type, fixture style, and placement to ensure consistency and compliance
with project requirements while promoting safety for the surrounding community. Additionally, we are equipped to perform photometric
analyses, whether it be for a roadway, parking lot, park, private site, or anything in between, providing detailed lighting evaluations to optimize
functionality.
The Wood Rodgers team has the experience to deliver lighting designs that are compliant with standards while not sacrificing the aesthetics that
comes with different fixture types. Our expertise allows us to tackle complex lighting systems in various contexts and for various purposes.
VALUE ENGINEERING & FEASIBILITY STUDIES
Wood Rodgers’ staff have developed many innovative concepts for Value Analysis studies. Our Quality
Control and Value Analysis lead, Jason Lemons, developed a formalized design alternatives/refinement
workshop process which applies value analysis to create environmentally defensible, schedule-definite,
alternatives for a project. Since he first implemented this process in 2011, he has performed this
process on dozens of projects throughout California.
Jason’s workshop process is more effective than a traditional VA study because it spreads each meeting apart. This allows for the design team to
properly evaluate the ideas with CADD and calculations, avoiding ‘back of the napkin’ options thus leading to a clearly defined project at the end
of the process. This method produces the final design configuration early in the project.
The first workshop begins by developing context sensitive evaluation criteria. It is crucial that a multi discipline team participate in these
workshops. The criteria are then compared against one-another using ‘paired comparisons’ to determine which criteria are the most important
in a specific segment. On this segment we applied the Alternatives Development Workshops to evaluate potential solutions to the key issues.
The following is a quick synopsis of the process.
Riverfront Parking Lot - Site Lighting Plan Sheet, West Sacramento, CA | This current Wood Rodgers project will provide approximately 700 parking spaces distributed across three parking lots. These lots feature new drainage systems to manage runoff from the overhead bridge, detention bioswales for stormwater quality enhancement, ADA-compliant access, lighting, emergency callboxes, and pay stations. Additionally, infrastructure will be installed to support future CCTV cameras and electric vehicle charging stations.
33
0
1
C
S
t
,
B
l
d
g
.
1
0
0
-
B
T
e
l
9
1
6
.
3
4
1
.
7
7
6
0
Fa
x
9
1
6
.
3
4
1
.
7
7
6
7
Sa
c
r
a
m
e
n
t
o
,
C
A
9
5
8
1
6
Jason Lemons, PE
Value Analysis &
QA/QC
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 32
WORKSHOP 1 – DEVELOP EVALUATION CRITERIA
Assemble key staff from the City, and other key stakeholders, and the Wood Rodgers team. It is important that the team includes
representatives from the various relevant discipline groups: geometrics, structures, traffic ops, tolling ops, environmental,
landscape, maintenance, construction, etc. The team will then develop a list of 5 to 10 evaluation criteria, as shown in Table 1
below. This figure is a sample of what could be shown for a project.
Wood Rodgers Proven Innovation & Advanced Techniques
Design Refinement Workshops
TABLE 1: EVALUATION CRITERIA DOCUMENTS
Major Criteria Capital Costs Environment Schedule Maintenance User Experience Equity
SU
B
-
C
R
I
T
E
R
I
A
Visual Impacts
Shortest
schedule =
best
Potential for
damage
8 to 80 year old
ease of use
Biological
impacts
Ease of
maintenance Aesthetics
Hazmat Lifecycle cost Aesthetics
Water Quality
These criteria are then pitted against one another via paired comparisons to determine criteria weighting. A paired comparison is
simply ‘what is more important than what for this location’. Table 2 depicts a sample version of this matrix which places the number
for the better criteria in each box that is compared. The spreadsheet then calculates the weighting percentage. Something to note,
for costs our team recommends a ‘red line’ for costs in each location. Basically, there is a total cost allowable for a specific location
and if an option exceeds that cost it is not considered feasible. This, in part, leads to cost being the lowest scored criteria.
WORKSHOP 2 – DEVELOP A RANGE OF ALTERNATIVES
This workshop will be held 2-4 weeks after Workshop 1. In preparation for this workshop, The Wood Rodgers team will prepare
several options for consideration. After presentation of these options, the team will continue to brainstorm refinement concepts
and determine the final group of options for the Wood Rodgers team to develop further, as well as the technical studies the team
needs to be able to formulate for a final evaluation of each.
WORKSHOP 3 – EVALUATE THE ALTERNATIVES
Depending on the level of effort/preliminary options, this workshop will be held 2 to 5 weeks after Workshop 2. The Wood Rodgers
team will present the details of the various options. Each option will be evaluated versus the scoring criteria developed in Workshop
1. Items that score highly will be recommended for design by the team. City management should attend this meeting as they will
make the final decision of acceptance.
TABLE 2 - SAMPLE ALTERNATIVE EVALUATION CRITERIA MATRIX
Costs Enviro. Schedule USACE User Exp.Equity
#CRITERIA 1 2 3 4 5 6 TOTAL %
1 Costs 1 2 3 4 5 6 1 5%
2 Environment 2 3 4 5 6 2 10%
3 Schedule 3 4 5 6 3 14%
4 Maintenance 4 4 6 5 24%
5 User Experience 5 6 4 19%
6 Equity 6 6 29%
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS – VARIOUS ON-CALL SERVICES | PAGE 33
SR-99 Auxiliary Lanes Project (current photos of construction as of January 2025) - Elk Grove, CA | The Wood Rodgers
Engineer's Estimate landed in the middle of the 9 bids received from contractors, after which the design team was
congratulated by our clients at Caltrans for an on-target estimate.
PRELIMINARY PLANNING
When beginning a project, our team focuses on first developing alternatives that meet the purpose and need, while staying attuned to client
feedback on expectations. Once alternatives are developed, we work closely with our client to conduct and document a straightforward
alternatives analysis. In the majority of cases, public feedback is required to select an alternative, and depending on the project, the decision
may be in the hands of City Council. If needed, an Alternatives Analysis Workshop can be conducted. This approach enables all stakeholders
to come together to agree on an alternative as early in the design process as possible, minimizing major changes beyond the preliminary
engineering phase. Preliminary designs are created based on surveyed topography to ensure design standards are met; exceptions to
standards, if needed, are identified and agreed upon by the city, and delays from redesign efforts during final design are reduced.
COST ESTIMATING
Accurate cost estimating is crucial for effective project planning and budgeting. At Wood Rodgers, we rely on Caltrans Cost Data along with our
extensive library of awarded bid costs to deliver precise engineering estimates. With numerous projects currently under construction across
multiple districts, we have access to the most up-to-date and reliable cost data. This allows us to account for inflation even when Caltrans Cost
Data lacks the most recent information or does not include a specific bid item.
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
2251 San Diego Ave. Suite A-130
San Diego, CA 92110
Tel: 619.819.9240
www.woodrodgers.com
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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.
Glen Parker, PE
Consultant
1/13/24
Principal Engineer
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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.
Glen Parker, PE
Principal Engineer
1/13/24
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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.
Glen Parker, PE Principal Engineer
Wood Rodgers, Inc.
Glen Parker, PE
Principal Engineer
1/13/24
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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.
Addendum 1, dated 12/12/24
Glen Parker, PE
Principal Engineer
1/13/24
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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.
Wood Rodgers, Inc.
Glen Parker, PE
Principal Engineer
1/13/24
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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.
365
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign 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.
Wood Rodgers, Inc.
(619) 819-9240
gparker@woodrodgers.com
Glen Parker, PE Principal Engineer
1/13/24
www.woodrodgers.com
606 E. Chapman Ave, Suite 200Orange, CA 92866
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EXHIBIT “B”
SOUTHERN CALIFORNIA FEE SCHEDULE
CLASSIFICATION STANDARD RATE
Principal Engineer/Geologist/Surveyor/Planner/GIS/LA* II $330
Principal Engineer/Geologist/Surveyor/Planner/GIS/LA* I $290
Senior Engineer/Geologist/Surveyor/Planner/GIS/LA* II $270
Senior Engineer/Geologist/Surveyor/Planner/GIS/LA* I $260
Project Engineer/Geologist/Surveyor/Planner/GIS/LA* II $245
Project Engineer/Geologist/Surveyor/Planner/GIS/LA* I $230
Engineer/Geologist/Surveyor/Planner/GIS/LA* II $220
Engineer/Geologist/Surveyor/Planner/GIS/LA* I $210
Assistant Engineer/Geologist/Surveyor/Planner/GIS/LA* $180
Designer $100
Senior CAD Technician/Graphics Designer II $205
Senior CAD Technician/Graphics Designer I $185
CAD Technician/Graphics Designer $165
Project Coordinator $175
Administrative Assistant $155
Consultants, Outside Services, Materials & Direct Charges Cost Plus 10%
Overtime Work, Expert Witness Testimony and Preparation Rate Plus 50%
*LA = Landscape Architect
Blueprints, reproductions, and outside graphic services will be charged at vendor
invoice. Auto mileage will be charged at the IRS standard rate, currently 70 cents per
mile.
Fee Schedule subject to change January 1, 2026 and annually thereafter.
Docusign Envelope ID: 90A9EFC0-C025-4A85-B6E0-DEAC93F527F2Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B