Loading...
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