HomeMy WebLinkAboutCO 2025-182 - Z&K Consultants, IncPSA 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 Z&K
Consultants Inc., a California Corporation (“Consultant”).
RECITALS
A.City has heretofore issued its request for proposals to perform the following
design professional services: on-call construction management and inspection 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 construction management and inspection services all as more fully set
forth in the Request for Statement of Qualifications, attached hereto as Exhibit “A” and
Consultant’s proposal, dated January 13, 2025 attached hereto as Exhibit “B”, and
incorporated by reference herein. The nature, scope, and level of the services required to
be performed by Consultant are set forth in the Scope of Work and are referred to herein
as “the Services.” In the event of any inconsistencies between the Scope of Work and this
Agreement, the terms and provisions of this Agreement shall control.
1.2 Revisions to Scope of Work. Upon request of the City, the
Consultant will promptly meet with City staff to discuss any revisions to the Project desired
by the City. Consultant agrees that the Scope of Work may be amended based upon said
meetings, and, by amendment to this Agreement, the parties may agree on a revision or
revisions to Consultant’s compensation based thereon. A revision pursuant to this Section
that does not increase the total cost payable to Consultant by more than ten
City of Rancho Cucamonga
CONTRACT NUMBER
2025-182
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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. Consultant shall perform construction
management and inspection services consistent with the professional skill and care
ordinarily exercise by qualified construction management firms providing similar services
for public agencies in California, under the same or similar circumstances and conditions.
1.5 Familiarity with Services. By executing this Agreement, Consultant
represents that, to the extent required by the standard of practice, Consultant
(a) has investigated and considered the scope of services to be performed, (b) has carefully
considered how the services should be performed, and (c) understands the facilities,
difficulties and restrictions attending performance of the services under this Agreement.
Consultant represents that Consultant, to the extent required by the standard of practice,
has investigated any areas of work, as applicable, and is reasonably acquainted with the
conditions therein. Should Consultant discover any latent or unknown conditions, which
will materially affect the performance of services, Consultant shall immediately inform
City of such fact and shall not proceed except at Consultant’s risk until written instructions
are received from the City Representative.
2. Term of Agreement. The term of this Agreement shall be five (5) years
and shall become effective as of the date of the mutual execution by way of both parties’
signature (the “Effective Date”). No work shall be conducted; service or goods will not be
provided until this Agreement has been executed and requirements have been fulfilled.
Parties to this Agreement shall have the option to renew in one (1) year increments
to a total of two (2) years, unless sooner terminated as provided in Section 14 herein.
Options to renew are contingent upon the City Manager’s approval, subject to pricing
review, and in accordance to all Terms and Conditions stated herein unless otherwise
provided in writing by the City.
3. Compensation.
3.1 Compensation. City shall compensate Consultant as set forth in
Exhibit A, provided, however, that full, total and complete amount payable to Consultant
shall not exceed $500,000 (per year), including all out of pocket expenses, unless additional
compensation is approved by the City Council. City shall not withhold any federal, state
or other taxes, or other deductions. 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.
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 3
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.
4.5 Invoice Backup. Each invoice will include summary timesheets
showing hours by employee and task and subcontractor invoices. Payroll records will be
provided only as required by law (e.g., prevailing wage compliances) or upon City’s
written request.
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 Crystal Fraire, President hereby designated as the principal and representative of
Consultant authorized to act in its behalf with respect to the services specified herein and
make all decisions in connection therewith (“Consultant’s Representative”). It is expressly
understood that the experience, knowledge, capability and reputation of the Consultant’s
Representative were a substantial inducement for City to enter into this Agreement.
Therefore, the Consultant’s Representative shall be responsible during the term of this
Agreement for directing all activities of Consultant and devoting sufficient time to
personally supervise the services hereunder. Consultant may not change the Responsible
Principal without the prior written approval of City.
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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. Except for Consultant’s pre-existing intellectual
property, including but not limited to methodologies, templates, software, and proprietary tools
, 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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. Consultant retains ownership of all pre-
existing intellectual property, methodologies, templates, software, and proprietary tools
developed independently of this Agreement. Consultant grants the City a nonexclusive,
perpetual license to use such materials solely for purposes of the Project, including
operation, maintenance, repair, and future modification.
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
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 6
any and all taxes, assessments, penalties, and interest asserted against City by reason of
the independent contractor relationship created by this Agreement.
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
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 7
described in subsection 10.1.
11. Indemnification.
11.1 Professional Services. In the connection with its professional
services, the Consultant shall defend, indemnify, and hold the City, and its elected
officials, officers, employees, servants, volunteers, and agents serving as independent
contractors in the role of City officials, (collectively, “Indemnitees”), free and harmless
with respect to any and all damages, liabilities, losses, reasonable defense costs or
expenses (collectively, “Claims”), including but not limited to liability for death or injury
to any person and injury to any property, to the extent the same arise out of, pertain to, or
relate to the negligence, recklessness, or willful misconduct of the Consultant or any of
its officers, employees, subcontractors, consultants, or agents in the performance of its
professional services under this Agreement. Consultant shall pay all reasonable defense
costs and expenses, including actual attorney’s fees and experts’ costs incurred in
connection with such defense.
11.2 Other Indemnities. This subsection does not apply to construction
management and inspection services governed by California Civil Code Section 2782.8.
With respect to claims and liabilities which do not arise in connection with the
performance of professional services by a “design professional”, as that term is defined
in California Civil Code Section 2782.8(c), including, but not limited to, those claims and
liabilities normally covered by commercial general and/or automobile liability insurance,
and to the maximum extent permitted by law, Consultant shall, at its sole cost and
expense, protect, defend, hold harmless and indemnify the Indemnitees from and against
any and all damages, costs, expenses, liabilities, claims, demands, causes of action,
proceedings, judgments, penalties, liens, stop notices, and losses of any nature
whatsoever, including fees of accountants, attorneys and other professionals, and all
costs associated therewith, and the payment of all consequential damages (collectively
“Damages”), in law or equity, whether actual, alleged or threatened, which arise out of,
pertain to, or relate to the acts or omissions of Consultant, its officers, agents, servants,
employees, subcontractors, materialmen, suppliers, or contractors, or their officers,
agents, servants or employees (or any entity or individual for which or whom Consultant
shall bear legal liability) in the performance of this Agreement, except to the extent the
Damages arise from the active or sole negligence or willful misconduct of any of the
Indemnitees, as determined by final arbitration or court decision or by the agreement of
the Parties. Consultant shall defend the Indemnitees in any action or actions filed in
connection with any Damages with counsel of the Indemnitees’ choice, and shall pay all
costs and expenses, including all attorneys’ fees and experts’ costs as they are actually
incurred in connection with such defense. Consultant shall reimburse the Indemnitees for
any and all legal expenses and costs
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,
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 8
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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: Z & K Consultants, Inc.
17130 Van Buren Blvd.
Suite 122
Riverside, CA 92504
Attn: Crystal Fraire, President
16. Non-Discrimination and Equal Employment Opportunity. In the
performance of this Agreement, Consultant shall not discriminate against any employee,
subcontractor, or applicant for employment because of race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical
condition, or sexual orientation. Consultant will take affirmative action to ensure that
subcontractors and applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, religion, sex, marital status, national
origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.
17. Assignment and Subcontracting. Consultant shall not assign or transfer
any interest in this Agreement or subcontract the performance of any of Consultant’s
obligations hereunder without City’s prior written consent. Except as provided herein, any
attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 13
arising hereunder shall be null, void and of no effect.
18 Compliance with Laws. Consultant shall comply with all applicable federal,
state and local laws, ordinances, codes and regulations in force at the time Consultant
performs the Services. Consultant is aware of the requirements of California Labor Code
Section 1720, et seq., and 1770, et seq., as well as California Code of
Regulations, Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), which require the
payment of prevailing wage rates and the performance of other requirements on “public
works” and “maintenance” projects. If the Services are being performed as part of an
applicable “public works” or “maintenance” project, as defined by the Prevailing Wage
Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply
with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can
be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm
Consultant shall make copies of the prevailing rates of per diem wages for each craft,
classification or type of worker needed to execute the Services available to interested
parties upon request, and shall post copies at the Consultant’s principal place of business
and at the Project site. Consultant shall defend, indemnify and hold the City, its elected
officials, officers, employees and agents free and harmless from any claim or liability
arising out of any failure or alleged failure to comply with the Prevailing Wage Laws.
19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of
any one or more of the conditions of performance under this Agreement shall not be a
waiver of any other condition of performance under this Agreement. In no event shall the
making by City of any payment to Consultant constitute or be construed as a waiver by
City of any breach of covenant, or any default which may then exist on the part of
Consultant, and the making of any such payment by City shall in no way impair or
prejudice any right or remedy available to City with regard to such breach or default.
20. Attorney’s Fees. In the event that either party to this Agreement shall
commence any legal action or proceeding to enforce or interpret the provisions of this
Agreement, the prevailing party in such action or proceeding shall be entitled to recover
its costs of suit, including reasonable attorney’s fees and costs of experts.
21. Exhibits; Precedence. All documents referenced as exhibits in this
Agreement are hereby incorporated in this Agreement. In the event of any material
discrepancy between the express provisions of this Agreement and the provisions of any
document incorporated herein by reference, the provisions of this Agreement shall prevail.
22. Applicable Law and Venue. The validity, interpretation, and performance
of this Agreement shall be controlled by and construed under the laws of the State of
California. Venue for any action relating to this Agreement shall be in the San Bernardino
County Superior Court.
23. Construction. In the event of any asserted ambiguity in, or dispute
regarding the interpretation of any matter herein, the interpretation of this Agreement shall
not be resolved by any rules of interpretation providing for interpretation against the party
who causes the uncertainty to exist or against the party who drafted the Agreement or who
drafted that portion of the Agreement.
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: Z&K Consultants, Inc
By: ______________________________
Name Crystal Fraire Date
______________________________
Title
City of Rancho Cucamonga
By:________________________________
Name Date
_________________________________
Title
By: ______________________________
Name Zack Faqih Date
______________________________
Title
(Two signatures required if corporation)
Rancho Cucamonga Fire Protection District
By:________________________________
Name Date
_________________________________
Title
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041
9/4/2025 | 10:17 AM PDT
President
9/4/2025 | 10:18 AM PDT
Vice President
Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
9/16/2025 | 8:55 PM PDT
Mayor/President
9/16/2025 | 9:44 PM PDT
Fire Chief
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 15
EXHIBIT A
REQUEST FOR STATEMENT OF QUALIFICATIONS
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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
5.5 CONSTRUCTION MANAGEMENT AND INSPECTION
JANUARY 13, 2025
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4.1 COVER LETTER /
INTRODUCTION
Page 1
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4.1 COVER LETTER/INTRODUCTION
January 13, 2025
Marlena Perez, Principal Engineer
City of Rancho Cucamonga, Purchasing Division
10500 Civic Center Drive, Rancho Cucamonga, CA 91730
Subject: Statement of Qualifications for SOQ #24/25-501: Various On-Call Services
Category 5.5 Construction Management and Inspection
Dear Ms. Perez,
On behalf of Z&K Consultants, Inc. (Z&K), I am pleased to submit our Statement of Qualifications (SOQ) for SOQ #24/25-
501, specifically for Category 5.5: Construction Management and Inspection Services. With a proven track record of
delivering exceptional construction oversight and project management for municipal infrastructure projects, Z&K is well-
equipped to support the City of Rancho Cucamonga in achieving its infrastructure goals efficiently and effectively.
The City of Rancho Cucamonga’s Public Works Services Department plays a critical role in ensuring the effective
stewardship of the City’s infrastructure. The Department’s mission is to provide efficient management of the City’s public
works infrastructure across its four sections:
• Facilities: Serving 15 City facilities and 8 Fire District facilities.
• Parks and Landscape: Maintaining 31 parks, the Adult Sports Park, a baseball stadium, 125 street front miles of
landscape, and a comprehensive inventory of trees, paseos, and trails.
• Street/Fleet/Storm Drain: Managing 534 roadway miles, including 4,004 catch basins and 226 signalized
intersections, while providing fleet maintenance for 166 vehicles and over 140 pieces of on- and off-road equipment.
• Administration/Project Management: Overseeing departmental support services, contracts, budget, and capital
maintenance projects.
The Department’s goal aligns with the City Council’s objectives: Efficient stewardship of the City’s infrastructure,
including all facilities, fleet, streets, storm drains, sidewalks, parks, landscaping, traffic signals, urban forest, and
trails. These efforts directly support the City Council's goals of:
ü
Our submission highlights our ability to provide turnkey services in construction management and inspection, addressing
the City’s needs for contract administration, compliance monitoring, progress documentation, and construction oversight.
Below, we summarize our adherence to the RFQ requirements, expertise, approach, and team capabilities that position us
as an ideal partner for the City.
Conformance to the Specified RFQ Format | Z&K’s SOQ aligns with the format and content requirements outlined in the
RFQ, ensuring a clear and complete response. Each section of this submission provides the required information, including
our qualifications, methodologies, and adherence to City standards. By structuring our proposal to match the RFQ’s
requirements, Z&K demonstrates our understanding of the City’s expectations for comprehensive construction management
and inspection services. This includes capabilities such as RFIs, submittal reviews, contractor coordination, safety
compliance, and progress reporting.
Company Expertise and Experience | Our team has managed over 70 on-call contracts in
the last 5 years and currently oversees 55 active on-call agreements across the region,
demonstrating our reliability and depth of resources. Our firm specializes in construction
management and inspection services, offering a breadth of experience in managing public
works projects such as roadway improvements, traffic signal installations, storm drain
systems, and ADA-compliant upgrades. We are particularly skilled in providing contract
administration, construction observation, prevailing wage compliance, and materials testing.
Z&K has partnered with municipalities across Southern California, to deliver projects on time,
within budget, and to the highest standards of quality.
Quality of Project Management and Administration Approach | Z&K’s project management philosophy emphasizes
proactive oversight, rigorous quality assurance, and clear communication. Our approach to construction management and
inspection includes:
Z&K has successfully held over 70 similar
Contracts in the
past 5 years and
currently holds 55 On-Call Contracts
providing similar
services in the last 5 years.
Page 2
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
ü Detailed Oversight: We manage construction schedules, RFIs, submittals, and change orders while maintaining
meticulous records to ensure transparency and accountability.
ü Cost and Compliance Control: Our team enforces compliance with federal, state, and local regulations, including
prevailing wage laws, while minimizing cost overruns and delays.
ü Collaboration and Communication: We prioritize coordination with City staff, contractors, and stakeholders to
maintain project alignment and resolve issues promptly.
Our use of advanced tools such as GIS systems, project management platforms, and inspection software ensures
streamlined workflows and accurate documentation throughout each project phase.
Project Team Experience | Z&K’s team is composed of highly qualified professionals with extensive experience in
construction management and inspection. Key personnel include:
• Zack Faqih, PE, CBO, ICC Cert., QSD/P: Lead Construction Manager with over 32 years of experience managing
construction projects, overseeing contractor performance, and ensuring compliance with design specifications.
• Thomas (Tom) Dawson, CBO, ICC Cert.: Lead Construction Inspector with over 28 years of hands-on experience
in field inspection, contractor oversight, and adherence to construction specifications and safety standards.
• Certified Inspectors: Our inspection team includes specialists trained in construction materials testing, safety
compliance, and quality assurance to ensure project success.
• Construction Managers: Skilled professionals with expertise in coordinating all aspects of construction projects,
from pre-construction planning and contractor negotiations to on-site management and project closeout. Our
construction managers excel in maintaining project schedules, managing change orders, and ensuring alignment
with project goals and City standards.
With each engagement, Z&K demonstrates an unwavering focus on completing projects on time, within budget, and in
alignment with client objectives. We look forward to bringing this dedication to the City’s initiatives, reinforcing our position
as a trusted partner in advancing the City’s Capital Improvement Program.
Why Z&K Consultants? The Z&K Team offers many unique strengths and advantages that position us as an ideal partner
for the City of Rancho Cucamonga:
ü Certified DBE, WBE, and SBE: Z&K is a certified
Disadvantaged Business Enterprise, Women’s Business
Enterprise, and Small Business Enterprise, reflecting our
commitment to diversity and inclusion.
ü Extensive Local Experience: Z&K works extensively
with numerous local cities and agencies providing
similar services to those requested in this RFQ. Many of
these contracts have been extended due to our
consistent performance.
ü Depth of Resources: Z&K has a great depth of
resources with over 80 Construction Managers and
Inspectors on-staff. Z&K has the resources and
expertise necessary to handle the City’s needs
efficiently.
ü A-Team: Our team has reviewed the City’s projects and
have extensive similar experience. We have current and
in-depth knowledge of the project types and has
delivered hundreds of similar projects to the City of
Rancho Cucamonga’s upcoming projects.
ü Highly Qualified Personnel: Key Personnel possess
all necessary licenses and registrations required for this
project. Z&K Team provides better inspector quality
because our inspectors are multi-disciplined and have
construction and have engineering and contracting
backgrounds.
ü On-Call Experience: Z&K has successfully held over
70 similar Contracts in the past 5 years and currently
holds 55 On-Call Contracts providing similar services in
the last 5 years.
ü Our team members have specialized experience in
these services for public agencies and have 100%
commitment to the City’s Projects. Our proposed key
personnel are familiar with the City’s upcoming projects
and know the community well. The Z&K Team has
carefully examined the project’s requirements to identify
key personnel best suited to deliver excellent
construction management and inspection services for
this contract.
I am the authorized representative to sign the proposal, confirming Z&K Consultants’ ability and willingness to comply with
all provisions stated herein. As the designated representative authorized to negotiate and contractually bind Z&K
Consultants, Inc., I can be reached by the contact information below. We look forward to the opportunity to supporting
the City of Rancho Cucamonga and delivering exceptional results for the community.
Sincerely,
Crystal Fraire, PE, QSD/P | President (Contract Manager)
Phone (951) 310-7470 | Fax (949) 630-3242 | cfraire@zandkconsultants.com
17130 Van Buren Boulevard, Suite 122, Riverside, CA 92504
Page 3
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4.2 TABLE OF CONTENTS
Page 4
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4. 2 TABLE OF CONTENTS
4.1 Cover Letter/Introduction ........................................................................................................................ 1
4.2 Table of Contents ................................................................................................................................... 4
4.3 Executive Summary ............................................................................................................................... 6
4.4 Firm Experience/Qualifications ............................................................................................................... 8
4.5 Third-Party/Subcontractors .................................................................................................................. 18
4.6 Staff Resumes and Organizational Chart ............................................................................................. 19
4.7 Project Management Approach ............................................................................................................ 46
Page 5
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4.3 EXECUTIVE
SUMMARY
Page 6
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4.3 EXECUTIVE SUMMARY
Z&K Consultants, Inc. (Z&K) is pleased to submit our Statement of Qualifications (SOQ) for SOQ #24/25-501, specifically
for Construction Management and Inspection Services. This Executive Summary provides the Evaluation Committee with
a concise overview of our approach, qualifications, experience, and staff availability, ensuring that Z&K is the ideal partner
for the City of Rancho Cucamonga.
Approach | Z&K takes a proactive and collaborative approach to construction management and inspection, emphasizing
clear communication, rigorous quality control, and adherence to project timelines and budgets. We leverage advanced tools
such as GIS systems, project management software, and inspection platforms to streamline workflows and provide real-
time project updates. Our philosophy centers on addressing challenges promptly, maintaining transparency, and ensuring
that all projects align with the City’s high standards for safety, efficiency, and sustainability.
Qualifications | With over 15 years of experience and a proven track record of
delivering more than 70 on-call contracts within the last five years, Z&K has the
qualifications and resources necessary to manage and inspect projects of any scale
or complexity. We are particularly adept at overseeing municipal infrastructure
projects, including roadway improvements, traffic signal installations, utility upgrades,
and ADA-compliant facility enhancements. Z&K’s depth of expertise ensures
compliance with local, state, and federal regulations while meeting the unique needs
of each client.
Experience | In the last 5 years, the Z&K Team has successfully delivered:
• Over 200 Transportation Projects, including Streets, Infrastructure, Sidewalks, and Traffic Signals.
• Over 50 Park and Facilities/Building Projects, including accessible playgrounds and community parks.
• Over 100 Water, Sewer, Storm Drain, Utilities, and Stormwater Infrastructure Projects.
Z&K’s extensive portfolio includes managing projects across diverse disciplines. This includes public safety projects such
as fire stations, ADA upgrades, and emergency response infrastructure; parks and recreation developments including dog
parks, sports complexes, and inclusive playgrounds; and sustainable infrastructure like solar-powered facilities, advanced
stormwater systems, and eco-friendly public buildings. Additionally, we have managed municipal infrastructure projects
encompassing traffic engineering, landscape architecture, stormwater systems, and public facilities.
Our experience is further highlighted by our expertise in managing street rehabilitation, drainage improvements, and capital
improvement programs (CIPs), as well as collaborating with stakeholders to deliver projects on time and within budget while
minimizing community disruption.
Availability of Staff | Z&K maintains a scalable team of over 80 professionals,
including licensed engineers, certified inspectors, and construction managers. Our
staff is fully equipped to support the City’s needs and has the capacity to prioritize
Rancho Cucamonga’s projects effectively. With extensive experience in delivering on-
call contracts, we are flexible and capable of providing staff as needed to meet
fluctuating demands. Current and ongoing workloads are managed to ensure
adequate availability and flexibility, allowing for rapid mobilization and seamless
project execution.
On-Call Management Approach | Z&K’s approach to on-call management is rooted in flexibility, responsiveness, and
proactive planning. We understand the dynamic nature of on-call contracts and prioritize rapid mobilization to meet the
City’s needs. Our dedicated on-call project managers ensure streamlined communication, efficient task allocation, and
adherence to project goals. Key elements of our on-call management approach include:
• Centralized Coordination: A single point of contact ensures seamless
communication and task tracking for all assignments.
• Rapid Response: Our team is equipped to mobilize quickly, ensuring
minimal downtime and immediate project initiation.
• Resource Optimization: Leveraging our scalable team and advanced tools,
we allocate resources effectively to meet fluctuating demands.
• Continuous Quality Assurance: Each task is monitored to ensure
compliance with City standards, safety regulations, and project
specifications.
Z&K Consultants is uniquely positioned to provide the City of Rancho Cucamonga with exceptional construction
management and inspection services. Our commitment to excellence, extensive experience, and adaptable team ensure
that we can meet the City’s goals while fostering a safe, efficient, and sustainable community. We look forward to the
opportunity to collaborate with the City and deliver results that exceed expectations.
Page 7
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4.4 FIRM EXPERIENCE /
QUALIFICATIONS
&
4.5 THIRD-PARTY /
SUBCONTRACTORS
Page 8
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4.4 FIRM EXPERIENCE/QUALIFICATIONS
Z&K Consultants is proud to leverage its extensive expertise in delivering comprehensive construction management and
inspection to municipalities and public agencies. With a history of successfully managing diverse and complex infrastructure
initiatives, we have demonstrated our ability to navigate every stage of project delivery. From initial planning, feasibility
studies, and securing funding to the intricate details of design, construction oversight, and final closeout, our firm consistently
ensures that projects are delivered on time, within budget, and aligned with community and stakeholder goals.
Our team has a deep understanding of regulatory frameworks, funding requirements, and community engagement
strategies, which allows us to tailor our approach to meet the unique needs of each client. By integrating innovative tools,
such as GIS mapping, real-time tracking systems, and advanced scheduling software, Z&K provides transparency,
efficiency, and accountability throughout the project lifecycle. Below is a selection of similar services we have successfully
delivered in the past three years, further exemplifying our capacity to handle the full spectrum of infrastructure projects.
CITY OF MANHATTAN BEACH, ON-CALL SERVICES | Z&K provided a wide range
of professional services to support the City of Manhattan Beach’s on-call
program/project management and construction management needs. Our services
were designed to ensure seamless delivery of critical infrastructure improvements
aligned with the City’s Capital Improvement Plan (CIP). From comprehensive project
management to construction oversight, Z&K successfully supported Manhattan
Beach in meeting its infrastructure goals, focusing on transparency, efficiency, and
compliance with all regulatory requirements. Z&K managed multiple projects across
diverse disciplines, including streets, stormwater, utilities, and municipal facilities.
Our team provided scheduling, budget tracking, and reporting to ensure all projects
met deadlines and stayed within financial constraints. We ensured high-quality
construction through detailed inspections, contractor oversight, and adherence to
safety and environmental regulations.
Our team facilitated proactive communication with contractors and stakeholders to mitigate potential delays and ensure the
successful delivery of infrastructure projects. Z&K supported the City by providing detailed plan checks, environmental
compliance reviews, and pavement management strategies. Our services included developing maintenance strategies and
long-term rehabilitation plans for pavement and other critical infrastructure. Our team effectively facilitated community
engagement by hosting workshops, delivering presentations, and coordinating with city staff to address public feedback.
These efforts ensured project transparency and fostered trust within the community. Team members involved include:
Amer Jakher, Lisa Naslund, and Pernilla Brandt.
Transportation Projects
• Manhattan Beach Boulevard and Aviation Intersection
Improvements
• Cycle 2 Street Resurfacing and ADA Compliance
• Manhattan Village Parkway Streetscape Project
Utility and Stormwater Projects
• Advanced Water and Sewer Line Upgrades
• Sepulveda Boulevard Storm Drain Rehabilitation
• Peck Reservoir Replacement Project
Pavement Management Projects
• Citywide Pavement Management Program
Municipal Facility and Park Improvements
• Municipal Facility Improvements
• Marine Avenue Park Enhancements
Sustainability and Green Initiatives
• Manhattan Beach Green Infrastructure Initiative
CITY OF CARSON, ON-CALL SERVICES | Z&K is providing On-Call
Project Management and Construction Management Services for the City
of Carson, supporting the delivery of Capital Improvement Projects (CIPs)
that advance community revitalization, infrastructure enhancement, and
sustainable growth. Our comprehensive approach emphasizes
collaboration, transparency, and technical expertise, enabling the seamless
management of complex, multi-phase projects. Utilizing advanced tools
such as Procore, Primavera P6, and GIS mapping, we ensure real-time
tracking of project progress, budget adherence, and regulatory compliance.
Z&K excels in program and project management, overseeing scope, schedule, and budget across all phases; construction
management and inspection, ensuring quality control and regulatory compliance during field activities; and grant
administration, aligning projects with federal, state, and local funding requirements, including ADA standards. Additionally,
we prioritize community engagement through public meetings and workshops to ensure alignment with Carson’s vision and
priorities. This integrated approach positions Z&K as a trusted partner in delivering transformative infrastructure projects for
the City of Carson. Team members involved include: Zack Faqih, Amer Jakher, Anthony Flores, Brittany Duhn, Tom
Dawson, Ed Nylund, Jimmy Martin, Eddie Davalos, Noah Hernandez, Mina Henin, Renato DelCid, Jamil Borner, and
Amber Garcia.
PROJECT INFORMATION
Contact Person: Katherine
(Katie) Doherty, City Engineer
Phone Number: (310) 802-
5352
Email:
kdoherty@manhattanbeach.gov
Scope Performed: PM/CM/CI
Years of Work: 2024 – Current
PROJECT INFORMATION
Contact Person: Dr. Arlington Rodgers,
Director of Public Works
Phone Number: (310) 847-3500
Email: arodgers@carsonca.gov
Scope Performed: PM/CM/CI
Years of Work: 2023 – Current
Page 9
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Civic Projects
• Civic Center Vision Plan & Specific Plan
• Carson City Hall Basement Renovation
• Public Building Renovations
Transportation and Streetscape
• Pavement Rehabilitation Projects
• Carson Streetscape Master Plan
• Traffic Signal and Intersection Improvement Projects
• Sustainable Transportation Infrastructure
Environmental and Stormwater
• Urban Forestry Master Plan
• Storm Drain Improvement Initiatives
Parks and Recreation
• Park and Recreation Enhancements
CITY OF CHINO, ON-CALL SERVICES | Z&K Consultants delivered a
comprehensive suite of services to support the City of Chino’s on-call
engineering needs, ensuring successful project delivery across all phases
of public works projects. Our work encompassed project management,
construction management, construction inspection, and professional
engineering support tailored to the City's priorities and infrastructure goals.
This included grant writing and administration, permitting, and plan review
to maintain compliance with local, state, and federal regulations. We
successfully managed all project phases, from initial design and plan checks
to construction oversight and final closeout.
Our team specialized in public right-of-way encroachment and stormwater quality inspections, ensuring compliance with
environmental standards, including SWPPP and other regulatory frameworks. In addition, we excelled at inter-agency
coordination and collaboration with third-party utilities, mitigating potential delays and ensuring seamless project execution.
Z&K also provided robust contract administration, detailed budget tracking, and transparent reporting to equip the City with
critical information for informed decision-making. These efforts enabled Chino to optimize resources, maintain
accountability, and achieve infrastructure improvement goals efficiently. Our ability to integrate technical expertise,
regulatory compliance, and client collaboration positions Z&K as a trusted partner in municipal infrastructure projects. Team
members involved include: Anthony Flores, Brittany Duhn, Eddie Davalos, and Mahmoud Awad.
Water Projects
• WA17B - Chino Quad 1.2
• WA211 - Well 11 Pipeline Project
• WA212 - State Street Water Treatment Plant
• WA213 - Benson Reservoir and Site Improvements
• WA214 - Well 17 Equipping Project
• WA221 & WA222 - Central Ave and Dupont Ave
Waterline Project
• WA223 - Russell Ave Waterline Replacement Project
• WA224 - B Street Alley Water Main Line Replacement
• WA231 - Wells 4 & 6 Water Treatment Facility
Slurry Seal and Repairs
• MS222 - Slurry Seal Program
• NC231 - Schaefer Ave Localized Asphalt Repairs
Street Improvement Projects
• ST061 - Pine Avenue Extension
• ST162 Localized Asphalt Repairs Various Locations
• ST203 - Pine Avenue Widening & Pine/Euclid
Intersection
• SN211 – Alley Sanitation Rehab 20-21
• SN221 - FY21/22 Alley Reconstruction Project
• ST222 - Kimball/El Prado/Central Traffic Improvement
• ST223 – Madison St & Kellogg Ave Gap Closure
• SN231 - Alley Rehabilitation Project - Pioneer St
• ST232 – Kimball Ave Street Improvement
• ST233 - Yorba Ave Improvements
• ST241 - Ramp Improvements
• R2401 - Euclid Bridge
• G6220 - CDBG Alley Project, East-West North Chino
ADA and Accessibility Projects
• MS202 – ADA Grievance 21-004 Curb Ramps at Olive
Place & Walnut Ave
• MS202 & ST221 - Chino Avenue Accessibility and
Curb Ramp Improvements at 15th, 17th, and 19th
Streets and Norton Avenue PCC Walk and Curb
Ramps
• 11th Street Pavement Reconstruction Alley
Accessibility and Intersection Accessibility Project
Emergency and Environmental Projects
• Pine Avenue at Chino Creek – Emergency Repair
• State Street Environmental Compliance
• D4215 - Prado Inundation Area Remediation
Storm Drain Projects
• SD223 - Chino Avenue Storm Drain Improvement
• SD222 - Philadelphia Street and Monte Vista Avenue
Storm Drain Extension Project
• SD211 - 11th Street/B Street Project
• Philadelphia St. & Monte Vista Ave Storm Drain
Extension Project
Other Projects
• R7200 - Masonry Block Wall at Chino Police
Department
• City Hall EMT Parking Lot Improvements
• Chino HS Improvements
PROJECT INFORMATION
Contact Person: Michele Hindersinn,
Senior Engineer
Phone Number: (909) 334-3513
Email: mhindersinn@cityofchino.org
Scope Performed: PM/CM/CI
Years of Work: 2020 – Current
Page 10
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF CORONA, ON-CALL SERVICES | Z&K Consultants, Inc. has
been a trusted partner to the City of Corona, delivering a full spectrum of
project management, construction oversight, and engineering services
tailored to meet the City’s evolving infrastructure needs. Our team
effectively manages all phases of construction, from pre-construction
planning and design review to final closeout, ensuring adherence to project
schedules, budgets, and compliance with local, state, and federal
regulations. Z&K specializes in overseeing critical infrastructure
improvements, offering services that include detailed plan checks, value
engineering, stormwater quality inspections, and ensuring compliance with
environmental standards.
We ensure seamless coordination with city staff, regulatory agencies, and stakeholders, proactively addressing challenges
and maintaining consistent project momentum. By prioritizing transparent communication, we provide regular progress
updates, detailed budget tracking, and comprehensive reporting, equipping the City with the critical insights needed to make
informed and timely decisions. Our proven track record of expertise, attention to detail, and commitment to quality has
consistently resulted in successful project outcomes. This approach enables the City of Corona to meet its infrastructure
goals effectively and efficiently. Z&K’s unwavering dedication to excellence, coupled with a focus on sustainability and
innovation, solidifies our position as a trusted partner in delivering high-quality municipal infrastructure projects that align
with long-term community objectives. Team members involved include: Zack Faqih, Amer Jakher, Brittany Duhn, Ed
Nylund, Jimmy Martin, Adrian Galinari, Mina Henin, Renato DelCid, Tom Verpooten, Jamil Borner, Omar Sharabi,
Tommy Russell, and Amber Garcia.
Street Improvement Projects
• Sherborne Improvements
• Citywide Street Pavement Rehabilitation Project
• Corona Green Alleys
Bridge Projects
• Bedford Wash Bridge
Water/Wastewater Projects
• Liberty Avenue Waterline Replacement Project
• Lester WTP Backwash Tank
• Lester WTP Gravity Thickener
• Desalter Surge Anticipator
• Desalter WTP Sulfuric Acid Parts
• Replace Desalter Motorized Operating Valves
• Centrifuge Project
• WRF 2 Secondary Clarifiers
• WRF 2 MCC Electrical Upgrades
• WRF 1 Clarifiers Rehab Project
• WRF 1 EQ By-Pass
• Lester Raw BPS Isolation Valves
• WRF 2 Boiler Project
• Emergency Bypass Booster Pumps
• Spare Pump Parts Bid
• Serfas Club BPS Bid
• Spare Pump Bid
Emergency and Environmental Projects
• Emergency Eyewashes Bid
• Emergency Safety Station
• Haaker Equipment
• Cathodic Protection System (Environmental protection
related to corrosion control)
• Poly Tank Bid
• Surge Busters (Mitigating environmental impacts from
sudden surges)
CITY OF SAN BERNARDINO, ON-CALL SERVICES | Z&K Consultants
has been a trusted provider of comprehensive project management,
construction management, and construction inspection services for the City
of San Bernardino. Our team supports the entire project lifecycle, from initial
inception through design, construction, and closeout, ensuring that each
project meets the City's standards and infrastructure goals. Key services
include civil, mechanical, and electrical design; preparation of detailed
preliminary studies, drawings, and specifications; and thorough plan checks
for building and engineering permits. During the construction phase, Z&K
actively oversees contractor performance to ensure adherence to schedules
and budgets.
We manage compliance with permits, negotiate and process change orders, respond promptly to RFIs, and oversee
progress pay estimates. Our inspection services ensure all construction activities conform to approved plans, specifications,
and regulatory requirements, contributing to high-quality project outcomes. Through an integrated approach, Z&K provides
seamless coordination and detailed oversight, enabling the successful delivery of public infrastructure and facility projects.
Team members involved include: Zack Faqih, Ed Nylund, Jimmy Martin, Adrian Galinari, Mina Henin, Renato
DelCid, Tom Verpooten, Jamil Borner, Omar Sharabi, Tommy Russell, and Amber Garcia.
Park and Recreation Projects
• Nicholson Neighborhood Park Improvements Project
• Playground Equipment Replacement (6 Parks)
• Seccombe Lake Park and Perris Hills Park
PROJECT INFORMATION
Contact Person: Aftab Hussain,
Maintenance Manager
Phone Number: (951) 736-2443
Email: aftab.hussain@coronaca.gov
Scope Performed: PM/CM/CI
Years of Work: 2022 – Current
PROJECT INFORMATION
Contact Person: Ramon (Eddie)
Mendez, Principal Civil Engineer
Phone Number: (909) 384-5140 x3608
Email: mendez_ramon@sbcity.org
Scope Performed: PM/CM/CI
Years of Work: 2022 – Current
Page 11
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
• Playground Replacement Project (6 Parks)
• Splash Pad Installation (4 Parks)
• Nicholson Neighborhood Park Improvements
Storm Drain and Slope Stabilization Projects
• Sierra Way Storm Drain Project
• Kendall Drive Slope Stabilization Rehabilitation Project
Street and Bridge Projects
• State Street Extension Phase I Baseline to 16th Street
Project
• Mt. Vernon Bridge Replacement Project
• 2nd Street Bridge Replacement at Warm Creek
Project
• 40th Street Widening from Johnson to Electric Avenue
Project
• “H” Street Widening from Kendall to 40th Street
Project
• Street Rehabilitation Program (30+ Major City Streets)
• Citywide Pavement Rehabilitation Project (SB1)
• 2nd Street Bridge Project
• State Street Extension Project
School and Safety Projects
• ATP Cycle 2 – Safe Routes to Schools Project at
Three (3) Locations
Miscellaneous Projects
• Parking Lot Improvement at Various Locations Project
• Carousel Mall Demolition Project
• Devil Creek Channel ROW
• Inspection Projects
CITY OF NORCO, ON-CALL SERVICES | Z&K Consultants, Inc. has
successfully supported the City of Norco by delivering comprehensive
inspection services that uphold high-quality standards and regulatory
compliance throughout all phases of project construction. Our team
provides meticulous oversight across a wide range of public infrastructure
projects, including roadway improvements, drainage systems, and utility
installations. We ensure that construction activities align with approved
design specifications, safety protocols, and regulatory requirements. Our
inspectors are experienced in managing critical project components such as
grading, drainage, paving, and utility connections, proactively identifying
and mitigating potential issues. In addition, we conduct regular stormwater quality inspections to ensure compliance with
environmental regulations and best management practices, minimizing environmental impacts and risks. Through
continuous monitoring, detailed documentation, and timely reporting, Z&K provides the City with real-time project updates,
highlighting progress and any corrective actions required. Our structured approach ensures that projects are completed
efficiently, within budget, and to the highest standards of quality and safety, making Z&K a reliable partner for Norco’s on-
call engineering service needs. Team members involved include: Zack Faqih & Michael Sanchez.
Road and Public Works Projects
• Norco Slurry Seal Project
• Citywide Trail Fence Improvements
• Reservoir Street Project
• Mountain Ave and Palomino Business Park
Stormwater Management Projects
• Storm Drain Improvement ND-4
• Valley View Storm Drain ND-5
• Storm Drain Improvement ND-6 (Temescal)
• MDP Line N-5 Storm Drain Project
Sewer System Projects
• Oldenburg Sewer Lift Station
• Shawnee Lift Station
• River Road Sewer Lift Station
Water System Projects
• Valley View Waterline Replacement
• River Road Water Main Permit (9534)
Permitting and Inspection Projects
• Encroachment Permits
• Palomino Business Park
CITY OF LAKE FOREST, ON-CALL SERVICES | Z&K Consultants, Inc.
has proudly partnered with the City of Lake Forest to provide expert project
management, construction management, inspection, and engineering
services for a variety of municipal infrastructure projects. Our team has been
actively involved in every phase of project execution, from pre-construction
planning to final closeout, ensuring strict adherence to city codes,
regulations, and project goals. We consistently deliver projects on time,
within budget, and to the highest standards of quality. Our inspection
services have covered critical construction elements, including grading,
drainage, paving, and utility installations, ensuring all work is performed in
compliance with approved plans and specifications. By working closely with city staff, contractors, and stakeholders, Z&K
has ensured seamless project execution while fostering collaboration and accountability. In addition, Z&K has played a key
role in managing regulatory compliance, particularly in environmental areas such as stormwater management. Our team
conducts routine inspections to ensure adherence to SWPPP requirements, erosion control measures, and other
environmental best practices.
PROJECT INFORMATION
Contact Person: Chad Blais, Director of
Public Works
Phone Number: (951) 270-5678
Email: cblais@ci.norco.ca.us
Scope Performed: CM/CI
Years of Work: 2023 – Current
PROJECT INFORMATION
Contact Person: Nazila (Naz)
Mokarram, PE, Principal Civil Engineer
Phone Number: (949) 461-3400
Email: nmokarram@lakeforestca.gov
Scope Performed: PM/CM/CI
Years of Work: 2019 – Current
Page 12
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Through detailed progress tracking, proactive issue resolution, and transparent communication, Z&K has supported the City
of Lake Forest in delivering infrastructure projects that effectively serve the community and align with the City’s vision for
sustainable growth. Team members involved include: Zack Faqih, Anthony Flores, Brittany Duhn, Tom Dawson, Ed
Nylund, Jimmy Martin, Greg Hunkle, Tom Verpooten, Eddie Davalos, Noah Hernandez, Omar Sharabi, Bridget
Duhn, & Jamil Borner.
Slurry Seal Projects
• Slurry Seal Project for Zone A, B, C, D, & E
• Slurry Seal Project for Non-Arterial Streets, Zone F
(PW 2021-05A)
• Muirlands and Jeronimo Arterial Slurry Seal Project
• Lake Forest Sports Park Parking Lot Slurry Seal
• Civic Center Parking Lot Slurry Seal
Utility and Access Projects
• Arbor Access Ramp (PW 2019-17) Project
• Arbor Sewer Lateral (PW 2019-17) Project
Street Improvement Projects
• Rancho Parkway and Lake Forest Drive Street
Improvement Project
• Jeronimo Road and Lake Forest Drive Street
Improvement Project
• Los Alisos Boulevard and Rockfield Boulevard Street
Improvement Project
• Glenn Ranch Road Rehabilitation Project (PW 2020-
05B)
Park Renovation Projects
• Neighborhood Park Renovations: Borrego Overlook,
Rancho Serrano, and Regency
• Vintage Park and Sundowner Park Renovations
• Arbor Mini Parks (PW 2019-17) Project
CITY OF LONG BEACH UTILITIES DEPARTMENT, ON-CALL SERVICES
| Z&K Consultants, Inc. is proud to support the Long Beach Utilities
Department with a comprehensive suite of engineering and management
services tailored to critical infrastructure and public utility projects. Our
professional municipal engineering services ensure that all projects are
executed efficiently while adhering to local, state, and federal regulations. A
key aspect of our support involves grant writing, application, and
administration, helping the City secure essential funding for its projects. We
ensure compliance with the specific requirements of state and federal grant
programs, maximizing funding opportunities and enabling timely project
delivery. Our project management expertise covers all phases of project development, from initial planning and design to
construction oversight and closeout. Z&K provides ongoing engineering support to address technical challenges, ensuring
seamless execution and maintaining the integrity of project goals. We also manage permit administration and plan checks,
streamlining the permitting process and ensuring all designs are compliant with municipal codes and standards. In addition,
our inspection services include public right-of-way (ROW) encroachment oversight and stormwater quality monitoring.
These inspections ensure all construction activities meet safety standards, regulatory requirements, and environmental
compliance, particularly during active construction phases. Z&K’s expertise extends to inter-agency coordination and
collaboration with third-party utilities, facilitating smooth interactions and expediting necessary approvals. This coordination
is critical to ensuring project schedules remain on track. Additionally, our contract administration services involve monitoring
contract terms, processing submittals and change orders, and ensuring compliance with all legal, safety, and environmental
standards. By closely tracking budgets and schedules, we provide transparent progress reports, enabling stakeholders to
make informed decisions and maintain accountability throughout the project lifecycle. Team members involved include:
Zack Faqih, Amer Jakher, Anthony Flores, Lisa Naslund, Pernilla Brandt & Brittany Duhn.
Water Projects
• O-0745: West Coast Basin Well Equipment
• O-0748: NLB-13 & NLB-14 Equipping
• O-0750: 2021 New Wells Project
• O-0751: LBWD GWTP-1 and GWTP-2 New Wells
• EO-3501: 32nd St BPS Rehabilitation
• EO-3583: JWJ Reservoir Chemical Dosing System
• MC-5223: Golden Ave Water Main Replacement
• LADWP Haynes Generating Station Sewer Pipeline
• LADWP Haynes Generating Station Water Pipeline
• Well Commission 22A
• 2021 Four New Wells – El Dorado 1, El Dorado 2,
Citizens 8A, Commission 23
• New Wells Alamitos 9A and Alamitos 14
• New Wells Comm 23A and Comm 26
• Water Main Replacement - Spinnaker Bay Ph 1
Sewer Projects
• S-8 Sewer Lift Station Rehabilitation
• S-25 Sewer Lift Station Rehabilitation
• Sanitary Sewer Rehabilitation and Replacement
Projects 7 & 8
Cathodic Protection Projects
• Cathodic Protection Phases 5
• Cathodic Protection Phase 6
Facility and Building Projects
• Groundwater Treatment Plant HVAC Replacement
Project
• EO-3585: LBWD Admin Bldg Roof Improvements
Valve and Equipment Projects
• Large Valve Replacement FY22/23 (Willow St)
PROJECT INFORMATION
Contact Person: Dennis Santos,
Manager of Engineering
Phone Number: (562) 570-2381
Email: Dennis.Santos@lbwater.org
Scope Performed: PM/CM
Years of Work: 2023 – Current
Page 13
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF HEMET, ON-CALL SERVICES | Z&K Consultants, Inc. is proud
to support the City of Hemet by providing comprehensive project
management, construction management, and inspection services for a
diverse range of municipal infrastructure projects. Our team ensures that all
work is performed to the highest standards of quality while adhering to local,
state, and federal regulations. From initial project planning, grading, and
utility installations to paving and final project closeout, we oversee every
phase of construction to ensure compliance with approved plans,
specifications, and safety standards. In addition to inspection services, Z&K
provides robust project management to coordinate schedules, budgets, and
stakeholder communication, ensuring projects remain on track and align with the City’s goals. Our construction management
expertise includes overseeing contractor performance, monitoring progress, managing change orders, and addressing
technical challenges promptly and effectively. By maintaining close communication with contractors, City staff, and other
stakeholders, we provide transparency and foster collaboration throughout the project lifecycle. Z&K’s proactive approach
allows us to identify potential issues early and implement timely solutions, keeping projects on schedule and within budget.
Our commitment to accuracy, attention to detail, and adherence to industry best practices ensures that every project not
only meets but exceeds the City of Hemet’s expectations, enhancing the City’s infrastructure and supporting its long-term
development goals. Team members involved include: Anthony Flores, Eddie Davalos, Tom Dawson, Ed Nylund, Tom
Verpooten, Noah Hernandez, Bridget Duhn, & Jamil Borner.
CITY OF EL SEGUNDO, ON-CALL SERVICES | Z&K Consultants, Inc. is
proud to support the City of El Segundo by providing a comprehensive range
of services, including encroachment permit inspections, project
management, grant writing, and traffic engineering. Our team ensures that
all encroachment permits are thoroughly inspected to guarantee compliance
with city regulations, safety standards, and best practices. We oversee the
inspection process to ensure that public right-of-way usage adheres to
approved plans while minimizing disruptions to the community. In addition
to inspection services, Z&K delivers robust project management support for
El Segundo’s infrastructure projects. Our team manages all phases of
project delivery, from initial planning and design coordination to construction oversight and final closeout. By maintaining
strict attention to schedules, budgets, and regulatory compliance, we ensure that each project is completed on time, within
budget, and to the City’s high standards. Z&K also provides grant writing services to help secure critical funding for
infrastructure improvements, aligning project goals with grant program requirements to maximize available resources.
Additionally, our expertise in traffic engineering allows us to develop and implement solutions that improve mobility and
safety within the City. Through open communication and collaboration with City staff and stakeholders, Z&K fosters
transparency and accountability, ensuring the successful delivery of high-quality projects that enhance the City of El
Segundo’s infrastructure and quality of life. Team members involved include: Zack Faqih, Brittany Duhn, Tom Dawson,
Bridget Duhn, & Amber Garcia.
PROJECT SPECIFIC EXPERIENCE
TRANSPORTATION, STREET IMPROVEMENT & TRAFFIC SIGNAL PROJECTS
CITY OF MORENO VALLEY, 801-0081 CITYWIDE PAVEMENT REHABILITATION PROJECT | This project is a citywide
rehabilitation of Moreno Valley City streets, involving various pavement and infrastructure improvements. The scope
includes cold milling to a depth of 1.5 inches, placing asphalt rubber hot mix (ARHM) overlay, curb ramp installations, and
curb and gutter replacements.
CITY OF COMPTON | ANNUAL RESIDENTIAL STREET REHAB PROJECT, PHASES 1 & 2A | The Project includes
extensive roadway and infrastructure upgrades such as asphalt overlay, concrete improvements, ADA-compliant pedestrian
enhancements, and traffic control measures. The project also involves utility adjustments, landscaping, and pavement
rehabilitation with features like slurry seal, aggregate base, and full-depth AC slot pavement, ensuring improved functionality
and accessibility.
CITY OF DOWNEY, WOODRUFF AVENUE PAVEMENT REHABILITATION PROJECT | The Project involves extensive
pavement reconstruction and upgrades between Firestone Boulevard and Washburn Road. The project includes asphalt
repairs, ARHM overlay, and replacement of damaged curbs, gutters, sidewalks, and driveways for ADA compliance.
Additional improvements include fiber optic cable installation, traffic control measures, and updated striping, enhancing
safety, accessibility, and communication infrastructure for residents and commuters.
CITY OF LAGUNA BEACH, ZONES 5 & 11A STREET SLURRY SEAL AND REHABILITATION PROJECT | The Project
includes roadway surface improvements on El Toro Road and the Diamond-Crestview neighborhoods. The project involves
removing damaged pavement, applying slurry seals, overlaying with new asphalt, replacing curbs and berms, updating
PROJECT INFORMATION
Contact Person: Cheryl Ebert, PE, City
Engineer
Phone Number: (310) 524-2321
Email: cebert@elsegundo.org
Scope Performed: PM/CM/CI
Years of Work: 2023 – Current
PROJECT INFORMATION
Contact Person: Noah Rao, Public
Works Director/City Engineer
Phone Number: (951) 765-2360
Email: nrao@hemetca.gov
Scope Performed: PM/CM/CI
Years of Work: 2023 – Current
Page 14
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
striping and markings, and installing traffic loops. Additional work includes crack sealing, stormwater pollution prevention,
and utility adjustments to enhance road durability and functionality.
CITY OF EL SEGUNDO | EL SEGUNDO BOULEVARD IMPROVEMENT PROJECT, PW 23-02 | The Project involves
rehabilitating pavement on El Segundo Boulevard between Illinois Street and Isis Avenue, and Nash Street between El
Segundo Boulevard and Imperial Highway. The project features a cement-stabilized base with asphalt overlay, curb ramp
installations at multiple intersections, and traffic detours to accommodate construction, enhancing road durability.
CITY OF TORRANCE, ANZA/VISTA MONTANA/PCH TRAFFIC SIGNAL IMPROVEMENTS | Enhancements included
extensive traffic signal upgrades, such as hardware replacement, pedestrian countdown signal installation, replacement
and testing of fiber optic communication equipment, and boring inspections. Additional improvements include the addition
of dual left-turn lanes, reconfiguration of surrounding lanes, and roadway widening to improve traffic flow.
CITY OF CORONA, BEDFORD WASH BRIDGE AND STREET IMPROVEMENTS | The Bedford Wash Bridge and Street
Improvements project in Corona involved constructing a bridge and enhancing surrounding street infrastructure to improve
traffic flow and safety. The project addressed various challenges in the area, including flood control integration, while
implementing key street improvements and a new roundabout to better serve the local community.
CITY OF CATHEDRAL CITY, TRAFFIC SIGNAL IMPROVEMENTS AT 12 INTERSECTIONS PROJECT | Funded through
the HSIP, this project aims to enhance traffic safety across 12 intersections within the City. Key improvements include the
installation of advanced dilemma zone detection systems, the addition of protected left-turn phases, pedestrian countdown
signal heads, and the reconstruction of ADA-compliant curb ramps.
ADDITIONAL PROJECTS:
• City of Alhambra, FY 19-20, 20-21, and 21-22 Street
Rehabilitation Projects
• City of Alhambra, Pedestrian Countdown Signal Head
Installation Project
• City of Carson, Citywide Pavement Rehabilitation and
Slurry Seal Program
• City of Chino, 11th St. Traffic Signal Modifications and
Street Improvement Project
• City of Chino, Euclid Avenue State Route 83 Intersection &
Traffic Signal Modification Project
• City of Chino, Kimball/El Prado/Central Traffic Signal
Improvement Project
• City of Chino, Pavement Rehabilitation and Slurry Seal
Program (Various Locations Citywide)
• City of Chino, Ramona Ave. and Walnut Ave. Traffic Signal
& Street Improvements Project
• City of Corona, Corona Green Alleys Improvement Project
• City of Corona, Sherborn Street Improvement Project
• City of Costa Mesa, Citywide Parkway Maintenance, Street
Rehab, and Slurry Seal Project
• City of Irwindale, 2021-2022 Resurfacing Project
• City of Manhattan Beach, Advanced Transportation
System (MBATS) Project
• City of Manhattan Beach, Cycle 2 Street Improvement
Project
• City of Manhattan Beach, Manhattan Beach Boulevard at
Pacific Avenue Improvements Project
• City of Manhattan Beach, Slurry Seal Project North & South
Areas of Sand Section
• City of Norwalk, CDBG Local Streets Rehabilitation Project
• City of Palm Springs, HSIP Cycle 9 Traffic Signal
Modifications at Nine Intersections Project
• City of San Bernardino, Street Rehabilitation Program (30+
Major City Streets)
• City of San Marino, Street Rehabilitation Program, Phase
1 & 2
• City of Torrance, Residential & Arterial Pavement
Improvement Project
PUBLIC FACILITIES PROJECTS
CITY OF SIGNAL HILL, CITY HALL INTERIOR RENOVATION PROJECT | The Project focuses on modernizing and
refurbishing the existing City Hall to enhance functionality, ensure regulatory compliance, and improve aesthetics. This
renovation is essential to maintaining an efficient municipal facility that supports city staff operations and offers a welcoming
environment for the community.
CITY OF CARSON, CITY HALL BASEMENT RENOVATION PROJECT | Carson City Hall, originally opened in 1976,
serves as a central hub for city government operations. This renovation project addresses challenges within the building's
basement, including removing existing walls, constructing new ones, modifying office space layouts, and relocating electrical
lines. The project enhances functionality by adding new furniture, doors, flooring, and ceilings, updating the space to better
serve the needs of residents, businesses, and city staff.
CITY OF LYNWOOD, YVONNE BURKE – JOHN HAM PARK COMMUNITY CENTER PROJECT | This project includes
improvements to the Yvonne Burke – John Ham Park Community Center, with upgrades such as a kitchen, multipurpose
rooms, administration offices, restrooms, and a game room. Park enhancements feature landscaping, irrigation, outdoor
exercise stations, a natural grass baseball field, and covered picnic and barbecue areas. The site incorporates a dual-
plumbed system and reclaimed water for irrigation, supporting sustainability and improved recreational facilities.
CITY OF IRVINE, JAMES MUSICK FACILITY PROJECT | Historically known as "the Farm," the James Musick Facility
underwent a significant expansion, adding 896 beds to support Orange County’s growing jail population. This project aligns
Page 15
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
with modern correctional practices by incorporating direct-supervision housing, medical facilities, and rehabilitative
programming spaces, reflecting a focus on humane and effective incarceration methods.
CITY OF ONTARIO, FIRE STATION TRAINING FACILITY PROJECT | The new fire and police training center in Ontario
is a 4.5-acre complex adjacent to Fire Station 3. It features two training towers and a burn building, along with administrative
offices, classrooms, and confined-space props for training. This facility supports advanced training capabilities for first
responders and was awarded a Training Facilities Gold Award in Firehouse's Station Design Awards.
ADDITIONAL PROJECTS:
• City of Fontana, Fire Station #81 Project
• City of Ontario, Fire Station #5
• City of Orange, Betty Lamoreaux Justice Center Project
• City of San Bernardino, Carousel Mall Demolition Project
• City of Santa Ana, Main Jail Structure for Sheriff's
Department Project
• County of Los Angeles, Juvenile Hall Detention Facility
Project
• County of Orange & City of Irvine, El Toro Marine Corps Air
Station Project
• County of Orange, Arden: Helena Modjeska Historic House
and Gardens Project
• County of Orange, Irvine Ranch Historic Park Renovation
Project
• County of Orange, Irvine Ranch Original Bath House &
Bunkhouse Renovation Project
• County of Orange, Loma Ridge Emergency Operations
Center Project
• County of Orange, Old Orange County Courthouse
Renovation Project
• County of Orange, Orange County Parks Headquarters
Office Project
• County of Orange, Theo Lacy Jail Facility Project
PARKS & RECREATION PROJECTS
CITY OF SAN BERNARDINO, NICHOLSON PARK IMPROVEMENT PROJECT | The Nicholson Park Improvement Project
included the installation of a splash pad as part of a broader park upgrade. The project also involved playground areas, a
basketball court, picnic shelters, and new restrooms. With ADA-compliant pathways, upgraded lighting, and sustainable
landscaping, the park was transformed into a vibrant and accessible community space.
CITY OF IRWINDALE, IRWINDALE PARK IMPROVEMENTS PROJECT, PHASE IV & V | The Irwindale Park
Improvements Project included the addition of a splash pad, enhancing the park's recreational amenities. Other upgrades
involved ADA-compliant pathways, shaded picnic areas, landscaping, and lighting improvements. The project also included
new restrooms, BBQ/picnic shelters, and recreational facilities like a basketball court.
CITY OF LA QUINTA, SILVERROCK PARK VENUE SITE | The SilverRock Park Venue Site project introduced a splash
pad, enhancing recreational options for visitors. This multi-functional event space also included an outdoor theater, shaded
picnic areas, and accessible parking. Extensive landscaping with drought-tolerant plants and a modern irrigation system
supported sustainability, while the splash pad added a dynamic water play element.
CITY OF SOUTH GATE, HOLLYDALE COMMUNITY PARK RENOVATION PROJECT | The Hollydale Community Park
renovation introduced a splash pad, providing a popular water play feature for children and families. Additional
improvements included a modern playground, outdoor gathering spaces, a 1,700-square-foot community center, and
accessible walking trails. Enhanced lighting and landscaping added to the park’s safety and aesthetic appeal, creating a
welcoming recreational space.
CITY OF COSTA MESA, JACK HAMMET SPORTS COMPLEX IMPROVEMENT PROJECT | The Jack Hammet Sports
Complex Improvement Project added a splash pad to enhance the recreational offerings. The project also featured
playground upgrades, expanded parking, and ADA-compliant paths for improved accessibility. With lighting improvements
and sustainable landscaping, the complex became a safe and functional space for community gatherings and family
activities.
ADDITIONAL PROJECTS:
• City of Garden Grove - Woodbury Park Revitalization and
Expansion Project
• City of La Habra, Vista Grande Park Improvements Project
• City of Lake Forest, Arbor Mini Parks Improvement Project
• City of Lake Forest, Borrego Overlook, Regency, and
Rancho Serrano Parks Renovations
• City of Lake Forest, Vintage and Sundowner Parks
Renovations
• City of Newport Beach, San Miguel Park Improvement
Project
• City of Tustin, Veterans Sports Park at Tustin Legacy
UTILITY & WASTEWATER PROJECTS
CITY OF CHINO, RUSSELL AVENUE WATER LINE REPLACEMENT PROJECT | The project involved removing and
replacing the water main along Russell Ave from Walnut Ave to Terry Ave. It included installing 700 linear feet of new 8-
inch PVC C900 DR 14 water main, performing trench backfill and roadway repairs, and installing fire hydrant assemblies,
gate valves, and tees with thrust blocks. The work also encompassed installing new 1-inch domestic water service laterals
and connecting them to existing water meters, making lateral connections within 3 feet of the water main centerline, saw
cutting, and replacing existing cross gutters.
Page 16
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF CORONA, LIBERTY AVENUE WATERLINE REPLACEMENT PROJECT | This project involves replacing a 10-
inch steel water main with a 12-inch ductile iron pipe over 3,527 linear feet along La Gloria St. and Liberty Ave. The scope
includes installing a 12-inch ductile iron pipe with restrained joints, various water control components (such as air/vacuum
release valves, fire hydrant blow-off assemblies, and resilient wedge gate valves), and a new water service connection. It
also includes removing and replacing existing infrastructure (like vaults and bollards), trench repairs, roadway repairs,
asphalt dike replacement, and concrete encasement. The project will also involve abandoning the old water main,
implementing traffic control and BMPs, and managing water consumption, disinfection, and flushing.
CITY OF SAN MARINO, LIFT STATION IMPROVEMENT PROGRAM | This project involved comprehensive upgrades to
the City's sewage lift stations, focusing on improving sewer system reliability and efficiency. At the Avondale and Orlando
Road stations, work included the demolition of old equipment, installation of new pumps, piping, submersible pumps, and
wet well lining systems, along with concrete and electrical improvements. The Monterey Road station upgrades involved
replacing pumps, recoating and repainting piping, and adding a new bypass connection.
CITY OF PICO RIVERA, WATER MAIN REPLACEMENT PROJECT | The Water Main Replacement Project addressed
outdated pipelines at various locations. These pipelines, which had been in service for 70 years, were causing inefficiencies
and water loss, indicating they were at the end of their service life. The project involved replacing approximately 4,240 linear
feet of 8-inch, 3,000 linear feet of 10-inch, and 2,750 linear feet of 18-inch water lines, as well as associated valves, domestic
services, and fire hydrant assemblies.
CITY OF LAGUNA BEACH, JASMINE STREET STORM DRAIN IMPROVEMENTS | This project involved installing
approximately 2,400 linear feet of storm drain pipe across Heisler Park, Jasmine Street, Monterey Drive, Locust Street, and
High Drive. It included jacking a 28-inch steel casing and installing a 24-inch PVC pipe beneath North Coast Highway. Other
tasks included a low-flow diversion, replacing catch basins, connecting storm drain laterals, and performing trenching.
CITY OF CHINO, BENSON AVE STORM DRAIN PROJECT | The project, located on Riverside Dr. from Benson Ave to
Ross Ave, involved the installation of over 1,800 linear feet of reinforced concrete pipe (RCP) ranging from 24” to 54”. It
also included the construction of 14 reinforced storm drain structures and seven crossing/support structures for existing
utilities. Additionally, 75 linear feet of existing traffic signal conduit and cable were relocated. After completing trench repairs,
80,000 square feet of Type II asphalt road slurry was placed, and traffic signal loops were replaced.
CITY OF HEMET, SEWER MAIN REPLACEMENT PROJECT | The project involved bypass pumping, removal or
abandonment of existing sewer facilities, and the installation of new 8-inch PVC sewer mains and sewer manholes. It also
included connecting existing laterals to the new mains and conducting trench repairs.
CITY OF FULLERTON, LONGVIEW DRIVE WATER/SEWER MAIN REPLACEMENT & STREET IMPROVEMENTS | The
water, sewer, and street rehabilitation project for the City of Fullerton involved several key tasks. It included the replacement
of 2,500 linear feet of 8-inch ductile iron water main and 2,500 linear feet of 8-inch vitrified clay pipe (VCP) sewer main,
along with the installation of new manholes and the removal and replacement of existing sewer pipes. The project also
involved video inspection and abandonment of old water mains and valves. Additionally, the project featured street and
drainage improvements, including asphalt paving, cold planning, concrete paving, aggregate base, curb and gutter, access
ramps, cross gutters, driveway approaches, and sidewalk replacement.
ADDITIONAL PROJECTS:
• City of Corona, Water Reclamation Facility 2 (WRF #2)
Electrical Upgrades
• City of Elsinore Valley Municipal Water District
(EVMWD), Highway 74 Waterline Relocation
• City of Fullerton, Valencia Avenue Water Main
Replacement
• City of Long Beach, Golden Avenue Water Main
Replacement Project
• City of Long Beach, Haynes Generating Station Sewer
Force Main Project
• City of Long Beach, LADWP Haynes Generating
Station Recycled Water Pipeline Project
• City of Long Beach, Sanitary Sewer Rehabilitation and
Replacement Program Project 7 & Project 8
• City of Long Beach, Spinnaker Bay Drive Water Main
Replacement
• City of Long Beach, Well Commission 22A Project
• City of Norwalk, Water Main Installation Project
• City of Oceanside, Pilgrim Creek Sewer Lift Station
Improvement Project
• City of Oceanside, San Luis Rev (SLR) WWTP Aeration
Basin Effluent Piping Replacement
• City of Torrance, Van Ness Water Wells Transmission
Main
CURRENT ON-CALL CONTRACTS
Z&K Consultants, Inc. proudly maintains a robust portfolio of over 55 active on-call contracts, exemplifying our ability to
deliver high-quality, flexible, and reliable services across a diverse range of disciplines. Our experience spans municipal
infrastructure, transportation systems, public utilities, and facility upgrades, reflecting our expertise in managing complex
projects with varying scopes and requirements. Our extensive on-call contract experience has enabled us to cultivate a
deep understanding of the unique challenges and priorities faced by municipalities and agencies. This insight allows us to
develop tailored solutions that adapt to evolving project needs while maintaining a steadfast commitment to efficiency and
Page 17
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
cost-effectiveness. Whether it involves program and project management, engineering services, regulatory compliance, or
construction oversight, Z&K consistently delivers results that exceed client expectations. We attribute our success in
managing on-call contracts to our proactive communication, advanced project management tools, and ability to mobilize
specialized resources quickly. Our current on-call contracts are as follows:
# Agency PM CM CI # Agency PM CM CI
1 City of Alhambra ✓ ✓ ✓ 30 City of Ontario ✓
2 City of Beaumont ✓ 31 City of Palm Desert ✓ ✓
3 City of Bell ✓ ✓ ✓ 32 City of Pico Rivera ✓ ✓
4 City of Burbank ✓ ✓ ✓ 33 City of Placentia ✓ ✓
5 City of Carson ✓ ✓ ✓ 34 City of Pomona ✓ ✓ ✓
6 City of Chino ✓ ✓ ✓ 35 City of Rancho Palos Verdes ✓
7 City of Corona ✓ ✓ ✓ 36 City of Rosemead ✓ ✓
8 City of Costa Mesa ✓ ✓ ✓ 37 City of San Bernardino ✓ ✓ ✓
9 City of Downey ✓ ✓ ✓ 38 City of San Marino ✓ ✓ ✓
10 City of Eastvale ✓ ✓ ✓ 39 City of Santa Monica ✓
11 City of El Segundo ✓ ✓ ✓ 40 City of Signal Hill ✓ ✓
12 City of Encinitas ✓ ✓ ✓ 41 City of South Gate ✓ ✓ ✓
13 City of Fontana ✓ ✓ ✓ 42 City of Temecula ✓
14 City of Glendale ✓ ✓ ✓ 43 City of Torrance ✓ ✓ ✓
15 City of Hemet ✓ ✓ ✓ 44 Caltrans 59 - District 5* ✓ ✓
16 City of Irvine ✓ ✓ ✓ 45 Caltrans 59 - District 8* ✓ ✓
17 City of Irwindale ✓ ✓ ✓ 46 Caltrans 59 - District 9* ✓ ✓
18 City of La Habra ✓ ✓ ✓ 47 Coachella Valley Water
District ✓
19 City of La Mirada ✓ ✓ 48 County of Los Angeles* ✓ ✓
20 City of Laguna Beach ✓ ✓ ✓ 49 County of San Diego* ✓ ✓
21 City of Lake Forest ✓ ✓ ✓ 50 LA Metro* ✓ ✓
22 City of Lancaster ✓ ✓ 51 Long Beach Utilities ✓ ✓
23 City of Malibu ✓ ✓ 52 RCTC* ✓ ✓
24 City of Manhattan Beach ✓ ✓ ✓ 53 RCTD* ✓
25 City of Moreno Valley ✓ ✓ 54 Riverside Public Utilities ✓ ✓
26 City of Newport Beach ✓ ✓ 55 San Bernardino County* ✓
27 City of Norco ✓ ✓ 56 Santa Clarita Valley Water
Agency* ✓
28 City of Norwalk ✓ ✓ ✓ 57 South Orange County
Wastewater Authority ✓ ✓ ✓
29 City of Oceanside ✓ ✓ ✓ 58 San Gabriel Valley Council of
Governments* ✓
PM: Project Management, CM: Construction Management, and CI: Construction Inspection
* Contract as a Subconsultant
FIRM INFORMATION
Z&K Consultants, Inc. is a California C corporation dedicated to providing exceptional professional services in project
management, construction management, construction inspection, and engineering. Z&K was founded on February 13, 2009
and has over 15 years of experience providing similar services. Z&K has office locations in Orange, and Riverside, Corona
with our headquarter office located at 17130 Van Buren Boulevard, Suite 122, Riverside, CA 92504. Our firm’s primary
office can be reached at (951) 310-7470, with fax services available at (949) 630-3242. Crystal Fraire, PE, President, serves
as the main contact for this proposal and can be reached via email at cfraire@zandkconsultants.com. Z&K Consultants is
registered with the California Department of Industrial Relations (DIR) under DIR Number 1000029878. Z&K Consultants is
led by a team of experienced professionals with full authority to bind the company in contractual agreements. The principal
officers include Crystal Fraire, President, Zack Faqih, Vice President, who bring decades of leadership and expertise in
infrastructure management and municipal services. Z&K does not have any subconsultants on this contract.
4.5 THIRD PARTY/SUBCONTRACTORS
Z&K Consultants, Inc. operates without the use of subconsultants, allowing us to maintain full control over project quality
and timelines, while offering the flexibility to scale our experienced team to meet the City’s specific needs efficiently.
Page 18
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4.6 STAFF RESUMES AND
ORGANIZATION CHART
Page 19
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4.6. STAFF RESUMES AND ORGANIZATION CHART
ORGANIZATIONAL CHART
Z&K Consultants’ organizational structure for the City of Rancho Cucamonga’s construction management (CM) and
construction inspection (CI) services is meticulously crafted to ensure clear communication, efficient project oversight, and
accountability throughout all project phases. Leading the effort is Zack Faqih, PE, QSD/P, C.B.O., serving as the Senior
Construction Manager. Zack brings over 32 years of experience in construction oversight, inspection, and project
management, making him the central figure for coordination and decision-making. He will oversee all aspects of CM and
CI, ensuring alignment with the City’s standards and goals.
Supporting Zack is a multidisciplinary team of inspectors, engineers, and technical experts, each assigned to specific tasks
to ensure seamless delivery of services. Designated leads will manage key areas such as quality assurance, safety
compliance, and contractor coordination. Our administrative and financial support team will handle documentation,
reporting, and adherence to local, state, and federal regulations, including labor compliance and prevailing wage laws.
Additionally, we have partnered with Converse Consultants to provide specialized materials testing services, ensuring all
construction meets stringent quality standards. This structured and focused organizational framework facilitates
collaboration, streamlines workflows, and allows resources to be allocated efficiently. With Zack’s leadership and the team's
expertise, Z&K is dedicated to maintaining open communication channels with City staff and stakeholders, ensuring
transparency, timely updates, and alignment with Rancho Cucamonga’s infrastructure goals.
Z&K Consultants is committed to maintaining consistency and continuity in project delivery by ensuring that all key personnel
remain dedicated to the City of Rancho Cucamonga’s Capital Improvement Program (CIP) throughout the duration of the
engagement. We recognize the importance of trust and familiarity in fostering successful partnerships. As such, no changes
to key personnel will be made without prior written authorization from the City. Should unforeseen circumstances arise
requiring personnel adjustments, Z&K will provide advance notice and propose equally qualified replacements for the City’s
review and approval, ensuring minimal disruption to the project. This commitment reflects our dedication to maintaining the
highest level of professionalism and accountability.
Page 20
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Mr. Zack Faqih, PE, brings over 32 years of experience in construction management,
resident engineering, construction inspection, project management, and contract
administration, making him an ideal fit for the City of Rancho Cucamonga’s On-Call. He
has successfully delivered over 34 resurfacing, reconstruction, and street improvement
projects, demonstrating his ability to oversee complex infrastructure projects with precision
and efficiency. Mr. Faqih’s extensive portfolio includes managing and delivering projects
across diverse sectors, such as street improvements, bridges and interchanges, parks and
facilities, water main installations, sewer pipelines, water and wastewater treatment plants,
lift stations, pump stations, wells, tanks, and storm drain improvements. He has expertise
in the construction of subsurface stormwater infiltration systems, stormwater chambers,
irrigation systems, landscaping, ADA-compliant parking stalls and ramps, site furniture
installation, block walls and fencing, and synthetic grading. His experience extends to
structural and masonry walls, slab-on-grade foundations, concrete construction, and
general commercial building construction, making him adept at handling a wide range of
construction challenges.
Mr. Faqih has worked closely with Caltrans-Local Assistance Program, counties,
cities, and funding agencies, ensuring seamless coordination and compliance with all
regulatory requirements. His skill set includes a thorough understanding of construction
contracts, cost control, schedule review, and management of change orders. He has
demonstrated expertise in reviewing and managing critical path method (CPM) schedules,
tracking changes, mitigating delays, and ensuring timely project delivery. Additionally, he
excels at supervising inspection staff and managing multiple subconsultants to maintain
quality assurance and project consistency. Previously, Mr. Faqih served as the Deputy
Building Official for the City of Yorba Linda, City of Rancho Cucamonga, and County of
Orange for over 15 years, further showcasing his leadership and expertise in municipal
construction and inspection services. His ICC certification underscores his proficiency in
structural and masonry construction, making him well-versed in the technical demands of
public works projects. Mr. Faqih’s comprehensive knowledge and hands-on experience
ensure the successful delivery of the City of Rancho Cucamonga’s Capital
Improvement Projects, from street improvements and ADA compliance enhancements
to stormwater and infrastructure upgrades. His ability to navigate complex projects while
maintaining quality, budget, and schedule compliance makes him an invaluable asset for
the City’s on-call program.
RELEVANT PROJECT EXPERIENCE
CITY OF CORONA, BEDFORD WASH BRIDGE AND STREET IMPROVEMENTS | The
Meadowbrook Park Pedestrian Bridge, located in San Bernardino, served as a vital
connector for pedestrian traffic, providing safe access within the local community.
Unfortunately, in 2017, the bridge sustained severe damage from a fire, reportedly caused
by individuals experiencing homelessness. This incident brought attention to the
vulnerability of public infrastructure to various risks, including both environmental and
social challenges. Although public information on the progress of the bridge’s repair or
replacement has been scarce, efforts to restore the bridge remain a top priority. The goal
is to ensure the restoration of pedestrian safety and improve the overall accessibility of the
area. The reconstruction of the bridge involves integrating design improvements focused
on increasing durability and safety, while also addressing the broader goal of community
revitalization. These enhancements may include reinforced materials, better fire-resilient
features, and improved security to prevent future damage. The project highlights the
importance of proactive urban infrastructure maintenance and the need for collaboration
with local agencies to address both the physical and societal challenges facing
communities. This reconstruction effort, while centered around restoring the bridge, also
offers the opportunity to enhance its role in fostering community connections and accessibility for pedestrians in the area.
CITY OF SAN BERNARDINO, SECOND STREET BRIDGE OVER WARM CREEK | The 2nd Street Bridge in the City of
San Bernardino was a transformative infrastructure project designed to enhance traffic flow, pedestrian access, and safety
in the downtown area. This project replaced the existing at-grade railroad crossing with a modern bridge structure,
Zack Faqih, MSCE, PE, QSD/P, C.B.O.
Lead Senior Construction Manager
EDUCATION
» MSCE - Structures
Cal State Fullerton 2005
» BSCE - Civil
/Transportation
Cal State LA 1985
LICENSES &
REGISTRATION
» Professional Engineer,
P.E. State of CA, C57958
» Certified Accessibility
Inspector/Plans Examiner
» Certified Building Official
» Certified Plans Examiner
» Certified Mechanical
Inspector
» Certified Plumbing
Inspector
» Certified Electrical
Inspector
» SWPPP (QSD) & (QSP)
Certificate # 22055
» OSHA 30 Hour
» State Certified HERS
Rater
» Certified Emergency
Inspector
» C.G.B.P Certified Green
Building Inspector
» Certified Special Inspector
for Fire Proofing
» Certified Special Inspector
for Structural Welding
» Certified Special Inspector
for Structural Steel
» Certified Special Inspector
for Reinforced Concrete
Page 21
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
eliminating delays caused by train traffic and improving connectivity between key areas of the city. The new bridge featured
a multi-lane roadway for vehicles, along with dedicated pedestrian pathways, enhancing accessibility and promoting
multimodal transportation. Its design incorporated aesthetic elements to align with the surrounding urban environment,
contributing to the revitalization efforts in the downtown San Bernardino area. The project also addressed key challenges
such as utility relocations, traffic management during construction, and coordination with multiple agencies, including local
businesses and residents, to minimize disruption. Completed successfully, the 2nd Street Bridge stands as a critical piece
of infrastructure that improves safety, reduces traffic congestion, and supports the city’s economic growth and urban
development initiatives. By fostering greater connectivity and efficiency, this project has significantly benefited both
commuters and the broader community of San Bernardino.
CITY OF LAGUNA HILLS, MOULTON PARKWAY BRIDGE AT ALISO CREEK | The project consisted of building
prestress box girder bridge for the southbound of Moulton Parkway along with widening the Road by 3 lanes to
accommodate for the new bridge. Mr. Faqih performed all duties of a Resident Engineer, performed a detailed
constructability review, reviewed CEQA documents, reviewed and managed the baseline schedule, negotiated contract
change orders, reviewed phasing, reviewed RFIs and submittals, ensured all regulatory permits were current, performed
cost analysis, coordinated between the owner, designer, and contractor, maintained accounting records, ran weekly
meetings, reviewed and approved progress pay estimates, and checked and approved the falsework for the bridge,
developed the 4 scale for the final grades of the bridge deck. As for the road widening, this involved a new structural section
AC/AB for the road, set up the grades, sidewalks, ADA ramps, drainage facilities, traffic signals and streetlights. He has
also organized and attending progress meetings, negotiated contract change orders, set up daily logs, weekly statements,
approved materials submittals and progress payments.
COUNTY OF RIVERSIDE, I-215/VAN BUREN INTERCHANGE IMPROVEMENT | I-215/Van Buren Interchange
Improvement is a $32M project included the realignment of the Van Buren Boulevard, overcrossing bridge over 1-215
freeway, westbound left turn lane and an eastbound dedicated right turn lane over the freeway, replacing existing railroad
overcrossing with pre-cast structure. Roadway improvements included a right-turn lane for eastbound to northbound
entrance ramp, and two westbound receiving lanes to accommodate the southbound exit ramp, new hook-type ramp,
auxiliary lanes added to the mainline and the southbound main lane on I-215 were widened to the west to accommodate
the ultimate configuration of the freeway. Five retaining walls up to 30 feet high were constructed along Railroad
tracks/southbound on-ramp, southbound off ramp, north and south sides of Van Buren Blvd/west of the I-215 freeway, and
east of northbound on-ramp to minimize impact the railroad and MARB right-of-way.
RCTD, HAMNER AVENUE BRIDGE PROJECT | This project is located on Hamner Avenue on the border between the
City of Norco and City of Eastvale, approximately 1,300 feet to the west of the I-15 Bridge over the Santa Ana River in the
City of Eastvale. The project replaces the existing structurally deficient and functionally obsolete 76-year-old bridge with a
new, longer, and wider bridge to provide enhanced public safety and traffic circulation in the area. The work will include
reconstructing approach roadways, providing necessary channel improvements, and a multi-purpose trail connecting to the
existing and proposed regional trails.
RCTD, MAGNOLIA AVENUE GRADE SEPARATION | Magnolia Avenue Grade Separation is a $35M project located at
Magnolia Ave in the Corona, CA. The project scope was to construct railroad grade separation at the (BNSF) Burlington
Northern-Santa Fe Railroad and Magnolia Avenue at Grade crossing including a new four-lane overhead structure (bridge)
over existing BNSF tracks supported by 9 bents and 2 abutments. Substructure comprises of 13’ diameter x 88’-~100’ deep
CIDH piles (total 18 CIDH piles @ 2 piles per bent). Both bridge approaches are supported by Retaining Walls/MSE Walls
systems on both ends, multiple walls systems for pedestrian and vehicular support. Construction of temporary MSE walls,
shoring and casing support system to facilitate construction of CIDH piling, stage construction on both approaches and
temporary bridge over Arlington channel to support temporary detour at the east end of the project.
CITY OF SAN MARINO, STREET REHABILITATION PROGRAM, SAN MARINO, CA (PHASE 1 AND PHASE 2) |
Improvements include cold-milling asphalt concrete pavement and re-paving with HMA and ARHM, clearing and grubbing,
localized pavement repairs, replacing impacted traffic striping, markings, pavement legends, loop detectors, curb painting,
replacing damaged curb and gutter, curb ramps, cross gutters, sidewalks, driveways and driveway approaches, inspection
and replacement of sewer manholes, coordinating with local utilities, preparation and implementation of SWPPP and BMPs,
and providing temporary traffic control in conformance with the contract documents and applicable permits.
CITY OF COMPTON, ANNUAL RESIDENTIAL REHABILITATION PROJECT (PHASES 1 & PHASE 2A), COMPTON,
CA | Scope of work consisted of construction of cold mill, ARHM pavement, AC base course, aggregate base, full depth AC
slot pavement, curb and gutters, sidewalks, cross gutter, alley intersection, driveway approach, curb ramps, signing, striping,
markings, and pavement legends, speed hump, traffic signal loop, adjust to grade existing sewer manhole, water valve,
water meter, and storm drain manhole.
The project also includes concrete improvements such as removal and replacement of broken and off-grade sidewalk, ADA
ramps, median installation, sidewalks, and driveway approaches, that need updating, broken and off-grade curb and gutter,
driveway aprons, cross gutter, and traffic signing striping, and markings.
Page 22
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF SIGNAL HILL, CITY HALL INTERIOR RENOVATION PROJECT | The Project focuses on modernizing and
refurbishing the existing City Hall to enhance functionality, ensure regulatory compliance, and improve aesthetics. This
renovation is essential to maintaining an efficient municipal facility that supports city staff operations and offers a welcoming
environment for the community.
CITY OF LYNWOOD, YVONNE BURKE – JOHN HAM PARK COMMUNITY CENTER PROJECT | This project includes
improvements to the Yvonne Burke – John Ham Park Community Center, with upgrades such as a kitchen, multipurpose
rooms, administration offices, restrooms, and a game room. Park enhancements feature landscaping, irrigation, outdoor
exercise stations, a natural grass baseball field, and covered picnic and barbecue areas. The site incorporates a dual-
plumbed system and reclaimed water for irrigation, supporting sustainability and improved recreational facilities.
CITY OF SAN BERNARDINO, NICHOLSON PARK IMPROVEMENT PROJECT | The Nicholson Park Improvement Project
included the installation of a splash pad as part of a broader park upgrade. The project also involved playground areas, a
basketball court, picnic shelters, and new restrooms. With ADA-compliant pathways, upgraded lighting, and sustainable
landscaping, the park was transformed into a vibrant and accessible community space.
CITY OF IRWINDALE, IRWINDALE PARK IMPROVEMENTS PROJECT, PHASE IV & V | The Irwindale Park
Improvements Project included the addition of a splash pad, enhancing the park's recreational amenities. Other upgrades
involved ADA-compliant pathways, shaded picnic areas, landscaping, and lighting improvements. The project also included
new restrooms, BBQ/picnic shelters, and recreational facilities like a basketball court.
CITY OF LA QUINTA, SILVERROCK PARK VENUE SITE | The SilverRock Park Venue Site project introduced a splash
pad, enhancing recreational options for visitors. This multi-functional event space also included an outdoor theater, shaded
picnic areas, and accessible parking. Extensive landscaping with drought-tolerant plants and a modern irrigation system
supported sustainability, while the splash pad added a dynamic water play element.
CITY OF CORONA, LIBERTY AVENUE WATERLINE REPLACEMENT PROJECT | This project involves replacing a 10-
inch steel water main with a 12-inch ductile iron pipe over 3,527 linear feet along La Gloria St. and Liberty Ave. The scope
includes installing a 12-inch ductile iron pipe with restrained joints, various water control components (such as air/vacuum
release valves, fire hydrant blow-off assemblies, and resilient wedge gate valves), and a new water service connection. It
also includes removing and replacing existing infrastructure (like vaults and bollards), trench repairs, roadway repairs,
asphalt dike replacement, and concrete encasement. The project will also involve abandoning the old water main,
implementing traffic control and BMPs, and managing water consumption, disinfection, and flushing.
CITY OF SAN MARINO, LIFT STATION IMPROVEMENT PROGRAM | This project involved comprehensive upgrades to
the City's sewage lift stations, focusing on improving sewer system reliability and efficiency. At the Avondale and Orlando
Road stations, work included the demolition of old equipment, installation of new pumps, piping, submersible pumps, and
wet well lining systems, along with concrete and electrical improvements. The Monterey Road station upgrades involved
replacing pumps, recoating and repainting piping, and adding a new bypass connection.
CITY OF LAGUNA BEACH, JASMINE STREET STORM DRAIN IMPROVEMENTS | This project involved installing
approximately 2,400 linear feet of storm drain pipe across Heisler Park, Jasmine Street, Monterey Drive, Locust Street, and
High Drive. It included jacking a 28-inch steel casing and installing a 24-inch PVC pipe beneath North Coast Highway. Other
tasks included a low-flow diversion, replacing catch basins, connecting storm drain laterals, and performing trenching.
CITY OF EL SEGUNDO, EL SEGUNDO BOULEVARD IMPROVEMENT PROJECT | This Project involved: rehabilitate
existing pavement along El Segundo Boulevard between Illinois Street and Isis Avenue; and rehabilitation along Nash
Street, between El Segundo Boulevard and Imperial Highway. Several options of pavement rehabilitation were considered,
and the recommended option would include cement stabilized base with an asphalt overlay. Install curb ramps on El
Segundo Boulevard at Illinois Street, Continental Boulevard, Nash Street, Douglas Street, and Aviation Boulevard
intersections. Install curb ramps on Nash Street at Grand Avenue, Mariposa Avenue, Maple Avenue, Atwood Way, a
midblock crosswalk, and Imperial Highway intersections. Install approximately 1,020 lineal feet of “cycle track” from PCH to
Continental on El Segundo Boulevard, install approximately 27,450 lineal feet of Class II Bike Lanes from Aviation Boulevard
to PCH, on Douglas Street between Rosecrans Avenue and Imperial Highway, on Nash Street between El Segundo
Boulevard and Imperial Highway, and install suitable shared Class III Bike Route markings.
CITY OF BUENA PARK BEACH BLVD BRIDGE AT FULLERTON CHANNEL | During the 1994/1995 Flood season,
Beach Boulevard in Buena Park, CA (Beach Boulevard is also known as State Route 39) was washed out at Fullerton Creek
creating two sink holes of 120 ft X 75 ft on both sides of the bridge; leaving the bridge vulnerable to failure. Mr. Faqih
performed all duties of the Resident Engineer. In addition, in coordination with Caltrans Sacramento Structural Section, Mr.
Faqih designed a retaining wall system to provide protection for the existing bridge piles and to rebuild the Channel. Upon
completion of the design, he was assigned as the resident engineer to build this system as a 24-hour construction operation.
He kept both Caltrans and the City of Buena Park advised of the project progress. Due to the emergency that the sink holes
created, Mr. Faqih was able to exempt the project from all the required environmental permits from the Army Corp of
Engineers, United States Fish and Wildlife, and the California Fish and Game. He assumed all the usual responsibilities
for a Resident Engineer on a project.
Page 23
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Mr. Jakher has over 36 years of public service experience and 15 years as a department
head for agencies throughout Southern California. His extensive expertise spans the full
project life cycle, including planning, design, jurisdictional approvals, construction, and
project close-out. Mr. Jakher has significant experience in compliance with Department of
Justice (DOJ) standards and California Environmental Quality Act (CEQA) processes.
Over his career, he has successfully managed over $900 million in Capital Improvement
Projects (CIP) as a department head and Senior Program/Project Manager. Mr. Jakher’s
background includes managing street resurfacing projects, such as the Frontage Road
Resurfacing Project and similar large-scale infrastructure projects. He has extensive
knowledge of Caltrans standards and procedures, the Greenbook, and the California
Building Code, ensuring compliance with state and local regulations.
Mr. Jakher has delivered over 50 street resurfacing projects and is experienced in
managing key elements such as storm drain improvements, catch basins, sidewalk
construction, ADA upgrades, and waterline installations. Throughout his career, Mr. Jakher
has overseen a diverse range of project types, including detention facilities, hospitals,
water/wastewater systems, water treatment plants, bridges, bridge replacements,
roadway widenings, parks, and other public infrastructure. He has been a Senior Project
Manager/Principal Engineer for cities such as Banning, Baldwin Park, and Lynwood, and
has served as a department head for the cities of Chino, Beaumont, Colton, and Victorville.
Currently, Mr. Jakher is overseeing Chino’s Capital Improvement Program, valued at over
$180 million. He excels in grant funding, extraterritorial agreements, and compliance with
California Code of Regulations Title 15 and Board of State and Community Corrections
standards. Additionally, as a licensed contractor, Mr. Jakher has hands-on construction
experience, particularly in the building sector, making him uniquely qualified to lead
construction management for both vertical and horizontal infrastructure projects.
RELEVANT PROJECT EXPERIENCE
City of Moreno Valley: Citywide Pavement Rehabilitation Program (FY 2026/27 to FY
2030/31) (Arterial and Collector Streets) | Senior Construction Manager: This project
provides pavement rehabilitation and preservation for approximately 67 arterial and
collector street segments throughout the City. The work includes the reconstruction of a
number of access ramps within repaving limits; localized pavement repairs; application of
Type 2 slurry seal; removal and replacement of asphalt pavement surfaces; installation of
permanent traffic video detectors; waterline installation, and reestablishment of traffic
striping and signs.
City of Irwindale: 2021-2022 Resurfacing Project | Senior Construction Manager: This project involves general street
improvements, in addition to street resurfacing, for multiple streets in the City of Irwindale, including Ayon Avenue, Calle del
Norte, Pat Miranda Lane, Calle de Paseo, Allen Drive, Progress Lane, Central Street, and Peppertree Lane. The project’s
scope included roadway widening, sidewalk improvements, curb and gutter reconstruction, addition of travel lanes, addition
of bike lanes, reconstruction of ADA-compliant sidewalks and pedestrian ramps, waterline installation, storm drain
improvements, sewer main improvements, and utility relocation.
Pavement Rehabilitation Program – Winchester Road (Jefferson Avenue to Ynez Road) | Senior Construction
Manager: The work for this project includes pavement Improvements along Winchester Road from Jefferson Avenue to
Ynez Road. Improvements Include, remove and replace existing asphalt pavement, waterline installation, reconstruction of
traffic loops, adjust existing manholes and valves for different utilities, and installation of striping and pavement markers.
City of Moreno Valley: 801-0081 Citywide Pavement Rehabilitation Project, Moreno Valley, CA | Senior Construction
Manager: The project is a citywide rehab of Moreno Valley City Streets. As per plan, it includes cold milling to 1.5” and
place 1.5” ARHM asphalt, curb ramps, curb and gutter, cross gutter and spandrels, full depth asphalt removal and
replacement, installation of traffic striping and placement of traffic markers, adjustment of existing utility manholes, waterline
installation, and asphalt concrete overlay.
City of San Marino: Street Rehabilitation Program, San Marino, CA (Phase 1 and Phase 2) | Senior Construction
Manager: Improvements include cold-milling asphalt concrete pavement and re-paving with HMA and ARHM, clearing and
grubbing, localized pavement repairs, replacing impacted traffic striping, markings, pavement legends, loop detectors, curb
painting, replacing damaged curb and gutter, curb ramps, cross gutters, waterline installation, sidewalks, driveways and
driveway approaches, inspection and replacement of sewer manholes, coordinating with local utilities, preparation and
implementation of SWPPP and BMPs, and providing temporary traffic control in conformance with the contract documents
and applicable permits.
Amer Jakher, PE, MBA
Senior Construction Manager
EDUCATION
» Bachelor of Science, Civil
Engineering, San Diego
State University, 1988
» Master’s in Public
Administration, Cal State
San Bernardino, 2007
LICENSES &
REGISTRATION
» Professional Civil
Engineer, 50932,
California
» Cal-OSHA 30 Hour
» Contractor License No.
829929, State of
California
» Proficient in Microsoft
Office Suite (Word, Excel,
PowerPoint, Projects)
» Power B.I.
» Fluent in Spanish
Page 24
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of San Bernardino: Street Rehabilitation Program (30+ Major Streets) | Senior Construction Manager: This long-
term, on-call contract involves concrete improvements and pavement improvements of over 30 major streets in the City of
San Bernardino. The contract also includes the rehabilitation and resurfacing of various streets and intersections. Scope of
work includes full depth removal and replacement of asphalt concrete, intersection improvements, ADA ramp improvements,
bike lanes, conduit installation, traffic signal improvements cold milling and overlay of existing asphalt concrete, mobilization,
traffic control, waterline installation, staging for major streets and intersections, removal of traffic striping, installation of
traffic striping and pavement markers, installation of loop detectors and bicycle loop detectors, construction of cross walks,
removal and replacement of sidewalk, driveways, PCC curb and gutter, cross gutters, spandrels, curb ramps along both
residential and commercial streets, manhole/utility vault adjustments, and preparation of SWPPP and erosion control plans.
City of Norwalk: CDBG Local Streets Rehabilitation Project | Senior Construction Manager: This project is part of a
local street rehabilitation program within Zone 28 of the City of Norwalk and was federally funded. The project scope includes
rehabilitation of roadway pavement conditions, intersection improvement, bike lanes, traffic signal modification, upgrades
of curb ramps to ADA standards, pavement improvements, waterline installation, replacement of sidewalk, curb and gutter,
driveways, access ramps, clearing and grubbing, speed humps, roadway signing and striping, water meter installation, and
storm drain improvements.
City of Torrance: Residential and Arterial Pavement Improvement, I-159/I-139 | Senior Construction Manager: This
project involves pavement improvements to a residential neighborhood and four arterial streets. Improvements include
clearing and grubbing, cold mill and overlay, AC base course, aggregate base, waterline installation, concrete repairs to
sidewalk, replacement of pavement markings and striping on concrete and asphalt, installation of speed humps, traffic signal
loops, water valves and water meters, sewer manholes and storm drain manholes.
City of Temecula: Santa Gertrudis Creek Pedestrian/Bicycle Trail Extension and Interconnect, PW08-04 | Senior
Construction Manager: The project consists of Design, environmental document, and construction of the extension of the
existing trail from Ynez Road to the Murrieta Creek Trail. The extension includes access and under-crossing at Ynez Road,
Interstate 15 and Jefferson Avenue and a continuous paved trail along Santa Gertrudis Creek to connect to Murrieta Creek
Trail.
City of Eastvale: Pedley Project Pavement Rehabilitation | Senior Construction Manager: This project includes
resurfacing of roadway pavement, modified asphalt concrete, intersection improvements, construction of concrete
pavement, reconstruction of curb and gutter, sidewalk, driveway approaches, ADA ramps, crosswalks, street markings and
traffic sign installation, drainage, waterline installation, and underground utility coordination.
City of Lake Forest: Slurry Seal of Zone F | Senior Construction Manager: This street improvement program involves
resurfacing of Glenn Ranch Road from Portola to El Toro, as well as pre-construction inspection services for the slurry seal
of Zone F and arterial slurry seal of Jeronimo and Muirlands from Los Alisos to Bake. This program required ARHM overlay,
adjustments to storm drain manhole frame and sewer manhole, gas valve lid and can, water valve lid and can, waterline
installation, cold milling, signing and striping, installation of markers, installation of traffic loop detectors, and other street
improvements. The City requested preconstruction services to evaluate the pavement repair locations. The area to be
evaluated was approximately 1,800,000 SF with base dig-outs of 5-10%.
City of Lake Forest: Street Resurfacing of Glenn Ranch Road from Portola to El Toro | Senior Construction
Manager: This street improvement program involves resurfacing of Glenn Ranch Road from Portola to El Toro, as well as
pre-construction inspection services for the slurry seal of Zone F and arterial slurry seal of Jeronimo and Muirlands from
Los Alisos to Bake. This program required ARHM overlay, traffic control, signing, striping, marking, and legends, traffic loop
detectors, bike lane traffic loops, adjustments to storm drain manhole frame and sewer manhole, gas valve lid and can,
water valve lid and can, waterline installation, removal and replacement of PCC sidewalk, removal and replacement of
existing curb ramps, cold milling, and removal and replacement of concrete sidewalk, removal and replacement of curb
ramps, localized repairs, and other miscellaneous improvements.
City of Compton: Annual Residential Rehabilitation Project (Phases 1 & Phase 2A) | Senior Construction Manager:
Scope of work consisted of construction of cold mill, ARHM pavement, AC base course, aggregate base, full depth AC slot
pavement, curb and gutters, sidewalks, cross gutter, waterline installation, alley intersection, driveway approach, curb
ramps, signing, striping, markings, and pavement legends, speed hump, traffic signal loop, adjust to grade existing sewer
manhole, water valve, water meter, and storm drain manhole.
City of Irvine: Annual Street Rehabilitation and Slurry Seal | Senior Construction Manager: Scope of work included
asphalt pavement, cold-milling and AC overlay, pavement overlays and slurry seal application, removal and replacement of
concrete improvements such as PCC sidewalks, ramps, waterline installation, curbs, gutters, and driveways, as well as
adjustment of manhole and utility covers to grade. Inspected tasks included adjusting a survey monument, water valve,
sewer cleanout and manhole frames and covers to grade and installation of striping and pavement markings, providing
public notifications and traffic control.
Page 25
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Mr. Flores is a seasoned Senior Construction Manager with over 15 years of extensive
experience managing a diverse range of infrastructure projects. His expertise
encompasses electrical and lighting improvements, landscaping enhancements, sewer
upgrades, storm drainage systems, street improvements, and traffic signal installations. In
addition, he has successfully overseen inspection and compliance efforts for private
residential developments, subdivisions, and commercial shopping centers, ensuring all
projects meet rigorous municipal and regulatory standards.
Mr. Flores' vast portfolio includes delivering projects that incorporate key infrastructure
elements such as roadway enhancements, ADA-compliant features, sewer and water
pipelines, landscaped medians, traffic control systems, and stormwater management
measures. His comprehensive understanding of Caltrans construction standards,
regulatory frameworks, and Cal-OSHA safety practices enables him to lead projects with
precision, from planning through execution and closeout.
His role as a Senior Construction Manager includes daily oversight and inspection of
construction activities to ensure strict adherence to project plans, specifications, and
safety regulations. He is adept at managing critical project documentation, including RFIs,
submittals, progress payments, and contract change orders (CCOs). His expertise
extends to construction staging, traffic control, and environmental compliance, with a focus
on SWPPP adherence and sustainable project practices.
Mr. Flores’ approach emphasizes community engagement, as he skillfully addresses
concerns from local residents and businesses to maintain positive relationships throughout
the construction process. Whether managing landscaping and irrigation improvements,
overseeing sewer and storm drainage installations, or ensuring compliance on private
development projects, Mr. Flores consistently delivers high-quality results. His ability to
coordinate complex scopes, enforce safety and quality standards, and maintain regulatory
compliance makes him a valuable asset to any construction management team.
RELEVANT PROJECT EXPERIENCE
CITY OF DOWNEY, WOODRUFF AVENUE PAVEMENT REHABILITATION PROJECT | The Project involves extensive
pavement reconstruction and upgrades between Firestone Boulevard and Washburn Road. The project includes asphalt
repairs, ARHM overlay, and replacement of damaged curbs, gutters, sidewalks, and driveways for ADA compliance.
Additional improvements include fiber optic cable installation, traffic control measures, and updated striping, enhancing
safety, accessibility, and communication infrastructure for residents and commuters.
CITY OF TORRANCE, RESIDENTIAL AND ARTERIAL PAVEMENT IMPROVEMENT, I-159/I-139 | This project involves
pavement improvements to a residential neighborhood and four arterial streets. Improvements include clearing and
grubbing, cold mill and overlay, AC base course, aggregate base, waterline installation, concrete repairs to sidewalk,
replacement of pavement markings and striping on concrete and asphalt, installation of speed humps, traffic signal loops,
water valves and water meters, sewer manholes and storm drain manholes.
CITY OF TEMECULA, SANTA GERTRUDIS CREEK PEDESTRIAN/BICYCLE TRAIL EXTENSION AND
INTERCONNECT, PW08-04 | The project consists of Design, environmental document, and construction of the extension
of the existing trail from Ynez Road to the Murrieta Creek Trail. The extension includes access and under-crossing at Ynez
Road, Interstate 15 and Jefferson Avenue and a continuous paved trail along Santa Gertrudis Creek to connect to Murrieta
Creek Trail.
CITY OF LAKE FOREST: SLURRY SEAL OF ZONE F | SENIOR CONSTRUCTION MANAGER: This street improvement
program involves resurfacing of Glenn Ranch Road from Portola to El Toro, as well as pre-construction inspection services
for the slurry seal of Zone F and arterial slurry seal of Jeronimo and Muirlands from Los Alisos to Bake. This program
required ARHM overlay, adjustments to storm drain manhole frame and sewer manhole, gas valve lid and can, water valve
lid and can, waterline installation, cold milling, signing and striping, installation of markers, installation of traffic loop
detectors, and other street improvements. The City requested preconstruction services to evaluate the pavement repair
locations. The area to be evaluated was approximately 1,800,000 SF with base dig-outs of 5-10%.
Anthony Flores, BSCE
Senior Construction Manager
EDUCATION
» Bachelor of Science in
Civil Engineering –
California State
University, Long Beach
TRAINING &
REGISTRATION
» Engineer-In-Training
(EIT), State of California,
#170698
» Caltrans Temporary
Pedestrian Facilities
Training
» 30-Hr. Cal OSHA
» Defensive Driving Training
Page 26
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF LAKE FOREST: STREET RESURFACING OF GLENN RANCH ROAD FROM PORTOLA TO EL TORO |
SENIOR CONSTRUCTION MANAGER: This street improvement program involves resurfacing of Glenn Ranch Road from
Portola to El Toro, as well as pre-construction inspection services for the slurry seal of Zone F and arterial slurry seal of
Jeronimo and Muirlands from Los Alisos to Bake. This program required ARHM overlay, traffic control, signing, striping,
marking, and legends, traffic loop detectors, bike lane traffic loops, adjustments to storm drain manhole frame and sewer
manhole, gas valve lid and can, water valve lid and can, waterline installation, removal and replacement of PCC sidewalk,
removal and replacement of existing curb ramps, cold milling, and removal and replacement of concrete sidewalk, removal
and replacement of curb ramps, localized repairs, and other miscellaneous improvements.
CITY OF CHINO, RUSSELL AVENUE WATER LINE REPLACEMENT PROJECT | The project involved removing and
replacing the water main along Russell Ave from Walnut Ave to Terry Ave. It included installing 700 linear feet of new 8-
inch PVC C900 DR 14 water main, performing trench backfill and roadway repairs, and installing fire hydrant assemblies,
gate valves, and tees with thrust blocks. The work also encompassed installing new 1-inch domestic water service laterals
and connecting them to existing water meters, making lateral connections within 3 feet of the water main centerline, saw
cutting, and replacing existing cross gutters.
CITY OF CHINO, RAMONA AVE. AND WALNUT AVE. TRAFFIC SIGNAL MODIFICATIONS AND STREET
IMPROVEMENTS PROJECT | The project consisted of traffic signal improvements, street and pavement improvements,
as well as traffic signal improvements, to a residential neighborhood and four arterial streets for one project, and intersection
improvements and lane upgrades for the other. Improvements include street and pavement rehabilitation, intersection
improvement, clearing and grubbing, slurry seal, cold mill and AC overlay, utility coordination, as well as electrical and
lighting improvements, including traffic signal hardware replacement, pedestrian countdown signal hardware installation,
replacement and testing of fiber optic communication equipment, boring inspection. The scope also involved drainage
improvements, landscaping improvements, AC base course, ARHM pavement, concrete repairs to curb, gutter, sidewalk,
driveways and driveway approaches, and replacing markings and striping on concrete and asphalt.
CITY OF CHINO, KIMBALL/EL PRADO/CENTRAL TRAFFIC SIGNAL IMPROVEMENT PROJECT | The project consisted
of traffic signal improvements, street and pavement improvements, as well as traffic signal improvements, to a residential
neighborhood and four arterial streets for one project, and intersection improvements and lane upgrades for the other.
Improvements include street and pavement rehabilitation, intersection improvement, clearing and grubbing, slurry seal, cold
mill and AC overlay, utility coordination, as well as electrical and lighting improvements, drainage improvements,
landscaping improvements, AC base course, ARHM pavement, concrete repairs to curb, gutter, sidewalk, driveways and
driveway approaches, and replacing markings and striping on concrete and asphalt.
CITY OF CHINO, RAMONA AVE. AND WALNUT AVE. TRAFFIC SIGNAL MODIFICATIONS AND STREET
IMPROVEMENTS PROJECT | CM for a series of projects for the City of Chino Ramona Ave and Walnut Ave Traffic Signal
Modifications Project. The project consisted of traffic signal improvements, street and pavement improvements, as well as
traffic signal improvements, to a residential neighborhood and four arterial streets for one project, and intersection
improvements and lane upgrades for the other. Improvements include street and pavement rehabilitation, intersection
improvement, clearing and grubbing, slurry seal, cold mill and AC overlay, utility coordination, as well as electrical and
lighting improvements, including traffic signal hardware replacement, pedestrian countdown signal hardware installation,
replacement and testing of fiber optic communication equipment, boring inspection.
CITY OF HEMET, SEWER MAIN REPLACEMENT PROJECT | The project involved bypass pumping, removal or
abandonment of existing sewer facilities, and the installation of new 8-inch PVC sewer mains and sewer manholes. It also
included connecting existing laterals to the new mains and conducting trench repairs.
CITY OF IRVINE, JAMES MUSICK FACILITY PROJECT | Historically known as "the Farm," the James Musick Facility
underwent a significant expansion, adding 896 beds to support Orange County’s growing jail population. This project aligns
with modern correctional practices by incorporating direct-supervision housing, medical facilities, and rehabilitative
programming spaces, reflecting a focus on humane and effective incarceration methods.
CITY OF ONTARIO, FIRE STATION TRAINING FACILITY PROJECT | The new fire and police training center in Ontario
is a 4.5-acre complex adjacent to Fire Station 3. It features two training towers and a burn building, along with administrative
offices, classrooms, and confined-space props for training. This facility supports advanced training capabilities for first
responders and was awarded a Training Facilities Gold Award in Firehouse's Station Design Awards.
CITY OF COSTA MESA, JACK HAMMET SPORTS COMPLEX IMPROVEMENT PROJECT | The Jack Hammet Sports
Complex Improvement Project added a splash pad to enhance the recreational offerings. The project also featured
playground upgrades, expanded parking, and ADA-compliant paths for improved accessibility. With lighting improvements
and sustainable landscaping, the complex became a safe and functional space for community gatherings and family
activities.
Page 27
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Khalil Saba, PE
,,, Senior Construction Manager
Khalil Saba, PE, brings over 46 years of expertise in civil engineering, project, and
program management, making him an exceptional fit for the City's on-call Capital
Improvement Program (CIP) management needs. His extensive experience spans
public and private sectors, successfully managing projects from planning and design
to construction and final delivery. Khalil’s in-depth knowledge of Caltrans
policies, environmental compliance, and federal funding requirements stems from his
13 years at Caltrans District 8, where he served as Deputy District Director for
Program/Project Management and oversaw the delivery of over $1.5 billion in
transportation improvements.
Khalil’s portfolio closely aligns with the scope of Rancho Cucamonga’s CIP, including
the planning, design, and construction management of street widenings, pavement
rehabilitation, ADA improvements, traffic signals, Caltrans intersections, grade
separations, storm drain systems, pipelines, and municipal facilities. His expertise
also includes city park enhancements and wastewater infrastructure projects such as
sewer mains and lift stations. Khalil excels in managing multidisciplinary teams,
securing regulatory approvals, and engaging stakeholders to ensure seamless project
execution while maintaining budgetary and scheduling goals.
In the private sector, Khalil has led operations for major engineering firms, managing
contracts with agencies such as SBCTA, RCTC, and Caltrans, and overseeing on-call
services for complex infrastructure programs. His leadership has encompassed risk
management, quality assurance, and project controls, ensuring successful delivery of
high-profile initiatives like the Colton Crossing Grade Separation, SR 91/SR 71 Interchange Improvement Project, and the
National Trails Highway Widening Project.
Known for his strong communication and team-building skills, Khalil fosters collaboration and trust among project
stakeholders. His extensive experience, combined with his detailed understanding of Rancho Cucamonga’s infrastructure
needs and regulatory framework, positions him to deliver high-quality, cost-effective solutions tailored to the City’s long-
term goals.
RELEVANT PROJECT EXPERIENCE
CALTRANS DISTRICT 8, PROGRAM/PROJECT MANAGEMENT ON-CALL | Caltrans District 8 Program/Project
Management On-Call, San Bernardino, CA | Provided program/project management services including risk management;
freeway maintenance agreements; database management; freeway agreements; project management assistance to help
Caltrans District 8 effectively manage and deliver highway and local agency projects. Khalil was responsible for the
coordination of contract management matters with the Caltrans Contract Manager. He was responsible for reviewing,
monitoring, training, and directing staff; ensuring the availability of staff for each task order; and providing staff with the tools
necessary to complete task orders within budget and on time. Cost: $3,546,300 (contract).
CALTRANS DISTRICT 8, DESIGN ON-CALL | Provided design support services to help Caltrans District 8 deliver PS&E
for projects in San Bernardino and Riverside counties. Khalil was responsible for the coordination of contract management
matters with the Caltrans Contract Manager. He was responsible for reviewing, monitoring, training, and directing staff;
ensuring the availability of staff for each task order; and providing staff with the tools necessary to complete task orders
within budget and on time. Cost: $2 million (contract).
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY (SBCTA), SBCTA PROGRAM MANAGEMENT &
OTHER SPECIALTY SERVICES | Senior Program/Project Manager responsible for the ultimate performance of the 16-
member Parsons team located permanently at the SBCTA offices. Project Description: The $4.5 billion San Bernardino
County Transportation Authority (SBCTA) transportation program includes approximately 25 projects in varying phases of
development and involves freeway widening, grade separations, interchange improvements, and toll and high-occupancy
vehicle (HOV) lanes.
Khalil’s duties included project, construction and contract management, value engineering, constructability reviews, risk
assessments, administrative support, and quality assurance (QA). He also had direct oversight and managed on behalf of
SBCTA the following projects:
EDUCATION
»Bachelor of Engineering, Civil
Engineering, American
University of Beirut, 1978
LICENSES & REGISTRATION
»Registered Civil Engineer in
CA
C51144
» OSHA 30 Hour
»Defensive Driver Training
Page 28
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
• Interstate 215 Bi-County HOV; San Bernardino/Riverside, CA: This project, developed and funded
cooperatively by SBCTA and the Riverside Transportation Commission (RCTC), will close the gap between
carpool lanes being built north of Orange Show Road in San Bernardino and south of the 60/91/215 interchange in
Riverside. The lanes are designed to encourage ridesharing through carpools and vanpools and improve the efficiency,
safety and operations of traffic moving between the two counties.
• Interstate 215 Barton Road Interchange; Grand Terrace, CA: This project, developed and funded cooperatively
by SBCTA and RCTC, will replace the existing Barton Road interchange at Interstate 215. A longer bridge will be built
over the freeway to accommodate both the new carpool lanes scheduled to be added to the freeway by late 2014 and
the new general purpose lanes planned to be added by 2040. The project also will feature new on-ramps and off-
ramps and realignment of local streets. The new bridge and ramps will allow for higher traffic volumes and reduce
traffic delays.
• Colton Crossing; Colton, CA: This project — developed in coordination with SBCTA, FHWA, Caltrans, City of Colton,
UPRR, and BNSF — separates two San Bernardino BNSF mainline tracks running in a north-south direction and
crossing, at-grade, perpendicularly to two UPRR mainline tracks running in an east-west direction in Colton. The project
will improve the operational efficiency of each line and will reduce train idling time, thereby improving air quality. The
overall project cost is estimated at $200 million and is funded with a combination of federal, state, and private funds.
RIVERSIDE COUNTY TRANSPORTATION COMMISSION (RCTC), SR 91/SR 71 INTERCHANGE IMPROVEMENT |
Senior Program/Project Manager responsible for the day-to-day management and the ultimate delivery of the project on
schedule and within budget. Also responsible for coordination with the RCTC staff, the California Department of
Transportation (Caltrans), Army Corps of Engineers, State Parks, County of Riverside, and the Cities of Corona and
Riverside. Project Description: The project involves preparing a project report and environmental document for improving
the SR 91/SR 71 interchange in the city of Corona. The build alternative includes a fly-over direct connector for eastbound
SR 91 to northbound SR 71. The scope of services also includes developing one build alternative; conducting an initial site
assessment; and preparing preliminary engineering plans and technical and engineering studies and reports, right-of-way
data sheets, surveys and mapping, and construction cost estimates.
CITY OF CHINO, KIMBALL/EL PRADO/CENTRAL TRAFFIC SIGNAL IMPROVEMENT PROJECT | The project
encompassed traffic signal hardware replacement, pedestrian countdown signal installation, fiber optic equipment testing,
clearing and grubbing, drainage improvements, slurry seal, cold milling, AC overlay, and utility coordination. These
enhancements improved intersection functionality, safety, and overall traffic flow in the area.
CITY OF CHINO, 11TH ST. TRAFFIC SIGNAL MODIFICATIONS AND STREET IMPROVEMENT PROJECT | Project
elements included installing new traffic signal hardware, pedestrian countdown signals, fiber optic communication testing,
and general signal hardware updates, as well as pavement reconstruction, concrete repairs, marking, and striping. These
improvements increased traffic flow efficiency and accessibility at intersections, ensuring compliance with safety standards.
CITY OF VICTORVILLE, NATIONAL TRAILS HIGHWAY WIDENING | Senior Program/Project Manager responsible for
the day-to-day management and the ultimate delivery of the project on schedule and within budget. Also responsible for
coordination with City staff and regulatory agencies. Project Description: The National Trails Highway (NTH) widening
project proposed by the City of Victorville is being planned to ease the increasing traffic using the highway between the I-
15 and the Southern California Logistics Airport (SCLA). The NTH design project will provide an additional travel lane in
each direction, a center left turn lane, and shoulders. The project will also include the modification of the traffic signal located
at the intersection of Air Expressway and National Trails Highway.
CITY OF SOUTH GATE, CIRCLE PARK REHABILITATION PROJECT | The Circle Park Improvement Project focuses on
enhancing recreational facilities and amenities to better serve the local community. The project includes the installation of
a new playground with modern play equipment, exercise stations, and various courts, such as a basketball court, pickleball
court, and futsal court. New tube steel fencing, gates, and concrete paving are being installed, along with a variety of
hardscape improvements, including the installation of pavers and synthetic grass. Additional features include shaded picnic
areas, benches, and picnic tables to provide spaces for community gatherings. The park's landscaping is being enhanced
with new trees, plants, and an improved irrigation system to support sustainable green spaces. The lighting system is
upgraded to ensure safety and accessibility during evening hours, and a new parking lot is being constructed to
accommodate park visitors.
CITY OF SAN MARINO, LIFT STATION IMPROVEMENT PROGRAM | This project involved comprehensive upgrades to
the City's sewage lift stations, focusing on improving sewer system reliability and efficiency. At the Avondale and Orlando
Road stations, work included the demolition of old equipment, installation of new pumps, piping, submersible pumps, and
wet well lining systems, along with concrete and electrical improvements. The Monterey Road station upgrades involved
replacing pumps, recoating and repainting piping, and adding a new bypass connection. All stations received electrical
system enhancements and testing to ensure seamless operation. Construction Cost: $2.3M
Page 29
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Ms. Lisa Naslund brings over 25 years of experience in construction management, civil
engineering and program and project management, specializing in public works
infrastructure for government agencies. Her expertise aligns seamlessly with the
City's On-Call Capital Improvement Program (CIP) requirements, as outlined in the
RFQ, including program and project management, stakeholder coordination, and
regulatory compliance. With a focus on drainage and grading design, NPDES and
FEMA requirements, and a strong working knowledge of CEQA and NEPA regulations,
Ms. Naslund ensures all permitting, review, approvals, and right-of-way requirements
are met to facilitate efficient project delivery.
Ms. Naslund has a comprehensive understanding of Capital Improvement Projects
(CIPs), including the nuances of funding requirements, urgency, and potential public
controversies. Her ability to build trust and establish rapport with stakeholders fosters
collaboration, ensuring projects meet regulatory standards and community needs. As
an expert in technical plans, specifications, and reports, Ms. Naslund ensures the
seamless development and construction of public works projects, including
transportation, stormwater infrastructure, utilities, and municipal facilities, all while
maintaining alignment with the City’s strategic goals. Her leadership roles include
serving as the Section Head of Drainage and Grading for Los Angeles County, where
she led complex infrastructure projects, navigated regulatory frameworks, and delivered
impactful drainage and grading solutions. In this role, she demonstrated her ability to
manage diverse teams and ensure compliance with environmental and funding
requirements. Ms. Naslund is solutions-oriented and maintains project momentum
under various constraints, addressing challenges while achieving project objectives.
For the City of Rancho Cucamonga, Ms. Naslund’s extensive technical knowledge and
leadership capabilities enable her to oversee diverse project types, including street improvements, storm drain systems,
ADA compliance upgrades, and pavement management initiatives, as detailed in the RFQ. She excels in stakeholder
engagement, ensuring transparent communication and fostering trust to align projects with community and City priorities.
With her deep expertise in regulatory compliance, multidisciplinary team coordination, and infrastructure delivery, Ms.
Naslund is positioned to lead the City's projects to successful completion while meeting all RFQ-defined requirements and
objectives.
RELEVANT PROJECT EXPERIENCE
CITY OF CHINO, PINE AVE EXTENSION (FROM SR-71 TO EUCLID AVE) | A regionally critical 74-million-dollar project
to provide new freeway connection and widen road within the El Prado Basin (an USACE Facility) that includes over 250,000
CY of grading, 500’ bridge, storm drain and stormwater quality facilities, utility and traffic signal relocation, and street
widening. Includes FHWA funding through Caltrans Local Assistance Program and Grant Funding. Interface with technical
and City staff for submittals and reviews of project documents. Plan, facilitated, and document meetings with the City &
Caltrans, United States Army Corps of Engineers (USACE), Orange County Flood Control (OCFCD), jurisdictional agencies,
local golf courses, and utility companies. Prepare documents necessary for Caltrans for funding approval and
reimbursement. Responsibilities include perform design reviews, constructability reviews, manage project schedules,
ensure project technical consultants provide deliverables on time, follow up with agencies for permitting and requirements,
review billing and contracts for scope of work and level of effort. Assist in staff report and RFIs to obtain bids and City
approvals for projects and amendments. Assist City in responding to USACE project document input. Work with local tribal
leaders to develop construction protocol to meet their needs. Help City and technical consultant negotiate with adjacent golf
course to tailor the design to meet their business and customer needs. Review and help negotiate cost proposals and
prepare staff reports for contract amendments. Prepare grant applications for funding. Outreach to locate possible offsite
mitigation sites and negotiate between providing agency and permitting agencies on requirement specifics. Prepare City
website, advertising text for environmental document public availability. Receive and assist team in responding to public
comments. Provide CEQA complaint forms and necessary documentation for posting on CEQANet website and County
Clerk for Notice of Intent (NOI), Notice of Availability (NOA), and Notice of Completion (NOC). Review consultant invoicing
and budget and advise City of discrepancies, needed modifications, or issues. Maintain running project history and key
documents in project files.
CITY OF CHINO, EUCLID/PINE & PINE AVENUE WIDENING | Widening of the intersection and road from 2 to six lanes
utilizing grading, retaining walls, provide storm drain and stormwater quality improvements. Provide free right turns to
intersections, relocate utilities and traffic signaling as needed. Project will raise road above the 100-year flood plain providing
critical access to emergency agencies and residents. Write Request for Proposals (RFPs) for right-of-way acquisition and
environmental documentation, jurisdictional permitting, and engineering design. Evaluate proposals, provide summary and
input so enable City staff to select consultant Assist City to evaluate project limits and potential impacts with engineering
and environmental teams, OCFCD, and USACE and reduce or modify as necessary to reduce requirements and streamline
EDUCATION
»BSCE – California State
University – Long Beach
LICENSES &
REGISTRATION
»Professional Engineer, P.E.
State of California, #67989
»SWPPP (QSD) & (QSP)
Certificate #23613
» 30-Hr. Cal OSHA
» Defensive Driving Training
Lisa Naslund, PE, QSD/P
Senior Construction Manager
Page 30
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
where possible. Responsibilities include perform design reviews, constructability reviews, manage project schedules,
ensure project technical consultants provide deliverables on time, follow up with agencies for permitting and requirements,
review billing and contracts for scope of work and level of effort. Assist in staff report and RFIs to obtain bids and City
approvals for projects and amendments. Assist in determining required construction permitting. Assist city in determining
right-of-way acquisition process. Working closely with agencies, submit applications and expedite reviews to Orange County
and USACE for project approval. Assess project complexity and assist City and environmental team in determining
appropriate CEQA document. Review consultant invoicing and budget and advise City of discrepancies, needed
modifications, or issues. Align schedules of various team members for upcoming meetings, create agendas, then minutes
and action items to resolve project challenges. Maintain running project history and key documents in project files.
CITY OF CHINO, PINE AVENUE ROAD REPAIR | An approximately $600,000 emergency project to remove washed-out
roadway debris and reconstruct damaged roadway of Pine Avenue at Chino Creek required to protect existing underground
sewer and gas utilities from storm water scour and potential leak or rupture into Chino Creek and Prado Basin. Wrote
Request for Proposal (RFs) for environmental compliance documentation and jurisdictional permitting. Reviewed
engineering plans and specifications with field verification of elements of design. Coordinated reviews and approvals of two
cities; Chino and Chino Hills. Reviewed and liaised between environmental consultant and City for CEQA compliant
document. Provided meeting coordination for City, environmental team, and jurisdictional agencies for formal consultation
and permit requirements. Assist City in filing of Noice of Exemption. Wrote Request for Proposal (RFP) for construction.
Wrote staff report for City Council item to award construction contract.
CITY OF CHINO, STATE STREET WATER TREATMENT PROJECT | Development of a water treatment facility to treat
water from existing offline wells for nitrate, perchlorate, and 1,2,3-TCP. The project also includes installation of offsite water
transmission and brine pipelines, improvements to existing wells, and site improvements. Reviewed conceptual plan and
drawings for consistency with environmental documentation Initial Study with Mitigated Negative Declaration (IS/MND).
Assist and coordinate with the City and consultant in registering Notice of Intent with State Clearinghouse and local
publications. Wrote content and coordinated with City Website staff to advertise project’s public hearing. Reviewing IS/MND
for ease of understanding and accurate project content. Wrote public hearing and IS/MND adoptions staff report for
presentation at City council. Ensure timely review of public review comments and assist project team in fully addressing
public concerns. Assisted in completing required CEQA form and final CEQA document to file final Notice of Determination.
Maintain history of project and project files for City use.
LA COUNTY BUILDING & SAFETY, RANCHO LOS AMIGOS REHABILITATION CENTER SITE RENOVATION |
Renovation of the historic rehabilitation center by providing a new fire access way, multiple buildings, renovation and
extension to the hospital, including a pool and state of the art rehabilitation center and provide an inviting grounds and plaza
with stormwater quality improvements throughout the site. Acted as coordinator of the multiple disciplines to review and
approve multiple phases simultaneously while assuring consistency with approved master plan. Coordinated additional City
of Downey approvals of the project’s impacts to public right-of-way. Advised Building & Safety management and Project
Management Division concerning permit phasing ensure maintenance of project schedule and timeliness.
LA COUNTY BUILDING & SAFETY, PATHFINDER REGIONAL PARK, ROWLAND HEIGHTS | Park improvements
included grading of a 29 acre site, including a community building, splash pads, trails, tennis courts, and outdoor picnic
areas. Liaise with Project Management and Building & Safety to coordinate with the consultant and various agencies to
incorporate their requirements into the project plans. Communicate with various reviewers to ensure project plan
consistency and maintain project schedule and budget.
LA COUNTY BUILDING & SAFETY, DON WALLACE MULTI-USE TRAIL- CALABASAS | Trail improvements included
grading and tunnel under 101 (Ventura) freeway to ensure connectivity to the Los Angeles County trails system.
Coordinated with Building & Safety Management and Project Management, the consultant, environmental agencies, and
stakeholders such as City of Calabasas, Santa Monica Mountains Conservancy, LA County Parks and Recreation, and
Southern California Edison to obtain approvals of project plans in a timely fashion. Coordinated construction phasing and
staging to meet permitting requirements.
LA COUNTY ROAD DIVISION, HUME ROAD REALIGNMENT, MALIBU | Remediation and realignment of road resulting
from storm damage. Install storm drain facilities. Oversee plans design, coordinate with various disciplines; drainage
structural, road maintenance staff to ensure high quality project plans. Ensure compliance with FEMA standards for project
reimbursement. Schedule field crews for construction, liaison to constituents concerning road closures and project schedule.
Manage requests for information RFIs between construction superintendent and Design Division. Provide guidance and
problem-solving skills to superintendent throughout construction. Advise management on scheduling budget and design.
CITY OF CHINO, PINE AVENUE WIDENING FROM EUCLID AVENUE TO JOHNSON AVENUE | Widen road from 2 lanes
to 6 lanes and raise above El Prado Basin flood elevation. perform design reviews, constructability reviews, manage project
schedules, ensure project technical consultants provide deliverables on time, follow up with agencies for permitting and
requirements, review billing and contracts for scope of work and level of effort. Assist in staff report and RFIs to obtain bids
and City approvals for projects and amendments.
CITY OF CHINO, PINE AVENUE WIDENING EUCLID INTERSECTION | Widen the Euclid Avenue/Pine Avenue
Intersection to add dedicated through lanes, turn lanes, and a bike lane to increase existing traffic flow efficiency at the
intersection. Responsibilities include perform design reviews, constructability reviews, manage project schedules, ensure
project technical consultants provide deliverables on time, follow up with agencies for permitting and requirements, review
billing and contracts for scope of work and level of effort. Assist in staff report and RFIs to obtain bids and City approvals.
Page 31
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Ms. Duhn has extensive experience in providing project management, construction
management, contract administration, and labor compliance oversight services for public
works and capital improvement projects, and has provided services for numerous capital
improvement projects, involving park improvement projects, parking lot improvements,
playground equipment installation, stormwater infiltration systems, storm drain
improvements, lighting systems, electrical systems, concrete improvements, stormwater
chambers, irrigation systems, dog parks, open spaces, landscaping, site furniture
installation, exercise equipment installation sports fields and courts installation, and block
wall fencing installation. These are great testaments of Ms. Duhn’ managerial and
oversight project experience. She gained tremendous experience in the design,
operations, and maintenance by working closely with various stakeholders. Ms. Duhn has
thorough knowledge of submittals, RFIs, and CCO review, project filing, daily reporting,
quantity tracking, and project coordination. She is experienced in developing and
maintaining project files, processing progress payments, and maintaining various logs,
including submittals, RFIs, and correspondences. Ms. Duhn has assisted cities to receive
funding reimbursements for multiple funding sources included Prop 68 grand funding,
Measure A, and Measure W.
RELEVANT PROJECT EXPERIENCE
CITY OF TORRANCE, I-159/I-139 & ANZA/VISTA MONTANA/PACIFIC COAST
HIGHWAY INTERSECTION IMPROVEMENT PROJECT & RESIDENTIAL & ARTERIAL
PAVEMENT IMPROVEMENT | This project consists of intersection improvements, street
and pavement improvements, as well as traffic signal improvements, to a residential
neighborhood and four arterial streets for one project, and intersection improvements and
lane upgrades for the other. Improvements include street and pavement rehabilitation,
intersection improvement, clearing and grubbing, slurry seal, cold mill and AC overlay,
utility coordination, as well as electrical and lighting improvements, including traffic signal
hardware replacement, pedestrian countdown signal hardware installation, replacement
and testing of fiber optic communication equipment, boring inspection. The scope also
involved drainage improvements, landscaping improvements, AC base course, ARHM
pavement, concrete repairs to curb, gutter, sidewalk, driveways and driveway approaches,
and replacing markings and striping on concrete and asphalt.
CITY OF CHINO, ST222 - KIMBALL/EL PRADO/CENTRAL TRAFFIC SIGNAL IMPROVEMENT PROJECT | The project
consisted of traffic signal improvements, street and pavement improvements, as well as traffic signal improvements, to a
residential neighborhood and four arterial streets for one project, and intersection improvements and lane upgrades for the
other. Improvements include street and pavement rehabilitation, intersection improvement, clearing and grubbing, slurry
seal, cold mill and AC overlay, utility coordination, as well as electrical and lighting improvements, including traffic signal
hardware replacement, pedestrian countdown signal hardware installation, replacement and testing of fiber optic
communication equipment, boring inspection. The scope also involved drainage improvements, landscaping improvements,
AC base course, ARHM pavement, concrete repairs to curb, gutter, sidewalk, driveways and driveway approaches, and
replacing markings and striping on concrete and asphalt.
CITY OF CHINO, 11TH ST. TRAFFIC SIGNAL MODIFICATIONS, PAVEMENT RECONSTRUCTION ALLEY, AND
INTERSECTION ACCESSIBILITY PROJECT | The project consisted of traffic signal improvements, street and pavement
improvements, as well as traffic signal improvements, to a residential neighborhood and four arterial streets for one project,
and intersection improvements and lane upgrades for the other. Improvements include street and pavement rehabilitation,
intersection improvement, clearing and grubbing, slurry seal, cold mill and AC overlay, utility coordination, as well as
electrical and lighting improvements, including traffic signal hardware replacement, pedestrian countdown signal hardware
installation, replacement and testing of fiber optic communication equipment, boring inspection. The scope also involved
drainage improvements, landscaping improvements, AC base course, ARHM pavement, concrete repairs to curb, gutter,
sidewalk, driveways and driveway approaches, and replacing markings and striping on concrete and asphalt.
Brittany Duhn, PE, QSD/P
Construction Manager
EDUCATION
» BSCE – Civil Engineering
California State
Polytechnic
University, Pomona
LICENSES &
REGISTRATION
» Professional Engineer,
P.E. State of California
(#91078)
» OSHA 30 Hour Training
» QSD & QSP Certification
(#27609)
Page 32
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
LONG BEACH UTILITIES DEPARTMENT: SANITARY SEWER REHABILITATION AND REPLACEMENT PROGRAM
PROJECT 7 (SSRRP-7) | Project includes: Mobilization, demobilization and cleanup, excavation safety measures traffic
control, construction information signs, protecting existing facilities in place, temporary sewer bypass facilities and sewer
spill prevention plan, lining existing 8-inch,10-inch, 12-inch, and 18-inch sewer pipes, segment lining existing 8-inch sewer
pipe, restoring existing laterals to sewer pipe following lining and segment lining, point repairs of existing 8-inch and 10-inch
sewer pipes, sealing sewer lateral connections, sewer main cleaning and disposal of material removed, root removal of
service laterals and disposal of material removed , pre-construction and post-construction CCTV inspection, maintain
sewage collection system service throughout construction, field order directives, dewatering, excavation and disposal of
contaminated soils, and heavy duty mechanical cleaning and disposal of material.
CITY OF NORWALK, CDBG LOCAL STREETS REHABILITATION PROJECT | This project is part of a local street
rehabilitation program within Zone 28 of the City of Norwalk. The project scope includes rehabilitation of roadway pavement
conditions, intersection improvement, bike lanes, traffic signal modification, upgrades of curb ramps to ADA standards,
pavement improvements, replacement of sidewalk, curb and gutter, driveways, access ramps, clearing and grubbing, AC
overlay, loop detectors, speed humps, and roadway signing, striping, and markings.
CITY OF LAKE FOREST, STREET RESURFACING AND SLURRY SEAL PROGRAM | This street resurfacing and slurry
seal program for the City of Lake Forest involves street resurfacing of Glenn Ranch Road from Portola to El Toro, slurry
seal of residential Zone F, and arterial slurry seal of Jeronimo and Muirlands from Las Alisos to Bake, as well as cold mill
and overlay, ARHM pavement, AC base course, aggregate base, clearing and grubbing, SWPPP preparation, cold mill and
overlay, adjustment of sewer and storm drain manholes, replacement of PCC sidewalk, installation of loop detectors, speed
humps, pedestrian crossings, dig-outs at specific locations, updated ADA ramps, restriping of roadways for all three projects.
CITY OF NORCO | RIVERSIDE COUNTY TRANSPORTATION DEPARTMENT: HAMNER AVENUE BRIDGE AND
WIDENING CONSTRUCTION PROJECT | This project includes widening of Hamner Avenue from four to six lanes and the
replacement of the Hamner Avenue bridge, with a state of the art structural, seismic, and hydraulic designed bridge,
including six 12ft wide vehicle lanes, 4ft median and shoulders, and a 12ft wide multipurpose trail. Improvements include
concrete paving, AC, JCPC, CRCP, drainage improvements, staffing, and traffic control procedures. Ms. Duhn set up and
maintained project files, participated in weekly construction progress meetings, reviewed inspectors’ daily reports,
conducted spot interviews with employees on the project, ensured that the contractor and subcontractors submitted certified
payroll and owner operator listings, and spot-checked payrolls to ensure compliance with David Bacon and state prevailing
wage rates.
CITY OF COMPTON | ANNUAL RESIDENTIAL REHABILITATION PROJECT (PHASE 1) | This project included street
rehabilitation of seven major city streets. Scope of work consisted of cold mill, ARHM, AC, JPCP, CRCP pavement, AC
base course, aggregate base, full depth AC slot pavement, curb and gutters, sidewalks, cross gutter, alley intersection,
driveway approach, curb ramp, signing, striping, markings, traffic signal loops, adjust to grade existing sewer manhole,
drainage improvements, staging, and traffic control procedures. Ms. Duhn set up and maintained project files, participated
in weekly construction progress meetings, reviewed inspectors’ daily reports, conducted spot interviews with employees on
the project, ensured that the contractor and subcontractors submitted certified payroll and owner operator listings, and spot-
checked payrolls to ensure compliance with David Bacon and state prevailing wage rates.
CITY OF BEAUMONT | RIVERSIDE COUNTY TRANSPORTATION COMMISSION: SR-60 TRUCK CLIMBING LANES
PROJECT | This is a $96M project which constructs a truck climbing lane and a truck descending lane, as well as inside
and outside shoulders in both eastbound and westbound directions of State Route 60 (SR-60). The project is located in the
County of Riverside between Gilman Springs Road Interchange and West of Jack Rabbit Trail Intersection. Office engineer
procedures include quantity sheets, pay estimates, concrete and rebar estimates, and filing according to Caltrans filing
system. She reviews and processes RFIs and change orders, assisted in the preparation of the contractor’s monthly
progress pay estimate, and assists in completing proposals and marketing. She manages construction documents, including
emails, plans, reports, daily diaries, weekly, and monthly reports. She attends weekly Contractor and Commissions
meetings. Ms. Duhn set up and maintained project files, participated in weekly construction progress meetings, reviewed
inspectors’ daily reports, conducted spot interviews with employees on the project, ensured that the contractor and
subcontractors submitted certified payroll and owner operator listings, and spot-checked payrolls to ensure compliance with
David Bacon and state prevailing wage rates.
Page 33
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Nadeem Syed, PE, QSD/P
,,, Senior Construction Manager
Mr. Syed has over 29 years of experience in project management, construction
management, civil engineering, and traffic engineering, with expertise in Capital
Improvement Program (CIP) development and management. Nadeem has
successfully delivered over 30 intersection improvement and traffic signal
modification projects He spent 20+ years in engineering and implementing various
CIP projects for municipalities, including the cities of San Bernardino, El Monte,
Rialto, Fontana, Corona, Diamond Bar, San Marcos, and Baldwin Park. These
capital projects have included street improvement, pavement rehabilitations, slurry
seal, traffic signal, ADA improvements, pedestrian safety, concrete work including
sidewalk, curb, gutter, ADA ramps, grade separations, interchanges, lift stations,
sewer and water systems, park rehabilitation and municipal buildings. Mr. Syed
participates in developing department budgets, conducts training and performance
evaluations to staff, establishes an Assessment District for construction of sewer
main line and streetlights, develops master plans for citywide projects, and he
successfully applies for various grants such as HES, SR2S, and ATP grants.
RELEVANT PROJECT EXPERIENCE
CITY OF ROSEMEAD, WALNUT GROVE AVE. RESURFACING PROJECT
PHASE I | SENIOR CONSTRUCTION MANAGER: This project involves street
resurfacing of Walnut Grove Ave., from Marshall St. to Grand Ave. in the City of
Rosemead. In addition to street improvements, the project included intersection
improvements, removal and replacement of existing AC pavement, cold mill and
overlay, asphalt pothole repairs, replacement of PCC sidewalk, removal and
replacement of ramps, ADA ramps, curb and gutter, bike lane and bike trail, traffic
signal modifications, installation of medians, adjustment of manholes and utility
covers to grade, installation of specialty and bicycle loop detectors, installation of
speed humps, pedestrian crossings, and guardrail and roadway markers.
CITY OF SAN BERNARDINO, 40TH STREET WIDENING FROM JOHNSON TO ELECTRIC AVENUE PROJECT | This
project includes the widening of 40th Street from two (2) to four (4) lanes from Johnson to Electric Avenue including upgrade
of the existing traffic signal at Electric Avenue. This includes finalizing the street and sewer design, right of way acquisition,
and undergrounding of the overhead lines under Rule 20-A.
CITY OF SAN BERNARDINO, “H” STREET WIDENING FROM KENDALL TO 40TH STREET PROJECT | This project
involves widening and improving “H” Street between Kendall and 40th Street. Services include finalizing the street design
and acquiring right of way from 12 properties, including a restaurant.
CITY OF SAN BERNARDINO, KENDALL DRIVE SLOPE STABILIZATION REHABILITATION PROJECT | Kendall Drive
Slope in the vicinity of 670 Kendall Drive is not stable, failing and is a safety hazard. Soil investigation is being conducted
to have a slope stabilization plan which will be implemented to eliminate unsafe condition in the area. Services include the
managing the design to slope stabilization along Kendall Dr with wire mesh and installation of soldier pile slough wall to
keep debris falling on to the roadway.
CITY OF MONTEBELLO, 10TH STREET IMPROVEMENTS PROJECT | SENIOR PROJECT MANAGER: The Project
consisted of removal and reconstruction of existing concrete sidewalks, curb and gutters, driveway approaches, curb ramps,
cold milling existing AC pavement, adjustment of sewer manholes frames and covers, raising water valve covers to finished
grade, installation of detectable warning surface on existing curb ramps, and installation of pavement markings and curb
painting. This project consisted of design, project management, bidding, award of contract, construction management and
inspection of the 10th Street Improvements from Whittier Boulevard to Cleveland Avenue.
CITY OF MONTEBELLO, PAVEMENT REHABILITATION, VARIOUS STREETS (CDBG ZONE) | SENIOR PROJECT
MANAGER: The City completes pavement rehabilitation projects along residential, commercial, and alley corridors. The
general improvements for pavement rehabilitation projects include cold mill and AC overlay, removing and replacing
concrete sidewalks, curb and gutters, upgrading and constructing new access ramps, adjusting manholes to grades, and
installing striping and pavement messages. The project consisted of design, project management, bidding, award of
contract, construction management and inspection as well as federal fund administration and labor compliance of various
streets pavement repairing and skin patching.
EDUCATION
»BS, Civil Engineering,
California State University
Long Beach, 1990
»BA, Business, Punjab
University, Pakistan
LICENSES &
REGISTRATION
»Registered Professional
Civil Engineer, CA –
No. 64381
» OSHA 30 Hour
» Defensive Driver Training
» QSP/D Certified
Page 34
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF BELL GARDENS, ALLEY IMPROVEMENTS PROJECT | SENIOR PROJECT MANAGER: This project consisted
of citywide alley improvement projects. The general improvements for pavement rehabilitation projects include cold mill and
AC overlay, removing and replacing concrete sidewalks, curb and gutters, upgrading and constructing new access ramps,
adjusting manholes to grades, and installing striping and pavement messages. This project consisted of project
management, construction management, inspection, and administration during the construction phase.
CITY OF HUNTINGTON PARK, VARIOUS PROJECTS | CITY ENGINEER: Overseeing City’s Capital Improvement
Program, to ensure all projects move in timely manner. Approved all improvements plans related to land development.
CITY OF FONTANA, VARIOUS PROJECTS - SENIOR PROJECT MANAGER/SENIOR CONSTRUCTION MANAGER:
Managed over $100M in redevelopment CIP projects and engaged in at CIP projects per fiscal year, including preparation
of specifications, bid openings, award of contracts, and finally construction including management and inspection. Involved
in relinquishment of Foothill Boulevard from Caltrans and San Bernardino County, street widening project ($15M), Baseline
Avenue widening ($19M), CDBG and Safe Route to School (SB281) sidewalk programs, construction of new streets, slurry
seal program, and projects funded through various grants including OTS, SR2S, STP, and other federal funds.
CITY OF RIALTO, VARIOUS PROJECTS - DEPUTY PUBLIC WORKS DIRECTOR/ASSISTANT CITY ENGINEER:
Responsible for overseeing of the Public Works Engineering Division and the City’s CIP Program. Managed a staff of 13,
which included professional and paraprofessional personnel. Successfully completed projects such as a new fire station
building, Fergusson Park football field, street reconstruction projects, storm drains, sewer manholes and water mains.
Involved in all water and wastewater capital projects, both distribution and operational, including installation of new sewer
lines, manhole rehabilitation, rehabilitation of ultraviolet treatment system in Wastewater Treatment Plant (WWTP), mixing
system of sludge tanks (1.5 million gallons) and Dystore cover installation. Nadeem also served as the project manager of
an $18M renewable energy project.
CITY OF SAN BERNARDINO, MT. VERNON BRIDGE REPLACEMENT PROJECT | This Project consists of the removal
and reconstruction of the 2,200 feet long Mt. Vernon Bridge over the BNSF Railyard, BNSF Intermodal facilities and
Metrolink Tracks. The bridge is located on Mt. Vernon Avenue between 2nd Street and 5th Street with a total project cost
of $6.6M.
CITY OF BALDWIN PARK, STORM DRAIN IMPROVEMENT PROJECT | SENIOR PROJECT MANAGER: The Baldwin
Park drainage project included installation of storm and water mains along Atlantic Avenue, 40th Street and Live Oak Street,
as well as the repair, replacement and restoration of curbs, concrete sidewalks, driveways and wheelchair ramps. The
scope of the work included reviewing the design produced by another consultant and preparing complete bid package
(plans, specifications and cost estimate) for the City to advertise the last section of the project for construction bidding.
CITY OF SAN BERNARDINO, STATE STREET EXTENSION PHASE I, BASELINE TO 16TH STREET PROJECT | This
is Phase 1 of 4 phases. This phase consists of extending State Street as a four (4) lane highway from 16th Street to Baseline
Street. The one (1) mile extension of State Street requires design, utility relocations, CEQA/NEPA clearance, and 408 permit
from ACOE. The Project cost is approximately $5.3M.
CITY OF ROSEMEAD, WALNUT GROVE AVE. RESURFACING PROJECT PHASE I | This project involves street
resurfacing and widening of Walnut Grove Ave., from Marshall St. to Grand Ave. in the City of Rosemead. Improvements
included roadway widening, intersection improvement, pavement improvements, ADA improvements, sidewalk repairs,
traffic signal modification, storm drain improvements, sewer main improvements, and addition of bike lanes.
CITY OF ALHAMBRA, FY 19-20 & FY 20-21 SB1 STREET REHABILITATION PROJECTS, ALHAMBRA, CA (PHASE 1
AND PHASE 2) | SENIOR CONSTRUCTION MANAGER: This program consists of pavement and street rehabilitation of
23 local street segments located south of mission road, west of Garfield Avenue, east of Atlantic Boulevard, and north of
Valley Boulevard. Pavement improvements include intersection improvements, slurry seal treatment, varying depths of cold
milling and overlay, and full depth removal and reconstruction.
Page 35
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Mr. Dawson has over 28 years of experience in public works and capital improvement
projects, and has provided construction management, construction inspection, project
management, and contract administration for many capital improvement projects,
involving stormwater infiltration systems, park improvements, parking lot
rehabilitations, AC and concrete paving, storm drain improvements, building
construction, playground equipment installation, lighting systems, electrical systems,
musco lighting, concrete improvements, stormwater chambers, irrigation systems,
landscaping, site furniture installation, exercise equipment installation sports fields and
courts installation, and block wall fencing installation. Mr. Dawson has a thorough
understanding of Cal-OSHA practices and procedures, ADA and Caltrans ADA
requirements, as well as extensive knowledge of Caltrans construction practices. Mr.
Dawson has extensive experience stormwater infiltration systems and storm drain
improvements. Additionally, Mr. Dawson is familiar with the Greenbook, Caltrans
standard specifications, Caltrans standard plans and has worked on numerous projects
within Caltrans ROW. Mr. Dawson has over 28 years of experience in structural and
masonry walls, slab on grade foundation, and general building construction. Mr.
Dawson understands the elevated documentation required to ensure reimbursement
for the Prop 68 funding grant and has delivered numerous projects with this funding.
Tom was the Deputy Building Official for the County of Orange for over 12 years.
RELEVANT PROJECT EXPERIENCE
CITY OF COSTA MESA, CITYWIDE PARKWAY MAINTENANCE, STREET REHAB,
AND SLURRY SEAL PROJECT | This citywide street improvement program in the
City of Costa Mesa includes extensive street and intersection improvements, ADA
ramp upgrades, and the installation of conduit and traffic signal enhancements. The
project scope involves mobilization, construction of curb and gutters, sidewalks,
driveway approaches, spandrels, cross gutters, and adjustments of manholes and
utility covers. Additional work includes procurement and application of Type II slurry
seal, crack sealing, installation of traffic signs, striping, pavement markings, traffic
markers, speed humps, and the implementation of comprehensive traffic control
measures.
CITY OF ALHAMBRA, PEDESTRIAN COUNTDOWN SIGNAL HEAD
INSTALLATION PROJECT | The Project aims to improve pedestrian safety by
installing countdown signal heads at various signalized intersections across the city.
This federally funded project will enhance pedestrian crossing experiences and
increase visibility and awareness at critical intersections, supporting safer and more
efficient urban mobility.
CITY OF CATHEDRAL CITY, TRAFFIC SIGNAL IMPROVEMENTS AT 12 INTERSECTIONS PROJECT | Funded through
the HSIP, this project aims to enhance traffic safety across 12 intersections within the City. Key improvements include the
installation of advanced dilemma zone detection systems, the addition of protected left-turn phases, pedestrian countdown
signal heads, and the reconstruction of ADA-compliant curb ramps.
CITY OF TORRANCE, ANZA/VISTA MONTANA/PCH TRAFFIC SIGNAL AND INTERSECTION IMPROVEMENTS |
Enhancements included extensive traffic signal upgrades, such as hardware replacement, pedestrian countdown signal
installation, replacement and testing of fiber optic communication equipment, and boring inspections. Additional
improvements include the addition of dual left-turn lanes, reconfiguration of surrounding lanes, and roadway widening to
improve traffic flow. The project also features lengthened left-turn lanes to accommodate more vehicles and utility relocation,
such as fire hydrant and storm drain adjustments, to support the new intersection layout
CITY OF CHINO, RAMONA AVE. AND WALNUT AVE. TRAFFIC SIGNAL & STREET IMPROVEMENTS PROJECT | The
scope included traffic signal hardware replacements, pedestrian countdown signal installations, fiber optic communication
upgrades, and electrical improvements. Additional components involved street and pavement rehabilitation, slurry seal, cold
milling, AC overlay, drainage improvements, landscaping, and utility coordination.
Thomas Dawson, CBO, ICC Certified
Senior Construction Inspector
LICENSES &
REGISTRATION
» International Code
Counsel Certifications
» Building Plan Examiner
» California Commercial
Combination Inspector
» California Commercial
Plumbing Inspector
» California Commercial
Mechanical Inspector
» California Commercial
Mechanical Inspector
» California Commercial
Electrical Inspector
» California Residential
Electrical Inspector
» California Residential
Plumbing Inspector
» Certified Building Official
» CLB License No. 674861
» OSHA 30 Hr.
Page 36
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF CARSON, CITYWIDE PAVEMENT REHABILITATION AND SLURRY SEAL PROGRAM | This project covers
streets across all four districts within the City of Carson, focusing on essential infrastructure improvements for identified
roadways, sidewalks, curb ramps, and related assets in need of repair. The scope of work includes traffic control, striping,
pavement markings, cold milling, leveling course, asphalt rubber hot mix, installation of traffic loop detectors, concrete
enhancements, and slurry sealing. Streets included in the project are Dunbrook, Brenner, Eddington Dr, Galway Ave,
Annalee Ave, Elsmere Dr, Weiser Ave, 213th St, 234th St, 228th St, Moneta Ave, 224th Pl, 224th St, 222nd St, Kinard Ave,
215th St, Desford St, Dominguez St, Bataan Ave, 223rd St, Martin St, Bach St, Lostine, Pontine Ave, Oakford St, Water St,
Abila St, 238th St, Idbel St, 236th St, Catskill Ave, Anchor Ave, Joel St, and Hadler St.
CITY OF SAN MARINO, STREET REHABILITATION PROGRAM PHASE 1&2 | The project included a wide range of
improvements, such as roadway and pavement reconstruction, concrete enhancements, installation of cross gutters, curbs
and gutters, curb ramps, and ADA-compliant upgrades. The work also covered cold milling of asphalt concrete pavement
followed by resurfacing with hot mix asphalt (HMA) and asphalt rubber hot mix (ARHM). Additional tasks involved clearing
and grubbing, localized pavement repairs, and replacement of impacted traffic striping, pavement markings, legends, loop
detectors, and curb painting. Further improvements included driveways and driveway approaches, installation of speed
humps, adjustment of utility frames and grates, inspection and replacement of sewer manholes, water valves, water meters,
and storm drain manholes, as well as SWPPP preparation and implementation of temporary construction BMPs.
CITY OF CORONA, CORONA GREEN ALLEYS IMPROVEMENT PROJECT | The Corona Green Alleys Improvement
Project aims to transform selected alleyways in the City of Corona into environmentally friendly, functional, and sustainable
public spaces. This project includes extensive surface improvements, installation of permeable pavements, and stormwater
management features to enhance water quality and reduce urban runoff. Key elements of the work involve unclassified
excavation, installation of aggregate base and porous asphalt, sidewalk and driveway construction, and the implementation
of landscape elements like green infrastructure and solar lighting fixtures. The project incorporates drainage improvements
and sustainable infrastructure elements to reduce the heat island effect, create safe pedestrian zones, and improve alley
aesthetics.
CITY OF EL SEGUNDO, EL SEGUNDO BOULEVARD IMPROVEMENT PROJECT, PW 23-02 | This project involves the
rehabilitation of existing pavement along El Segundo Boulevard between Illinois Street and Isis Avenue, as well as along
Nash Street between El Segundo Boulevard and Imperial Highway. The selected rehabilitation approach includes a cement-
stabilized base with an asphalt overlay, which will require detours and may cause delays on El Segundo Boulevard during
construction. The project includes the installation of curb ramps at intersections along El Segundo Boulevard (Illinois Street,
Continental Boulevard, Nash Street, Douglas Street, and Aviation Boulevard) and along Nash Street (Grand Avenue,
Mariposa Avenue, Maple Avenue, Atwood Way, a midblock crosswalk, and Imperial Highway). The project also aims to
improve bicycle infrastructure, installing approximately 1,020 linear feet of “cycle track”. Additionally, Class III bike route
markings (“Sharrows”) will be installed in applicable nearby areas.
CITY OF COMPTON, ANNUAL RESIDENTIAL STREET REHABILITATION PROJECT, PHASES 1 & 2A | This project
involved extensive roadway and pavement rehabilitation, along with significant infrastructure upgrades. The scope includes
asphalt overlay, concrete improvements, and construction staging, especially at heavily traveled intersections. Additional
work comprises traffic control, clearing and grubbing, SWPPP preparation, cold milling, and overlay applications. Pedestrian
infrastructure improvements include PCC sidewalks, ADA-compliant enhancements, pedestrian crossings, and speed
humps. Further components include the application of slurry seal, HMA pavement, ARHM overlay, AC base course,
aggregate base, and full-depth AC slot pavement. The project also encompasses alley intersection upgrades, driveway and
driveway approach improvements, landscaping, and irrigation. Utilities are enhanced through the adjustment of manholes,
utility covers, water valves, and meters to grade. Additional work includes street lighting installation, traffic loop and bicycle
loop detectors, traffic signal modifications, and adjustments of streetlight and traffic signal pull boxes.
CITY OF PALM SPRINGS, HSIP CYCLE 9 TRAFFIC SIGNAL MODIFICATIONS (NINE INTERSECTIONS) PROJECT |
This federally funded project in Palm Springs focuses on enhancing traffic safety and pedestrian accessibility across nine
signalized intersections throughout the city. Key improvements include modifications to existing traffic signals to improve
visibility, installation of advanced dilemma zone detection systems, addition of protected left-turn phases, pedestrian
countdown signal heads, and upgrades to curb ramps for ADA compliance.
CITY OF LAKE FOREST, STREET RESURFACING AND SLURRY SEAL PROGRAM | This street improvement program
involves resurfacing of Glenn Ranch Road from Portola to El Toro, as well as pre-construction inspection services for the
slurry seal of Zone F and arterial slurry seal of Jeronimo and Muirlands from Los Alisos to Bake. This program required
pavement improvements, street resurfacing, asphalt repairs, slurry seal, cold mill and overlay, pavement repairs,
adjustments to storm drain manhole frame and sewer manhole, removal and replacement sidewalk, existing curb ramps,
signing and striping, installation of markers, installation of traffic loop detectors and bicycle lane detectors, crosswalk, and
other street improvements.
Page 37
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Mr. Nylund is a seasoned Senior Construction Inspector with a strong specialization in
traffic signal projects, bringing over 34 years of dedicated experience in quality control
and assurance for public infrastructure. His expertise spans complex traffic signal
installations, upgrades, and signal optimization projects, with a thorough understanding
of traffic control requirements, grading, drainage, and coordination with encroachment
permits. His vast experience enables him to navigate the unique regulatory
requirements and practical challenges of traffic signal and roadway improvement
projects, ensuring compliance and efficiency.
With over two decades as the City Lead Public Inspector for the City of Chino, Mr.
Nylund was pivotal in overseeing inspections for numerous city traffic projects,
consistently ensuring alignment with municipal standards and encroachment protocols.
His depth of knowledge in city processes allows him to anticipate and meet the
expectations of local agencies, making him an ideal fit for the On-Call Rancho
Cucamonga Contract. Mr. Nylund's proactive approach emphasizes maintaining open
communication with city staff, contractors, and stakeholders to keep all project
components aligned with the City’s traffic management and safety goals.
Mr. Nylund’s extensive expertise in traffic signal inspection includes verifying signal
hardware, conduits, pedestrian crosswalk systems, and fiber optic communication
installations, ensuring they meet design specifications and safety standards. Known for
his problem-solving skills and meticulous attention to detail, he ensures that all traffic
signal elements, from initial setup to testing, are executed with precision.
His strong foundation in public works inspection, paired with his commitment to quality
and safety, makes him exceptionally well-prepared to support the City in delivering a
successful, compliant traffic signal optimization project that enhances safety and traffic
flow for the community.
RELEVANT PROJECT EXPERIENCE
CITY OF ALHAMBRA, PEDESTRIAN COUNTDOWN SIGNAL HEAD INSTALLATION PROJECT AT VARIOUS
SIGNALIZED INTERSECTIONS | The Project aims to improve pedestrian safety by installing countdown signal heads at
various signalized intersections across the city. This federally funded project will enhance pedestrian crossing experiences
and increase visibility and awareness at critical intersections, supporting safer and more efficient urban mobility.
CITY OF CATHEDRAL CITY, TRAFFIC SIGNAL IMPROVEMENTS AT 12 INTERSECTIONS PROJECT | Funded through
the HSIP, this project aims to enhance traffic safety across 12 intersections within the City. Key improvements include the
installation of advanced dilemma zone detection systems, the addition of protected left-turn phases, pedestrian countdown
signal heads, and the reconstruction of ADA-compliant curb ramps.
CITY OF TORRANCE, ANZA/VISTA MONTANA/PCH TRAFFIC SIGNAL AND INTERSECTION IMPROVEMENTS |
Enhancements included extensive traffic signal upgrades, such as hardware replacement, pedestrian countdown signal
installation, replacement and testing of fiber optic communication equipment, and boring inspections. Additional
improvements include the addition of dual left-turn lanes, reconfiguration of surrounding lanes, and roadway widening to
improve traffic flow. The project also features lengthened left-turn lanes to accommodate more vehicles and utility relocation,
such as fire hydrant and storm drain adjustments, to support the new intersection layout
CITY OF CHINO, RAMONA AVE. AND WALNUT AVE. TRAFFIC SIGNAL & STREET IMPROVEMENTS PROJECT | The
scope included traffic signal hardware replacements, pedestrian countdown signal installations, fiber optic communication
upgrades, and electrical improvements. Additional components involved street and pavement rehabilitation, slurry seal, cold
milling, AC overlay, drainage improvements, landscaping, and utility coordination.
CITY OF CHINO, KIMBALL/EL PRADO/CENTRAL TRAFFIC SIGNAL IMPROVEMENT PROJECT | This project
encompassed traffic signal hardware replacement, pedestrian countdown signal installation, fiber optic equipment testing,
clearing and grubbing, drainage improvements, slurry seal, cold milling, AC overlay, and utility coordination. These
enhancements improved intersection functionality, safety, and overall traffic flow in the area.
EDUCATION
» Construction Technology,
Orange Coast College
» Building Inspection
Technology, Coastline College,
Huntington Beach, CA
LICENSES & REGISTRATION
» Water Treatment Operator –
Grade 2 | Certificate No. 17150
» Water Distribution Operator –
Grade 3 | Certificate No. 4903
» QSP Certificate No. 26356
» Traffic Signal Senior Field
Technician III Certificate No.
97687
» Traffic Signal Inspector
Certificate No. SI97687
Ed Nylund, QSP, CWSSWI
Senior Construction Inspector/ Traffic Signal Inspector
§ Street Improvements
§ Bridges
§ Retaining Walls
§ Stairways
§ Coastal Commission
§ Drainage Improvements
§ Landscaping Improvements
§ Project Field Review & Documentation
§ Quality Control/Quality Assurance
§ Concrete Pathways
§ Street Improvements
§ Bridges
§ Retaining Walls
§ Stairways
§ Coastal Commission
§ Drainage Improvements
§ Landscaping Improvements
§ Project Field Review & Documentation
§ Quality Control/Quality Assurance
§ Concrete Pathways
Page 38
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF CHINO, 11TH ST. TRAFFIC SIGNAL MODIFICATIONS AND STREET IMPROVEMENT PROJECT | Project
elements included installing new traffic signal hardware, pedestrian countdown signals, fiber optic communication testing,
and general signal hardware updates, as well as pavement reconstruction, concrete repairs, marking, and striping. These
improvements increased traffic flow efficiency and accessibility at intersections, ensuring compliance with safety standards.
CITY OF CHINO, EUCLID AVENUE STATE ROUTE 83 INTERSECTION & TRAFFIC SIGNAL MODIFICATION PROJECT
| The project scope involved traffic signal hardware replacement, pedestrian countdown signal installation, fiber optic
communication testing, and intersection and lane upgrades. Additional improvements included street and pavement
rehabilitation, clearing and grubbing, AC overlay, utility coordination, and drainage enhancements, boosting intersection
safety and traffic management along this major route.
CITY OF MANHATTAN BEACH, ADVANCED TRANSPORTATION SYSTEM (MBATS) PROJECT | The project expands
the South Bay Fiber Network, implementing a fiber-optic infrastructure that will enhance traffic signal synchronization along
Manhattan Beach’s main corridors. This upgrade enables advanced traffic management capabilities, such as real-time
monitoring, dynamic signal timing, and future support for autonomous vehicle communication. The project is designed to
relieve congestion, optimize traffic flow, and increase the responsiveness of traffic systems throughout the city.
CITY OF MANHATTAN BEACH, MANHATTAN BEACH BOULEVARD AT PACIFIC AVENUE IMPROVEMENTS
PROJECT | This project includes upgrades to the traffic signal system at the intersection to support new left-turn pockets
and improve overall safety and flow. This project addresses traffic safety and flow issues at the Manhattan Beach Boulevard
and Pacific Avenue intersection, where high westbound traffic demand and limited merging space create congestion and
sudden braking. The project reconfigures the intersection to include dedicated left-turn pockets in both directions, improving
merging distances and enhancing safety for both residents and commuters.
HSIP CYCLE 9 TRAFFIC SIGNAL MODIFICATIONS AT NINE INTERSECTIONS PROJECT | This federally funded project
in Palm Springs focuses on enhancing traffic safety and pedestrian accessibility across nine signalized intersections
throughout the city. Key improvements include modifications to existing traffic signals to improve visibility, installation of
advanced dilemma zone detection systems, addition of protected left-turn phases, pedestrian countdown signal heads, and
upgrades to curb ramps for ADA compliance.
CITY OF COSTA MESA, CITYWIDE PARKWAY MAINTENANCE, STREET REHABILITATION, AND SLURRY SEAL
PROJECT | This citywide street improvement program in the City of Costa Mesa includes extensive street and intersection
improvements, ADA ramp upgrades, and the installation of conduit and traffic signal enhancements. The project scope
involves mobilization, construction of curb and gutters, sidewalks, driveway approaches, spandrels, cross gutters, and
adjustments of manholes and utility covers. Additional work includes procurement and application of Type II slurry seal,
crack sealing, installation of traffic signs, striping, pavement markings, traffic markers, speed humps, and the implementation
of comprehensive traffic control measures.
CITY OF SAN BERNARDINO, STREET REHABILITATION PROGRAM (30+ MAJOR CITY STREETS) | The project
encompasses extensive pavement and infrastructure improvements for over 30 major streets and multiple intersections
across the city. This ongoing project includes roadway and pavement rehabilitation, concrete improvements, installation of
cross gutters, curb and gutter replacement, curb ramps, ADA upgrades, and storm drain and pipeline relocations. Additional
work involves traffic signal enhancements, comprehensive traffic control, full-depth asphalt removal and replacement, cold
milling and AC overlay, slurry seal applications, PCC sidewalk installation, and replacement of existing PCC driveways,
driveway approaches, curb ramps, retaining curbs, a 3-foot-high retaining wall, parkway culverts, and cross gutters.
CITY OF SAN MARINO | STREET REHABILITATION PROGRAM PHASE 1 & 2 | The project included a wide range of
improvements, such as roadway and pavement reconstruction, concrete enhancements, installation of cross gutters, curbs
and gutters, curb ramps, and ADA-compliant upgrades. The work also covered cold milling of asphalt concrete pavement
followed by resurfacing with hot mix asphalt (HMA) and asphalt rubber hot mix (ARHM). Additional tasks involved clearing
and grubbing, localized pavement repairs, and replacement of impacted traffic striping, pavement markings, legends, loop
detectors, and curb painting. Further improvements included driveways and driveway approaches, installation of speed
humps, adjustment of utility frames and grates, inspection and replacement of sewer manholes, water valves, water meters,
and storm drain manholes, as well as SWPPP preparation and implementation of temporary construction BMPs.
CITY OF NORWALK, CDBG LOCAL STREETS REHABILITATION PROJECT | The Local Streets Rehabilitation Project
in the City of Norwalk, funded by the Community Development Block Grant (CDBG), focused on enhancing roadway and
infrastructure conditions across designated local streets. The project scope included improvements to concrete features
such as cross gutters, curbs and gutters, ADA-compliant curb ramps, and intersection upgrades. Additional work involved
traffic signal enhancements, installation of bike lanes, coordination with underground utilities, conduit installation, and
comprehensive pavement rehabilitation. The project emphasized safety and accessibility improvements, compliance with
environmental standards, and efficient coordination with public utilities to support sustainable infrastructure development
within the city.
Page 39
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Jimmy brings over 27 years of construction management and inspection experience
to major capital improvement projects and holds certifications from ICC and ACI. He
has provided senior construction inspection services for a variety of projects,
including pavement rehabilitations, traffic signal improvements, slurry seal projects,
roadway widenings, intersection improvements, new intersections, bridges,
interchanges, street improvements, and traffic signal modifications. Jimmy has also
inspected retaining walls, sound walls, MSE walls, sewer pipeline projects, water
pipeline projects, water treatment facilities, wastewater treatment facilities, and lift
stations.
Jimmy has successfully delivered over 35 street resurfacing projects, including
work on large-scale infrastructure like the Frontage Road Resurfacing Project. His
expertise extends to managing storm drain improvements, catch basins, sidewalk
and ADA improvements, curb and gutter installations, and the installation of new
water lines as part of integrated infrastructure upgrades. As a Senior Construction
Inspector, Jimmy is adept at reviewing improvement plans, inspecting public
improvement construction, negotiating and administering contracts, and preparing
and maintaining a variety of reports. He is highly focused on safety, ensuring that all
projects adhere to Caltrans standards, Greenbook specifications, and regulatory
requirements. His keen awareness of security protocols and commitment to safety
are paramount in all his projects. Jimmy’s leadership abilities foster project
productivity and profitability. He excels in supervising personnel at all levels, boosting
team performance to achieve project goals and client satisfaction. His strong, team-
oriented approach, coupled with his professionalism and reliability, has contributed
to his proven track record of meeting company and agency objectives, ensuring the
successful completion of every project he oversees.
RELEVANT PROJECT EXPERIENCE
CITY OF ROSEMEAD: WALNUT GROVE AVE. RESURFACING PROJECT
PHASE I | This project involves street resurfacing and widening of Walnut Grove
Ave., from Marshall St. to Grand Ave. in the City of Rosemead. Improvements
included roadway widening, intersection improvement, waterline installation,
pavement improvements, ADA improvements, sidewalk repairs, traffic signal
modification, storm drain improvements, sewer main improvements, and addition of bike lanes. Mr. Martin provided full-time
inspection, attended weekly progress meetings, prepared daily diaries, filled out incident reports, made assessments of
exiting pavement conditions, coordinated with and provided direction for materials and geotechnical testing services,
ensured successful completion and submission of the as-constructed plans and final punch list, reviewed traffic control
plans, and performed regular labor compliance interviews.
CITY OF COMPTON: ANNUAL RESIDENTIAL REHABILITATION PROJECT (PHASES 1 & PHASE 2A) | Scope of work
consisted of construction of cold mill, ARHM pavement, AC base course, aggregate base, full depth AC slot pavement, curb
and gutters, sidewalks, cross gutter, alley intersection, driveway approach, curb ramps, signing, striping, markings, waterline
installation, and pavement legends, speed hump, traffic signal loop, adjust to grade existing sewer manhole, water valve,
water meter, and storm drain manhole,. Mr. Martin’s responsibilities included construction inspection, reviewing traffic
control plans, issues management, cost control, labor compliance, dispute resolution, quality control/inspection, public
relations, and site safety. Mr. Martin provided full-time inspection, prepared daily diaries, filled our incident reports, provided
digital images of progress to the City, reviewed compliance with the SWPPP and installation of BMPs, ensured successful
completion and submission of the as-constructed plans and final punch list.
CITY OF TORRANCE, RESIDENTIAL/ARTERIAL PAVEMENT IMPROVEMENTS | This project included street
rehabilitation and slurry seal of various streets, including, Cranbrook Ave, Kornblum Ave, Felbar Ave, Van Ness Ave,
Madrona Ave, Harpers Wy, Gramercy Pl, Manhattan Pl, Yukon Ave, and Ainsworth Ave. Scope of work included pavement
improvements, street resurfacing, crack sealing, slurry seal, localized dig-outs, Hot-mix Asphalt pavement, striping removal,
curb and gutter, ADA access ramps, alley intersections, waterline installation, driveway approaches, cross gutters, traffic
loop detectors and adjustment of utilities. Scope included preparation of submittal packages, scheduling, project
management, meetings, cost control, reviewing RFIs, preparing change order proposals, permits, progress billings,
subcontractor coordination, as-built drawings, and final walkthrough/closeout.
LICENSES & REGISTRATION
» ICC Soils Special Inspector
» ICC Reinforced Concrete
Inspector
» Caltrans Various Certifications
» Nuclear Gauge Certification
» ACI Field Technician Grade 1
» 30 Cal/OSHA
» Confined Space Training
» Traffic Control Technician and
Traffic Control Flagger
» Certified California
Journeyman Laborer (AGC)
» Pervious Concrete Technician
(NRMCA)
» Carpentry
» Cement Mason
» Fall Protection
» Traffic Control Safety
Jimmy Martin, ACI, ICC Cert.
Senior Construction Inspector
Page 40
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF IRWINDALE, 2021-2022 RESURFACING PROJECT | This project involved general street improvements, in
addition to street resurfacing, for multiple streets in the City of Irwindale, including Ayon Avenue, Calle del Norte, Pat Miranda
Lane, Calle de Paseo, Allen Drive, Progress Lane, Central Street, and Peppertree Lane. The project’s scope included
roadway widening, sidewalk improvements, curb and gutter reconstruction, addition of travel lanes, addition of bike lanes,
reconstruction of ADA-compliant sidewalks and pedestrian ramps, storm drain improvements, sewer main improvements,
and utility relocation. Mr. Martin provided full time construction inspection services, coordinated and attended weekly
construction progress meetings with city staff, and coordinated materials testing services.
CITY OF CORONA, CITYWIDE STREET PAVEMENT REHABILITATION PROJECT (PROJECT NO. ST-2021-01, NIB
NO. 24-017CA) | This project involves the pavement rehabilitation and water line installation on multiple streets across the
City of Corona as part of the Citywide Street Pavement Rehabilitation Project (Project No. ST-2021-01, NIB No. 24-017CA).
Improvements include asphalt resurfacing, crack sealing, slurry sealing, waterline installation, and the installation of new
water lines to upgrade infrastructure. Additional work includes pavement repairs, re-striping, traffic signal modifications, and
updates to traffic loop detectors. The project also involves working near schools, with weekend schedules to minimize
disruptions. Mr. Martin provided full-time inspection services, attended weekly progress meetings, prepared daily diaries,
assessed pavement conditions, and coordinated with geotechnical and materials testing services. He ensured proper
documentation and submission of as-constructed plans, processed final punch lists, reviewed traffic control plans, and
conducted regular labor compliance interviews on-site.
CITY OF HAWTHORNE, PRAIRIE AVE IMPROVEMENT PROJECT PHASE II | This arterial street improvement project
consists of excavation and removal of existing pavement, installation of storm drain, sewer improvements, ADA access
ramps, driveways, curb and gutter, traffic signal relocations, signage and striping, adjustment of storm drain and sewer
manholes, waterline installation,. Mr. Martin provided full-time project management, preparing submittal packages,
coordination with subcontractors, scheduling, quantity tracking and monthly billing, cost control, field coordination, meetings,
RFIs, change order proposals, T&M tracking, and final project closeout.
CITY OF COMMERCE, ATLANTIC BLVD CORRIDOR IMPROVEMENT PROJECT | This street improvement project
provided the beautification of Atlantic Blvd from Washington Blvd to The I5 FWY. This project consisted of the resurfacing
of Atlantic Blvd, improving mobility of pedestrians, ADA compliant access ramps, PCC bus pads, bus shelters, PCC
medians, landscaping, waterline installation, installation of City monument, adjustments of storm drain manhole frames and
sewer manholes, installation of traffic signal upgrades, and traffic loop detector installation.
CITY OF HAWTHORNE, LOCAL STREET IMPROVEMENT PROJECT | This local street improvement project consists of
cold mill, excavation, and removal of existing pavement, ARHM pavement improvements, ADA curb ramps, installation of
speed humps, curb and gutter, localized pavement reconstruction, traffic signal detectors and bicycle loop detectors,
waterline installation, and signage and striping. Mr. Martin provided full-time project management, coordination with City
and subcontractors, monthly progress billing, cost control, RFIs, change orders, scheduling, onsite crew management, and
project closeout.
CITY OF CHINO, ALLEY/SANITATION REHABILITATION PROJECT | This Project which includes removal of existing
alley pavement and base section to construct new AC pavement section and ribbon gutter in multiple alleys in the City of
Chino. Scope of work includes new PCC drive and alley approaches, waterline installation, curb and gutter, 4’ PCC alley
gutter, new AC pavement section over compacted crushed miscellaneous base, and the construction of several block walls.
Mr. Martin provided preparation of submittal packages, scheduling, project management, meetings, cost control, reviewing
RFIs, preparing change order proposals, permits, progress billings, subcontractor coordination, as-built drawings, and final
walkthrough/closeout.
CITY OF TORRANCE, ANZA/VISTA MONTANA/PACIFIC COAST HIGHWAY INTERSECTION IMPROVEMENTS | The
Anza/Vista Montana/Pacific Coast Highway Intersection Improvements Project consists of construction of the Pacific Coast
Highway/Anza Intersection Improvements with appurtenances as shown on City of Torrance Plan No.’s ST-1019/SD-517/C-
2019-8/TS-2019-2/ST-1019-TC; curb, gutter, sidewalk, catch basins, curb ramps, raised medians, striping, traffic signal
replacement; waterline installation, grind and overlay, and AC pavement; and all other incidental work.
CITY OF CHINO, SLURRY SEAL PROGRAM (VARIOUS LOCATIONS CITYWIDE) | This Project which includes street
rehabilitation and slurry seal of various streets, including, Pipeline Ave from City Limits to City Limits, Chino Ave from City
Limits to City Limits and Schaefer Ave from City Limits to City Limits. Scope of work includes pavement improvements,
street resurfacing, crack sealing, slurry seal, localized dig-outs, striping removal/install, waterline installation, and traffic loop
detectors. Mr. Martin provided preparation of submittal packages, scheduling, mark outs, meetings, cost control, reviewing
RFIs, preparing change order proposals, permits, progress billings, subcontractor coordination, as-built drawings, and final
walkthrough/closeout.
CITY OF TEMECULA, PAVEMENT REHABILITATION PROGRAM – WINCHESTER ROAD (JEFFERSON AVENUE TO
YNEZ ROAD) | The City of Temecula pavement rehabilitation program. The work for this project generally includes
pavement Improvements along Winchester Road from Jefferson Avenue to Ynez Road. Improvements Include, remove and
replace existing asphalt pavement, reconstruction of traffic loops, adjust existing manholes and valves for different utilities,
waterline installation, and installation of striping and pavement markers.
Page 41
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Mr. Russell has over 25 years of experience in intersection improvement, traffic signal
improvements, and electrical improvement projects providing construction inspection
and management, project management, specialty inspection, contracting, and
providing quality control and quality assurance. Projects included large-scale public
works capital improvement projects including highways, bridges, intersection
improvements, traffic signal improvements, street improvements, roadway widenings,
bridges, interchanges, freeway widenings, grade separations, bridge widenings, on
and off-ramps, street rehabilitations, slurry seal projects, intersection improvement
projects, water main projects, sewer pipeline projects, and has successfully delivered
over 60 traffic signal modification projects and extensive fiber optic communication,
ITS, system integration, testing, roadway improvement, ADA ramps, and signing and
striping improvements experience. involving new intersections, traffic signal
modifications, paving, JPCP, concrete improvements, AC paving, grinding and
overlay, slurry, bridge work, retaining walls, ADA curb ramps and sidewalk, pipelines,
utility relocations, traffic control, sheeting, shoring, excavation, dewatering,
replacement of asphalt concrete paving and appurtenances, trench repair,
replacement of curb and gutter, driveway approaches, and cross gutters, installation
of wedge gate valves, valve boxes, hot tap, an copper tubing, and fire hydrant
assembly. Mr. Russell is familiar with the Greenbook, Caltrans standard specifications
and standard plans.
RELEVANT PROJECT EXPERIENCE
STREET REHABILITATION
CITY OF CHINO: EUCLID AVENUE – STATE ROUTE 83 INTERSECTION
IMPROVEMENTS AND TRAFFIC SIGNAL MODIFICATION PROJECT | The project
consisted of traffic signal improvements, street and pavement improvements, as well
as traffic signal improvements, to a residential neighborhood and four arterial streets
for one project, and intersection improvements and lane upgrades for the other.
Improvements include street and pavement rehabilitation, intersection improvement,
clearing and grubbing, slurry seal, cold mill and AC overlay, utility coordination, as well as electrical and lighting
improvements, including traffic signal hardware replacement, pedestrian countdown signal hardware installation,
replacement and testing of fiber optic communication equipment, boring inspection. The scope also involved drainage
improvements, landscaping improvements, AC base course, ARHM pavement, concrete repairs to curb, gutter, sidewalk,
driveways and driveway approaches, and replacing markings and striping on concrete and asphalt.
CITY OF CATHEDRAL CITY: TRAFFIC SIGNAL IMPROVEMENTS AT 12 INTERSECTIONS PROJECT, HSIPL-
5430(034) | This project included the construction of twelve (12) traffic signal improvements throughout the City. This
involved the installation of advanced dilemma zone detection, protected left turn phases, pedestrian countdown heads, and
reconstruction of ADA curb ramps. The Project required construction engineering support which includes construction
management, labor compliance monitoring and enforcement, inspection, and material testing pursuant to federally funded
HSIP requirements.
CITY OF ALHAMBRA: FY 19-20 SB1 STREET REHABILITATION PROJECT, ALHAMBRA, CA | This project involved
pavement improvements and street rehabilitation of numerous residential and arterial streets. The project’s scope included
asphalt preservation, slurry seal treatment, varying depths of cold milling and overlay, and full depth removal and
reconstruction. The project also includes localized pavement improvements such as removal and replacement of broken
and off-grade sidewalk, ADA ramps that need updating, broken and off-grade curb and gutter, driveways and driveway
approaches in need of repairs, and concrete cross gutter reconstruction. Mr. Russell provided full-time inspection, prepared
daily diaries, filled out incident reports, provided digital images of progress to the City, reviewed compliance with the
SWPPP, and ensured successful completion and submission of the as-constructed plans and final punch list.
CITY OF TORRANCE: I-159/I-139 & ANZA/VISTA MONTANA/PACIFIC COAST HIGHWAY INTERSECTION
IMPROVEMENT PROJECT & RESIDENTIAL & ARTERIAL PAVEMENT IMPROVEMENT | These projects consist of
street and pavement improvements, as well as traffic signal improvements, to a residential neighborhood and four arterial
streets for one project, and intersection improvements and lane upgrades for the other. Improvements include street and
pavement rehabilitation, intersection improvement, clearing and grubbing, slurry seal, cold mill and AC overlay, utility
LICENSES & REGISTRATION
» Electrical Training
apprenticeship IBEW Local 441
City of Orange, California
» Journeyman Electrician, State
Certified GPA (3.0)
» 30-Hr Cal/OSHA
» Fall Protection
» Traffic Control Safety
» Sexual Harassment Prevention
Training
» Defensive Driving Training
» Caltrans Roadway Safety
Training
» Bridge Inspector Training
» Metro Rail Safety Training
Thomas Russell, Journeyman Electrician
,,, Senior Construction Inspector/Traffic Signal Inspector
Page 42
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
coordination, as well as electrical and lighting improvements, including traffic signal hardware replacement, pedestrian
countdown signal hardware installation, replacement and testing of fiber optic communication equipment, boring inspection.
The scope also involved drainage improvements, landscaping improvements, AC base course, ARHM pavement, concrete
repairs to curb, gutter, sidewalk, driveways and driveway approaches, and replacing markings and striping on concrete and
asphalt. Mr. Russell provided full-time inspection, prepared daily diaries, filled out incident reports, provided digital images
of progress to the City, reviewed compliance with the SWPPP, and ensured successful completion and submission of the
as-constructed plans and final punch list.
CITY OF CHINO: EUCLID AVENUE – 11TH ST. TRAFFIC SIGNAL MODIFICATIONS, PAVEMENT RECONSTRUCTION
ALLEY, AND INTERSECTION ACCESSIBILITY PROJECT | The project consisted of traffic signal improvements, street
and pavement improvements, as well as traffic signal improvements, to a residential neighborhood and four arterial streets
for one project, and intersection improvements and lane upgrades for the other. Improvements include street and pavement
rehabilitation, intersection improvement, clearing and grubbing, slurry seal, cold mill and AC overlay, utility coordination, as
well as electrical and lighting improvements, including traffic signal hardware replacement, pedestrian countdown signal
hardware installation, replacement and testing of fiber optic communication equipment, boring inspection. Mr. Russell
provided full-time inspection, prepared daily diaries, filled out incident reports, provided digital images of progress to the
City, reviewed compliance with the SWPPP, and ensured successful completion and submission of the as-constructed plans
and final punch list.
CITY OF COSTA MESA: EUCLID AVENUE – CITYWIDE PARKWAY MAINTENANCE, STREET REHAB, & SLURRY
SEAL PROJECT | This project includes street improvements, intersection improvements, ADA ramp improvements, conduit
installation, traffic signal improvements, mobilization, curb and gutters, sidewalks, driveway approaches, spandrels, cross
gutters, adjustment of manholes and utility covers to grade, procurement and application of slurry seal Type II, crack sealing,
traffic signing, striping and markings, installation of traffic markers and speed humps, and implementation of traffic control.
Mr. Russell provided full-time inspection, prepared daily diaries, filled out incident reports, provided digital images of
progress to the City, reviewed compliance with the SWPPP, and ensured successful completion and submission of the as-
constructed plans and final punch list.
CITY OF SAN BERNARDINO: PAVEMENT REHABILITATION AND RESURFACING ELEVEN MAJOR STREETS |
Project included the pavement rehabilitation and resurfacing of 11 major City streets including North Sierra Way, Valencia
Avenue, Baseline Street, North Arrowhead Avenue, Mountain View Avenue, Wabash Street, Olive Street, Waterman
Avenue, Temple Street, and Victoria Street. Technical project features include full depth asphalt concrete removal and
replacement, cold mill and ARHM overlay of existing asphalt concrete, removal and replacement of sidewalk, curb ramps,
curb and gutter, cross gutters, spandrels, cross walks, traffic signing, striping and pavement markers, concrete and asphalt
speed humps, traffic signal improvements, adjustment of existing utility manholes, and storm drainage improvement. Mr.
Russell provided full-time inspection, prepared daily diaries, filled out incident reports, provided digital images of progress
to the City, reviewed compliance with the SWPPP, and ensured successful completion and submission of the as-constructed
plans and final punch list.
COUNTY OF ORANGE: ALTON PARKWAY EXTENSION ORANGE COUNTY PUBLIC WORKS PROJECT | This is a
roadway and utility improvement project. The Alton project and the adjoining County of Orange project were set up to join
the existing Alton Parkway Road from Irvine Blvd. in the City of Irvine, through the County of Orange, connecting at the 241
Toll Road in the city of Lake Forest. The Alton project included overlapping construction of cutting-edge storm water
facilities, such as 24 filterra boxes and a large gabion structure along with a complex arrangement of water and sewer
pipelines, dry utilities, and (4) Signalized intersections, Interconnect, and Street Lighting improvements. This work led to a
million cubic yards of mass grading in order to construct a new six-lane 1.2-mile roadway along with a wildlife habitat area
and new county jail fence.
COUNTY OF ORANGE: COW CAMP ROAD PHASE 2 – ORANGE COUNTY PUBLIC WORKS PROJECT | Rancho
Mission Viejo Development and OC Public Works project included the establishment of an alignment, design, and
construction of a new Major Arterial Highway between Antonio Parkway and the Foothill Transportation Corridor (Los
Patrones). Cow Camp Road Phase 2 project constructed the grading, roadway, retaining walls, sidewalks, and curb and
gutters, along with dry utility installation, drainage improvements, water and sewer improvements, (four signalized) Traffic
Signal Intersections, signing, striping, and landscaping. As part of the project, our team installed the Traffic Signals,
Electrical dry utility installations and Steet lighting on the largest bridge in Orange County. The 1,350-linear-foot, cast-in-
place box girder bridge, 54 feet in the air over the undeveloped valley.
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS: SLAUSON AVENUE AND FIRESTONE BOULEVARD
REVITALIZATION | This project includes resurfacing of roadway pavement tire rubber modified asphalt concrete, traffic
signal modifications, reconstruction of curb and gutter, sidewalk, driveways, and curb ramps; construction of concrete
pavement and crosswalks, and streetscape improvements; and the performance of other appurtenant work. Mr. Russell’s
responsibilities included continuous inspection of the work of the Contractor, observing materials sampling and testing to
ensure compliance with project plans and specs, implementing traffic control measures, and preparing as-built plans and
other record documents as required in project contract.
Page 43
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Amber Garcia
Labor Compliance Officer
Ms. Garcia is a highly motivated Labor Compliance Officer with great enthusiasm and
eagerness to learn new methods and construction techniques. Ms. Garcia has served in
the capacity of Document Control, Labor Compliance Officer, and Office Engineer for
numerous capital improvement projects. She is a critical thinker with great attention to
detail. She is experienced in setting up and maintaining project files, maintaining
Caltrans filing system, certified payroll reporting, processing progress payments, and
maintaining various logs, including submittals, RFI’s, correspondence, etc. She is
proficient with various computer software including Procore, EADOC, and primavera. Ms.
Garcia is an excellent team player, is self-motivated, and has excellent qualities. She has
excellent writing & communication skills. Ms. Garcia is a dedicated professional with an
abundance of energy and enthusiasm. She is a great presenter and communicator.
RELEVANT PROJECT EXPERIENCE
RIVERSIDE COUNTY TRANSPORTATION DEPARTMENT, HAMNER AVENUE
BRIDGE AND WIDENING CONSTRUCTION PROJECT | PROJECT
MANAGER/LABOR COMPLIANCE OFFICER: This project includes widening of
Hamner Avenue from four to six lanes and the replacement of the Hamner Avenue
bridge, with a state of the art structural, seismic, and hydraulic designed bridge, including
six 12ft wide vehicle lanes, 4ft median and shoulders, and a 12ft wide multipurpose trail.
Improvements include concrete paving, AC, JCPC, CRCP, drainage improvements,
staffing, and traffic control procedures. Ms. Garcia set up and maintained project files,
participated in weekly construction progress meetings, reviewed inspectors’ daily reports,
conducted spot interviews with employees on the project, ensured that the contractor
and subcontractors submitted certified payroll and owner operator listings, and spot-
checked payrolls to ensure compliance with David Bacon and state prevailing wage
rates.
CITY OF NORWALK, CDBG LOCAL STREETS REHABILITATION PROJECT | PROJECT MANAGER/LABOR
COMPLIANCE OFFICER: This project is part of a local street rehabilitation program within Zone 28 of the City of Norwalk.
The project scope includes rehabilitation of roadway pavement conditions, intersection improvement, bike lanes, traffic
signal modification, upgrades of curb ramps to ADA standards, pavement improvements, replacement of sidewalk, curb
and gutter, driveways, access ramps, clearing and grubbing, AC overlay, loop detectors, speed humps, and roadway
signing, striping, and markings.
CITY OF CHINO: YORBA AVENUE & EUCALYPTUS AVENUE SEWER MAIN REPLACEMENT PROJECT | LABOR
COMPLIANCE OFFICER: This Project includes the replacement of an existing 10-inch vitrified clay sewer pipe along Yorba
Avenue between Murrieta Street and Cheyenne Way. There are two industrial businesses discharging wastewater with
combined volumes of approximately 400,000 GPM, when compliant. The City’s current Sewer Master Plan shows a “bottle-
neck” effect occurring downstream at Eucalyptus between Yorba Avenue and Monte Vista Avenue and must be remediated.
The project includes an independent sewer flow study to assist the City in a decision to remove and replace or add additional
sewer line(s) at these locations.
CITY OF NORCO | RIVERSIDE COUNTY TRANSPORTATION DEPARTMENT: HAMNER AVENUE BRIDGE AND
WIDENING CONSTRUCTION PROJECT | LABOR COMPLIANCE OFFICER: This project includes widening of Hamner
Avenue from four to six lanes and the replacement of the Hamner Avenue bridge, with a state of the art structural, seismic,
and hydraulic designed bridge, including six 12ft wide vehicle lanes, 4ft median and shoulders, and a 12ft wide multipurpose
trail. Improvements include concrete paving, AC, JCPC, CRCP, drainage improvements, staffing, and traffic control
procedures. Ms. Garcia set up and maintained project files, participated in weekly construction progress meetings, reviewed
inspectors’ daily reports, conducted spot interviews with employees on the project, ensured that the contractor and
subcontractors submitted certified payroll and owner operator listings, and spot-checked payrolls to ensure compliance with
David Bacon and state prevailing wage rates.
CITY OF COMPTON | ANNUAL RESIDENTIAL REHABILITATION PROJECT (PHASE 1) | LABOR COMPLIANCE
OFFICER: This project included street rehabilitation of seven major city streets. Scope of work consisted of cold mill, ARHM,
AC, JPCP, CRCP pavement, AC base course, aggregate base, full depth AC slot pavement, curb and gutters, sidewalks,
cross gutter, alley intersection, driveway approach, curb ramp, signing, striping, markings, traffic signal loops, adjust to
grade existing sewer manhole, drainage improvements, staging, and traffic control procedures. Ms. Garcia set up and
EDUCATION
» Bachelor of Business
Administration – Long
Beach State University
LICENSES &
REGISTRATION
» 30-Hr. Cal OSHA
» Defensive Driving Training
Page 44
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
maintained project files, participated in weekly construction progress meetings, reviewed inspectors’ daily reports,
conducted spot interviews with employees on the project, ensured that the contractor and subcontractors submitted certified
payroll and owner operator listings, and spot-checked payrolls to ensure compliance with David Bacon and state prevailing
wage rates.
CITY OF BEAUMONT | RIVERSIDE COUNTY TRANSPORTATION COMMISSION: SR-60 TRUCK CLIMBING LANES
PROJECT | LABOR COMPLIANCE OFFICER: This is a $96M project which constructs a truck climbing lane and a truck
descending lane, as well as inside and outside shoulders in both eastbound and westbound directions of State Route 60
(SR-60). The project is located in the County of Riverside between Gilman Springs Road Interchange and West of Jack
Rabbit Trail Intersection. Ms. Garcia office engineer procedures include quantity sheets, pay estimates, concrete and rebar
estimates, and filing according to Caltrans filing system. She reviews and processes RFIs and change orders, assisted in
the preparation of the contractor’s monthly progress pay estimate, and assists in completing proposals and marketing. She
manages construction documents, including emails, plans, reports, daily diaries, weekly, and monthly reports. She attends
weekly Contractor and Commissions meetings. Ms. Garcia set up and maintained project files, participated in weekly
construction progress meetings, reviewed inspectors’ daily reports, conducted spot interviews with employees on the
project, ensured that the contractor and subcontractors submitted certified payroll and owner operator listings, and spot-
checked payrolls to ensure compliance with David Bacon and state prevailing wage rates.
I-159/I-139 & ANZA/VISTA MONTANA/PACIFIC COAST HIGHWAY INTERSECTION IMPROVEMENT PROJECT &
RESIDENTIAL & ARTERIAL PAVEMENT IMPROVEMENT | LABOR COMPLIANCE OFFICER: This project consists of
intersection improvements, street and pavement improvements, as well as traffic signal improvements, to a residential
neighborhood and four arterial streets for one project, and intersection improvements and lane upgrades for the other.
Improvements include street and pavement rehabilitation, intersection improvement, clearing and grubbing, slurry seal, cold
mill and AC overlay, utility coordination, as well as electrical and lighting improvements, including traffic signal hardware
replacement, pedestrian countdown signal hardware installation, replacement and testing of fiber optic communication
equipment, boring inspection. The scope also involved drainage improvements, landscaping improvements, AC base
course, ARHM pavement, concrete repairs to curb, gutter, sidewalk, driveways and driveway approaches, and replacing
markings and striping on concrete and asphalt.
ST222 - KIMBALL/EL PRADO/CENTRAL TRAFFIC SIGNAL IMPROVEMENT PROJECT, CHINO, CA | LABOR
COMPLIANCE OFFICER: The project consisted of traffic signal improvements, street and pavement improvements, as well
as traffic signal improvements, to a residential neighborhood and four arterial streets for one project, and intersection
improvements and lane upgrades for the other. Improvements include street and pavement rehabilitation, intersection
improvement, clearing and grubbing, slurry seal, cold mill and AC overlay, utility coordination, as well as electrical and
lighting improvements, including traffic signal hardware replacement, pedestrian countdown signal hardware installation,
replacement and testing of fiber optic communication equipment, boring inspection. The scope also involved drainage
improvements, landscaping improvements, AC base course, ARHM pavement, concrete repairs to curb, gutter, sidewalk,
driveways and driveway approaches, and replacing markings and striping on concrete and asphalt.
11TH ST. TRAFFIC SIGNAL MODIFICATIONS, PAVEMENT RECONSTRUCTION ALLEY, AND INTERSECTION
ACCESSIBILITY PROJECT, CHINO, CA | LABOR COMPLIANCE OFFICER: The project consisted of traffic signal
improvements, street and pavement improvements, as well as traffic signal improvements, to a residential neighborhood
and four arterial streets for one project, and intersection improvements and lane upgrades for the other. Improvements
include street and pavement rehabilitation, intersection improvement, clearing and grubbing, slurry seal, cold mill and AC
overlay, utility coordination, as well as electrical and lighting improvements, including traffic signal hardware replacement,
pedestrian countdown signal hardware installation, replacement and testing of fiber optic communication equipment, boring
inspection. The scope also involved drainage improvements, landscaping improvements, AC base course, ARHM
pavement, concrete repairs to curb, gutter, sidewalk, driveways and driveway approaches, and replacing markings and
striping on concrete and asphalt.
Page 45
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4.7 PROJECT MANAGEMENT
APPROACH
Page 46
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4.7 PROJECT MANAGEMENT APPROACH
Z&K Consultants, Inc. employs a structured, detail-oriented, and collaborative project management approach to ensure the
successful delivery of all assignments under this SOQ. Our strategy is specifically tailored to align with the City of Rancho
Cucamonga’s goals and objectives, focusing on comprehensive oversight, innovative problem-solving, and a commitment
to fiscal and regulatory compliance. Below, we provide an extensive overview of our methodology, quality assurance
practices, cost and schedule control measures, and performance tracking systems.
Overall Project Management and Methodology | Z&K’s project management approach centers on proactive
communication and efficient execution of all project phases. This ensures that every milestone is met while maintaining
transparency with stakeholders. Our approach is structured as follows:
ü Planning: At project initiation, we develop comprehensive plans encompassing scope definition, resource
allocation, risk management strategies, and stakeholder engagement protocols. Utilizing advanced tools such as
GIS mapping and scheduling software, we create accurate, actionable plans that guide the project from start to
finish.
ü Execution: Our construction managers coordinate all team members, ensuring timely delivery of tasks while
mitigating risks and addressing challenges promptly. We maintain open communication with contractors, City staff,
and other stakeholders to ensure alignment at every stage.
ü Monitoring and Evaluation: Regular progress assessments are conducted to track performance against
predefined Key Performance Indicators (KPIs). Adjustments are made proactively to address unforeseen
challenges and maintain alignment with project goals.
Quality Control Procedures | Z&K places quality at the forefront of our operations, implementing rigorous quality
assurance protocols to ensure that all deliverables meet or exceed City standards. Comprehensive field inspections are
conducted at critical project stages to evaluate compliance with requirements and identify potential issues early. Contractor
submittals are verified against project specifications and City requirements to ensure alignment and quality. Regular audits
and evaluations are performed to rectify potential deficiencies before they escalate. Additionally, standardized benchmarks
and checklists are established for consistent quality control throughout the project lifecycle.
Cost and Schedule Control Procedures | Effective cost and schedule management is a cornerstone of our project
management approach. At the outset of each project, Z&K develops baseline budgets and schedules that serve as critical
reference points. These are closely monitored through regular financial audits to ensure expenditures align with approved
budgets. Potential overruns are identified early, allowing the team to implement corrective actions proactively. Detailed
reports are prepared and submitted to City staff, providing transparency and accountability while ensuring strict adherence
to project parameters.
Project Tracking and Performance Monitoring | Z&K utilizes cutting-edge tracking systems to oversee project progress
and performance. GIS mapping and project dashboards provide real-time visualization of progress, enabling swift
identification of delays or inefficiencies. Performance is measured against KPIs such as budget adherence, timeline
milestones, and stakeholder satisfaction. Bi-weekly status meetings are conducted to review updates, resolve concerns,
and maintain momentum toward achieving project objectives.
Progress Reporting Procedures | Clear and consistent reporting is critical to maintaining stakeholder confidence and
ensuring project transparency. Weekly and monthly progress reports outline accomplishments, upcoming milestones, and
challenges encountered during the project. These reports are supplemented by detailed logs, photographs, and test results
that document project developments comprehensively. Real-time updates are made available through project management
platforms, allowing City staff to access critical information on demand and remain informed throughout the project’s duration.
Grant-Funded Initiatives and Fiscal Responsibility | Z&K’s expertise in managing grant-funded projects enables us to
maximize the impact of available resources while ensuring compliance with funding requirements. Our team excels in
preparing detailed reports, optimizing resource allocation, and adhering to regulatory standards. By integrating financial
oversight with technical execution, we ensure projects are delivered on time and within budget.
Comprehensive Program and Project Management | Z&K provides end-to-end management for all phases of project
development. From initial planning and design to construction oversight and closeout, we maintain a process-driven
approach that ensures accountability and transparency. Tools such as GIS mapping, real-time tracking systems, and cloud-
based project management platforms facilitate seamless coordination across all project components.
Meeting the City’s Expectations | Z&K’s project management approach is designed to meet and exceed the City’s
expectations for efficiency, quality, and innovation. By aligning with the City’s infrastructure priorities and leveraging our
proven expertise, we ensure the successful delivery of projects that enhance public services and foster sustainable
community growth.
Z&K’s extensive project management capabilities position us as a reliable partner for the City of Rancho Cucamonga. Our
commitment to quality, transparency, and stakeholder satisfaction ensures that all projects are executed with precision and
professionalism, delivering outcomes that align with the City’s vision for the future.
Page 47
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PROJECT UNDERSTANDING
Z&K Consultants, Inc. understands the critical role that public works plays in supporting the City of Rancho Cucamonga’s
long-term vision for infrastructure development and community enhancement. The City’s Capital Improvement Program
(CIP) is supported by diverse funding sources, including Measure I, state and federal grants, developer impact fees, and
other restricted revenue streams. Each funding source carries specific guidelines, priorities, and reporting requirements.
Z&K’s expertise in navigating these financial frameworks ensures compliance, optimized resource allocation, and alignment
with the City’s fiscal policies. By integrating financial oversight with technical project delivery, Z&K ensures budget
adherence and efficient use of available resources.
Rancho Cucamonga’s CIP reflects significant investments in infrastructure, encompassing projects such as street
rehabilitations, traffic signal modernization, bridge replacements, and stormwater management improvements. These
initiatives aim to enhance mobility, public safety, and sustainability, and Z&K Consultants is fully prepared to align
seamlessly with the City’s processes to deliver timely, cost-effective results. The City’s 2024-2025 Adopted Budget
emphasizes a strong commitment to maintaining and improving public infrastructure, ensuring public safety, and fostering
sustainable growth. Based on a thorough review of the City’s Capital Improvement Program (CIP) and public works priorities,
we have identified key focus areas and challenges that guide our approach to project execution.
Key Public Works Priorities | The City’s public works initiatives prioritize critical infrastructure projects that address aging
assets, improve mobility, enhance public safety, and promote sustainability. Z&K is fully aligned with these priorities and is
prepared to deliver results that meet the City’s expectations. Key focus areas include:
ü Facilities: The reconstruction and modernization of key facilities, such as Fire Station 171, demonstrate the City’s
commitment to enhancing emergency response capabilities and meeting ADA compliance standards. These
projects aim to improve operational efficiency and inclusivity while addressing the growing needs of the community.
ü Streets and Traffic: Investments in transportation infrastructure, including roadways, sidewalks, and traffic
management systems, are designed to enhance mobility and safety for all users. ADA compliance remains a
cornerstone of these initiatives, ensuring accessibility and equity. Additional priorities include bridge replacements,
such as those at Heritage Park, which address aging infrastructure and improve long-term safety and reliability.
ü Municipal Utilities: Upgrades to water, sewer, and stormwater systems aim to reduce flood risks, improve service
reliability, and support sustainable development. These initiatives align with the City’s focus on environmental
stewardship and long-term growth, integrating innovative stormwater management practices to protect local
ecosystems.
ü Parks and Recreation: The City’s commitment to community well-being is reflected in the enhancement of parks
and recreational facilities. These projects prioritize accessibility, modern amenities, and sustainable landscaping to
create inclusive spaces that promote health and connectivity among residents.
ü Miscellaneous Projects: Additional public works projects include sustainability initiatives, such as energy-efficient
building designs and the integration of green infrastructure solutions. These efforts underscore the City’s dedication
to environmental stewardship and reducing its carbon footprint.
Challenges and Opportunities | Implementing the City’s ambitious public works program requires overcoming challenges
related to aging infrastructure, funding allocation, and community engagement. Z&K’s extensive experience positions us to
address these challenges effectively:
• Aging Infrastructure: We specialize in assessing existing conditions and developing cost-effective strategies for
rehabilitating or replacing critical assets.
• Funding Optimization: Our expertise in managing diverse funding sources ensures compliance with guidelines
while maximizing resource utilization. This includes leveraging Measure I funds, grants, and restricted revenues for
project success.
• Stakeholder Coordination: Z&K fosters collaboration between City departments, contractors, and community
members to ensure projects align with local needs and expectations.
Alignment with Public Works Goals | The City’s public works projects reflect a commitment to enhancing quality of life
through thoughtful infrastructure investments. Z&K’s approach supports the following goals:
• Ensuring the safety and reliability of critical infrastructure.
• Promoting accessibility through ADA compliance.
• Enhancing mobility and connectivity across the City.
• Integrating sustainable practices into project planning and execution.
Z&K Consultants is uniquely positioned to support Rancho Cucamonga’s public works initiatives. Our proven expertise in
managing complex infrastructure projects, coupled with a deep understanding of the City’s CIP priorities, ensures
successful project delivery. We are committed to partnering with the City to enhance its infrastructure, improve community
outcomes, and achieve long-term sustainability.
Page 48
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CONTRACT APPROACH
Steps to Provide On-Call Services | Z&K Consultants implements a structured and proactive approach to deliver superior
on-call construction management, inspection, and materials testing services. The process begins with a comprehensive
project initiation phase, where we establish communication protocols, define roles and responsibilities, and set clear
expectations with City staff and contractors. During this phase, Z&K reviews all project plans, specifications, and schedules
to align with the City's objectives and regulatory requirements.
We assign a dedicated project manager to oversee the entire project lifecycle, ensuring accountability and efficiency at
every stage. Experienced inspectors are deployed to provide continuous oversight, from pre-construction meetings to
project closeout. Pre-construction meetings are conducted to confirm mobilization readiness and alignment on project
requirements. Throughout construction, our team meticulously monitors contractor performance to verify compliance with
design plans, specifications, and applicable regulations. Materials testing is seamlessly integrated into the construction
process, with Converse Consultants providing specialized expertise to ensure the quality and structural integrity of all
materials used. Our testing program adheres to industry standards, delivering reliable results that support decision-making
and risk mitigation.
Z&K prioritizes transparency and accountability through regular reporting and meticulous documentation. Progress reports,
inspection logs, materials testing results, and change order summaries are shared with City staff to provide a real-time
understanding of project developments. By maintaining open lines of communication and delivering consistent updates,
Z&K ensures that all stakeholders are informed, and the project progresses smoothly towards completion. This systematic
and collaborative approach allows us to meet and exceed the City's expectations for on-call services.
Ensuring Contractors Stay on Schedule and Under Budget | Z&K Consultants employs a multi-faceted and proactive
approach to ensure that contractors meet project schedules and stay within budgetary constraints. Regularly scheduled
progress meetings serve as a platform to discuss milestones, address any challenges, and confirm alignment with the
established project plan. Our team meticulously develops and maintains a comprehensive master schedule, which is
continuously updated to reflect real-time progress and identify potential bottlenecks early. Rigorous cost monitoring is
performed throughout the project lifecycle, allowing for early detection of budgetary deviations and the implementation of
corrective measures.
A key component of our strategy is the thorough review of contractor submittals, RFIs, and work plans. This enables our
team to anticipate potential risks and preemptively address issues that could lead to delays or cost overruns. Z&K fosters a
collaborative relationship with contractors to swiftly resolve minor discrepancies before they escalate into significant
problems. By doing so, we mitigate the risks of unintended change orders and ensure that the project progresses without
disruptions. Additionally, Z&K enforces strict adherence to all contractual obligations and continuously monitors contractor
compliance with established project milestones. Our focus on accountability is further strengthened by detailed
documentation of progress, which is shared with stakeholders to maintain transparency. By combining meticulous oversight,
proactive risk management, and effective communication, Z&K ensures that all projects are delivered on time, within budget,
and to the highest standards of quality and performance.
Tools for Managing Staff and Keeping the City Informed | To ensure seamless project execution and maintain
transparency with the City, Z&K utilizes a suite of advanced project management tools, including Primavera P6, Procore,
and GIS-based dashboards. These platforms allow for real-time tracking of project progress, integration of inspection and
testing results, and streamlined document management. Our tools are designed to facilitate clear communication, enabling
City staff to access live updates on schedules, budgets, and project performance metrics.
Weekly progress reports are a cornerstone of our approach, providing the City with key updates on milestones, risk
assessments, and potential challenges. These reports are supported by detailed documentation, such as inspection logs,
materials testing results, and change order summaries, ensuring all relevant data is readily available. Our GIS dashboards
enhance visualization, allowing City stakeholders to see spatial progress and project impacts across locations.
In addition to reporting, these tools promote collaboration among all project participants. By aligning Z&K staff with City staff
through centralized project management systems, we ensure that all parties remain informed and that issues are addressed
swiftly. This integrated and technology-driven approach ensures transparency, fosters accountability, and keeps the City
fully engaged throughout the project lifecycle.
Experience with Projects Resulting in Default or Termination | Z&K Consultants has a strong track record of
successfully managing public works capital projects, with no instances of projects resulting in contractor default or
termination under our oversight. Our proactive and detail-oriented approach ensures that risks are identified and mitigated
early, preventing situations that could lead to excessive delays or liquidated damages. Should any issues arise, our team
is experienced in managing disputes and maintaining open communication to resolve conflicts quickly and effectively,
ensuring project continuity and protecting the City’s interests.
By leveraging our comprehensive work plan, proactive contractor oversight, advanced project management tools, and
proven expertise, Z&K Consultants ensures the successful delivery of on-call construction management, inspection, and
materials testing services that meet the City’s needs and exceed expectations.
Page 49
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CRITICAL ASPECTS OF SERVICES AND METHODOLOGIES
Z&K Consultants recognizes the critical aspects of construction management, inspection, and materials testing services as
outlined in this RFP. Our approach is built on decades of proven success in delivering municipal capital improvement
programs. By employing robust methodologies, leveraging skilled personnel, and utilizing advanced tools, we ensure
efficient execution, accountability, and transparency in every aspect of service delivery. Below, we detail the key
components of our approach and the methodologies used to manage and deliver these services effectively.
Key or Critical Aspects of Services
Comprehensive Construction Management: Effective oversight across all
project phases is essential to keeping construction projects on schedule and
within budget. Z&K assigns a dedicated Construction Manager to coordinate
tasks and oversee inspection and materials testing services. By implementing
advanced project management software, we maintain real-time tracking of
schedules, budgets, and milestones, ensuring that all aspects of the project are
continuously monitored and any challenges are addressed promptly. Our
structured and proactive approach ensures seamless communication between
the City, contractors, and stakeholders, maintaining alignment with the City’s
goals.
Inspection Services and Quality Assurance: Z&K’s inspection team ensures that construction activities adhere strictly to
design specifications, safety protocols, and regulatory requirements. We deploy trained and certified inspectors to monitor
grading, paving, utility installation, and structural elements. Our inspection methodology focuses on daily oversight, thorough
documentation, and addressing non-compliance issues in real time, ensuring that quality and safety standards are
consistently upheld.
Proactive Risk and Change Order Management: Managing risks and minimizing change orders are critical to avoiding
project delays and budget overruns. Z&K’s approach includes conducting pre-construction reviews of contractor work plans,
RFIs, and submittals to identify and mitigate potential risks. By collaborating closely with contractors and maintaining strict
adherence to contract terms, we ensure that any necessary changes are addressed promptly and effectively, minimizing
their impact on project timelines and costs.
Stakeholder Coordination and Transparency: Collaboration with City staff, contractors, and stakeholders is vital for
successful project execution. Z&K fosters an open communication environment, ensuring alignment with the City's
objectives and community needs. Regular meetings, public updates, and accessible reporting tools provide transparency,
while our streamlined communication strategy facilitates seamless collaboration.
Regulatory Compliance and Documentation: Adherence to federal, state, and local regulations is a cornerstone of our
approach. Z&K ensures that all construction activities comply with ADA standards, stormwater management requirements,
and other applicable regulations. Detailed documentation of compliance activities is maintained, providing a reliable audit
trail and ensuring grant funding eligibility.
Methodologies for Managing Delivery of Services
Work Task Control: Each task is meticulously managed through a detailed Work Breakdown Structure (WBS), which
outlines deliverables, timelines, and responsibilities. Z&K employs tools such as Primavera P6 and Procore to manage and
monitor task progress in real time, ensuring that schedules and budgets remain on track.
Assignment Tracking: Our cloud-based task management systems, including Smartsheet, enable transparent assignment
tracking. Tasks are prioritized, monitored for completion, and adjusted as needed to maintain project flow. Automated
notifications ensure accountability across all team members, providing the City with clear visibility into progress.
Integrated Communication Strategy: Z&K employs a multi-tiered communication approach:
•Internal Coordination: Weekly meetings ensure alignment and address challenges within the team.
•City Coordination: Regular check-ins with City staff provide updates on milestones, budgets, and adjustments.
•Community Engagement: Outreach activities, including forums, newsletters, and dashboards, keep the public
informed and engaged.
Project Status Reporting: Detailed progress reports are delivered on a weekly or bi-weekly basis, covering milestones,
financial expenditures, inspection results, and testing outcomes. These reports are integrated into visually engaging
dashboards, providing City staff and stakeholders with a comprehensive overview of project status and actionable insights.
By addressing these critical aspects through proven methodologies, Z&K ensures the successful delivery of construction
management, inspection, and materials testing services that meet and exceed the City's expectations.
Page 50
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
5.5 SCOPE OF WORK
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SCOPE OF WORK | 5.5 CONSTRUCTION MANAGEMENT AND INSPECTION
Z&K Consultants, Inc. is proud to present a detailed and comprehensive scope of work that outlines the construction
management and inspection services to be provided under this on-call contract. Our approach is tailored to address the
City of Rancho Cucamonga’s specific requirements, emphasizing quality, safety, and compliance. Each service area is
designed to ensure seamless project execution, clear communication among stakeholders, and adherence to project
timelines and budgets. Below is a detailed breakdown of the services Z&K will provide.
Construction Management | Z&K Consultants will provide comprehensive construction management services to ensure
all projects under this on-call contract are executed efficiently and effectively. Our construction management approach
includes contract administration, contract negotiation, responses to Requests for Information (RFIs), submittal reviews, shop
drawing evaluations, and detailed construction scheduling. We will also oversee the preparation and review of change
orders to ensure they are justified and compliant, maintain meticulous document control to organize project information, and
implement robust cost control measures. These practices are designed to facilitate seamless communication, foster
transparency, and ensure project objectives are met within the required timelines and budgets. Z&K Consultants will provide
comprehensive construction management services to ensure all projects under this on-call contract are executed efficiently
and effectively. Our construction management approach includes contract administration, contract negotiation, RFI
responses, submittal reviews, shop drawing evaluations, and construction scheduling. We will also oversee change orders,
maintain document control, and ensure cost control throughout the project lifecycle, ensuring seamless communication and
transparency with all stakeholders.
Development and Management of Logs | We will develop and maintain detailed logs
for RFIs and submittals to ensure accurate tracking and efficient resolution of contractor
inquiries and submissions. Our logs will be systematically updated to reflect current
statuses and will include timelines for responses, ensuring all project-related
documentation is easily accessible. By maintaining these comprehensive logs, Z&K
ensures accountability, supports informed decision-making, and provides a clear audit
trail that can be referenced throughout the project lifecycle. We will develop and manage
detailed RFI and submittal logs to track contractor inquiries and submittals effectively.
By maintaining accurate and up-to-date records, Z&K ensures that all project-related
documentation is easily accessible and provides a clear audit trail for quality assurance
and compliance.
Meeting Coordination and Documentation | Z&K will coordinate and facilitate pre-construction and progress meetings to
maintain alignment among all project stakeholders. Our team will prepare structured agendas to ensure meetings remain
focused on key issues and action items. Detailed meeting minutes will be prepared promptly after each meeting, capturing
discussions, decisions, and assigned responsibilities. This documentation will promote accountability, foster collaboration,
and ensure that all stakeholders are informed and aligned throughout the project duration. Z&K will coordinate and host pre-
construction and progress meetings to maintain alignment between all project stakeholders. We will prepare detailed
meeting minutes, ensuring all action items are clearly documented and assigned, promoting accountability and timely follow-
ups.
DBE/SBE and Grant/Loan Compliance | For projects involving
Disadvantaged Business Enterprises (DBE), Small Business Enterprises
(SBE), or grant/loan funding, Z&K will ensure strict adherence to all
applicable guidelines. This includes monitoring participation metrics,
preparing detailed compliance reports, and managing documentation to meet
funding agency requirements. We will implement efficient workflows to
facilitate compliance and maximize the use of resources while maintaining
eligibility for current and future funding opportunities. Our team’s expertise in
grant management ensures that all reporting and regulatory obligations are
met promptly and accurately. For projects with DBE/SBE participation
requirements or grant/loan funding, Z&K will ensure compliance with all
applicable guidelines. This includes tracking participation metrics, preparing required reports, and adhering to specific
funding regulations to maximize resource utilization and maintain eligibility for future funding opportunities.
Prevailing Wage Monitoring | Z&K will establish and implement procedures to ensure contractor compliance with federal
and state prevailing wage regulations. This includes reviewing certified payroll records, conducting periodic audits, and
resolving any discrepancies in a timely manner. Our team will also provide training and guidance to contractors regarding
prevailing wage requirements, ensuring that all parties understand their obligations. These efforts are aimed at promoting
fair labor practices and ensuring compliance with all regulatory requirements. Z&K will establish procedures to monitor
contractor compliance with federal and state prevailing wage regulations. We will conduct periodic wage audits, review
certified payroll records, and resolve any discrepancies promptly to ensure full compliance with labor standards.
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Inspection Records and Reporting | Our team will maintain detailed and organized inspection records to document all
aspects of construction activities. Utilizing the City’s inspection software, we will create and update comprehensive logs that
include inspection outcomes, compliance status, and any observed issues. These records will be reviewed regularly to
ensure consistency with project specifications and to provide a transparent account of all inspection activities. This process
supports effective project oversight and allows for quick resolution of discrepancies. Our team will maintain thorough
inspection records and reports to document all aspects of construction activity. Utilizing the City’s inspection software, we
will provide real-time updates and detailed logs of inspections, ensuring compliance with project specifications and fostering
transparency.
Daily Construction Observation and Inspection | Z&K’s inspectors will conduct daily site observations to verify that
construction activities comply with approved plans, specifications, and applicable regulations. Our team will prepare detailed
daily reports documenting site conditions, contractor activities, and any deviations from project requirements. By using the
City’s inspection software for real-time reporting, we ensure prompt identification and resolution of issues while maintaining
a thorough record of daily operations. Z&K’s inspectors will perform daily construction observation and inspection to ensure
that all construction activities conform to project documents. Our team will report findings through the City’s inspection
software, providing real-time updates and ensuring all issues are addressed promptly.
OSHA Compliance | Z&K is committed to maintaining safe and compliant jobsite conditions by ensuring adherence to
OSHA standards and other relevant safety regulations. Our team will conduct regular safety audits and inspections to
identify potential hazards and implement corrective actions as needed. We will also collaborate with contractors to promote
a culture of safety through training sessions, safety briefings, and ongoing monitoring. These efforts are designed to protect
all personnel on-site and ensure regulatory compliance. Z&K will ensure that jobsite conditions comply with OSHA safety
requirements. Our team will conduct regular safety audits and inspections to identify and mitigate potential hazards, ensuring
a safe working environment for all personnel.
Special Inspections and Material Testing | We will coordinate all required special inspections and material testing with
representatives from other agencies as necessary. Z&K’s proactive approach ensures that inspections and tests are
scheduled, conducted, and documented efficiently to avoid delays. Our team will verify that materials and workmanship
meet the required standards and specifications, ensuring the integrity and quality of the completed project. Detailed reports
will be provided to document compliance and support the overall quality assurance process. We will coordinate special
inspections and material testing with representatives from other agencies as needed. Our proactive approach ensures that
all required inspections are scheduled, completed, and documented to maintain compliance with project specifications.
Daily Journals and Logs | Z&K will prepare comprehensive daily journals that
detail all labor, equipment, and time-and-materials construction activities.
These records will serve as a critical resource for monitoring project progress
and verifying contractor performance. By maintaining accurate and detailed
logs, we ensure transparency, accountability, and a reliable record of daily
operations that can be referenced throughout the project. Z&K will prepare
detailed daily journals documenting laborers, equipment usage, and time-and-
materials construction activities. These records will serve as an essential tool
for tracking project progress and verifying contractor performance.
Progress Payments | Our team will measure completed work and prepare accurate documentation to support progress
payments. By ensuring precise quantity measurements and verification of completed milestones, Z&K facilitates timely and
accurate payment processing.
Liaison Services | Z&K will act as a liaison between the contractor and City staff to ensure seamless communication and
coordination. We will address contractor inquiries, relay information to City staff, and ensure alignment with project goals
and timelines.
Field Inspection Tools and Software | Z&K’s inspectors will be equipped with all necessary field inspection tools and have
full proficiency in the City’s inspection software. This ensures efficient documentation of site conditions, immediate reporting
of issues, and effective communication with project stakeholders.
Coordination and Management Services | Our team will coordinate and manage all required services, including a
comprehensive review of project sites, improvement plans, specifications, and special provisions. This approach ensures
that all project components align with the City’s standards and expectations.
Constructability Reviews | Z&K will provide thorough constructability reviews to identify potential design or construction
issues before project initiation. These reviews will reduce the risk of change orders, delays, and cost overruns, ensuring a
smoother project execution process.
Z&K Consultants is fully equipped to deliver exceptional Construction Management and Inspection Services under this on-
call contract. Our team’s commitment to quality, safety, and efficiency ensures successful project delivery that aligns with
the City of Rancho Cucamonga’s goals and expectations.
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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.
____________________________________
President
Crystal Fraire
None
01/13/25
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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.
01/13/24
President
Crystal Fraire
x
01/13/25
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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.
01/13/24
President
Crystal Fraire
President
Z&K Consultants, Inc
Crystal Fraire
01/13/25
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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.
01/13/24
President
Crystal Fraire
1
01/13/25
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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.
01/13/24
President
Crystal Fraire
Z&K Consultants, Inc
01/13/25
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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.
180
X
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign 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.
01/13/25
President
zandkconsultants.comcfraire@zandkconsultants.com
Crystal Fraire
Z&K Consultants, Inc
949-637-5040
17130 Van Buren Blvd, Suite 122
Riverside, CA, 92504
N/A
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
17130 Van Buren Blvd, Suite 122 | Riverside, CA 92504 | 951.310.7470 | www.zandkconsultants.com
STAFF HOURLY RATE
Principal ............................................................. $243.00
Senior Project Manager ....................................... $194.00
Project Manager .................................................. $192.00
Assistant Project Manager ................................... $149.00
Project Engineer .................................................. $178.00
Administrative Assistant ...................................... $132.00
Senior Grants Manager ........................................ $198.00
Grants Manager ................................................... $178.00
Senior Structural Engineer ............................................ $235.00
STAFF HOURLY RATE
SWPPP Practitioner ............................................. $177.00
Specialty Professional/Discipline ......................... $238.00
Constructability Reviewer .................................... $192.00
Assistant Environmental Scientist ........................ $148.00
Senior Landscape Architect ................................ $189.00
Landscape Architect ........................................... $182.00
Principal Architect .............................................. $210.00
Senior Architect .................................................. $204.00
Architect ............................................................ $198.00
3-Person Survey Crew ......................................... $397.00
2-Person Survey Crew ......................................... $307.00
1-Person Survey Crew ......................................... $208.00
Assistant Surveyor (not Licensed) ........................ $178.00
Drone Operator .................................................. $163.00
Community Relations
Strategic Advisor ................................................ $228.00
Senior Account Coordinator ................................ $168.00
Account Coordinator .......................................... $143.00
Senior Graphic Artist ........................................... $188.00
Graphic Artist ..................................................... $158.00
STAFF REGULAR TIME RATE1
OVERTIME RATE
(MON-FRI)2
OVERTIME
RATE (SAT)1
OVERTIME RATE
(SUN/HOLIDAY)
Senior Construction Manager ................................................ $204.00 – – –
QA/QC Manager .................................................................... $198.00 – – –
Senior Program Manager ....................................................... $216.00 – – –
Program Manager .................................................................. $206.00 – – –
Resident Engineer ................................................................. $220.00 – – –
Assistant Resident Engineer .................................................. $197.00 – – –
Construction Manager ........................................................... $198.00 – – –
Assistant Construction Manager ............................................ $159.00 – – –
Labor Compliance ................................................................. $158.00 – – –
Project Manager/Office Engineer ............................................ $156.00 – – –
Structures Representative ..................................................... $286.00 – – –
Assistant Structures Representative/Structures Inspector ...... $220.00 ............ $297.00 .... $297.00 ............ $396.00
Senior Construction Inspector (Prevailing Wage) 3, 5 ............... $188.00 ............ $243.00 .... $243.00 ............ $324.00
Senior Construction Inspector (Special Shift) 3, 4, 5 ................... $196.00 ............ $279.00 .... $279.00 ............ $372.50
Accessibility Expert/CASp Inspector ...................................... $208.00 ............ $312.00 .... $312.00 ............ $416.00
DSA/OSHPD Inspector of Record ........................................... $202.00 ............ $303.00 .... $303.00 ............ $402.00
Deputy Inspection (Prevailing Wage) 3, 5 .................................. $189.00 ............ $283.50 .... $283.50 ............ $378.00
Public Works Inspector (Non-Prevailing Wage) 5 ...................... $184.00 ............ $258.00 .... $258.00 ............ $344.00
Positions are subject to overtime rates billed at 1.5 times the regular rate for all time over eight (8) hours in a single day or work
performed on Saturdays. Double time rates apply for work performed on Sundays and holidays. The hourly rates include wages,
fringe benefits, and general and administrative overhead and fee, as well as typical supplies, tools, and equipment required to
perform services. Construction management software is not included in the base rate.
Z&K CONSULTANTS, INC.
STANDARD BILLING RATE SCHEDULE (2025)
Rates effective January 1, 2025 through December 31, 2030, for the full agreement term.
Beginning July 1, 2026, and each July 1 thereafter, Z&K may request an annual adjustment by notifying the City by May 15.
Increases will be tied to the CPI-U for Riverside-San Bernardino-Ontario,
capped at 5% annually without City Council approval.
ENGINEERING, MUNICIPAL, ENVIRONMENTAL, TRAFFIC, & SURVEYING SERVICES
NOTES & ASSUMPTIONS
PROJECT/CONSTRUCTION MANAGEMENT & INSPECTION SERVICES
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
17130 Van Buren Blvd, Suite 122 | Riverside, CA 92504 | 951.310.7470 | www.zandkconsultants.com
1. The listed rate applies to the first four hours of overtime during the week and/or the first eight hours of overtime on
Saturdays. All overtime beyond four hours during the week or eight hours on Saturdays is billed at the Sunday/holiday
rate.
2. Prevailing Wage Rates are subject to increases per the State of California’s Department of Industrial Relations Wage
Rate Determinations. Z&K's billing rates will increase in line with the DIR increase, plus overhead and profit. The current
rates are based on Determination SD-23-63-3-2023-2D, issued on 8/22/2023.
3. A Special Shift is defined as any shift starting after 5:00 PM and before 6:00 AM.
4. Minimum callout requirements for inspection staff are in line with Industrial Welfare Commission Order #16-2001:
o Cancellation of 8 hours scheduled inspection after inspector’s arrival on site: 4-hour minimum.
o Cancellation of 4 hours scheduled inspection after inspector’s arrival on site: 2-hour minimum.
5. For contracts involving public works inspection services, Z&K requires the awarding public agency to complete DIR
form PWC-100 for Z&K as the prime contractor, specific to the awarded contract name and amount. A half-hour per
week, per inspector, will be billed for labor compliance on all Prevailing Wage inspection assignments.
Overall Notes:
• Fees for Subconsultant Services: Billed at actual cost plus 5% to cover overhead and administration.
• Web-Based Contract Administration: Selected/specified cloud-based service billed at cost plus 15%.
• Escalation: For this Agreement, adjustments (if requested) are effective July 1, tied to CPI-U (Riverside–San Bernardino–
Ontario), capped at 5% annually without City Council approval; notice due by May 15.
• Late Payment Interest: Per California Public Contract Code §20104.50, Z&K may charge 10% annual interest on
undisputed invoices unpaid more than 30 days after receipt, unless disputed in writing within 7 days.
• Invoices will be submitted monthly and no later than three (3) months after services are rendered. Each invoice will
include a summary cover sheet and timesheets itemized by staff, date, and task. Additional backup will not be provided
unless specifically requested and approved in writing by the City. If such backup is requested, Z&K will provide it at an
administrative rate of $148/hour, plus applicable staff labor time. Invoice-related meetings or discussions will be billed
at standard contract labor rates and are outside the Not-to-Exceed amount. Comments on invoices must be provided
within 10 calendar days of submittal.
• Tasks/subtasks are estimates and we will be billed based on actual hours worked and the NTE amount of the contract.
Docusign Envelope ID: F1DB1922-4F12-4B23-8009-5A8525974041Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B