Loading...
HomeMy WebLinkAboutCO 2025-139 - Fehr & PeersPSA 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 Fehr & Peers, a California Corporation (“Consultant”). RECITALS A.City has heretofore issued its request for proposals to perform the following design professional services: on-call traffic engineering and transportation planning services (“the Project”). B.Consultant has submitted a proposal to perform the professional services described in Recital “A”, above, necessary to complete the Project. C.City desires to engage Consultant to complete the Project in the manner set forth and more fully described herein. D.Consultant represents that it is fully qualified and licensed under the laws of the State of California to perform the services contemplated by this Agreement in a good and professional manner. AGREEMENT NOW, THEREFORE, in consideration of performance by the parties of the mutual promises, covenants, and conditions herein contained, the parties hereto agree as follows: 1.Consultant’s Services. 1.1 Scope and Level of Services. Subject to the terms and conditions set forth in this Agreement, City hereby engages Consultant to perform all technical and design professional services described in Recitals “A” and “B” above, including, but not limited to on-call traffic engineering and transportation planning services all as more fully set forth in the 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 2025-139 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 2 percent (10%) of the total compensation specified in Section 3, may be approved in writing by the City’s City Manager without amendment. 1.3 Time for Performance. Consultant shall perform all services under this Agreement in a timely, regular basis consistent with industry standards for professional skill and care, and in accordance with any schedule of performance set forth in the Scope of Work, or as set forth in a “Schedule of Performance”. 1.4 Standard of Care. As a material inducement to City to enter into this Agreement, Consultant hereby represents that it has the experience necessary to undertake the services to be provided. In light of such status and experience, Consultant hereby covenants that it shall follow the customary professional standards in performing the Services. 1.5 Familiarity with Services. By executing this Agreement, Consultant represents that, to the extent required by the standard of practice, Consultant (a) has investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c) understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Consultant represents that Consultant, to the extent required by the standard of practice, has investigated any areas of work, as applicable, and is reasonably acquainted with the conditions therein. Should Consultant discover any latent or unknown conditions, which will materially affect the performance of services, Consultant shall immediately inform City of such fact and shall not proceed except at Consultant’s risk until written instructions are received from the City Representative. 2. Term of Agreement. The term of this Agreement shall be five (5) years and shall become effective as of the date of the mutual execution by way of both parties’ signature (the “Effective Date”). No work shall be conducted; service or goods will not be provided until this Agreement has been executed and requirements have been fulfilled. Parties to this Agreement shall have the option to renew in one (1) year increments to a total of two (2) years, unless sooner terminated as provided in Section 14 herein. Options to renew are contingent upon the City Manager’s approval, subject to pricing review, and in accordance to all Terms and Conditions stated herein unless otherwise provided in writing by the City. 3. Compensation. 3.1 Compensation. City shall compensate Consultant as set forth in Exhibit A, provided, however, that full, total and complete amount payable to Consultant shall not exceed $500,000 (per year), including all out of pocket expenses, unless additional compensation is approved by the City Council. City shall not withhold any federal, state or other taxes, or other deductions. However, City shall withhold not more than ten percent (10%) of any invoice amount pending receipt of any deliverables reflected in Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 3 such invoice. Under no circumstance shall Consultant be entitled to compensation for services not yet satisfactorily performed. The parties further agree that compensation may be adjusted in accordance with Section 1.2 to reflect subsequent changes to the Scope of Services. City shall compensate Consultant for any authorized extra services as set forth in Exhibit A. 4. Method of Payment. 4.1 Invoices. Consultant shall submit to City monthly invoices for the Services performed pursuant to this Agreement. The invoices shall describe in detail the Services rendered during the period and shall separately describe any authorized extra services. Any invoice claiming compensation for extra services shall include appropriate documentation of prior authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga, California. 4.2 City shall review such invoices and notify Consultant in writing within ten (10) business days of any disputed amounts. 4.3 City shall pay all undisputed portions of the invoice within thirty (30) calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in Section 3. 4.4 All records, invoices, time cards, cost control sheets and other records maintained by Consultant relating to services hereunder shall be available for review and audit by the City. 5. Representatives. 5.1 City Representative. For the purposes of this Agreement, the contract administrator and City’s representative shall be Marlena Perez, Principal Engineer or such other person as designated in writing by the City (“City Representative”). It shall be Consultant’s responsibility to assure that the City Representative is kept informed of the progress of the performance of the services, and Consultant shall refer any decisions that must be made by City to the City Representative. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the City Representative. 5.2 Consultant Representative. For the purposes of this Agreement, is Jason Pack, Principal hereby designated as the principal and representative of Consultant authorized to act in its behalf with respect to the services specified herein and make all decisions in connection therewith (“Consultant’s Representative”). It is expressly understood that the experience, knowledge, capability and reputation of the Consultant’s Representative were a substantial inducement for City to enter into this Agreement. Therefore, the Consultant’s Representative shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. Consultant may not change the Responsible Principal without the prior written approval of City. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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. 6.5 Consultant agrees to follow the provisions of the Affordable Care Act and shall indemnify, defend, and hold harmless the City for the payment of any Affordable Care Act penalties, fines, damages, assessments, awards, judgments or charges that the City may incur as a result of Consultant or any employee, agent, subcontractor of Consultant or subcontractor' s employee providing services under this Contract and payment of reasonable attorneys' fees incurred by the City in relation thereto. 6.6 Consultant agrees to follow the provisions of the California Paid Sick Leave Law (AB 1522) and shall indemnify, defend, and hold harmless the City for the payment of any related penalties, fines, damages, assessments, awards, judgments or charges that the City may incur as a result of Consultant or any employee, agent, or subcontractor of Consultant or subcontractor' s employee providing services under this Contract and payment of reasonable attorneys' fees incurred by the City in relation thereto. 6.7 Consultant agrees to follow all applicable provisions of federal, state and local law, statute and . regulation in performance of this Contract as it relates to employment of employees or otherwise, including but not limited to, the Federal Fair Labor Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 5 Standards Act and proper withholding of taxes, and shall indemnify, defend and hold harmless the City for the payment of penalties, fines, damages, assessments, awards, judgments or charges that the City may incur as a result of Consultant, or any employee, agent, or subcontractor of Consultant, or subcontractor' s employee, performing services under this Contract and payment of reasonable attorneys' fees in relation thereto. 7. Ownership of Work Product. 7.1 Ownership. All documents, ideas, concepts, electronic files, drawings, photographs and any and all other writings, including drafts thereof, prepared, created or provided by Consultant for City 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, 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. However, notwithstanding the foregoing, Consultant shall retain all rights, titles, and interests, including but not limited to all ownership and intellectual property rights, in all inventions, improvements, discoveries, methodologies, models, formats, software, algorithms, processes, procedures, designs, specifications, findings, and other intellectual properties developed, gathered, compiled or produced by Consultant prior to or independently of any of its services under this Agreement (" Background IP"), including such Background IP that Consultant may employ in the performance of this Agreement, or may incorporate into any part of the Work Product. Consultant grants City an irrevocable, non-exclusive, transferable, royalty -free license in perpetuity to use, disclose, and derive from, such Background IP, but only as an inseparable part of the WorkProduct. Third -party content that may be used or incorporated in the Work Product shall not become the property of City. Consultant shall secure all licenses necessary to any third -party content incorporated into Consultant's Work Product for City to utilize Consultant' s services and the Work Product for their intended purposes. 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 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 6 limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and publicizing the Project or any aspect of the Project. 7.3 Title to Intellectual Property. Consultant warrants and represents that it has secured all necessary licenses, consents or approvals to use any instrumentality, thing or component as to which any intellectual property right exists, including computer software, used in the rendering of the Services and the production of the Work Product and/or materials produced under this Agreement, and that City has full legal title to and the right to reproduce any of the Work Product. Consultant shall defend, indemnify and hold City, and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City officials, harmless from any loss, claim or liability in any way related to a claim that City’s use is violating federal, state or local laws, or any contractual provisions, relating to trade names, licenses, franchises, patents or other means of protecting intellectual property rights and/or interests in products or inventions. Consultant shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked documents, materials, software, equipment, devices or processes used or incorporated in the Services and materials produced under this Agreement. In the event City’s use of any of the Work Product is held to constitute an infringement and any use thereof is enjoined, Consultant, at its expense, shall: (a) secure for City the right to continue using the Work Product by suspension of any injunction or by procuring a license or licenses for City; or (b) modify the Work Product so that it becomes non- infringing. This covenant shall survive the termination of this Agreement. 8. Status as Independent Contractor. Consultant is, and shall at all times remain as to City, a wholly independent contractor. Consultant shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act as an agent of City. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant’s employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its officers, agents or employees are in any manner employees of City. Consultant shall pay all required taxes on amounts paid to Consultant under this Agreement, and to defend, indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 7 Consultant shall fully comply with the workers’ compensation law regarding Consultant and Consultant’s employees. 9. Confidentiality. Consultant may have access to financial, accounting, statistical, and personnel data of individuals and City employees. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are confidential and shall not be disclosed by Consultant without prior written authorization by City. City shall grant such authorization if applicable law requires disclosure. All City data shall be returned to City upon the termination of this Agreement. Consultant’s covenant under this Section shall survive the termination of this Agreement. This provision shall not apply to information in whatever form that is in the public domain, nor shall it restrict the Consultant from giving notices required by law or complying with an order to provide information or data when such an order is issued by a court, administrative agency or other legitimate authority, or if disclosure is otherwise permitted by law and reasonably necessary for the Consultant to defend itself from any legal action or claim. 10. Conflict of Interest. 10.1 Consultant covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the Services, or which would conflict in any manner with the performance of the Services. Consultant further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Consultant shall avoid the appearance of having any interest, which would conflict in any manner with the performance of the Services. Consultant shall not accept any employment or representation during the term of this Agreement which is or may likely make Consultant “financially interested” (as provided in California Government Code §§1090 and 87100) in any decision made by City on any matter in connection with which Consultant has been retained. 10.2 Consultant further represents that it has not employed or retained any person or entity, other than a bona fide employee working exclusively for Consultant, to solicit or obtain this Agreement. Consultant has not paid or agreed to pay any person or entity, other than a bona fide employee working exclusively for Consultant, any fee, commission, gift, percentage, or any other consideration contingent upon the execution of this Agreement. Upon any breach or violation of this warranty, City shall have the right, at its sole and absolute discretion, to terminate this Agreement without further liability, or to deduct from any sums payable to Consultant hereunder the full amount or value of any such fee, commission, percentage or gift. 10.3 Consultant has no knowledge that any officer or employee of City has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this transaction or in the business of Consultant, and that if any such interest comes to the knowledge of Consultant at any time during the term of this Agreement, Consultant shall immediately make a complete, written disclosure of such interest to City, even if such interest would not be deemed a prohibited “conflict of interest” under applicable laws as described in subsection 10.1. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 8 11. Indemnification. 11.1 Design Professional Services. To the fullest extent permitted by law, the Consultant shall, at its sole cost and expense, indemnify, defend, and hold harmless the City, its elected officials, officers, attorneys, agents, employees, designated volunteers, successors, assigns and those City agents serving as independent contractors in the role of City officials (collectively “Indemnitees” in this Section 11.0), from and against any and all damages, costs, expenses, liabilities, claims, demands, causes of action, proceedings, judgments, penalties, liens, stop notices, and losses of any nature whatsoever, including fees of accountants and other professionals, and all costs associated therewith, and reimbursement of attorneys’ fees and costs of defense (collectively “Claims”), whether actual, alleged or threatened, to the extent arising out of, pertaining to, or relating to, the negligence, recklessness or willful misconduct of the Consultant, and/or its officers, agents, servants, employees, subcontractors, contractors or their officers, agents, servants or employees (or any entity or individual for which or whom the Consultant shall bear legal liability) in the performance of design professional services under this Agreement by a “design professional,” as the term is defined in California Civil Code § 2782.8(c). The indemnification obligation herein shall not in any way be limited by the insurance obligations contained in this Agreement. Notwithstanding the foregoing and as required by Civil Code § 2782.8(a), in no event shall the cost to defend the Indemnitees that is charged to Consultant exceed Consultant’s proportionate percentage of fault. 11.2 Other Indemnities. With respect to claims and liabilities which do not arise in connection with the performance of professional services by a “design professional”, as that term is defined in California Civil Code Section 2782.8(c), including, but not limited to, those claims and liabilities normally covered by commercial general and/or automobile liability insurance, and to the maximum extent permitted by law, Consultant shall, at its sole cost and expense, protect, defend, hold harmless and indemnify the Indemnitees from and against any and all damages, costs, expenses, liabilities, claims, demands, causes of action, proceedings, judgments, penalties, liens, stop notices, and losses of any nature whatsoever, including fees of accountants, attorneys and other professionals, and all costs associated therewith, and the payment of all consequential damages (collectively “Damages”), in law or equity, whether actual, alleged or threatened, which arise out of, pertain to, or relate to the acts or omissions of Consultant, its officers, agents, servants, employees, subcontractors, materialmen, suppliers, or contractors, or their officers, agents, servants or employees (or any entity or individual for which or whom Consultant shall bear legal liability) in the performance of this Agreement, except to the extent the Damages arise from the active or sole negligence or willful misconduct of any of the Indemnitees, as determined by final arbitration or court decision or by the agreement of the Parties. Consultant shall defend the Indemnitees in any action or actions filed in connection with any Damages with counsel of the Indemnitees’ choice, and shall pay all costs and expenses, including all attorneys’ fees and experts’ costs as they are actually incurred in connection with such defense. Consultant shall reimburse the Indemnitees for any and all legal expenses and costs Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 9 incurred by the Indemnitees in connection therewith. The indemnification obligation herein shall not in any way be limited by the insurance obligations contained in this Agreement. . 11.3 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that they may possess against Consultant because of the acceptance by City, or the deposit with City, of any insurance policy or certificate required pursuant to this Agreement. 11.4 Waiver of Right of Subrogation. Except as otherwise expressly provided in this Agreement, Consultant, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the Consultant. 11.5 Survival. The provisions of this Section 11 shall survive the termination of the Agreement and are in addition to any other rights or remedies which Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee’s right to recover under this indemnity provision, and an entry of judgment against Consultant shall be conclusive in favor of the Indemnitee’s right to recover under this indemnity provision. 12. Insurance. 12.1 Liability Insurance. Consultant shall procure and maintain in full force and effect for the duration of this Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the services hereunder by Consultant, and/or its agents, representatives, employees and subcontractors. 12.2 Minimum Scope of Insurance. Unless otherwise approved by City, coverage shall be at least as broad as: (1) Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). (2) Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). (3) Worker’s Compensation insurance as required by the State of California, and Employer’s Liability Insurance. (4) Professional Liability insurance in a form approved by the City, having an extended reporting period of not less than three (3) years after completion of the Services which shall provide protection against claims of professional negligence arising out of Consultant’s performance of the Services and otherwise complying with all applicable Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 10 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: $1,000,000 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 11 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 12 breaches of warranty, shall not affect the coverage required to be provided. (8) Each policy except professional liability shall specify that any and all costs of adjusting and/or defending any claim against any insured, including court costs and attorneys' fees, shall be paid in addition to and shall not deplete any policy limits. (9) 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 13 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: Fehr & Peers 101 Pacifica, Suite 300 Irvine, CA 92618 Attn: Jason Pack, Principal 16. Non-Discrimination and Equal Employment Opportunity. In the performance of this Agreement, Consultant shall not discriminate against any employee, subcontractor, or applicant for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Consultant will take affirmative action to ensure that subcontractors and applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 14 17. Assignment and Subcontracting. Consultant shall not assign or transfer any interest in this Agreement or subcontract the performance of any of Consultant’s obligations hereunder without City’s prior written consent. Except as provided herein, any attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. 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. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 15 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. 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: Fehr & Peers By: ______________________________ Name Jason Pack Date ______________________________ Title City of Rancho Cucamonga By:________________________________ Name Date _________________________________ Title By: ______________________________ Name Steve Brown Date ______________________________ Title (Two signatures required if corporation) Rancho Cucamonga Fire Protection District By:________________________________ Name Date _________________________________ Title Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974D Jason D. Pack, P.E.; Principal 9/24/2025 | 7:56 AM PDT Sr Vice-President 9/24/2025 | 8:43 AM PDT Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 10/2/2025 | 11:23 AM PDT Mayor/President 10/2/2025 | 2:30 PM PDT Fire Chief PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 16 EXHIBIT A REQUEST FOR STATEMENT OF QUALIFICATIONS Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 17 EXHIBIT B CONSULTANT PROPOSAL Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 City of Rancho Cucamonga 10500 Civic Center Rancho Cucamonga, CA 91730 3750 University Avenue Suite 225 Riverside, CA 92501 (951) 274-4800 SOQ #24/25-501 for Various On-Call Services City of Rancho Cucamonga JANUARY 13, 2025 SUBMITTED TO: SUBMITTED BY: REQUEST FOR QUALIFICATIONS #24/25-501 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 4.1 Cover Letter/ Introduction January 13, 2025 Marlena Perez City of Rancho Cucamonga – Purchasing Division 10500 Civic Center Rancho Cucamonga, CA 91730 Dear Marlena Perez and Members of the Purchasing Division at the City of Rancho Cucamonga: At Fehr & Peers, our mission is to “…transform transportation consulting as the most trusted partner in the communities we serve…” Our focus is to be that trusted partner for the City of Rancho Cucamonga through our local Riverside office. This helps us understand the issues and needs of the community and better allows us to develop solutions that represent the goals and values of the agency. Fehr & Peers was founded in 1985. Since that time, we have focused on being the best transportation planning and traffic engineering firm we can be. To that end, we have enjoyed working closely with the City of Cucamonga (the City) on transportation engineering and transportation planning projects since 2014. Fehr & Peers is uniquely qualified to continue to support the City with the services given our extensive experience with the City in that time. Our internal team is composed of the following key staff: • Myself (Jason Pack, T.E.) as the contract lead and principal overseeing all tasks. I bring 25 years of traffic engineering experience. I have had the pleasure of working with the City on numerous projects, including on-call traffic engineering services. I also lead our City of Fontana, City of Lake Elsinore, and City of Beaumont On-Call traffic engineering contracts. • Delia Votsch, P.E., who has worked on a variety of projects in Rancho Cucamonga including PlanRC, ConnectRC, and multiple EIRs and traffic studies. Delia brings expertise working with the local travel demand forecasting models and, through her work with SBCTA and WRCOG, is the region’s expert on SB 743 implementation and mitigation. Delia will serve as TIA and VMT support. • Claude Strayer, P.E, RSP1 who is Fehr & Peers’s Southern California design discipline lead. He brings more than 16 years of design experience and has been overseeing our design practice in Southern California for the last six years. Claude will serve as the Signal Interconnect Lead, QA/QC, and Engineer of Record. • Baldwin Ngai, who joined Fehr & Peers after spending six years in the Engineering Department at the City of Rancho Cucamonga. Baldwin implemented the City’s ATMS traffic management system, designed traffic signals and signal timing for the City, oversaw the operation of the Traffic Management Center, and reviewed both traffic studies and signal design plans on behalf of the City. Baldwin will serve as the lead for traffic signal plans, traffic control plans, signing and striping plans, and support for interconnect. Please accept this proposal to assist the City of Rancho Cucamonga for Disciplines and Applicable Scope of Services 5.4 Traffic Engineering and Transportation Planning. I am the primary contact and authorized representative to sign and negotiate the final contract for these services. We look forward to our continued work with the City. Sincerely, Jason Pack, TE Principal-in-Charge and Consultant’s Representative j.pack@fehrandpeers.com (949) 308-6312 Subject: Request for Statement of Qualifications #24/25-501 for Various On-Call Services Fehr & Peers 3750 University Avenue Suite 225 Riverside, CA 92501 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 4.2. Table of Contents 1 4.3 Executive Summary 3 4.4 Firm Qualifications and Experience 8 4.5 Third Party/ Subcontractors 9 4.6 Staff Resumes and Organization Chart 11 4.7 Project Management Approach 14 5.4 Traffic Engineering and Transportation Planning * Also submitted as a seperate attachment via PlanetBids 17 Appendix: Resumes Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 4.3 Executive Summary Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 1 4.3 Executive Summary DESCRIPTION OF SERVICES Fehr & Peers is passionate about transforming transportation consulting through innovation and creativity. The firm derives inspiration by partnering with communities to understand and shape local transportation futures objectively tailored to diverse needs. Clients trust Fehr & Peers to help them overcome barriers and uncertainty by combining advanced expertise with curiosity, humility, and initiative to deliver implementable, data- driven solutions that reinforce community values. From the most straightforward to the most complex, team members actively listen to client and community needs and handle every project with diligence and focus. With a focus on innovation, Fehr & Peers differentiates itself by investing in research and development to anticipate needs, explore the unknown, and collaboratively imagine a better future. The company’s culture of applied innovation generates an appetite for new and better ways of approaching problems, motivates team members to explore emerging transportation concepts and mobility trends, and inspires the development of new analytical tools and techniques. As the firm grows, a steadfast commitment to inclusive, local, and long-term community relationships remains central to the core philosophy. Many of the company’s client relationships are decades long, built on years of listening, understanding, collaboration, and successful outcomes. Clients of Fehr & Peers have appreciated the firm’s long-term commitments to local communities, trusting the team as their objective partner in transportation since 1985. Together with the firm’s clients, Fehr & Peers is motivated by shared success, inclusive partnerships, and the positive impact the company’s work has on the communities it serves. We purposefully maintain a focus on transportation consulting, serving client needs including the following: YEAR FOUNDED FORM OF CORPORATION OFFICE LOCATIONS AND NUMBER OF STAFF 1985 39 years in business; operating in Southern California since 2005 S-Corporation 395 employees firm-wide 19 branch offices across the USA in WA, OR, CA, CO, UT, TX, FL and DC 94 employees in Southern California Riverside, CA - 6 Orange County, CA - 17 Los Angeles, CA - 38 Long Beach, CA - 15 San Diego, CA - 18 Sacramento, CA - 21 Roseville, CA - 24 San Jose, CA - 24 San Francisco, CA - 26 Walnut Creek, CA - 80 Oakland, CA - 25 Seattle, WA - 26 Tacoma, WA - 7 Portland, OR - 6 Dallas, TX - 4 Denver, CO - 20 Washington, DC - 10 Orlando, FL - 9 Salt Lake City, UT - 17 ›Active Transportation ›Communications & Engagement ›Safety ›Transportation Engineering ›Land Use & Transportation ›Climate & Resilience ›Parking ›Data Science ›Transit Planning ›Emerging Technologies ›Equity in Transportation ›Transportation Forecasting & Operations ›Freight Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 2 WHY CLIENTS HIRE US Clients hire Fehr & Peers because we provide the right combination of leading-edge technical skills, high- quality work, and superior client service. We thrive on challenging assignments in controversial environments where complex problems can only be solved by using state-of-the-practice analytical techniques, developing innovative, yet practical solutions, and achieving consensus amid the diverging views of stakeholders. We often find ourselves called into projects where others have failed. We consider each potential assignment carefully, and we only accept those projects to which we are fully committed and able to complete successfully. We are committed to meeting or exceeding our clients expectations through outstanding service. As part of this commitment, we regularly perform surveys to assess client satisfaction and to identify areas of improvement. Based on client surveys received in the past year, 100% of our clients would use us again. Detailed information for Fehr & Peers understanding of the scope of work and our approach, qualifications, and experience are located in the following pages of this statement of qualifications. Key Staff Location and Availability Jason Pack, TE Riverside, CA Jason’s current assignments include serving as Principal for several On-Call contracts for the cities of Rancho Cucamonga, Fontana, Beaumont, Lake Elsinore and more. He also leads business development initiatives for Fehr & Peers Orange County and Inland Empire offices. Jason has 25% availability for this project. Delia Vostch, PE Irvine, CA Delia’s current assignments include serving as project manager for the City of Rancho Cucamonga’s Station High Speed Rail and City of Fontana Chaffey College signal design. She is also the Fehr & Peers Orange County office manager and oversees the everyday functions for the OC office. Delia has 40% availability for this project. Claude Strayer, PE, RSP1 San Diego, CA Claude’s current assignments include providing design services for the City of Irvine Bikeway Study, the City of Ontario On-Call, and various other On-Calls in the region. He is the design lead for all of Fehr & Peers Southern California offices and serves as project manager for projects in San Diego, Los Angeles, and Orange Counties. Claude has 30% availability for this project. Baldwin Ngai Irvine, CA Baldwin’s current assignments include assisting the City of Rancho Cucamonga with the Station High Speed Rail and Haven at 26th TIA Projects, and the City of Laguna Beach’s Comprehensive Safety Action Plan. As a former employee of the City of Rancho Cucamonga, Baldwin’s intimate and historic knowledge of the City’s processes will allow him to quickly respond to various project requests. Baldwin has 50% availability. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 4.4 Firm Experience and Qualifications Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 3 FIRM EXPERIENCE Fehr & Peers has specialized in providing transportation planning and engineering services to public and private sector clients since 1985, including designing traffic signal systems, preparing traffic management plans/maintenance of traffic plans, conducting traffic simulation analyses to optimize operations, and preparing plans, specifications and cost estimates. We have been designing traffic signals and signal systems in Orange County since our first office opened here over 15 years ago. We have over 80 staff dedicated to design work across California, including Claude Strayer, who brings over 15 years of experience. We are locally focused, providing transportation planning and engineering services to public and private clients throughout Orange County. We emphasize the development of creative, cost- effective, and results-oriented solutions to planning and design problems associated with all modes of transportation. By focusing only on traffic and transportation, we offer specialized experience and unmatched value to our clients. A detailed graphic including Fehr & Peers years in business, office locations, organization, and incorporation are located in 4.3 Executive Summary. TRAFFIC ENGINEERING Many of the tasks outlined in the RFQ are traffic engineering design related tasks. Since Fehr & Peers regularly teams with civil engineering firms, we do not offer traditional civil engineering services. However, where our understanding and knowledge of traffic engineering can be useful to the project, we have created a design practice around those services. This typically includes: signal design, lighting design, signing and striping, and roundabout concepts. Fehr & Peers has unique expertise in providing transportation engineering services from early conceptual design through construction documents and field implementation. We integrate our design and construction experience with our knowledge of planning and operations to provide clients with a unique combination of creative, yet practical solutions that address the needs of all travel modes. This comprehensive approach to transportation engineering is beneficial to clients looking to make cost-effective decisions and develop biddable projects with minimal complications during construction. Our transportation engineering services range from Conceptual Engineering to Plans, Specifications, and Estimates (PS&E) to Construction Support. SPECIALIZED SERVICES ›Traffic Calming Devices ›Intelligent Transportation Systems ›Traffic Signals ›Ramp Metering ›Signal Interconnect Systems ›Bicycle and Pedestrian Signals ›Emergency and Railroad Pre-emption ›Signing ›Pavement Delineation ›Street, Walkway and Bikeway Lighting Systems ›Roundabouts ›Traffic Control/Management Plans ›Complete Streets and Streetscape projects ›Conceptual Engineering feasibility assessments for all travel modes ›Design-Build projects Fehr & Peers has created a portfolio of some of our local design work proximate to the City of Rancho Cucamonga which can be accessed by clicking the graphic below. Please note that many of our examples are specific to the City of Rancho Cucamonga: 4.4 Firm Experience and Qualifications Click to view our Design Portfolio Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 4 Our design qualifications emphasize the value we can provide to the City – design efforts where our understanding of unique transportation issues add value to the project design. For our other city on-call efforts, this tends to include signal design, peer review of other consultant’s signal design, concept design for roundabouts, and active transportation facility design. TRANSPORTATION PLANNING Since our inception in 1985, Fehr & Peers has developed a strong reputation as a leader in preparing innovative transportation plans with an emphasis on integrating land use decisions with transportation investments. We believe that the most effective transportation plans are those where transportation improvements allow people to move freely while also fostering good urban form and economic development. We have successfully employed this philosophy in developing transportation plans and impact assessments for thousands of clients throughout the United States and abroad. Unlike other firms, we internally finance our own leading-edge research on key topics related to land use and transportation integration to provide our clients valuable information and recommendations. Much of this research centers around quantifying the effects of various built environment factors on trip generation and mode choice. This work has been assembled into our MainStreet tool, which provides an accurate and comprehensive estimate of trip generation for both suburban and urban conditions. Our TDM+ tool quantifies the effects of Transportation Demand Management (TDM) programs on vehicle miles traveled, empowering clients to make informed decisions with respect to their investments. We have published numerous papers on our research and are often engaged by agencies such as the U.S. Environmental Protection Agency and the State of California to put our work into practice via the development of improved analysis methods and policy guidance. SPECIALIZED SERVICES ›Transportation Elements of Comprehensive, General, and Specific Plans ›Smart Growth /Mixed-Use Trip Generation (i.e., the “Ds”) ›Transit-Oriented Developments ›Context-Sensitive Design and Complete Streets ›Intermodal Centers SPECIALIZED SERVICES CONT’D ›Campus Master Plans ›Entertainment and Special Event Venues ›Transportation Impact Assessments for environmental clearance documents (including NEPA, CEQA, and SEPA) ›Impact Fee Programs ›Parking Needs and Financial Analysis ›Shared Parking for mixed-use development ›Site Access and Circulation ›Transportation Demand Management Planning and Monitoring ›Health Impact Analyses Outside of our work with the City doing peer review work, work on the active transportation plan, assisting with the General Plan, and all of our other work with the City on a variety of other transportation planning efforts, we also know all of the local tools utilized for transportation planning in the County. Specifically, Fehr & Peers assisted with building the regional SBTAM travel demand forecasting model. Our involvement in developing the model has supported our understanding of what the model does well and where the model could be improved as it relates to evaluating projects. Fehr & Peers created the SBCTA SB 743 Vehicle Miles of Travel (VMT) screening tool that many consultants utilize to evaluate VMT impacts. This allows us to understand the supporting data utilized in VMT assessment and allows us to understand whether the results from the screening tool makes sense. Fehr & Peers SBCTA VMT Screening Tool Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 5 Similar Representative Projects City of Rancho Cucamonga Peer Review Services a) Agency: City of Rancho Cucamonga b) Contact Person: Jason Welday, Director of Engineering Services; (949) 424-6369; Jason. Welday@cityofrc.us c) Years of Work: 2022 - 2024 d) Team Members Involved: Jason Pack, Delia Votsch, Claude Strayer, Baldwin Ngai Fehr & Peers is providing services for conducting or reviewing VMT assessment and/ or full traffic impact studies (VMT and level of service (LOS)) as part of the development review process. City of Rancho Cucamonga General Plan Update a) Agency: City of Rancho Cucamonga b) Contact Person: Matt Burris, Deputy City Manager; (951) 801-5350; Matt.burris@cityofrc.us c) Years of Work: 2020 - 2021 d) Team Members Involved: Jason Pack, Delia Votsch Fehr & Peers updated the Community Mobility Element of the award-winning General Plan for the City of Rancho Cucamonga. The update was based on a comprehensive analysis of the existing transportation system serving Rancho Cucamonga, including the roadway system, commuter rail service, bus service, pedestrian facilities, bicycle facilities and collision statistics. The Mobility Element was developed consistent with the identified goals and values derived from the City’s public outreach process. Key elements included capitalizing on the high-capacity transit investments occurring in Rancho Cucamonga (Brightline project to the Rancho Cucamonga Transit Station, tunnel to the Ontario Airport, and future transit connections to the Civic Center and beyond). In addition to updating the Mobility Element, Fehr & Peers also completed the City’s Emergency Evacuation study that addressed SB 99 requirements related to mapping parcels in high-fire severity zones with only one point of access and addressing AB 747 requirements related to addressing the capacity and viability of the transportation system under a range of evacuation scenarios. Healthy Active Transportation Plan a) Agency: City of Rancho Cucamonga b) Contact Person: Clarence de Guzman, Management Analyst; (909) 774-4024; Clarence. DeGuzman@cityofrc.us c) Years of Work: 2022 - 2023 d) Team Members Involved: Jason Pack, Delia Votsch Fehr & Peers led the team developing a school- oriented Active Transportation Plan (ATP) for the City of Rancho Cucamonga. The plan builds on the City’s award-winning General Plan (also supported by Fehr & Peers) that identified a robust active transportation network as part of their layered mobility network. As part of our work on the ATP, we prioritized previously planned projects and identified new projects to complete the citywide active transportation network with a heavy focus on access to schools. We provided regular updates to representatives from all school districts serving the city, hosted a series of workshops and pop-up outreach events, including facilitated discussions with youth leaders through the City’s Annual Teen Summit. The final plan presents a detailed list of feasible projects with a strong emphasis on near- term implementation. Southeast Industrial Area Environmental Impact Report a) Agency: City of Rancho Cucamonga b) Contact Person: Chad Beckstrom, Senior Environmental Director, Ascent Environmental, Inc.; (949) 569-9448; chad.beckstrom@ascent.inc c) Years of Work: 2023 - 2024 d) Team Members Involved: Jason Pack, Delia Votsch As part of a team, Fehr & Peers assisted the City of Rancho Cucamonga to prepare the transportation studies for three properties in the Southeast Industrial Area for their Draft Environmental Impact Reports. We evaluated local transportation deficiencies and evaluated the Project’s VMT using the latest version of SBTAM consistent with the City of Rancho Cucamonga Transportation Impact Analysis (TIA) Guidelines. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 6 Local On-Call Experience Fehr & Peers provides on-call services for a variety of agencies in Orange County and the Inland Empire. Our services include those requested in the RFP and relate to the core of what Fehr & Peers does – Traffic Engineering and Transportation planning. The following matrix identifies some of our on-call contracts that are active in our local office and notes how those compare to what is being requested in the RFQ. Fontana Lake Elsinore Beaumont Eastvale Rancho Cuca-monga 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 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 7 9th and Vineyard Warehouse Environmental Impact Report a) Agency: City of Rancho Cucamonga b) Contact Person: Susanne Huerta, Senior Environmental Planner, Rincon Consultants, Inc.; (805) 644-4455; shuerta@rinconconsultants.com c) Years of Work: 2023 - Ongoing d) Team Members Involved: Jason Pack, Delia Votsch, Claude Strayer As part of a team, Fehr & Peers assisted the City of Rancho Cucamonga to prepare the transportation study for their Draft Environmental Impact Report for the 9th and Vineyard Development Project. Fehr & Peers updated the project trip generation with new data and information from the updated Project description. We also updated the Project traffic volumes to be used in the air quality/noise analysis and evaluated the Project’s VMT using the latest version of SBTAM consistent with the City of Rancho Cucamonga TIA Guidelines. El Camino Traffic Impact Analysis a) Agency: City of Rancho Cucamonga b) Contact Person: Davie Cowan, Executive Secretary, Kimley – Horn and Associates, Inc.; (951) 543-9868; Davie.Cowan@kimley-horn.com c) Years of Work: 2023 - Ongoing d) Team Members Involved: Jason Pack, Delia Votsch, Baldwin Ngai Fehr & Peers provided trip generation estimates, trip distribution estimates, trip assignment estimates, and preliminary estimates. We also developed analyzed parking demand and prepared a TIA report. Foothill Lofts Traffic Scoping and Transportation Impact Analysis a) Agency: Foothill Lofts LLC b) Contact Person: Davie C Todd Cadwell, Foothill Lofts LLC; tcadwell@realmre.com c) Years of Work: 2023 - 2024 d) Team Members Involved: Jason Pack, Baldwin Ngai Fehr & Peers provided the traffic scoping memo, collected traffic counts at the studied intersections to obtain existing signal timing. Summarized and provided results of a transportation impact study report. High Speed Rail Study a) Agency: City of Rancho Cucamonga b) Contact Person: Chad Felix, Traffic Engineer; (909) 477-2750; Alberto.Felix@cityofrc.us c) Years of Work: 2024 - Ongoing d) Team Members Involved: Jason Pack, Delia Votsch, Baldwin Ngai Fehr & Peers is working with Mark Thomas to provide a traffic analysis on Milliken Avenue with the planned upcoming High Speed Rail Service. In addition to looking at traffic operations on Millken Avenue, Fehr & Peers also estimated trip generation and provided comments on on-site station access and circulation. We also prepared concept designs of the proposed operational improvements on Milliken Avenue, and Mark Thomas is researching and identifying and barriers to implementing those improvements and providing conceptual cost estimates. Foothill and Haven Roadway Design a) Agency: City of Rancho Cucamonga b) Contact Person: Jason Welday, Director of Engineering Services; (949) 424-6369; Jason. Welday@cityofrc.us c) Years of Work: 2022 - 2024 d) Team Members Involved: Jason Pack, Delia Votsch, Claude Strayer Fehr & Peers is preparing conceptual roadway designs for the City of Rancho Cucamonga on two key corridors in the City. Both Foothill Boulevard and Haven Avenue are envisioned to serve future Bus Rapid Transit (BRT) service, and provide enhanced bike and pedestrian facilities that will enable development and redevelopment along both corridors consistent with the City’s General Plan. Fehr & Peers worked collaboratively with the City to provide a concept for multi-way “frontage” roads, center-running BRT, Class IV and II bike lanes, widened sidewalks, and enhanced mid-block crosswalks. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 4.5 Third-Party/ Subcontractors Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 8 4.5 Third-Party/ Subcontractors Fehr & Peers does not intend to use subcontractors for the implementation of the proposed services. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 4.6 Staff Resumes and Organization Chart Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 9 Fehr & Peers has nearly 400 staff that only do traffic engineering and transportation planning. Although we have offices from California to Florida, approximately half of our staff are located in the state of California. We have nearly 100 staff located in Southern California. Our key staff and their respective roles in this effort are indicated in the organization chart below. Complete resumes for the team that will be completing the work for this contract including the requested details from the RFQ are located in the Appendix. 4.6 Staff Resumes and Organization Chart Jason Pack, TE Principal-in-charge/ Project Manager and Consultant’s Representative Baldwin Ngai Planning/ Engineering Support Claude Strayer, PE, RSP1 Design Lead Delia Votsch, PE CEQA Expert Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 10 Jason Pack is a Principal with Fehr & Peers located in Southern California. He is actively involved in a wide variety of project work but also finds time to lead the firm’s research and development efforts in Emergency Evacuation assessment. Jason has an extensive background in travel demand forecasting, traffic operations assessment (including micro-simulation assessment), VMT analysis, big data analysis, transit ridership forecasting, and transportation impact studies involving NEPA and CEQA. His focus is to utilize his experience and the technical resources of the company to help clients answer their toughest questions related to mobility. Jason has enjoyed being a trusted advisor to the City of Rancho Cucamonga for the past ten year, serving as our point person for most of our work in the City including work on the Mobility Element in the General Plan and serving as the point person for our current on- call agreements with the City. Delia Votsch is an associate transportation planner and experienced project manager based in the Orange County/Inland Empire office. She was drawn into transportation engineering because of the potential to improve the built environment and to solve exciting and complex problems. Delia brings a perspective of having lived and worked in different communities, with a commitment to serving those communities and her clients. Delia has led several large studies regarding the implementation of SB 743 and establishment of VMT mitigation programs and has calculated and documented VMT impact and mitigation for over 25 land use development and transportation projects in Southern California. Baldwin Ngai is a project manager at Fehr & Peers. His project experience includes conceptual and engineering design, traffic signal systems, ITS deployment, plans and specifications, and comprehensive intersection traffic analysis. He also serves as project manager or technical lead on multiple on-call transportation engineering contracts in the Inland Empire. Having previously worked at the City of Rancho Cucamonga, Baldwin is intimately familiar with the City’s ATMS system and City preferences when it comes to signal design plans. His knowledge of the City is extensive which will add value to this effort. Jason Pack, TE Principal-in-Charge/Project Manager »25 years with firm »Licensed Traffic Engineer, California: TR 2402 »BS in Civil Engineering, UC, Davis Delia Votsch, PE CEQA Expert »9 years with firm »Licensed Civil Engineer, California, No.: 90171 »BS in Civil Engineering, Drexel University Baldwin Ngai Planning/ Engineering Support »2 years with firm »BS, Chemical and Environmental Engineering, UC, Riverside Claude Strayer serves as the Southern California Traffic Design Lead and would oversee all design related task orders on this project. Mr. Strayer has a range of transportation experience with the design of bicycle facilities, signing and striping plans, safe routes to school improvements, pedestrian facilities, traffic signal upgrades, wayfinding and the public involvement process. He has led teams of designers on a variety of other transportation engineering projects such as temporary traffic control, roadway and sidewalk design, and lighting. He also has experience performing traffic analysis as well as studies with respect to parking, circulation and school zone safety. Claude has extensive experience with the City of Rancho Cucamonga leading many of our signal design efforts with the City. This includes a variety of signals along Haven, Foothill, 4th and 6th Streets in addition to conceptual roundabout review along Church Street. Claude Strayer, PE, RSP1 Design Lead »8 years with firm »Licensed Civil Engineer, California, No.: 86774 »BS, Civil Engineering, Northeastern University Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 18 4.7 Project Management Approach Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 11 4.7 Project Management Approach PROJECT UNDERSTANDING We understand that this on-call is to support the City with transportation planning/traffic engineering specific services. Given that providing these services is all that Fehr & Peers does companywide, we have the correct mix of staff and resources to assist with whatever they require through this on-call. Through our extensive experience with the City, we can apply our local understanding with the latest design and planning efforts to ensure that we are delivering designs and recommendations that are innovative, while at the same time, are grounded with sound engineering practices (like California Manual on Uniform Traffic Control Devices (CA-MUTCD) requirements). A perfect example of how our approach translates on a design project is best reflected in our efforts at the 6th Street/Resort Parkway intersection. When we worked on the signal design and striping for that effort, we had a sit-down conversation with the City on the best way to handle bicycles at this intersection given the planned Class IV facility on 6th Street. Fehr & Peers brought up the idea of a two-stage bicycle-queue box as a great solution for left-turns from 6th Street to Resort Parkway. At the time, this treatment was still experimental through Federal Highway Administration and we discussed the pros/cons of potentially implementing an experimental project. The City was not interested in filing for experimental status at the time, but we also realized that other treatments (like a bike box at the intersection) were not appropriate. Ultimately, we worked with the City to develop an approach to change the facility from a Class IV to a Class II to maintain consistency with the CA-MUTCD while providing the ability for bicycles to get over into the left-turn lane like they would if it were a Class II facility. We also identified the potential for a bail-out ramp and allowing bicycles to exit the facility and ride a short distance on the sidewalk such that they could cross with the pedestrians at the signal. Although the two-stage bicycle-queue boxes were approved for use less than a year later and we still felt it likely was the best treatment at the intersection, we worked with the City to develop a design solution that was consistent with the City’s interest/comfort level and integrated it into the ultimate design for the project collaboratively. This type of approach and desire to understand the specifics of each project before offering solutions is one reason that Fehr & Peers has been a long-trusted partner of the City of Rancho Cucamonga. Since the opening of our local office in 2005, we have collaborated extensively with the City. FIRM’S MANAGEMENT APPROACH For this project, Jason Pack will serve as the principal- in-charge and contract manager. We submit monthly invoices with progress reports reflecting our work over the previous month, with progress reports outlining the work completed and the tasks remaining. Our Deltek budget monitoring software is web- based, allowing for real-time review from the office and remote locations. Additionally, we employ the Microsoft software package that includes Teams for seamless internal and external virtual meetings, and the use of Outlook for managing emails and meetings internally and with agency staff. Since Fehr & Peers is not proposing to include any subcontractors, this coordination will be simplified and streamlined by virtue of not requiring any additional teaming partners for this on-call. Fehr & Peers Annual revenue exceeds $60M dollars across nearly two dozen offices. As a local and growing business since 1985, we have routinely managed and effectively delivered hundreds of projects simultaneously across the firm and individual offices. The process and tools described above will be used to align the City’s needs and scope of work with available staff who have knowledge and expertise in transportation design and engineering. PROJECT MANAGEMENT Fehr & Peers will be responsible for project management, including overall technical quality of the work and meeting project schedules. Our management structure focuses on open lines of communication and an open-door policy, allowing for regular access to the most appropriate technical minds for the task. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 12 We would recommend opening up a contract in our accounting system for the on-call effort. We place the contracting capacity into a zero (0) phase that will not be allowed to be billed against. We would suggest that “standard” tasks, such as traffic signal design review, scoping memo review, traffic study review, and other similar tasks would have a predetermined fee tied to them. This process would enable us to move fees from our zero phase into a subsequent phase for each task assigned to us from the City. We believe that this approach streamlines our ability to work on tasks assigned from the City while acknowledging the cost to complete those efforts. In addition, this process allows the City to know the required costs for reviews that can be passed onto developer application and can be recouped by the City accordingly. For other specific requests related to CIP projects or other needs, Fehr & Peers would develop a detailed scope and fee estimate for that request and submit to the City for review and approval before moving the budget out of the zero phase to complete the assessment. We have found that this type of project management approach ensures that we are tracking budgets appropriately based on the tasks assigned but also allows our on-call contracting amount to be tracked in real time through our accounting system. Once the effort is set up and subsequent work is authorized, we set up our internal team to work on the effort. That would typically include an individual early in their career to conduct any technical work or data collection, a senior staff individual to manage the task, and myself as principal to oversee the overall effort and complete final review of any deliverables. This approach, combined with a detailed scope of work and associated fee estimate, ensures that the City’s expectation for the efforts are aligned with our understanding and approach for the project. QUALITY CONTROL PROCEDURES Fehr & Peers takes the QA/QC process very seriously as the quality of our documents and plans directly reflect how our clients perceive the value of services they receive from us. Given this focus, we have developed specific QA/QC processes that are dependent on what the task order entails. This includes specific QA/QC checklists developed to verify the quality of our technical analyses from both the travel demand model and from our traffic analysis (Synchro) efforts. We have a totally different QA/QC process for all our design projects. Fehr & Peers can provide our QA/QC process, as documented, for each specific task order to the City. Although our QA/QC efforts are specific to the type of assessment, there are several key components that percolate through all our projects. That includes identification of a QA/QC manager at the outset of the project (someone who is not involved in the day- to-day efforts in the project), review of all documents and plans by a registered engineer in California, and ultimate review of the final deliverables by the project manager and the principal in charge of the project. We believe the ultimate testament to our QA/QC process is reflected in our project surveys that we sent to every client at the end of every project. If we did not have an effective QA/QC process or were not responsive to our clients, these surveys would reflect the need to improve in those categories. In 2023 100% of our clients say they would use us again and 98% of our clients said we met or exceeded their expectations. These responses from our clients validates the fact that our standard QA/QC process is robust and ensures the completion of quality documents and quality designs for our clients. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 13 COST AND SCHEDULE CONTROL PROCEDURES In addition, proactive project management and client service is paramount to our success. Two key factors for a successful project are budget and schedule control. Fehr & Peers uses the following methods to ensure schedule control throughout this on-call project. • We will finalize the project schedule with the City at the kick-off meeting, which includes start and end date of each task as well as the submittal timelines. • We will maintain a written communication log (i.e., telephone, email, and in person) for submittal to the City Project Manager identifying the issues that were discussed and action items. • We will prepare and submit monthly progress reports to the City Project Manager. Progress reports will include work status and budget expenditure by task, issues that require immediate resolution by the City, adherence to project schedule, significant accomplishments, and planned work. • In the event that this project faces a setback due to an unforeseen issue, we can typically bring the project back on budget and schedule using one or more of the following approaches: »Adjusting Resource Allocation. Some tasks may require more than the anticipated level of effort, while others can be satisfactorily completed with less. »Increased Efficiency. Our project management system promptly alerts us to any task overruns, allowing us to quickly respond with a plan to more efficiently perform subsequent tasks. »Strategic Use of Technical Experts. As a large multimodal transportation planning and engineering firm, Fehr & Peers can make strategic use of our staff resources to suggest methods to quickly address unforeseen obstacles and move the project forward. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 22 5.4 Traffic Engineering and Transportation Planning Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 14 5.4 Traffic Engineering and Transportation Planning SCOPE OF WORK OBJECTIVES For each requested task order, Fehr & Peers will provide the City a detailed scope of work and fee estimate. This will enable us to ensure that our understanding of the requested task order is consistent with the City’s understanding. Additionally, it will assist us in tracking each task and time spent on each task to make sure we are utilizing the resources authorized under this on-call agreement efficiently. APPROACH Our approach to every task would be the same – to work with the City to identify the most appropriate scope of work, estimate the person hours to complete the scope of work, agree to an appropriate schedule, and complete the effort. We have found that setting expectations and executing tasks to those expectations is the easiest way to ensure a successful project. Communications is also critical to project success. To that end, we typically tailor our communications depending on the services and interests of the client. For example, with the City of Fontana we attend weekly meetings with their staff to assist in project coordination. For our work with the City of Rancho Cucamonga, Santa Ana, and Eastvale, our services are specific to reviewing traffic studies and we have typically returned our reviews within one week and email-only correspondence has been sufficient. For other high-profile or litigious projects, we have weekly coordination or we attend in-person coordination to be mindful of public records requests. KEY SERVICES As noted in the RFQ, we understand that the City is looking to create a bench of consultants to assist on specific tasks required by the City. Fehr & Peers approach to Traffic Engineering and Transportation Planning projects related to the possible scope of work under this On-Call contract are as followed: Preparation or Review of Traffic Engineering Reports, Traffic Impact Analysis, Traffic Signal Design Plans, and Transportation Planning Studies or Project Specific Traffic Related Issues Analysis Fehr & Peers is uniquely qualified to assist with this effort as it relates to both VMT and LOS. We helped develop the RIVCOM model through WRCOG (as a sub to WSP) and have performed travel demand forecasting tasks for more projects than any other firms in the region. In addition to travel demand modeling, we have also completed operations analysis modeling for a variety of projects using Synchro, SimTraffic, VISSIM, HCS, VISTRO, TransModeler, and a variety of other softwares. Our expertise in this area is extensive; especially in the Inland Empire assisting local and regional agencies for projects on the state highway system and the local roadway system. We serve as peer reviewers of traffic studies for agencies such as Fontana, Eastvale, and Beaumont to name a few. Our reviews typically focus on consistency with agency guideline requirements; and also use our knowledge of the study area to inform the review of key issues in the area (existing safety concerns, existing congestion, etc.). In addition to reviewing studies, we routinely complete studies for development, planning efforts, and/or infrastructure projects using the same care and considerations as when we are reviewing studies as seconded staff. Fehr & Peers has prepared signal design plans for almost a dozen signals in the City. Baldwin Ngai was trained on signal design by Jason Welday and is very familiar with the City’s preferences related to electrical design. We have also peer reviewed design plans submitted by others as part of our existing on-call with the City. We are well suited to assist the City in this area on an as needed basis. Finally, our expertise in VMT estimation is extensive. We assisted WRCOG and SBCTA with their VMT Implementation Program and have continued that work in exploring VMT mitigation programs (fees, exchanges, banks) for both entities. We have also built the WRCOG VMT Calculator and Screening Tool that are commonly used in Western Riverside County to estimate VMT. This task will be led by Jason with support from Baldwin and Delia. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 15 Perform Traffic Signal Warrants, Pedestrian Studies and Other Warrants Studies As Requested Fehr & Peers staff are familiar with performing signal warrants consistent with CA MUTCD. We regularly gather the data and perform the analysis necessary to complete signal warrants at unsignalized intersections. We also have a custom spreadsheet that automates and streamlines the process for calculating peak hour signal warrants. Fehr & Peers also frequently evaluates pedestrian crossings for safety and consistency with design standards. We have a custom tool called Crosswalk+ that evaluates the appropriateness of midblock crossing treatments. We are able to gather and analyze the relevant data to review traffic signal warrants and pedestrian crossings. Claude, who leads our Southern California Design group, will lead this task with assistance from Baldwin. 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 Fehr & Peers specializes in traffic engineering design. Specifically, when working on Plans, Specifications, and Estimate (PS&E) packages, most of our civil engineering clients request that we lead the signal design, signing, and striping efforts. This is because our experience in traffic engineering and complete streets design requires us to be up-to-speed on the most recent innovations related to traffic engineering in general. As such, we are well equipped to assist in this task, as we understand how pavement delineation and signing affects mobility and how it can improve circulation. During the design process, we routinely include traffic signal equipment such as loop and video detection, interconnect, and lighting systems. All of our design plans go through a QA/QC process to ensure compliance with applicable standards, such as the CA-MUTCD and Caltrans Standard Plans, are met. From our experience, every agency has slightly different preferences related to title block, callouts, and other components of a design submittal. Therefore, we work with each agency to understand the nuances and deliver a thoroughly QA/ QC’d plan set with the goal to minimize staff review and number of submittals. Our traffic engineering experience assists with the preparation of these types of plans. We understand travel patterns, traffic volumes, and traffic operations in the area which helps us develop sound traffic control plans that assist with strategies related to staged construction, traffic handling, and detour. We understand the Watch Manual, and when it can be used to assist with these types of efforts, but we also understand that, with traffic control plans, other factors like duration, visibility, traffic volume demands, etc., can influence the type of traffic control plan utilized for the construction activity. Claude will lead this task with assistance from Baldwin. Provide Speed Data Analysis, Intersection Control Studies Including Multi-Way Stop Sign Control Fehr & Peers regularly collects speed, collision, and traffic volume data to perform speed studies and evaluate uncontrolled intersections. Our staff have a deep understanding of HCM and CA MUTCD and regularly review uncontrolled intersections and perform stop warrants. We can also review the appropriateness of other intersection control devices, including roundabouts and traffic signals. This task will be led by Delia with support from Baldwin and others at Fehr & Peers. Provide Traffic Signal Timing Plans and Coordination Timing Studies for New or Modified Traffic Signals This is a core discipline for Fehr & Peers as we have designed well over 1,000 traffic signals since we were founded in 1985. This is also something we have a variety of experience with, developing and implementing signal timing plans. Jason led the signal timing effort prepared for Monterey Avenue in Palm Desert, and Baldwin developed and implemented signal timings for a variety of corridors and managed the operations of the Traffic Management Center in Rancho Cucamonga. In fact, Jason also developed and led ASCE’s course in Process of Signal Coordination. We are just kicking off a project to develop signal timing plans for Varner Road as part of the CV Sync project for CVAG. Additionally, we understand the nuances of signal timing in specific areas. For example, in the downtown, the City may want to consider things like leading pedestrian intervals (LPIs) and additional scramble phases. In more suburban parts of the City, different timing parameters may be considered like ensuring adequate clearance intervals and ensuring bike timings are implemented appropriately. Each location within the City is unique and should be considered when developing timing parameters. This effort will be led by Claude and Baldwin. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 16 EXPERIENCED PERSONNEL Fehr & Peers has provided a team of experienced and licensed personnel with history of serving the City and other southern California municipalities with the proposed services listed in 5.4 Traffic Engineering and Transportation Planning Services. Our proposed Principal in Charge and contract manager, Jason Pack, is a licensed Traffic Engineer in the state of California; and Delia Votsch, and Claude Strayer are licensed Civil Engineers in the state of California. All three proposed staff have the appropriate licensure to sign all surveys, reports, plans, specifications, and cost estimates. Additionally, Fehr & Peers southern California region has more that 90 transportation professionals that can offer support for any projects resulting from this on-call contract. The following table represents the Key Staff experience performing the proposed services listed in 5.4 Traffic Engineering and Transportation Planning Services . Jason Pack, TE Delia Votsch, PE Claude Strayer, PE, RSP1 Baldwin Ngai 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 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 Resumes Appendix Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 17 Jason Pack, TE Principal-in-Charge and Project Manager Principal | 25 Years of Experience | 25 Years with Fehr & Peers Jason D. Pack, P.E., is a Principal with Fehr & Peers located in Southern California. He is actively involved in a wide variety of project work but also finds time to lead the firm’s research and development efforts in Emergency Evacuation assessment. Jason has an extensive background in travel demand forecasting, traffic operations assessment (including micro-simulation assessment), VMT analysis, big data analysis, transit ridership forecasting, and transportation impact studies involving NEPA and CEQA. His focus is to utilize his experience and the technical resources of the company to help clients answer their toughest questions related to mobility. His recent work has included forecasting and operations assessment for large infrastructure improvements, developing recommendations for SB 743 implementation (California’s new requirements to consider VMT as an impact metric under CEQA), assisting agencies with establishing VMT banks/exchanges, emergency evacuation assessment to respond to new legislative requirements (SB 99 and AB 747) and development of innovative transportation policies to assist City’s advancing transportation into the future. Project Experience Jason has taught complete streets design for UC Berkeley Technology Transfer, Caltrans, and LA Metro; but has also been involved in a variety of design-related studies. These design focused efforts are described below: Complete Street Corridor Design ›Foothill Boulevard – Rancho Cucamonga ›Haven Avenue – Rancho Cucamonga ›LRSP Corridor Safety Enhancements ›Montclair ›Westminster ›Downtown Roseville ›Downtown Victorville ›Adelanto Specific Plan ›The Resort Specific Plan ›Cal Poly Pomona Transit Lane ›Cal Poly Pomona Bikeway Project ›Fullerton Bikeway Connection Study ›San Jose Bicycle Freeway Corridor Study ›Holt Boulevard BRT Corridor Concept Design ›Long Beach Southeast Area Specific Plan Complete Street Concepts ›Carlsbad Comprehensive Active Transportation Strategies (CATS) Signal Design ›Kaiser Signal Design (three signal modifications and two new signals), Murrieta ›SR-60/Archibald, Ontario ›The Resort Traffic Signals (eight signal modifications/new signals as part of the specific plan), Rancho Cucamonga ›Grand/SR-74, Lake Elsinore EDUCATION ›Bachelor of Science, Civil Engineering REGISTRATIONS ›Registered Traffic Engineer (CA TR2402) RECOGNITIONS ›WTS Honorable Ray LaHood Award Winner (Man of the Year) – Inland Empire Chapter (2023) Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 18 ›Foothill/Etiwanda, Rancho Cucamonga ›Cal Poly Pomona Signal Design, Pomona Roundabout Design Review ›Redwood City Bayshore Road Roundabout ›Rancho California (Riverside Wine Country) Roundabout Corridor Project – Implementation of the next four roundabouts along the corridor ›SR-32 Roundabout Feasibility ›Cal Poly Pomona Interim Roundabout Improvement ›Rancho Cucamonga’s The Resort Roundabout Design Assessment – Geometric review of three roundabouts within The Resort development ›Caltrans Intersection Control Evaluation (ICE) feasible roundabout locations: ›I-10/Wildwood ›I-10/Cherry Valley ›I-215/Garbani Interchange and Corridor Studies Jason has completed the Traffic Report for numerous transportation infrastructure studies throughout California. The most notable of these studies are described below: ›San Bernardino County Transportation Authority (SBCTA), I-15 Express Lanes PS&E, San Bernardino County, CA. ›Riverside County Transportation Commission (RCTC), I-15 Express Lanes Southern Extension (ELPSE) PA&ED, Riverside County, CA. ›I-15 Corridor Operations Project (COP) PA&ED, Corona, CA ›I-15 Interim Corridor Operations Project (ICOP) PA&ED, Corona, CA ›I-10 Truck Climbing Lane PA&ED and PS&E, Yucaipa, CA ›I-10 Mt. Vernon PA&ED, Colton, CA ›SR-60 Archibald PSR/PDS, PA&ED, PS&E Ontario, CA ›I-10/Alabama PSR/PDS and PA&ED, Redlands, CA ›I-15 Central (SR-74) PA&ED and PS&E, Lake Elsinore, CA ›I-15 Main Street Electrical Support, Lake Elsinore, CA ›I-15 Nichols PSR/PDS, Lake Elsinore, CA ›I-15 Franklin PS&E and environmental revalidation, Lake Elsinore, CA ›SR-210 Victoria PA&ED, Highland, CA ›I-10 Wildwood PSR and PA&ED, Yucaipa, CA ›I-10 Cherry Valley PA&ED, Calimesa, CA ›I-10 Pennsylvania DEER Support, Beaumont, CA ›I-10 Highland Springs PA&ED, Beaumont, CA ›I-10 Monroe PSR/PDS and PA&ED, Indio, CA ›I-10 Jackson PSR/PDS and PA&ED, Indio, CA ›SR-60 Rubidoux PSR/PDS, Jurupa Valley, CA ›SR-60 Redlands PSR/PDS, Moreno Valley, CA ›I-215 Harley Knox PA&ED, Perris, CA ›I-215 McCall PSR/PDS and PA&ED, Menifee, CA ›I-215 Garbani PSR/PDS, Menifee, CA ›Monterey Avenue Signal Coordination Study, Palm Desert, CA ›OCTA Main Street Grade Separation Study, Orange, CA ›OCTA Ball Road Grade Separation Study, Anaheim, CA ›Rock Springs Bridge Study, San Bernardino County, CA ›Avenue 66 Grade Separation Study, Riverside County, CA ›SR-32 Project Study Report (PSR), Chico, CA ›Rancho California Roundabout Corridor, Temecula Wine Country, CA ›Ethanac Corridor Study, Riverside County, CA Travel Demand Model Development Jason has completed applied or completed travel demand models on over 50 projects in the State. His use of models has given him an extensive understanding of forecasting and its integration with operations assessment. Some of his notable projects are summarized below: ›Riverside Countywide Model (RIVCOM) Model Development ›San Bernardino Traffic Analysis Model (SBTAM+) Model Development ›Temecula Wine Country TransCAD TDF Model Development ›City of Upland TransCAD TDF Model Development ›Moronga Basin Area Traffic Study Model (MBATS) ›Kern COG Voyager 4-D TDF Model Enhancement ›Tulare CAG Voyager 4-D TDF Model Enhancement ›Butte County TransCAD TDF Model Development ›Grass Valley TransCAD TDF Model Development ›Rancho Cordova Sub Area TP+/MINUTP TDF Model Development ›MAG Sustainability Study – Direct Ridership Forecasting Development Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 19 Delia Votsch, PE CEQA Expert Associate | 9 Years of Experience | 9 Years with Fehr & Peers Delia is an associate with nine years of experience. She currently serves as the Operations Manager for the Orange County/Inland Empire office of Fehr & Peers. She was drawn into transportation engineering because of the potential to improve the built environment and to solve exciting and complex problems. She has managed and worked on a variety of projects. Delia brings a unique perspective of having lived and worked in different communities, with a commitment to serving those communities and her clients. Project Experience Palm Springs General Plan (Palm Springs, CA) Delia led the development of the Palm Springs Mobility Element as part of the comprehensive General Plan Update. This work included developing mobility policies, coordination with City staff, and general support related to planning transportation systems within the City. City of Fontana On-Call (Fontana, CA) Delia was the project manager for Fehr & Peers work with Fontana through their on-call. This typically has included reviewing traffic studies submitted by others but has also included serving as an extension of City staff by attending staff meetings, preparing staff reports, and generally serving whatever needs the City had. City of Rancho Cucamonga On-Call (Rancho Cucamonga, CA) For the past several years, Delia has supported Fehr & Peers work with Rancho Cucamonga for their on-call services. This has included a variety of tasks, including signal design review, roundabout layout review, traffic study review and other technical analyses needed (like impact fee support and/or conceptual design for specific corridors). City of Orange On-Call (Orange, CA) For the last several years, Delia has led Fehr & Peers work with the City of Orange for their on-call VMT review services. City of Montclair General Plan Update (Montclair, CA) Project Manager. Delia is managing the ongoing effort to update the City of Montclair General Plan Mobility Element. Delia has overseen the preparation of existing conditions and vehicle miles traveled (VMT) estimates. The project will include the preparation of ADT forecasts and the transportation chapter of the EIR for the General Plan Update. Rancho Cucamonga General Plan Update and Emergency Evacuation Assessment (Rancho Cucamonga, CA) Delia oversaw the preparation of the General Plan policies, mapping, and visioning. She also contributed to the evacuation assessment which identified areas with limited accessibility and tested potential evacuation scenarios. Identification of potential circulation and capacity issues, and policies and implementation programs recommended for incorporation into the “PlanRC project.” EDUCATION ›Bachelor of Science, Civil Engineering EXPERTISE ›Traffic Impact Assessment ›Complete Streets Planning & Design ›Travel Demand Forecasting ›VMT Assessment ›General and Specific Plans REGISTRATIONS ›California Professional Civil Engineer, #90171 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 20 Foothill Road Pedestrian Hybrid Beacon (Pleasanton, CA) Delia managed the coordination and design support for the installation of a new pedestrian hybrid beacon in Pleasanton. Delia prepared design plans for the installation of the pedestrian signal, and oversaw coordination between the City of Pleasanton and PG&E. Oakland Bonded Wear Course Striping Plans (Oakland, CA) Delia designed signing and striping plans to include complete streets elements for 7 streets in Oakland. This included analysis of pedestrian crossings and recommendations for additional enhancements. Delia also designed a road diet and bike facility improvements for corridors throughout the city. County Connection Inductive Charging Station (Walnut Creek, CA) Delia led the coordination and design support for the installation of an inductive electric charging station at the Walnut Creek Bart Station for a County Connection bus route. Delia prepared plans, specifications and estimates for multiple project submittals, attended meetings and coordinated communication between BART, PG&E, the City of Walnut Creek, County Connection and other engineering consultants. WRCOG VMT Mitigation Program (Riverside County, CA) Project Manager. Fehr & Peers is working with the Western Riverside Council of Governments to explore the establishment of the VMT mitigation program. Delia led the effort to review program structures, quantify the potential reduction of VMT strategies, and meet with various stakeholders including RTA, RCTC, and local jurisdictions. SBCTA Countywide VMT Implementation (San Bernardino County, CA) Deputy Project Manager. Fehr & Peers worked with SBCTA to support all jurisdictions in San Bernardino County, including Loma Linda, to establish consistent VMT methodology and thresholds for implementation of SB 743. Delia has prepared vehicle miles traveled (VMT) estimates using the SCAG and SBTAM models, coordinated project meetings, and prepared summary memorandums and presentations. Additionally, Fehr & Peers worked with SBCTA on subsequent efforts to develop a VMT mitigation bank capitalizing on the previous countywide SB 743 study and the existing countywide IE Commuter Program. Delia prepared documentation on potential VMT bank operations, quantified potential VMT reductions, developed written and video demonstrations of how the telecommute program could work, and presented the findings at public meetings. City of Orange VMT Mitigation Fee Program (Orange, CA) Project Analyst. Fehr & Peers worked with the City of Orange to update their trip-based transportation impact fee program to a VMT-based transportation impact fee program. The project list was updated to serve current General Plan projections and also to include VMT reducing projects including: bicycle and pedestrian improvements, complete streets enhancements, traffic calming measures, and transit improvements. The overall project list was created to achieve a net reduction in VMT so that payment towards the fee program could be used as a VMT-reduction credit consistent with the City of Orange SB 743 guidelines. Fehr & Peers developed a VMT-based fee schedule by combining trip generation and average trip lengths of common land-use types. Fehr & Peers also provided support during public hearings, facilitated discussions with the Building Industry Association to help the City reach a consensus on a fee level, and provided language to update the city ordinance. The VMT-based transportation impact fee program was adopted by the City of Orange. North Orange County VMT Implementation (Orange County, CA) Project Manager. Delia led the SB 743 implementation for seven north Orange County cities, including the City of Yorba Linda. The project included evaluating VMT methodology, thresholds, screening criteria and mitigation related to the implementation of SB 743. As part of this effort, Delia led the development of a spreadsheet VMT calculator, authored multiple technical memos and given presentations to the project team. City of Moreno Valley VMT Traffic Impact Fee Feasibility Study (Moreno Valley, CA) Project Analyst. Fehr & Peers worked with the City of Moreno Valley to identify the feasibility of a VMT based mitigation fee program. Following the implementation of SB 743, the City desires to set up additional mechanisms to support developers in CEQA applications related to transportation impacts from VMT. The City’s CIP projects list, ATP projects list and additional travel demand management measures to assess VMT reductions and induced VMT associated with the buildout of the City’s transportation projects. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 21 Claude Strayer, PE, RSP1 Design Lead Principal | 13 Years of Experience | 8 Years with Fehr & Peers Claude is a principal transportation engineer with over 13 years of experience. Specializing in design, his experience includes managing projects focused on signing and striping, design of bicycle and pedestrian facilities, traffic signal upgrades, wayfinding, temporary traffic control, roadway and sidewalk design, and lighting enhancements. He is well-versed in numerous industry standard references including the Manual on Uniform Traffic Control Devices, is a certified road safety professional (Level 1) and serves as the Chair of the Pedestrian and Bicycle Standing Committee of the Institute of Transportation Engineers (ITE). Project Experience On-Call Traffic Engineering Services (Multiple Jurisdictions) Claude frequently serves as Engineer of Record or Lead Design Engineer for complex on-call engineering contracts and task orders. These projects include an array of traffic engineering services and require a diverse skillset and an eye for quality control. Claude is a trusted engineer across southern California and Hawaii and brings over 10 years of experience. He is particularly experienced with preparing traffic control plans, traffic signal and crosswalk design, intersection signing and striping, and informing the development of complex intersections. City of Beverly Hills On-Call Traffic Engineering Services (Beverly Hills, CA) Fehr & Peers serves the City of Beverly Hills with an on-call contract for traffic engineering services. We have assisted the City in a wide range of tasks, including an in-depth assessment of safety and operations at a complex intersection, which included presentations to the City Council and Traffic and Parking Commission; development of a Transportation Division Procedures Manual for internal use; review of site plans for the new bikeshare stations; assessment and implementation of a pilot project to convert traditional school crosswalks to continental; evaluation of existing and proposed crosswalks to identify appropriate treatments/enhancements; and traffic-related concerns submitted by residents and business owners. We have also prepared plan check comments for temporary traffic control plans associated with minor encroachment permit work and very complex utility work associated with the Metro Westside Subway Project. We have commenced work on a signal modification and corridor synchronized timing plan update along Olympic Boulevard. In addition, we have served as the on-site Traffic Engineer for the City with the recent retirement of City staff. City of Fullerton Caltrans Priority Bike Connection (Fullerton, CA) Fehr & Peers is assisting a team and the City of Fullerton in providing better bicycle connections across freeway barriers. Our portion of the study focuses on crossing SR-57 between Nutwood Avenue and Yorba Linda Boulevard, and a potential overcrossing or undercrossing into the Cal State Fullerton campus at Madison Avenue. We are evaluating the route and suggesting safer ways to cross the freeway. During the process, we are documenting quantitative information for later use in grant applications. Fehr & Peers is responsible for a traffic analysis of the focus areas using Synchro to determine the possible impacts of various interventions, as well as performing a safety evaluation. We are creating preliminary design plans and cost estimates for the possible alternatives for new crossing EDUCATION ›Bachelor of Science, Civil Engineering, Northeastern University, MA ›Minor, Mathematics, Northeastern University, MA LICENSES ›Civil Engineer, California (PE #86774) ›Civil Engineer, Arizona (PE #68882) ›Civil Engineer, Hawaii (PE #17856) ›Road Safety Professional 1 (TPCB) AFFILIATIONS ›Institute of Transportation Engineers (ITE), Member & ITE Pedestrian & Bicycle Standing Committee, Chair Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 22 LA Metro Forecourt & Alameda Esplanade (Los Angeles, CA) Fehr & Peers prepared signal design, signal modification, intersection crossing, and roadway geometric design plans and construction documents for the Alameda Esplanade and Los Angeles Crossing in front of Union Station. The project included a substantial reconfiguration of the driveway at Union Station, as well as lane repurposing on Alameda Street to provide wider sidewalks, and off-street bike paths/shared use paths. The bike path crossings include signal protection to enhance pedestrian and bicycle safety. The design plans were prepared for Metro for submittal to the Los Angeles Department of Transportation, who will ultimately approve the plans. LABOE Sidewalk & Transit Amenities Program (STAP) (Los Angeles, CA) Fehr & Peers is providing planning and engineering logistical support to StreetsLA for the implementation of the City’s new Sidewalk and Transit Amenities (STAP) program. Fehr & Peers is specifically supporting the development of data management protocols and a plan for strategically clustering and sequencing the installation of bus shelters to maximize public benefit and the sustainability of the program. Fehr & Peers is also assisting with desktop and field-based data collection, and the preparation of site plans and electrical plans. LABOE Traffic Signal Design Services (Los Angeles, CA) Fehr & Peers provided temporary traffic signal design services to facilitate the rehab of wastewater and stormwater facilities in the City of Los Angeles. Claude reviewed and served as Engineer of Record for the traffic control and pavement delineation plans. LABOE Complete Streets Project (Los Angeles, CA) Fehr & Peers served as a subconsultant to develop complete streets project recommendations for three corridors (Culver Boulevard, Highland Avenue, and La Brea Avenue) on the City of Los Angeles High Injury Network (HIN). Fehr & Peers led a Roadway Safety Assessment and ADA assessment of each corridor which included a multidisciplinary team of both local and outside agency experts from around the country. The safety and ADA assessment along with a review of existing traffic patterns and future plans for each corridor informed the development of detailed concept plans for each corridor. Fehr & Peers prepared the detailed concept plans for complete streets elements including new and modified traffic signals, crosswalks, and intersection signing and striping. Fehr & Peers also assisted with cost estimation and the preparation of the final Project Development Reports for each corridor that will be used to inform the development of PS&E. City of Westminster Mendez Trail PS&E (Westminster, CA) Fehr & Peers is currently involved in the design of a two- way, class IV bicycle facility for the City of Westminster. Mr. Strayer is the Project Manager and is responsible for the design of traffic signal modifications and street lighting associated with the new bikeway. The new class IV bikeway takes away one travel lane, shifts traffic and includes new bicycle traffic signals, bicycle detection as well as other traffic signal upgrades for motor vehicles. San Diego State University Mission Valley Campus (San Diego, CA) Fehr & Peers handled the transportation planning analysis and design services for the planned SDSU Mission Valley campus at the SDCCU (formerly Qualcomm) Stadium site. This included assisting with the site planning and development of the overall mobility network, which involved multimodal facilities and design of two multilane roundabouts. This included the preparation of the Transportation Impact Analysis (TIA) for the environmental document that included the traffic operations analysis (i.e., level of service at intersections, on roadways, and on freeway facilities). We are currently working at the final design level of the design including roadway signing and striping and traffic signals PS&E for both on and off-site improvements. City of Santa Ana Standard Avenue Bikeway (Santa Ana, CA) Fehr & Peers is currently preparing the plans, specifications and estimates as a subconsultant on the Standard Avenue project within the City of Santa Ana. The Fehr & Peers team’s responsibilities include the design of the traffic signal modifications, a new traffic signal, a new pedestrian hybrid beacon, as well as the traffic signal interconnect design and intersection safety lighting. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 23 Baldwin Ngai Traffic Design Review Senior Engineer/Planner | 7 Years of Experience | 2 Years with Fehr & Peers Baldwin is a project manager at Fehr & Peers with over seven years of transportation planning and engineering experience. His project experience includes conceptual and engineering design, traffic signal systems, ITS deployment, plans and specifications, and comprehensive intersection traffic analysis. He also serves as project manager or technical lead on multiple on-call transportation engineering contracts in the Inland Empire. Baldwin is a project manager at Fehr & Peers with over seven years of transportation planning and engineering experience. His project experience includes conceptual and engineering design, traffic signal systems, ITS deployment, plans and specifications, and comprehensive intersection traffic analysis. He also serves as project manager or technical lead on multiple on-call transportation engineering contracts in the Inland Empire. Project Experience Baldwin serves as an on-call consultant for several cities and agencies for traffic engineering and planning services. Key active on-call contracts are noted below. City of Fontana Transportation Traffic Study and VMT Review Services (Fontana, CA) Project Manager. Fehr & Peers supports the City of Fontana in review of transportation related technical studies including impact assessment for CEQA, traffic operations analysis, entitlement review, and engineering plan checks. Following our completion of the Senate Bill (SB 743) implementation study for the City, Fehr & Peers provided services to review submittals by applicants to provide consistency with the adopted thresholds and traffic impact study guidelines. City of Beverly Hills On-Call Traffic Engineering Services, Beverly Hills, CA Design Engineer. Fehr & Peers serves the City of Beverly Hills with an on-call contract for traffic engineering services. We have assisted the City in a wide range of tasks, including an in-depth assessment of safety and operations at a complex intersection, which included presentations to the City Council and Traffic and Parking Commission; development of a Transportation Division Procedures Manual for internal use; review of site plans for the new bikeshare stations; assessment and implementation of a pilot project to convert traditional school crosswalks to continental; evaluation of existing and proposed crosswalks to identify appropriate treatments/enhancements; and traffic-related concerns submitted by residents and business owners. We have also prepared plan check comments for temporary traffic control plans associated with minor encroachment permit work and very complex utility work associated with the Metro Westside Subway Project. We have commenced work on a signal modification and corridor synchronized timing plan update along Olympic Boulevard. In addition, we have served as the on-site Traffic Engineer for the City with the recent retirement of City staff. EDUCATION ›Bachelors of Science, Chemical and Environmental Engineering, UC Riverside PRESENTATIONS ›Active Transportation Projects in Rancho Cucamonga, Institute of Transportation Engineers Riverside/San Bernardino Chapter (RSBITE), 2021 ›SB 743 Implementation for Local Agencies, California American Planning Association (CALAPA), 2022 EXPERTISE ›Traffic Signal System Design and Operation ›Engineering Project Development ›Transportation Studies for EIRs ›Complete Streets Planning & Design ›Special Event and Emergency Response Coordination ›Traffic Safety & Safety Planning ›Travel Demand Modeling ›Parking & Circulation Studies Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 24 Base Line Road and Spruce Avenue Traffic Signal Modification (Rancho Cucamonga, CA) Project Manager. Delivery of the Traffic Signal Modification project at Spruce Avenue and Base Line Road. The previous 3-legged intersection was modified to include a new intersection approach serving as a new entrance to Central Park in the City of Rancho Cucamonga. The scope of work consisted of the design and construction of signal equipment, signing and striping, and implementation of signal timing. City of Diamond Bar HSIP Baldwin served as the Project Manager for the City’s traffic signal modification project through HSIP funding. The project involves upgrades to nine (9) existing traffic signals in the City of Diamond Bar through design and construction of nearside vehicle indications, Accessible Pedestrian Signals (APS), and striping changes to improve intersection safety. ATMS Phase 1 (Rancho Cucamonga, CA) * Project Manager. The City of Rancho Cucamonga completed the Advanced Traffic Management System (ATMS 1) Project, the first of a multiphase project to implement the City’s Traffic Signal Communication Masterplan and support the deployment of Intelligent Transportation Systems (ITS). Through ATMS 1, the City constructed a communication backbone along arterial roadways, connected critical infrastructure, and established a foundation for future phases of the project. The Project involved the design, construction, and integration of traffic signal equipment such as communication switch equipment, video detection systems, uninterrupted power supply systems (UPS), close circuit television cameras (CCTV), and a backbone fiber optics communications network to integrate more than 50 traffic signals with the City’s Traffic Management Center (TMC). Once integrated, traffic signals along the connected arterial roadways were synchronized to optimize performance of the transportation system, improving reliability, travel times, and corridor progression throughout the City. Baldwin also served as the project manager for various traffic signal and roadway related projects in the City’s Capital Improvement Program (CIP) in similar capacity. Base Line Road and Spruce Avenue Traffic Signal Modification (Rancho Cucamonga, CA)* Project Manager. Delivery of the Traffic Signal Modification project at Spruce Avenue and Base Line Road. The previous 3-legged intersection was modified to include a new intersection approach serving as a new entrance to Central Park in the City of Rancho Cucamonga. The scope of work consisted of the design and construction of signal equipment, signing and striping, and implementation of signal timing. Various Engineering Design (Rancho Cucamonga, CA) * Project Manager. Delivery of transportation infrastructure improvements through land use entitlement and Capital Improvement Program including corridor pavement rehabilitation, traffic signal, signing and striping, with notable projects located at, ›Advanced Traffic Management System (ATMS) – Citywide Backbone ›Banyan Street – Pavement Rehabilitation ›4th St at Barrington Ave – Traffic Signal ›The Resort Parkway at 4th St & 6th St – Traffic Signal ›6th St at Cleveland Ave & Hellman Ave – Traffic Signal ›Day Creek Blvd at Madrigal St – Traffic Signal ›The Resort Parkway form 4th St to 6th St – Signing and Striping ›6th St from Milliken Ave to Rochester Ave– Signing and Striping ›Foothill Blvd from Day Creek Blvd to east City limits– Signing and Striping ›Base Line Rd from Day Creek Blvd to east City limits– Signing and Striping Traffic Management & Operations (Rancho Cucamonga, CA) * Operator. The City of Rancho Cucamonga maintains and oversees the daily operations of the Traffic Management Center (TMC) where traffic signals at over 200 intersections are monitored. Real time data from detection and surveillance systems across the City supports staff’s ability to observe and react appropriately. The TMC serves as the base of operations for maintaining traffic control devices citywide and maintains readiness to support the City’s Emergency Operating Center (EOC) during emergencies. Norco General Plan Update Baldwin is currently leading the transportation analysis for Fehr & Peers on the update to the City of Norco General Plan. Fehr & Peers’ approach includes utilization of Big Data to analyze peak period travel in the region and identify opportunities for safety improvements that complement land uses. As Horsetown USA, the unique community value of its equestrian and homestead lifestyle demands thoughtful balance during the development of transportation related policies. * denotes work completed at prior firm Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 22 5.4 Traffic Engineering and Transportation Planning Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 14 5.4 Traffic Engineering and Transportation Planning SCOPE OF WORK OBJECTIVES For each requested task order, Fehr & Peers will provide the City a detailed scope of work and fee estimate. This will enable us to ensure that our understanding of the requested task order is consistent with the City’s understanding. Additionally, it will assist us in tracking each task and time spent on each task to make sure we are utilizing the resources authorized under this on-call agreement efficiently. APPROACH Our approach to every task would be the same – to work with the City to identify the most appropriate scope of work, estimate the person hours to complete the scope of work, agree to an appropriate schedule, and complete the effort. We have found that setting expectations and executing tasks to those expectations is the easiest way to ensure a successful project. Communications is also critical to project success. To that end, we typically tailor our communications depending on the services and interests of the client. For example, with the City of Fontana we attend weekly meetings with their staff to assist in project coordination. For our work with the City of Rancho Cucamonga, Santa Ana, and Eastvale, our services are specific to reviewing traffic studies and we have typically returned our reviews within one week and email-only correspondence has been sufficient. For other high-profile or litigious projects, we have weekly coordination or we attend in-person coordination to be mindful of public records requests. KEY SERVICES As noted in the RFQ, we understand that the City is looking to create a bench of consultants to assist on specific tasks required by the City. Fehr & Peers approach to Traffic Engineering and Transportation Planning projects related to the possible scope of work under this On-Call contract are as followed: Preparation or Review of Traffic Engineering Reports, Traffic Impact Analysis, Traffic Signal Design Plans, and Transportation Planning Studies or Project Specific Traffic Related Issues Analysis Fehr & Peers is uniquely qualified to assist with this effort as it relates to both VMT and LOS. We helped develop the RIVCOM model through WRCOG (as a sub to WSP) and have performed travel demand forecasting tasks for more projects than any other firms in the region. In addition to travel demand modeling, we have also completed operations analysis modeling for a variety of projects using Synchro, SimTraffic, VISSIM, HCS, VISTRO, TransModeler, and a variety of other softwares. Our expertise in this area is extensive; especially in the Inland Empire assisting local and regional agencies for projects on the state highway system and the local roadway system. We serve as peer reviewers of traffic studies for agencies such as Fontana, Eastvale, and Beaumont to name a few. Our reviews typically focus on consistency with agency guideline requirements; and also use our knowledge of the study area to inform the review of key issues in the area (existing safety concerns, existing congestion, etc.). In addition to reviewing studies, we routinely complete studies for development, planning efforts, and/or infrastructure projects using the same care and considerations as when we are reviewing studies as seconded staff. Fehr & Peers has prepared signal design plans for almost a dozen signals in the City. Baldwin Ngai was trained on signal design by Jason Welday and is very familiar with the City’s preferences related to electrical design. We have also peer reviewed design plans submitted by others as part of our existing on-call with the City. We are well suited to assist the City in this area on an as needed basis. Finally, our expertise in VMT estimation is extensive. We assisted WRCOG and SBCTA with their VMT Implementation Program and have continued that work in exploring VMT mitigation programs (fees, exchanges, banks) for both entities. We have also built the WRCOG VMT Calculator and Screening Tool that are commonly used in Western Riverside County to estimate VMT. This task will be led by Jason with support from Baldwin and Delia. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 15 Perform Traffic Signal Warrants, Pedestrian Studies and Other Warrants Studies As Requested Fehr & Peers staff are familiar with performing signal warrants consistent with CA MUTCD. We regularly gather the data and perform the analysis necessary to complete signal warrants at unsignalized intersections. We also have a custom spreadsheet that automates and streamlines the process for calculating peak hour signal warrants. Fehr & Peers also frequently evaluates pedestrian crossings for safety and consistency with design standards. We have a custom tool called Crosswalk+ that evaluates the appropriateness of midblock crossing treatments. We are able to gather and analyze the relevant data to review traffic signal warrants and pedestrian crossings. Claude, who leads our Southern California Design group, will lead this task with assistance from Baldwin. 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 Fehr & Peers specializes in traffic engineering design. Specifically, when working on Plans, Specifications, and Estimate (PS&E) packages, most of our civil engineering clients request that we lead the signal design, signing, and striping efforts. This is because our experience in traffic engineering and complete streets design requires us to be up-to-speed on the most recent innovations related to traffic engineering in general. As such, we are well equipped to assist in this task, as we understand how pavement delineation and signing affects mobility and how it can improve circulation. During the design process, we routinely include traffic signal equipment such as loop and video detection, interconnect, and lighting systems. All of our design plans go through a QA/QC process to ensure compliance with applicable standards, such as the CA-MUTCD and Caltrans Standard Plans, are met. From our experience, every agency has slightly different preferences related to title block, callouts, and other components of a design submittal. Therefore, we work with each agency to understand the nuances and deliver a thoroughly QA/ QC’d plan set with the goal to minimize staff review and number of submittals. Our traffic engineering experience assists with the preparation of these types of plans. We understand travel patterns, traffic volumes, and traffic operations in the area which helps us develop sound traffic control plans that assist with strategies related to staged construction, traffic handling, and detour. We understand the Watch Manual, and when it can be used to assist with these types of efforts, but we also understand that, with traffic control plans, other factors like duration, visibility, traffic volume demands, etc., can influence the type of traffic control plan utilized for the construction activity. Claude will lead this task with assistance from Baldwin. Provide Speed Data Analysis, Intersection Control Studies Including Multi-Way Stop Sign Control Fehr & Peers regularly collects speed, collision, and traffic volume data to perform speed studies and evaluate uncontrolled intersections. Our staff have a deep understanding of HCM and CA MUTCD and regularly review uncontrolled intersections and perform stop warrants. We can also review the appropriateness of other intersection control devices, including roundabouts and traffic signals. This task will be led by Delia with support from Baldwin and others at Fehr & Peers. Provide Traffic Signal Timing Plans and Coordination Timing Studies for New or Modified Traffic Signals This is a core discipline for Fehr & Peers as we have designed well over 1,000 traffic signals since we were founded in 1985. This is also something we have a variety of experience with, developing and implementing signal timing plans. Jason led the signal timing effort prepared for Monterey Avenue in Palm Desert, and Baldwin developed and implemented signal timings for a variety of corridors and managed the operations of the Traffic Management Center in Rancho Cucamonga. In fact, Jason also developed and led ASCE’s course in Process of Signal Coordination. We are just kicking off a project to develop signal timing plans for Varner Road as part of the CV Sync project for CVAG. Additionally, we understand the nuances of signal timing in specific areas. For example, in the downtown, the City may want to consider things like leading pedestrian intervals (LPIs) and additional scramble phases. In more suburban parts of the City, different timing parameters may be considered like ensuring adequate clearance intervals and ensuring bike timings are implemented appropriately. Each location within the City is unique and should be considered when developing timing parameters. This effort will be led by Claude and Baldwin. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 16 EXPERIENCED PERSONNEL Fehr & Peers has provided a team of experienced and licensed personnel with history of serving the City and other southern California municipalities with the proposed services listed in 5.4 Traffic Engineering and Transportation Planning Services. Our proposed Principal in Charge and contract manager, Jason Pack, is a licensed Traffic Engineer in the state of California; and Delia Votsch, and Claude Strayer are licensed Civil Engineers in the state of California. All three proposed staff have the appropriate licensure to sign all surveys, reports, plans, specifications, and cost estimates. Additionally, Fehr & Peers southern California region has more that 90 transportation professionals that can offer support for any projects resulting from this on-call contract. The following table represents the Key Staff experience performing the proposed services listed in 5.4 Traffic Engineering and Transportation Planning Services . Jason Pack, TE Delia Votsch, PE Claude Strayer, PE, RSP1 Baldwin Ngai 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 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 23 of 30 “EXHIBIT A” CITY OF RANCHO CUCAMONGACONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT It is the policy of the City of Rancho Cucamonga to prevent personal or organizational conflict of interest, or the appearance of such conflict of interest, in the award and administration of City Contracts, including, but not limited to Contracts for Professional Services Agreements (“PSA”) with potential Consultants. I do not have specific knowledge of confidential information regarding SOQ responses received in response to the Request for Statement of Qualifications (SOQ) #24/25-501 Various On-Call Services. I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any SOQ response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any SOQ response, or removal of same from designated areas. I, the undersigned, hereby certify that the following statements are true and correct and that I understand and agree to be bound by commitments contained herein. ______________________________________ (Print Name) ______________________________________ (Relationship to the City) ______________________________________ (Relationship to the Consultant) ______________________________________ (Signature) ______________________________________ (Date) Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A – G. Jason Pack, TE Consultant Principal and Authorized Representative 1/13/2025 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 24 of 30 “EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY” Mark the appropriate choice, below: _____ Vendors accepts the PSA without exception. OR _____ Vendors proposes exceptions to the PSA. Summarize all exceptions on a separate document. Enclose a written summary of each change and title as “Exception Summary”, which shall include the Vendors’ rationale for proposing each such exception. Each exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the submitted summary may deem the response as non-responsive. ___________________________________ Signature ___________________________________ Printed Name ___________________________________ Title ___________________________________ Date Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A – G. Jason Pack, TE Principal and Authorized Representative 1/13/2025 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 25 of 30 “EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO PROVIDE AND MAINTAIN COVERAGES SPECIFIED” I, _______________________________ the ______________________________________________ (President, Secretary, Manager, Owner or Representative) of __________________________________________________________________, certify that the (Name of Company, Corporation or Owner) Specifications and General Provisions regarding insurance requirements as stated within the Professional Services Agreement (PSA), for the Purchase Contract designated Request for Statement of Qualifications (“SOQ”) #24/25-501 for Various On-Call Services have been read and understood and that our Vendors is able to provide and maintain the coverage as specified in the PSA. Failure to provide said coverage, upon request to finalize the PSA prior to award shall be enough cause for immediate disqualification of award. Failure to maintain said coverage shall result in termination of the contract. ___________________________________ Signature ___________________________________ Printed Name ___________________________________ Title ___________________________________ Date Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A – G. Jason Pack Representative Fehr & Peers Jason Pack, TE Principal and Authorized Representative 1/13/2025 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 26 of 30 “EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT The Consultants hereby acknowledges the following Addenda Number(s) to this SOQ have been received, if any. Consultants understands failure to acknowledge any addenda issued may cause the SOQ response to be considered non-responsive. It is the Consultants’ responsibility to log into the Bid System to identify and download the number of addenda that have been posted. • __________________ • __________________ • __________________ • __________________ ___________________________________ Signature ___________________________________ Printed Name ___________________________________ Title ___________________________________ Date Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A – G. Addendum 1 Jason Pack, TE Principal and Authorized Representative 1/13/2025 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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. Fehr & Peers Jason Pack, TE Principal and Authorized Representative 1/13/2025 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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. 120 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 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. Fehr & Peers 949-308-6300 949-859-3209 j.pack@fehrandpeers.com Jason Pack, TE 101 PacificaSuite 300Irvine, CA 92618 Principal and Authorized Representative https://www.fehrandpeers.com 1/13/2025 Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29 Fehr & Peers reserves the right to change these rates at any time with or without advance notice. 2025-2026 (July 2025 through June 2026) Hourly Billing Rates Classification Hourly Rate Principal $280.00 - $460.00 Senior Associate $240.00 - $335.00 Associate $215.00 - $290.00 Senior Engineer/Planner $165.00 - $240.00 Engineer/Planner $140.00 - $200.00 Senior Engineering Technician $160.00 - $255.00 Senior Project Accountant $125.00 - $190.00 Senior Project Coordinator $135.00 - $225.00 Project Coordinator $120.00 - $190.00 Technician $155.00 - $195.00 Intern $100.00 - $160.00  Other Direct Costs / Reimbursable Expenses are invoiced at cost plus 10% for handling.  Personal auto mileage is reimbursed at the current IRS approved rate (70 cents per mile as of Jan 2025).  Technology & Security Fee (software licensing, hardware upgrades, secure data storage, etc.) are invoiced and calculated as a percentage of monthly project labor. Docusign Envelope ID: 8D3BABDA-9E7C-4B56-B2A1-64AE00C8974DDocusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29