HomeMy WebLinkAboutCO 2025-132 - Atlas Technical Consultants, LLCPSA 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 Atlas
Technical Consultants, LLC, a California Corporation (“Consultant”).
RECITALS
A.City has heretofore issued its request for proposals to perform the following
design professional services: on-call geotechnical engineering and material
sampling/testing 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 geotechnical engineering and material sampling/testing services, all as
more fully set forth in the R equest for Statement of Qualifications, attached hereto as
Exhibit “A” and Consultant’s proposal, dated January 13, 2025 attached hereto as Exhibit
“B”, and incorporated by reference herein. The nature, scope, and level of the services
required to be performed by Consultant are set forth in the Scope of Work and are referred
to herein as “the Services.” In the event of any inconsistencies between the Scope of Work
and this Agreement, the terms and provisions of this Agreement shall control.
1.2 Revisions to Scope of Work. Upon request of the City, the
Consultant will promptly meet with City staff to discuss any revisions to the Project desired
by the City. Consultant agrees that the Scope of Work may be amended based upon said
meetings, and, by amendment to this Agreement, the parties may agree on a revision or
revisions to Consultant’s compensation based thereon. A revision pursuant to this Section
that does not increase the total cost payable to Consultant by more than ten
City of Rancho Cucamonga
CONTRACT NUMBER
2025-132
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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 generally accepted industry principles and practices,
consistent with a level of care and skill ordinarily practiced by members of the same
profession currently providing similar services under similar circumstances at the time the
Services were provided.
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.
Compensation. City shall compensate Consultant as set forth in Exhibit A, provided,
however, that full, total and complete amount payable to Consultant shall not exceed
$200,000 (per year), including all out of pocket expenses, unless additional compensation is
approved by the City Council. City shall not withhold any federal, state or other taxes, or
other deductions. Under no circumstance shall Consultant be entitled to compensation for
services not yet satisfactorily performed.
The parties further agree that compensation may be adjusted in accordance
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 3
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 Yashar Hooshvar, Regional Vice President hereby designated as the principal and
representative of Consultant authorized to act in its behalf with respect to the services
specified herein and make all decisions in connection therewith (“Consultant’s
Representative”). It is expressly understood that the experience, knowledge, capability and
reputation of the Consultant’s Representative were a substantial inducement for City to
enter into this Agreement. Therefore, the Consultant’s Representative shall be responsible
during the term of this Agreement for directing all activities of Consultant and devoting
sufficient time to personally supervise the services hereunder. Consultant may not change
the Responsible Principal without the prior written approval of City.
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 4
6. Consultant’s Personnel.
6.1 All Services shall be performed by Consultant or under Consultant’s
direct supervision, and all personnel shall possess the qualifications, permits, and licenses
required by State and local law to perform such Services, including, without limitation, a
City business license as required by the City’s Municipal Code.
6.2 Consultant shall be solely responsible for the satisfactory work
performance of all personnel engaged in performing the Services and compliance with the
standard of care set forth in Section 1.4.
6.3 Consultant shall be responsible for payment of all employees’ and
subcontractors’ wages and benefits, and shall comply with all requirements pertaining to
employer’s liability, workers’ compensation, unemployment insurance, and Social
Security. By its execution of this Agreement, Consultant certifies that it is aware of the
provisions of Section 3700 of the California Labor Code that require every employer to be
insured against liability for Worker's Compensation or to undertake self-insurance in
accordance with the provisions of that Code, and agrees to comply with such provisions
before commencing the performance of the Services.
6.4 Consultant shall indemnify, defend and hold harmless City and its
elected officials, officers and employees, servants, designated volunteers, and agents
serving as independent contractors in the role of City officials, from any and all liability,
damages, claims, costs and expenses of any nature to the extent arising from Consultant’s
violations of personnel practices and/or any violation of the California Labor Code. City
shall have the right to offset against the amount of any fees due to Consultant under this
Agreement any amount due to City from Consultant as a result of Consultant’s failure to
promptly pay to City any reimbursement or indemnification arising under this Section 6.
7. Ownership of Work Product.
7.1 Ownership. All documents, ideas, concepts, electronic files,
drawings, photographs and any and all other writings, including drafts thereof, prepared,
created or provided by Consultant in the course of performing the Services, including any
and all intellectual and proprietary rights arising from the creation of the same (collectively,
“Work Product”), are considered to be “works made for hire” for the benefit of the City.
Upon payment being made, and provided Consultant is not in breach of this Agreement,
all Work Product shall be and remain the property of City without restriction or limitation
upon its use or dissemination by City. Basic survey notes, sketches, charts, computations
and similar data prepared or obtained by Consultant under this Agreement shall, upon
request, be made available to City. None of the Work Product shall be the subject of any
common law or statutory copyright or copyright application by Consultant. In the event of
the return of any of the Work Product to Consultant or its representative, Consultant shall
be responsible for its safe return to City. Under no circumstances shall Consultant fail to
deliver any draft or final designs, plans, drawings, reports or specifications to City upon
written demand by City for their delivery, notwithstanding any disputes between
Consultant and City concerning payment,
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 5
performance of the contract, or otherwise. This covenant shall survive the termination of
this Agreement. City’s reuse of the Work Product for any purpose other than the Project,
shall be at City’s sole risk.
7.2. Assignment of Intellectual Property Interests: Upon execution of this
Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, the
Consultant shall be deemed to grant and assign to City, and shall require all of its
subcontractors to assign to City, all ownership rights, and all common law and statutory
copyrights, trademarks, and other intellectual and proprietary property rights relating to the
Work Product and the Project itself, and Consultant shall disclaim and retain no rights
whatsoever as to any of the Work Product, to the maximum extent permitted by law. City
shall be entitled to utilize the Work Product for any and all purposes, including but not
limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and
publicizing the Project or any aspect of the Project.
7.3 Title to Intellectual Property. Consultant warrants and represents that
it has secured all necessary licenses, consents or approvals to use any instrumentality, thing
or component as to which any intellectual property right exists, including computer
software, used in the rendering of the Services and the production of the Work Product
and/or materials produced under this Agreement, and that City has full legal title to and the
right to reproduce any of the Work Product. Consultant shall defend, indemnify and hold
City, and its elected officials, officers, employees, servants, attorneys, designated
volunteers, and agents serving as independent contractors in the role of City officials,
harmless from any loss, claim or liability in any way related to a claim that City’s use is
violating federal, state or local laws, or any contractual provisions, relating to trade names,
licenses, franchises, patents or other means of protecting intellectual property rights and/or
interests in products or inventions. Consultant shall bear all costs arising from the use of
patented, copyrighted, trade secret or trademarked documents, materials, software,
equipment, devices or processes used or incorporated in the Services and materials
produced under this Agreement. In the event City’s use of any of the Work Product is held
to constitute an infringement and any use thereof is enjoined, Consultant, at its expense,
shall: (a) secure for City the right to continue using the Work Product by suspension of any
injunction or by procuring a license or licenses for City; or (b) modify the Work Product
so that it becomes non- infringing. This covenant shall survive the termination of this
Agreement.
8. Status as Independent Contractor. Consultant is, and shall at all times
remain as to City, a wholly independent contractor. Consultant shall have no power to
incur any debt, obligation, or liability on behalf of City or otherwise act as an agent of City.
Neither City nor any of its agents shall have control over the conduct of Consultant or any
of Consultant’s employees, except as set forth in this Agreement. Consultant shall not, at
any time, or in any manner, represent that it or any of its officers, agents or employees are
in any manner employees of City. Consultant shall pay all required taxes on amounts paid
to Consultant under this Agreement, and to defend, indemnify and hold City harmless from
any and all taxes, assessments, penalties, and interest asserted against City by reason of
the independent contractor relationship created by this Agreement.
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 6
Consultant shall fully comply with the workers’ compensation law regarding Consultant
and Consultant’s employees.
9. Confidentiality. Consultant may have access to financial, accounting,
statistical, and personnel data of individuals and City employees. Consultant covenants
that all data, documents, discussion, or other information developed or received by
Consultant or provided for performance of this Agreement are confidential and shall not
be disclosed by Consultant without prior written authorization by City. City shall grant
such authorization if applicable law requires disclosure. All City data shall be returned to
City upon the termination of this Agreement. Consultant’s covenant under this Section
shall survive the termination of this Agreement. This provision shall not apply to
information in whatever form that is in the public domain, nor shall it restrict the Consultant
from giving notices required by law or complying with an order to provide information or
data when such an order is issued by a court, administrative agency or other legitimate
authority, or if disclosure is otherwise permitted by law and reasonably necessary for the
Consultant to defend itself from any legal action or claim.
10. Conflict of Interest.
10.1 Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the Services, or which
would conflict in any manner with the performance of the Services. Consultant further
covenants that, in performance of this Agreement, no person having any such interest shall
be employed by it. Furthermore, Consultant shall avoid the appearance of having any
interest, which would conflict in any manner with the performance of the Services.
Consultant shall not accept any employment or representation during the term of this
Agreement which is or may likely make Consultant “financially interested” (as provided
in California Government Code §§1090 and 87100) in any decision made by City on any
matter in connection with which Consultant has been retained.
10.2 Consultant further represents that it has not employed or retained
any person or entity, other than a bona fide employee working exclusively for Consultant,
to solicit or obtain this Agreement. Consultant has not paid or agreed to pay any person or
entity, other than a bona fide employee working exclusively for Consultant, any fee,
commission, gift, percentage, or any other consideration contingent upon the execution of
this Agreement. Upon any breach or violation of this warranty, City shall have the right,
at its sole and absolute discretion, to terminate this Agreement without further liability, or
to deduct from any sums payable to Consultant hereunder the full amount or value of any
such fee, commission, percentage or gift.
10.3 Consultant has no knowledge that any officer or employee of City
has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise,
in this transaction or in the business of Consultant, and that if any such interest comes to
the knowledge of Consultant at any time during the term of this Agreement, Consultant
shall immediately make a complete, written disclosure of such interest to City, even if such
interest would not be deemed a prohibited “conflict of interest” under applicable laws as
described in subsection 10.1.
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 7
11. Indemnification.
11.1 Design Professional Services. To the fullest extent permitted by
law, the Consultant shall, at its sole cost and expense, indemnify, defend, and hold
harmless the City, its elected officials, officers, attorneys, agents, employees, designated
volunteers, successors, assigns and those City agents serving as independent contractors
in the role of City officials (collectively “Indemnitees” in this Section 11.0), from and
against any and all damages, costs, expenses, liabilities, claims, demands, causes of action,
proceedings, judgments, penalties, liens, stop notices, and losses of any nature whatsoever,
including fees of accountants and other professionals, and all costs associated therewith,
and reimbursement of attorneys’ fees and costs of defense (collectively “Claims”), whether
actual, alleged or threatened, to the extent arising out of, pertaining to, or relating to, in
whole or in part, the negligence, recklessness or willful misconduct of the Consultant,
and/or its officers, agents, servants, employees, subcontractors, contractors or their
officers, agents, servants or employees (or any entity or individual for which or whom the
Consultant shall bear legal liability) in the performance of design professional services
under this Agreement by a “design professional,” as the term is defined in California Civil
Code § 2782.8(c). The indemnification obligation herein shall not in any way be limited
by the insurance obligations contained in this Agreement. Notwithstanding the foregoing
and as required by Civil Code § 2782.8(a), in no event shall the cost to defend the
Indemnitees that is charged to Consultant exceed Consultant’s proportionate percentage
of fault.
11.2 Other Indemnities. With respect to claims and liabilities which do
not arise in connection with the performance of professional services by a “design
professional”, as that term is defined in California Civil Code Section 2782.8(c), including,
but not limited to, those claims and liabilities normally covered by commercial general
and/or automobile liability insurance, and to the maximum extent permitted by law,
Consultant shall, at its sole cost and expense, protect, defend, hold harmless and indemnify
the Indemnitees from and against any and all damages, costs, expenses, liabilities, claims,
demands, causes of action, proceedings, judgments, penalties, liens, stop notices, and
losses of any nature whatsoever, including fees of accountants, attorneys and other
professionals, and all costs associated therewith, and the payment of all consequential
damages (collectively “Damages”), in law or equity, whether actual, alleged or threatened,
which arise out of, pertain to, or relate to the acts or omissions of Cons ultant, 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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 8
incurred by the Indemnitees in connection therewith. The indemnification obligation
herein shall not in any way be limited by the insurance obligations contained in this
Agreement.
. 11.3 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that
they may possess against Consultant because of the acceptance by City, or the deposit
with City, of any insurance policy or certificate required pursuant to this Agreement.
11.4 Waiver of Right of Subrogation. Except as otherwise expressly
provided in this Agreement, Consultant, on behalf of itself and all parties claiming under
or through it, hereby waives all rights of subrogation against the Indemnitees, while acting
within the scope of their duties, from all claims, losses and liabilities arising out of or
incident to activities or operations performed by or on behalf of the Consultant.
11.5 Survival. The provisions of this Section 11 shall survive the
termination of the Agreement and are in addition to any other rights or remedies which
Indemnitees may have under the law. Payment is not required as a condition precedent to
an Indemnitee’s right to recover under this indemnity provision, and an entry of judgment
against Consultant shall be conclusive in favor of the Indemnitee’s right to recover under
this indemnity provision.
12. Insurance.
12.1 Liability Insurance. Consultant shall procure and maintain in full
force and effect for the duration of this Agreement, insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the
performance of the services hereunder by Consultant, and/or its agents, representatives,
employees and subcontractors.
12.2 Minimum Scope of Insurance. Unless otherwise approved by City,
coverage shall be at least as broad as:
(1) Insurance Services Office Commercial General Liability
coverage (occurrence form CG 0001).
(2) Insurance Services Office form number CA 0001 (Ed. 1/87)
covering Automobile Liability, code 1 (any auto).
(3) Worker’s Compensation insurance as required by the State
of California, and Employer’s Liability Insurance.
(4) Professional Liability insurance in a form approved by the
City, having an extended reporting period of not less than
three (3) years after completion of the Services which shall
provide protection against claims of professional negligence
arising out of Consultant’s performance of the Services and
otherwise complying with all applicable
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 9
less than:
provisions of this Section 12. The policy shall be endorsed
to include contractual liability to the extent insurable.
12.3 Minimum Limits of Insurance. Consultant shall maintain limits no
(1) Commercial General Liability: $2,000,000 per occurrence
for bodily injury, personal injury and property damage.
Commercial General Liability Insurance with a general
aggregate limit shall apply separately to this Agreement or
the general limit shall be twice the required occurrence limit.
(2) Automobile Liability: $2,000,000 per accident for bodily
injury and property damage.
(3) Employer’s Liability: $1,000,000 per accident and in the
aggregate for bodily injury or disease and Workers’
Compensation Insurance in the amount required by law.
(4) Professional Liability: $1,000,000 per claim/aggregate.
(5) The Insurance obligations under this agreement shall be the
greater of (i) the Insurance coverages and limits carried by
the Contractor; or (ii) the minimum insurance requirements
shown in this Agreement. Any insurance proceeds in excess
of the specified limits and coverage required which are
applicable to a given loss, shall be available to the City. No
representation is made that the minimum insurance
requirements of this Agreement are sufficient to cover the
obligations of the Contractor under this Agreement.
12.4 Deductibles and Self-Insured Retentions. Any deductibles or self-
insured retentions must be declared to and approved by the City and shall not reduce the
limits of coverage. City reserves the right to obtain a full certified copy of any required
insurance policy and endorsements.
12.5 Other Insurance Provisions.
(1) The commercial general liability and automobile liability
policies are to contain the following provisions on a separate
additionally insured endorsement naming the City, its
officers, officials, employees, designated volunteers and
agents serving as independent contractors in the role of City
officials as additional insureds as respects: liability arising
out of activities performed by or on behalf of Consultant;
products and completed operations of
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 10
Consultant; premises owned, occupied or used by
Consultant; and/or automobiles owned, leased, hired or
borrowed by Consultant. The coverage shall contain no
limitations on the scope of protection afforded to City, its
officers, officials, employees, designated volunteers or
agents serving as independent contractors in the role of City
officials which are not also limitations applicable to the
named insured.
(2) For any claims related to this Agreement, Consultant’s
insurance coverage shall be primary insurance as respects
City, its officers, officials, employees, designated volunteers
and agents serving as independent contractors in the role of
City or officials. Any insurance or self- insurance
maintained by City, its officers, officials, employees,
designated volunteers or agents serving as independent
contractors in the role of City officials shall be excess of
Consultant’s insurance and shall not contribute with it.
(3) Consultant’s insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with
respect to the limits of the insurer’s liability.
(4) Each insurance policy required by this clause shall be
endorsed to state that coverage shall not be canceled except
after 30 days prior written notice by first class mail has been
given to City (ten (10) days prior written notice for non-
payment of premium). Consultant shall provide thirty
(30) days written notice to City prior to implementation of a
reduction of limits or material change of insurance coverage
as specified herein.
(5) Each insurance policy, required by this clause shall
expressly waive the insurer’s right of subrogation against
City and its elected officials, officers, employees, servants,
attorneys, designated volunteers, and agents serving as
independent contractors in the role of City officials.
(6) Each policy shall be issued by an insurance company
approved in writing by City, which is admitted and licensed
to do business in the State of California and which is rated
A:VII or better according to the most recent A.M. Best Co.
Rating Guide.
(7) Each policy shall specify that any failure to comply with
reporting or other provisions of the required policy, including
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 11
breaches of warranty, shall not affect the coverage required
to be provided.
(8) Each policy shall specify that any and all costs of adjusting
and/or defending any claim against any insured, including
court costs and attorneys' fees, shall be paid in addition to and
shall not deplete any policy limits.
(9) Contractor shall provide any and all other required insurance,
endorsements, or exclusions as required by the City in any
request for proposals applicable to this Agreement.
12.6 Evidence of coverage. Prior to commencing performance under this
Agreement, the Consultant shall furnish the City with certificates and original
endorsements, or copies of each required policy, effecting and evidencing the insurance
coverage required by this Agreement including (1) Additional Insured Endorsement(s),
(2) Worker’s Compensation waiver of subrogation endorsement, and (3) General liability
declarations or endorsement page listing all policy endorsements. The endorsements shall
be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All
endorsements or policies shall be received and approved by the City before Consultant
commences performance. If performance of this Agreement shall extend beyond one year,
Consultant shall provide City with the required policies or endorsements evidencing
renewal of the required policies of insurance prior to the expiration of any required policies
of insurance.
12.7 Contractor agrees to include in all contracts with all subcontractors
performing work pursuant to this Agreement, the same requirements and provisions of this
Agreement including the indemnity and insurance requirements to the extent they apply to
the scope of any such subcontractor’s work. Contractor shall require its subcontractors to
be bound to Contractor and City in the same manner and to the same extent as Contractor
is bound to City pursuant to this Agreement, and to require each of its subcontractors to
include these same provisions in its contract with any sub- subcontractor.
13. Cooperation. In the event any claim or action is brought against City
relating to Consultant’s performance or services rendered under this Agreement,
Consultant shall render any reasonable assistance and cooperation that City might require.
City shall compensate Consultant for any litigation support services in an amount to be
agreed upon by the parties.
14. Termination. City shall have the right to terminate this Agreement at any
time for any or no reason on not less than ten (10) days prior written notice to Consultant.
In the event City exercises its right to terminate this Agreement, City shall pay Consultant
for any services satisfactorily rendered prior to the effective date of the termination,
provided Consultant is not then in breach of this Agreement. Consultant shall have no
other claim against City by reason of such termination, including any claim
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 12
for compensation. City may terminate for cause following a default remaining uncured
more than five (5) business days after service of a notice to cure on the breaching party.
Consultant may terminate this Agreement for cause upon giving the City ten (10) business
days prior written notice for any of the following: (1) uncured breach by the City of any
material term of this Agreement, including but not limited to Payment Terms; (2) material
changes in the conditions under which this Agreement was entered into, coupled with the
failure of the parties to reach accord on the fees and charges for any Additional Services
required because of such changes.
15. Notices. Any notices, bills, invoices, or reports authorized or required by
this Agreement shall be in writing and shall be deemed received on (a) the day of delivery
if delivered by hand or overnight courier service during Consultant’s and City’s regular
business hours; or (b) on the third business day following deposit in the United States mail,
postage prepaid, to the addresses set forth in this Section, or to such other addresses as the
parties may, from time to time, designate in writing pursuant to the provisions of this
Section.
All notices shall be addressed as follows:
If to City: City of Rancho Cucamonga
Engineering Services Department
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
Attn: Marlena Perez, Principal Engineer
If to Consultant: Atlas Technical Consultants, LLC
14457 Meridian Parkway
Riverside, CA 92518
Attn: Yashar Hooshvar, Regional Vice
President
16. Non-Discrimination and Equal Employment Opportunity. In the
performance of this Agreement, Consultant shall not discriminate against any employee,
subcontractor, or applicant for employment because of race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical
condition, or sexual orientation. Consultant will take affirmative action to ensure that
subcontractors and applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, religion, sex, marital status, national
origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 13
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 14
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: Atlas Technical Consultants,
LLC.
By: ______________________________
Name Yashar Hooshvar Date
______________________________
Title
City of Rancho Cucamonga
By:________________________________
Name Date
_________________________________
Title
By: ______________________________
Name Date
______________________________
Title
(Two signatures required if corporation)
Rancho Cucamonga Fire Protection District
By:________________________________
Name Date
_________________________________
Title
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493F
Regional Vice President
9/10/2025 | 9:39 AM PDT
Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1
9/17/2025 | 2:28 PM PDT
Mayor/President
Fire Chief
9/17/2025 | 3:00 PM PDT
Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
Vice President
9/18/2025 | 11:00 AM PDT
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 15
EXHIBIT A
REQUEST FOR STATEMENT OF QUALIFICATIONS
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 16
EXHIBIT B
CONSULTANT PROPOSAL
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
CITY OF RANCHO CUCAMONGA
PURCHASING DIVISION
REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501 FOR VARIOUS ON-CALL SERVICES
DISCIPLINE CATEGORY 5.2: GEOTECHNICAL ENGINEERING AND MATERIAL SA MPLING/TESTING
January 13, 2025, at 9:00am PST
PREPARED BY:
ATLAS TECHNICAL CONSULTANTS (CA), INC.
14457 MERIDIAN PARKWAY
RIVERSIDE, CA 92518
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.1
COVER LETTER/
INTRODUCATION
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.1 COVER LETTER/INTRODUCTION
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
CITY OF RANCHO CUCAMONGA
Marlena Perez, Procurement
Manager 10500 Civic Center Drive
Rancho Cucamonga, CA 91730
SUBJECT: REQUEST FOR STATEMENTS OF QUALIFICATION #24/25-501
5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING
Dear Ms. Perez and Selection Committee
Atlas Technical Consultants (CA), Inc. (formerly SCST) has reviewed the Request for
Statements of Qualifications and Proposals and we are pleased to present this package to provide
Geotechnical and Materials Sampling/Testing Services to the City of Rancho Cucamonga. Atlas is a
professional services firm providing comprehensive material testing, special inspection, geotechnical
engineering, applied geophysics, and environmental science and engineering services for 65 years (7
as Atlas; 58 as SCST). Atlas has worked with the City of Rancho Cucamonga (City) for 5 years
providing geotechnical engineering, materials testing, and special inspection services.
Atlas has one of the most reputable full-service in-house materials testing laboratories in Riverside and San
Diego Counties. Our labs are fully accredited by various regulatory agencies, including the American
Society for Testing and Materials (ASTM), AASHTO Material Reference Laboratory (AMRL), Caltrans, the
Cement and Concrete Reference Laboratory (CCRL), and the Division of the State Architect (DSA). Our
team holds all the appropriate registrations and licenses to perform the full scope of services required by
this contract. The team contains state of California registered engineers and geologists, certified inspectors,
and field personnel trained and licensed by various local, state, and national regulating agencies, including
Caltrans, the City of San Diego, the International Code Council (ICC), the American Welding Society (AWS),
and the American Concrete Institute (ACI).
Atlas understands the importance of utilizing highly-skilled and multi-carded engineers, technicians and
inspectors, who are familiar with the workings of municipal agencies, who know the processes and
procedures that are generally utilized during as-needed contract work. Our team is able to apply our
combined experience with other public agencies and on-call contracts to present the City with a capable
and cohesive team to provide the high level of service the City requires. Our information is as follows:
Consultants Name: Atlas Technical Consultants (CA), Inc.
Consultant Address: 14457 Meridian Parkway Riverside, CA, 92518
Contact Name: Reza Saeedzadeh, PhD, PE, GE
Email Address: Reza.Saeedzadeh@oneatlas.com
Telephone Number: 619.501.2804
We will deliver a commitment to the City to focus on safety, communication, cost, schedule, and quality.
Should you have any questions or require additional information, you can contact Reza Saeedzadeh at the
information above, or our client services manager, Dan Marino, who can be reached at 951.294.7306 or
via email at Daniel.marino@oneatlas.com.
As Atlas’ Regional Vice President, I am the official representative who is authorized to bind the firm
contractually. Atlas appreciates your time and consideration on our behalf.
Yashar Hooshvar, PE, CCM, PMP
Regional Vice President
3
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.2
TABLE OF
CONTENTS
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.2 TABLE OF CONTENTS
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
4.1 COVER LETTER / INTRODUCTION ............................2
4.2 TABLE OF CONTENTS ................................................4
4.3 EXECUTIVE SUMMARY ..............................................6
4.4 FIRM EXPERIENCE/QUALIFICATIONS ......................9
Firm History .......................... 10
Project Experience ............... 11
4.5 THIRD-PARTY / SUBCONTRACTORS ........................16
4.6 STAFF RESUMES AND ORGANIZATION CHART ......18
Organization Chart ............... 19
Staff Resumes ...................... 20
4.7 PROJECT MANAGEMENT APPROACH ......................34
SEPARATE FILES
5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING
6.9 NON-DISCLOSURE CONFLICT OF INTEREST (EXHIBIT A)
6.10 PROFESSIONAL SERVICE AGREEMENT (EXHIBIT B)
6.11 ACKNOWLEDGEMENT OF INSURANCE (EXHIBIT C)
6.12 ADDENDUM ACKNOWLEDGEMENT (EXHIBIT D)
6.13 DEBARMENT AND SUSPENSION (EXHIBIT E)
6.14 PARTICIPATION CLAUSE (EXHIBIT F)
6.15 SIGNATURE OF AUTHORITY (EXHIBIT G)
6.16 COMPANY REFERENCES (EXHIBIT H)
5
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.3
EXECUTIVE
SUMMARY
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.3 EXECUTIVE SUMMARY
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
Atlas is submitting this proposal to the City of Rancho Cucamonga to provide Geotechnical Engineering
and Material Sampling and Testing Services on an on-call basis. Atlas has worked with the City of
Rancho Cucamonga for 5 years providing geotechnical engineering, materials testing, and special
inspection services. We have 65 years (6-years as Atlas; 59-years as SCST) of experience providing these
services for a multitude of municipal clients.
Company-wide, Atlas employs 3,600 staff, with more than 150 local staff in Southern California, including
licensed geotechnical and professional engineers, engineering geologists, certified inspectors and testing
technicians, environmental engineers, geophysicists, and the appropriate support personnel. Atlas has
successfully provided geotechnical engineering, hazardous material evaluations, environmental studies,
earthwork observation, materials testing, and special inspection services for multiple municipal agencies
throughout or long history. Atlas is well suited to provide these services on an on-call basis to the City of
Rancho Cucamonga. We have provided services for various types of projects, including:
+Fire Stations +Admin Buildings +Libraries +Community Centers
+Parks +Streetscapes +Sidewalks/ADA +Underground Utilities
+Roadway Widening + Roadway Repair +Roadway Rehab +Road Widening
+Interchanges +Bike Trails +Sewer/Water +Water Treatment Plants
+Grade Separation +Pipelines +Pump Stations +Emergency Repairs
Atlas operates three geotechnical/materials testing laboratories in Southern California. We maintain a
system of checks and balances to ensure our projects are of the highest quality. Atlas’ laboratories
participates in the AASHTO: ReSource (formerly AMRL) and Cement and Concrete Reference Laboratory
(CCRL) proficiency-sampling program to confirm our team provides accurate reporting of laboratory tests.
In addition, we participate in a variety of other laboratory assessment programs administered by
government or regulatory agencies requiring bi-annual or annual inspections, including:
+Caltrans +Cities of Los Angeles and San Diego
+Division of the State Architect +Health Care Access and Information
To save our clients time and money, the majority of our inspectors and technicians are multi-carded by
various local and national agencies, including the International Code Council (ICC), American Welding
Society (AWS), and American Concrete Institute (ACI), to minimize the assignment of multiple field staff.
We also have staff members with various certifications, including Caltrans, HAZWOPER, HAZMAT, USACE
EM 385-1-1, and OSHA certification. Atlas is proficient regarding local, state, and federal codes, standards,
requirements, and close out procedures and thorough record keeping of all project documentation.
Atlas applies time-tested methods to assure
the high quality, dependable services our
clients have come to expect. Because every
project is different, we work with our clients
and their project team to understand the
project objectives and to tailor the best
approach to successfully complete each
specific project. As demonstrated by our
project experience and references listed in
this submittal, we have the experience, staff,
systems, and safeguards in place to deliver
services for this contract with diligence and
in a cost-effective manner to serve the best
interests of the City.
7
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.3 EXECUTIVE SUMMARY
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
Atlas is accustomed to working on multiple as-needed services contracts concurrently, and we are
organized to perform a wide range of services for completing multiple task descriptions simultaneously.
This knowledge-based network organizational structure achieves program continuity along with project/task
description efficiency by assigning key personnel for the duration of the contract, while maintaining the
flexibility to create multi-disciplinary project teams in response to specific project or task description
requirements. Technical/ project managers and key support personnel are used to create multi-disciplinary
project teams in accordance with the requirements of specific task descriptions. Each project or task
description will be treated as a separate project that fits within the management structure.
Aside from the City of Rancho Cucamonga, we have provided on-call/as-needed services for various
municipalities in southern California, including:
+City of Riverside +County of Riverside + City of Indio +City of Fontana
+City of Palm Springs + City of Coachella +City of La Mesa +City of San Diego
+County of San Diego + City of Los Angeles + City of Del Mar +City of Carlsbad
+City of National City + City of Anaheim +City of Lemon Grove + City of Santa Ana
STAFF AVAILABILITY
Key Staff Role Availability
Reza Saeedzadeh, PhD, PE, GE Contract Manager/Principal Engineer 80%
Morteza Mirshekari, PhD, PE Geotechnical Practice Manager 60%
Hisham Nofal, PhD, PE, GE Principal Engineer 60%
Erick Aldrich, PE, GE Principal Engineer 60%
J. Goodmacher, PG, CEG, CHG Principal Geologist 80%
Doug Skinner, PG, CEG Principal Geologist 80%
Dale Bodman, PE Senior Engineer 80%
Stephan Callas Project Geophysicist 80%
Bryan Rall, PG, CEG Senior Geologist 80%
Christopher A. Schmidt, P.E.Senior Engineer 80%
Nickey Akbariyeh, PE Project Engineer 80%
Jalal Fatemi, PE Project Engineer 80%
Mohammed Nabeel Khan, EIT Staff Engineer 80%
Jonathan McGehee, GIT Staff Geologist 80%
Kyle Hahn, GIT Staff Geologist 80%
Jacob Baker, GIT Staff Geologist 80%
Matt Reilly, CAC, CLIA Hazardous Material Project Manager 80%
Dan Ferguson Materials Testing Project Manager 100%
Dan Broyles Field Services Manager 100%
Austin Hill Director of Lab Services 100%
Roger Jimenz Field Technician 100%
Raul Tena Field Technician 100%
Anthony Stewart Field Technician 100%
Peter SteinGillette Field Technician 100%
Ismael Gonzales Field Technician 100%
Chad Bartley Field Technician 100%
Jeremy Wolfe Field Technician 100%
8
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.4
FIRM EXPERIENCE/
QUALIFICATIONS
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.4 FIRM EXPERIENCE/QUALIFICATIONS
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
FIRM HISTORY
Atlas provides professional environmental, testing, inspection,
engineering, and consulting services from more than 150 locations
nationwide. We deliver solutions to both public and private sector
clients in the education, government, transportation, commercial,
water, and industrial markets.
With a legacy of providing consistent quality and results, Atlas creates
a better experience at every stage of an environmental project. We
connect the best experts in the industry to deliver value from concept
to completion and beyond. This means doing everything our clients
expect and then raising the expectations in a way that only our people
can.
Atlas’ beginnings date back to 2016, when Bernhard Capital Partners
Management, LP, a services-focused private equity firm, identified
specific needs across multiple market sectors and responded by
launching a new firm designed to assist clients with the nation’s most
pressing needs—construction of new facilities, and renovation and
maintenance of existing assets.
In 2018, Atlas acquired SCST, LLC, which had been operating in
Southern California since 1959 and has been operating as Atlas since
7/1/2021.
In April 2023, Atlas became a private company after being acquired by
GI Partners, a private investment firm with offices in California, New
York, Texas, Illinois, Connecticut, Arizona, and London. Under private
ownership and in partnership with GI Partners, Atlas will continue to
accelerate its growth and drive greater value to our customers while
providing continued opportunities for our employees.
REQUESTED INFORMATION
Years in Business: 6-years as Atlas; 59-years as SCST
Primary
Locations:
14457 Meridian Parkway
Riverside, CA, 92518
9085 Aero Drive Suite B
San Diego, CA 92123
Additional
Locations:
Los Angeles, CA; Modesto, CA; Oakland,
CA; Rancho Cordova, CA; San Ramon, CA;
San Luis Obispo, CA; Whittier, CA; Windsor,
CA
Legal Form of
Company:
Atlas Technical Consultants (CA), Inc. is a
Corporation. Incorporated in Delaware, 2017
DIR Number: PW-LR-1001002829
10
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.4 FIRM EXPERIENCE/QUALIFICATIONS
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
CITY OF RANCHO CUCAMONGA: FY2023-24 MAJOR ARTERIALS PAVEMENT
REHABILITION MILLIKEN AVENUE
RANCHO CUCAMONGA, CA
REFERENCE
City of Rancho Cucamonga
Romeo M. David
Associate Engineer
p: (909) 774-4070
e: romeo.david@cityofrc.us
PROJECT DATES
06/2024 - 12/2024
The project consisted of pavement rehabilitations on Milliken Avenue from Base Line Avenue to Banyan
Street in the City of Rancho Cucamonga. Atlas provided soils and materials testing services that included
participation in a pre-construction meeting, material submittal reviews, field and batch plant observation
and sampling of hot mix asphalt as well as asphalt coring and laboratory analysis for core density,
maximum density, and other required testing.
Team Members: Dan Ferguson, Dale Bodman, Austin Hill, Anthony Stewart
CITY OF RANCHO CUCAMONGA: HIGHLAND AVE & HERMOSA AVE PAVEMENT
REHABILITATION
RANCHO CUCAMONGA, CA
REFERENCE
City of Rancho Cucamonga
Romeo M. David
Associate Engineer
p: (909) 774-4070
e: romeo.david@cityofrc.us
PROJECT DATES
06/2020 - 12/2020
The project consisted of pavement rehabilitations on Highland Avenue from Archibald Avenue to Haven
Avenue and Hermosa Avenue from Banyan Street to Wilson Avenue in the City of Rancho Cucamonga.
Atlas provided soils and materials testing services that included participation in a pre-construction
meeting, material submittal reviews, field and batch plant observation and sampling of hot mix asphalt
as well as asphalt coring and laboratory analysis for core density, maximum density, and other required
testing.
Team Members: Dan Ferguson, Austin Hill, Anthony Stewart
11
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.4 FIRM EXPERIENCE/QUALIFICATIONS
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
CITY OF RANCHO CUCAMONGA: CENTER AVENUE PAVEMENT REHABILITATION
RANCHO CUCAMONGA, CA
REFERENCE
City of Rancho Cucamonga
Romeo M. David
Associate Engineer
p: (909) 774-4070
e: romeo.david@cityofrc.us
PROJECT DATES
06/2022 - 08/2022
The project consisted of pavement rehabilitations on Center Avenue from 6th Street to 8th Street in the
City of Rancho Cucamonga. Atlas provided soils and materials testing services that included participation
in a pre-construction meeting, material submittal reviews, field and batch plant observation and sampling
of hot mix asphalt as well as asphalt coring and laboratory analysis for core density, maximum density,
and other required testing.
Team Members: Dan Ferguson, Dale Bodman
CITY OF RIVERSIDE: CANYON CREST BOOSTER STATION AND PIPELINE
RIVERSIDE, CA
REFERENCE
City of Riverside
Cheyne Wells
Senior Engineer
p: (951) 826-5257
e: CWells@riversideca.gov
PROJECT DATES
04/2021 - 09/2023
The project was located on El Cerrito Drive, northeast of Canyon Crest Drive in the City of Riverside.
The concrete pad for the pumps was developed in cut to fill grading. Cut grading included removal of the
loose material and exposure of competent soil or bedrock. The fill grading was applied for the hillside.
As much as 12 feet of fill at the corner of the retaining wall was placed and the existing slope along El
Cerrito was realigned. The project also consisted of 1250 feet of pipeline in El Cerrito drive will be
provided with 4 feet cover. Atlas provided construction material testing and inspection services including
compaction testing for subgrade, base, and asphalt as well as cast-in-place concrete sampling and
testing.
Team Members: Dan Ferguson, Austin Hill, Anthony Stewart, Chris Castaneda, Hemidreza Khazaei,
Jeremy Wolfe, Nathon Nolley, Roger Jimenez, Raul Tena
12
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.4 FIRM EXPERIENCE/QUALIFICATIONS
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
CITY OF NATIONAL CITY: ON-CALL GEOTECHNICAL, SOILS AND MATERIALS
TESTING SERVICES CONTRACT
NATIONAL CITY, CA
REFERENCE
City of National City
Jose Lopez, Assistant Engineer
p: (619) 336-4380
e: jlopez@nationalcityca.gov
PROJECT DATES
07/2014 - Ongoing
Atlas has been working with the City of National City for 10 years providing materials testing and
inspection services, as well as geotechnical engineering on 30 projects. Projects have included:
Midblock Crossing Enhancements: Testing and inspection during this $1.5 million project consisting
of construction of safety enhancements, including new LED safety light fixtures at 30 signalized
intersections citywide, installation of pedestrian level LED lights at 16 midblock crosswalks, and
implementation of pedestrian safety enhancements including ADA curb ramps, corner bulb-outs,
sidewalks, and solar powered flashing crosswalk signs with high intensity striping at six midblock
crosswalks.
Plaza Boulevard Widening Phase II: Testing and inspection during phase I of the project includes
widening Plaza Boulevard to construct a six lane regional arterial, utility undergrounding, and the
widening of Plaza Boulevard between Palm Avenue and Interstate 805 including new travel lanes to
expand roadway capacity and improve traffic flow, traffic signal modifications for safety and operations,
and pedestrian/ADA enhancements.
Division Street Pavement Investigation: Geotechnical investigation for the rehabilitation of Division
Street from Highland Avenue to Euclid Avenue consisting of the construction of a new pavement section.
Atlas performed coring of the pavement section and laboratory testing to developed appropriate
rehabilitation recommendations. As a result, the street will be rehabilitated with slurry seal in less severely
cracked areas, and rehabilitated with cold milling and overlay placement of 1.5 inch of asphalt with
reinforcing fabric in more severely cracked areas.
Avenue A Green Street: Testing and inspection services during the $3.7 million project which consisted
of the implementation of low-impact development (LID) infiltration measures along portions of “A” Avenue
between East 8th Street and Kimball Park to treat urban storm water runoff prior to entering the storm
drain system and discharging into Paradise Creek. Other improvements included enhanced crosswalks,
pedestrian refuge islands, corner bulb-outs, pedestrian actuated flashing crosswalk signs, new sidewalks
and pedestrian curb ramps for ADA compliance, decomposed granite walking paths, and new gateway
plaza with permeable pavers.
Team Members: Dan Ferguson, Morteza Mirshekari, Bryan Rall, Erick Aldrich, Kyle Hahn, Nicky
Akbariyeh, Austin Hill, Jeremy Wolfe, Raul Tena, Anthony Stewart, Brendon Head, Ismael Gonzalez,
Peter SteinGillette, Roger Jimenez
13
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.4 FIRM EXPERIENCE/QUALIFICATIONS
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
CITY OF CARLSBAD: AS-NEEDED SERVICES CONTRACT
CARLSBAD, CA
REFERENCE
City of Carlsbad
Steve Didier
Municipal Projects Manager
p: (760) 602-7539
e: steven.didier@carlsbadca.gov
PROJECT DATES
10/2012 - Ongoing
Atlas has been working with the City of Carlsbad since 2008 providing geotechnical engineering,
materials testing, groundwater monitoring, and environmental services. Under our current agreements
with the City, we have provided these services for over 20 task orders for the City and Water District.
Projects have included:
2022 East-West Corridor Resurfacing and Restriping: Project included cold milling, asphalt paving,
slurry seal, and striping of various City streets, including Carlsbad Village Drive, Tamarack Avenue,
Cannon Road, Poinsettia Lane, La Costa Avenue, and Olivehain Road. Atlas oversaw the quality
assurance and control of approximately 15,500 tons of asphalt pavement as well as slurry seal material.
Pressure Reducing Station Replacements Phase 2: The project included abandoning one existing
pressure reducing station on El Fuerte Street, demolishing two existing pressure reducing stations at
Palomar East and Melrose Drive, and constructing three new pressure reducing stations in precast
reinforced concrete vaults. The project also involved the installation of 20 lineal feet of 24-inch steel
casing, 2,480 lineal feet of new 12-inch PVC pipe water main, and 160 lineal feet of 16-inch fusible PVC
pipe water main as well as replacing existing asphalt concrete pavements and Portland cement concrete
sidewalk, curb, and gutter improvements.
Avenida Encinas Coastal Rail Trail and Pedestrian Improvements: Project involved the construction
of 2.5 miles of a coastal rail trail as well as pedestrian improvements. The project included the removal
of existing concrete and asphalt pavement sections as well as the installation of new asphalt paving,
pedestrian improvements, signal modification, and the installation of street lighting and traffic signals on
Avenida Encinas.
Team Members: Dan Ferguson, Morteza Mirshekari, Nickey Akbariyeh, Kyle Hahn, Jonathan
Goodmacher, Doug Skinner, Stephen Dalo, Bryan Rall, Austin Hill, Jeremy Wolfe, Raul Tena, Anthony
Stewart, Brendon Head, Ismael Gonzalez, Peter SteinGillette, Roger Jimenez
14
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.4 FIRM EXPERIENCE/QUALIFICATIONS
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
CITY OF COACHELLA: ON-CALL PROFESSIONAL SERVICES
COACHELLA, CA
REFERENCE
City of Coachella
Brianna Greenwood
Assistant Engineer
p: (422) 400-2643
e: bgreenwood@coachella.org
PROJECT DATES
01/2016 - Ongoing
Atlas has been working with the City of Coachella since 2016 providing on-call materials testing and
inspection services. Services have included testing and inspection of grading, subgrade, asphalt
concrete, hot mix asphalt, aggregate base material, backfill, paving, and shop and field structural steel
welding; concrete quality control. We have supported more than 28 projects including:
Coachella Fire Station #79 48th Ave and Harrison Street Sewer Improvements
2022 Safety Improvements Grapefruit Blvd Urban Greening and Connectivity
Pueblo Viejo Sustainable Transportation Bagdouma Park Basketball Court Resurfacing
Team Members: Dan Ferguson, Austin Hill, Anthony Wiant, Anthony Stewart, Chris Castaneda, Reza
Saeedzadeh, Joseph Kjolsrud, Nathan Nolley
COUNTY OF RIVERSIDE EDA: JOHN J. BENOIT DETENTION CENTER
INDIO, CA
REFERENCE
County of Riverside
Andres Alfaro
Construction Inspector
p: (951) 235-6513
e: aalfaro@rivco.org
PROJECT DATES
10/2015 – 07/2021
Construction of a $330.3 million, 516,000 SF Type II concrete, masonry, and steel detention center and
a 990-stall post-tension concrete parking structure adjacent to the new detention center for the County
of Riverside Economic Redevelopment Agency. The new detention facility, located on 6.5 acres, consists
of a three-level support building, with one level underground, which contains a public lobby,
intake/transfer/ release area, warehouse, medical and dental clinic, administrative space, staff services
and locker rooms, and the extension of the underground tunnel that connects to the existing Larson
Justice Center.
Team Members: Dan Ferguson, Austin Hill, Anthony Wiant, Anthony Stewart, Chris Castaneda, Joseph
Kjolsrud, Raul Tena
15
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.5
THIRD-PARTY/
SUBCONTRACTORS
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.5 THIRD-PARTY/SUBCONTRACTORS
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
Atlas will be utilizing Baja Exploration to provide any
necessary drilling services during this contract. Baja
Exploration has California Contractor's License C-57 and the
license number is 804318. Baja Exploration is registered with
the California Department of Industrial Relations (DIR number
is 1000008777). Baja Exploration is a certified small business
enterprise (SBE), registered with the State of California.
Baja Exploration has over 30 years of experience providing drilling services. They provide hollow-stem
auger, rotary wash, and rock coring drilling, well monitoring installation, well abandonment, and limited
access drilling services. They can utilize a variety of truck- and track-mounted rigs, including CME 95 rigs
with the highest drilling torque, which can be deployed for different purposes.
Atlas has worked with Baja Explorations on numerous projects, including:
+Vista Irrigation District, Vista Flume Replacement Alignment
+City of Carlsbad, Kelly Drive Sewer Replacement
+City of Carlsbad, Cannon Street Well
+San Diego County Water Authority, Crossover Pipeline Interstate-15
+South Coast Water District, Lift Station No. 2 Replacement
+Eastern Municipal Water District, Good Hope & Meade Valley Water Pipeline
+County of Riverside, French Valley Airport Apron Rehabilitation
Baja Exploration’s references are listed below:
Reference Company: City of Escondido
Address: 201 N Broadway Escondido, CA 92025
Reference Name: Dom Furio, Bldg Maintenance Superintendent
Telephone Number: (760) 839-4895
Email: dom.furio@escondido.gov
Reference Company: Llano CA (Little Baldy Water Co.)
Address: 20745 Fort Tejon Llano, CA 93544
Reference Name: Bruce Tourville, Manager
Telephone Number: (661) 261-9226
Email: tourville3@gmail.com
Reference Company: City of Blythe
Address: 839 2nd Street Suite 2 Encinitas, CA 92024
Reference Name: Mike Davis, IES Consultant
Telephone Number: (760) 846-2330
Email: mdavis@iesconsultants.com
17
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6
STAFF RESUMES
AND ORG CHART
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
The chart below depicts the names of the key individuals that will be responsible for the coordination and
production of project/task deliverables, their respective roles, and the organizational structure of the Atlas
team. All of Atlas’ listed staff members are full-time employees and the majority of our staff are cross-trained
and multi-credentialed to save the City time and money.
19
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
REZA SAEEDZADEH, PHD, PE, GE
CONTRACT MANAGER/ PRINCIPAL ENGINEER
ROLE WITHIN ON-CALL Contract Manager/Principal Engineer
LENGTH OF TIME WITH COMPANY 8 years
LICENSES, REGISTRATIONS, AND
CERTIFICATIONS
+Professional Engineer PE CA #87885
+Geotechnical Engineer GE CA #3204
EDUCATION BACKGROUND
+PhD, Geotechnical Engineering, University of Texas
+MS, Civil Engineering - Geotechnical, Shiraz University
+BS, Civil Engineering, University of Mazandaran
WORK HISTORY
Reza obtained a doctorate in geotechnical engineering specializing in sustainable recycled asphalt mix
design. His 8 years of industry experience includes performing and supervising subsurface soil
explorations, in situ testing to assess high-speed rail embankment construction, pavement condition
assessment of roadways and airfields, field observation of ground improvements, micropile foundations,
shored excavations, assignment and review of laboratory testing programs. Reza is proficient in the
analysis and design of a wide range of geotechnical and pavement engineering related problems, such
as stability of slopes, liquefaction potential, buried pipelines, shallow and deep foundations, and flexible
and rigid pavements.
City of Corona, Interstate 15 and Cajalco Road Interchange Improvements, Corona, CA
Project engineer during testing and inspection for the $45 million project consisting of widening of Cajalco
Road from a two-lane bridge to a six-lane overcrossing bridge on a new alignment north of the existing
bridge. The bridge includes a striped median, outside shoulders, and a sidewalk on the southern side.
The existing northbound and southbound ramps were reconfigured and all existing ramps realigned. The
existing northbound onramp was modified to serve the westbound Cajalco Road traffic and a northbound
loop on-ramp was constructed to serve the eastbound Cajalco Road traffic.
City of Del Mar Professional Consulting Services Agreement
Senior engineer during testing and inspection services for the 2021 Water, Wastewater, and Pavement
Improvements project under our current as-needed contract with the City of Del Mar. The project consists
of paving repairs including pipeline resurfacing; flood prevention; and essential roadway repairs.
City of National City On-Call Geotechnical, Soils, and Materials Testing Services
Senior engineer during a geotechnical investigation for pavement section recommendations for this $9
million project, which is an extension of the National City Streetscape project that will tie together the
City’s redevelopment efforts. The project narrows a segment of 8th Street to one lane in each direction,
with left turn lanes at intersections, corner bulb-outs for traffic calming, ADA improvements, medians and
angled parking on the south side of the street. Reza has also provided services on geotechnical
investigations for alley pavement structural sections, the Division Street pavement investigation, and the
widening of Plaza Boulevard from N Avenue to Highland Avenue.
City of Santa Ana, Civic Center Drive Pavement Investigation
Project engineer during a geotechnical investigation for this project which consisted of improving the
distressed pavement of Civic Center Drive, Meriday Lane, and Western Avenue of City of Santa Ana.
Atlas performed a forensic investigation of underlying causes of pavement distresses. The investigation
comprised of visual inspection of streets condition, coring the pavement at multiple locations and
collecting samples of subgrade soil for laboratory testing. The results of field investigation and
laboratory tests were then used to develop engineering opinion regarding the root causes of pavement
distresses and recommendations for repair.
20
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
MORTEZA MIRSHEKARI, PHD, PE
GEOTECHNICAL DIVISION MANAGER
ROLE WITHIN ON-CALL Geotechnical Division Manager
LENGTH OF TIME WITH COMPANY 3 years
LICENSES, REGISTRATIONS, AND
CERTIFICATIONS Professional Engineer, CA #92374
EDUCATION BACKGROUND
+PhD, Geotechnical Engineering, University of New Hampshire
+MS, Geotechnical Engineering, University of Tehran
+BS, Civil Engineering, University of Tehran
WORK HISTORY
Morteza has over 15 years of collective experience in industry and research regarding analysis, design,
construction, and management of large, complex geotechnical projects. He has served as lead engineer
for numerous projects in public and private sectors involving complex foundation systems, slope stability
analysis, seepage modeling, earth retaining systems, railways and roadways, airfields, and geotechnical
instrumentation. Morteza has extensive experience in geotechnical earthquake engineering including
ground motion hazard analysis, site-specific response, seismic deformation modeling, soil-structure-
interaction analysis, liquefaction hazard assessment, and lateral spread analysis. Morteza has in-depth
knowledge and experience with the geotechnical engineering aspects of the design and construction of
shallow and deep foundations. He also helps clients evaluate stability of earthen slopes and seepage
processes within the soil layers. He has led various projects involving static/seismic slope stability as
well as time-dependent stability of slopes due to the water infiltration. Morteza has led the
installation/data collection/interpretation efforts for different geotechnical instrumentation including
vibrating-wire pore pressure/temperature transducers, fiber optic distributed temperature sensors, shape
accelerometer arrays (SAA), and inclinometers to monitor displacement, pore pressure, and temperature
in different geotechnical and municipal solid waste facilities.
City of Carlsbad As-Needed Geotechnical Services
Lead Engineer and Technical Reviewer for multiple water and sewer projects in the city of Carlsbad,
including the Kelly Drive, Tyler Street Alley, and Pio Pico Drive Sewer Replacement projects. The
services performed include geotechnical investigation, laboratory testing, groundwater monitoring, and
environmental sampling and analyses in preparation of the associated dewatering permits. The
geotechnical recommendations included excavation characteristics of the subsurface materials,
temporary excavation/shoring design parameters, remedial grading, subgrade modulus, and preliminary
pavement structural sections.
Eastern Municipal Water District, As-Needed Geotechnical and Materials Testing Services
Contract Manager for this on-call contract with the Eastern Municipal Water District (EMWD). Lead
Engineer for multiple projects including Good Hope and Mead Valley Water and Sewer projects, which
consisted of over approximately 13,000 feet of new water line and approximately 14,000 feet of new
sewer line and potentially a lift station in Riverside County, California. Atlas explored subsurface
conditions by drilling a total of 25 borings and performing various laboratory tests on the soil samples.
Two of the borings were converted to groundwater monitoring wells and continuous information of
groundwater elevation was collected on separate occasions. Additionally, slug testing was performed to
provide a preliminary assessment of groundwater hydraulic conductivity characteristics at the site.
Seismic refraction evaluation consisting of nine seismic traverses was also carried out to assess the
depth to bedrock and apparent rippability of the subsurface materials.
21
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
JALAL FATEMI, PE
SENIOR PROFESSIONAL
ROLE WITHIN ON-CALL Senior Professional
LENGTH OF TIME WITH COMPANY 2 years
LICENSES, REGISTRATIONS, AND
CERTIFICATIONS Professional Engineer, CA #C94820
EDUCATION BACKGROUND
+MS, Geotechnical Engineering
+MS, Civil Engineering
+BS, Civil Engineering
WORK HISTORY
Jalal is a licensed professional engineer with more than seven years of geotechnical and earthquake
engineering experience. He possesses a track record of leadership skills and is committed to delivering
quality and value work, providing effective support to clients, ensuring project success and client
satisfaction. His professional experience includes planning and execution of subsurface exploration
programs, specification and interpretation of geotechnical laboratory and in-situ tests, analysis of axially
and laterally loaded deep foundations, 2-D and 3-D stability analysis of embankments and levees for
various conditions including static, pseudo-static, and sudden drawdown, landslide forensic investigation,
instrumentation, and remediation, analysis of earth retention systems, steady-state and transient
seepage analyses, liquefaction triggering and settlement assessment, site response analysis, and
seismic hazard evaluations.
Jalal has worked with a variety of clients including municipalities, DOTs, Metroparks, energy companies,
universities, private landfill owners, railroad companies, counties, municipalities, and commercial,
industrial, and residential developers.
City of San Diego, Alvarado Water Treatment Plant Settlement Evaluation, La Mesa, CA
Performed a geotechnical evaluation of the brow ditch and hardscape distress observed at the Alvarado
Water Treatment Plant project in La Mesa, California. The purpose of the geotechnical evaluation was
to assess the as-graded conditions and the existing distress and settlement surrounding the existing two
reservoirs at the subject site and to provide recommendations for remedial measures and repair
construction.
Rolling Hills Estates Drywells Siting Study, Rolling Hills Estates, CA
Jalal planned, coordinated, and conducted geotechnical field investigation for drywell feasibility study for
multiple locations. Field investigation included cone penetration, hollow stem auger drilling and sampling,
and infiltration testing. His responsibilities included logging the subsurface conditions, collecting samples,
and specifying laboratory tests. Jalal performed infiltration calculations to provide design infiltration rates
and recommendation to be used in the design and construction of the drywells.
University of California at Santa Barbara Chemistry Building Seismic Retrofit, Santa Barbara,
CA
Jalal developed soil spring models for the existing deep foundation system of the chemistry building as
part of seismic retrofit of the structure. Jalal’s responsibilities included review of available data, soil profile
development, and analyzing the existing piles individually and in groups. Horizontal and vertical load-
deflection pushover curves for different pile configurations were developed and provided to the structural
team.
22
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
BRYAN RALL, PG, CEG
SENIOR GEOLOGIST
ROLE WITHIN ON-CALL Senior Geologist
LENGTH OF TIME WITH COMPANY 2 years
LICENSES, REGISTRATIONS, AND
CERTIFICATIONS
+Professional Geologist, CA, License #9594
+Certified Engineering Geologist, CA, License #2729
EDUCATION BACKGROUND BA, Geology
WORK HISTORY
Bryan is an engineering geologist with 10 years of professional geotechnical consulting experience. He
is experienced in managing design and construction phases of private and public development projects
including custom single-family residences, several hundred-acre residential subdivisions, million+ square
foot logistics centers, commercial developments, and infrastructure projects as well as forensic
investigations of landslides and distressed properties across southern California. His responsibilities
include planning and overseeing geotechnical investigations to appropriately characterize geotechnical
hazards such as land sliding, faulting, liquefaction, etc. and subsurface conditions to assist in design and
construction of projects. During construction his responsibilities include making observations of earth
materials exposed during construction to verify the assumptions of the design phase reports and to
confirm conformance with project specifications. He also assists in providing oversight of field personnel.
Vista Irrigation District, Vista Flume Replacement, Vista, CA
Engineering Geologist working with a team of Atlas engineers and geologists to evaluate several
potential alignments for the replacement of the Vista Flume for the Vista Irrigation District (VID) from a
geotechnical standpoint. The purpose of our work was to assist the district in screening alignments based
on geotechnical characteristics. The vista flume is an 87-year-old potable water transmission facility that
transmits water from EVWFP to VID’s service area. The flume and siphon system are a combination of
gravity and pressurized facilities which extend for a distance of 11.25 miles from the EVWFP to the
Pechstein Reservoir within a 50- foot-wide VID right-of-way. The flume sections are 6.25 miles long and
consist of 11 above-ground gunite bench sections and a quarter mile long hard rock tunnel that flow by
gravity. The siphon system is 5 miles long and is comprised of 9 steel and/or concrete pipe inverted
siphons.
City of San Diego, Alvarado Water Treatment Plant Settlement Evaluation, La Mesa, CA
Engineering Geologist. Performed a geotechnical evaluation of the brow ditch and hardscape distress
observed at the Alvarado Water Treatment Plant project in La Mesa, California. The purpose of the
geotechnical evaluation was to assess the as-graded conditions and the existing distress and settlement
surrounding the existing two reservoirs at the subject site and to provide recommendations for remedial
measures and repair construction.
Rainbow Municipal Water District, Morro Tank Movement Evaluation, Fallbrook, CA
Lead Engineering Geologist and Project Manager for a forensic geotechnical evaluation of a distressed
40 foot tall and 135-foot diameter water storage tank for Rainbow Municipal Water District. Work included
project management and technical oversight for the installation of two 100-feet deep slope inclinometers,
monthly monitoring, and laboratory testing to evaluate potential causes of the movement and to provide
geotechnical repair recommendations for the purpose of putting the water storage tank back into full
service.
23
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
DALE BODMAN, PE
SENIOR ENGINEER
ROLE WITHIN ON-CALL Senior Engineer
LENGTH OF TIME WITH COMPANY 3 years
LICENSES, REGISTRATIONS, AND
CERTIFICATIONS Professional Engineer, CA #C94820
EDUCATION BACKGROUND +MEng, Civil Engineering
+BS, Applied Science and Engineering
WORK HISTORY
Dale is a registered professional engineer with 35 years of experience in geotechnical engineering,
construction materials observation, inspection and testing services and construction management. He
has extensive experience as a geotechnical and construction and materials engineer with special
inspection experience. Construction oversight includes reinforced concrete, structural steel erection with
bolting and welding, masonry, anchors and fireproofing. He has managed materials and testing
laboratories for three major national engineering companies. He is familiar with management of major
construction projects throughout the United States. He advises on special inspection and testing services
and provides technical expertise in the preparation of reports and final verification.
County of San Diego Ohio Street Probation Building, San Diego, CA
Senior engineer during a geotechnical investigation and material testing services for the construction of
this design-build project which consists of the design and construction of a new two-story building and
associated improvements including parking areas, hardscape, utilities, and stormwater BMP facilities.
Our scope of work consisted of performing a subsurface investigation beneath the site to provide
conclusions and recommendations regarding the geotechnical aspects of the project. Additional services
included geotechnical testing and observation during construction. Supplemental geotechnical
recommendations were provided as needed during construction, including subgrade stabilization
recommendations. Dale provided quality reviews of laboratory test data and construction questions.
Vista Unified School District, Vista Magnet MS Entry Modifications and Façade, Vista, CA
Senior Engineer during geotechnical consulting services. The project will consist of exterior entry
modifications to the existing building, including the replacement of the existing non-ADA compliant
access ramp, construction of new stairs and an ADA-compliant ramp, new pedestrian sidewalks,
modifications to existing building façades, drainage modifications, ADA parking improvements, and
landscape upgrades. The project will also consist of the removal of the existing storage room, termination
of the existing building to remain at the demolished storage room, and extension of the pool deck and
fencing. Retrofitting of the existing gymnasium will consist of repairing the existing wood shear wall
(including its concrete foundations) that has experienced severe rotting. The main geotechnical
considerations affecting the proposed development are the presence of expansive soils, relatively
shallow groundwater, and difficult excavation in very dense alluvium. To reduce the potential for
settlement, fill and loose alluvium should be excavated below settlement sensitive improvements to
expose competent, dense alluvium. To mitigate expansive soils and reduce the potential for heave-
related distress to the proposed hardscape, we recommend removing a portion of the expansive soils
beneath the proposed hardscape and replacing it with select granular material.
24
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
AUSTIN HILL
DIRECTOR OF LABORATORY SERVICES
ROLE WITHIN ON-CALL Director of Laboratory Services
LENGTH OF TIME WITH COMPANY 6 years
LICENSES, REGISTRATIONS, AND
CERTIFICATIONS
+ACI Concrete Strength Testing Technician, Aggregate Testing
Tech-Level 1, Aggregate Testing Tech, Concrete Field-Testing
Tech-Grade 1, Masonry Lab Testing Tech #01234231
+ICC Spray-Applied Fireproofing #10225126
+Caltrans JTCP Soil & Aggregate, JTCP HMA I & II
+Caltrans Testing Methods
+Caltrans SuperPave Testing Methods
+Nuclear Gauge Operator Certification
WORK HISTORY
Austin has 12 years of industry experience. As laboratory manager, Austin is responsible for the
supervision of all testing to ensure tests are being performed according to standards set by Caltrans, the
Association of State Highway Transportation Officials (AASHTO), the American Society for Testing and
Materials (ASTM), the Cement Concrete Reference Laboratories (CCRL) and other regulatory agencies.
He is responsible for maintenance and procurement of any equipment required for certifications and/or
approval by the various licensing agencies. Austin also provides ACI concrete inspection and Caltrans
testing.
City of Rancho Cucamonga, FY2023-24 Major Arterials Pavement Rehabilitation Milliken
Avenue, Rancho Cucamonga, CA
Lab manager for the duration of the project, overseeing all lab testing and operations. The project
consisted of pavement rehabilitations on Milliken Avenue from Base Line Avenue to Banyan Street in the
City of Rancho Cucamonga. Atlas provided soils and materials testing services that included participation
in a pre-construction meeting, material submittal reviews, field and batch plant observation and sampling
of hot mix asphalt as well as asphalt coring and laboratory analysis for core density, maximum density,
and other required testing.
City of Rancho Cucamonga, Highland Ave & Hermosa Ave Pavement Rehabilitation, Rancho
Cucamonga, CA
Lab manager for the duration of the project, overseeing all lab testing and operations. The project
consisted of pavement rehabilitations on Highland Avenue from Archibald Avenue to Haven Avenue and
Hermosa Avenue from Banyan Street to Wilson Avenue in the City of Rancho Cucamonga. Atlas
provided soils and materials testing services that included participation in a pre-construction meeting,
material submittal reviews, field and batch plant observation and sampling of hot mix asphalt as well as
asphalt coring and laboratory analysis for core density, maximum density, and other required testing.
City of Rancho Cucamonga, Center Ave Pavement Rehabilitation, Rancho Cucamonga, CA
Lab manager for the duration of the project, overseeing all lab testing and operations. The project
consisted of pavement rehabilitations on Center Avenue from 6th Street to 8th Street in the City of Rancho
Cucamonga. Atlas provided soils and materials testing services that included participation in a pre-
construction meeting, material submittal reviews, field and batch plant observation and sampling of hot
mix asphalt as well as asphalt coring and laboratory analysis for core density, maximum density, and
other required testing.
25
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
DAN FERGUSON
PROJECT MANAGER/FIELD SERVICES MANAGER
ROLE WITHIN ON-CALL Project Manager/Field Services Manager
LENGTH OF TIME WITH COMPANY 10 years
LICENSES, REGISTRATIONS, AND
CERTIFICATIONS
+ACI Concrete Field-Testing Technician Grade 1 #00972642
+ ICC Soils, Reinforced Concrete #1078342
+ Caltrans Testing Methods 105, 106, 125 AGG, 125 GEN, 201,
231, 375, 523, 524, 533
+Nuclear Gauge Operator Certification
EDUCATION BACKGROUND +BS, Financial Management, National University
+AAS, Construction Technology, Alpena Community College
WORK HISTORY
Dan has provided quality control and assurance on construction projects for over 25 years. His duties
include providing technical direction for geotechnical personnel, oversees scheduling and formulating
solutions to earthwork challenges. He is responsible for the oversight of construction projects that include
inspection of mass grading, footings, temporary shoring, asphalt pavement sections and reinforced
concrete placement, and underground utilities installation and testing. He is experienced in verification
and plotting of removals, keyways and buttresses. Dan monitors project progress performance and
budgetary conditions, assists with proposal preparation, prepares and assists with final as-graded
reports, and attends project site meetings. He possesses the technical skills required to ensure the
construction process is being conducted in substantial compliance with project plans, contracts, and
specifications. His experience includes 15 years as a field supervisor where he assisted with the
development and implementation of procedures and guidelines for project documentation, distribution
and tracking.
City of National City, On-Call Materials Testing, Soils and Geotechnical Services
Project Manager/Field Supervisor: oversaw the observation and testing of grading, subgrade, aggregate
base material, asphalt concrete, and cement-treated subgrade during various projects, including citywide
alley improvements, 18th Street Pedestrian and Bike Enhancements, Plaza Boulevard and N Avenue
widening, upgrades at El Toyon and Kimball parks, A Avenue Green Street improvements, Paradise
Creek Educational Park, and the Division Street traffic calming project.
City of Rancho Cucamonga, FY2023-24 Major Arterials Pavement Rehabilitation Milliken
Avenue, Rancho Cucamonga, CA
Lab manager for the duration of the project, overseeing all lab testing and operations. The project
consisted of pavement rehabilitations on Milliken Avenue from Base Line Avenue to Banyan Street in the
City of Rancho Cucamonga. Atlas provided soils and materials testing services that included participation
in a pre-construction meeting, material submittal reviews, field and batch plant observation and sampling
of hot mix asphalt as well as asphalt coring and laboratory analysis for core density, maximum density,
and other required testing.
City of Rancho Cucamonga, Center Ave Pavement Rehabilitation, Rancho Cucamonga, CA
Lab manager for the duration of the project, overseeing all lab testing and operations. The project
consisted of pavement rehabilitations on Center Avenue from 6th Street to 8th Street in the City of Rancho
Cucamonga. Atlas provided soils and materials testing services that included participation in a pre-
construction meeting, material submittal reviews, field and batch plant observation and sampling of hot
mix asphalt as well as asphalt coring and laboratory analysis for core density, maximum density, and
other required testing.
26
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
MATT REILLY, CAC, CLIA
PROJECT MANAGER – ENVIRONMENTAL SERVICES
ROLE WITHIN ON-CALL Project Manager – Environmental Services
LENGTH OF TIME WITH COMPANY 4 years
LICENSES, REGISTRATIONS, AND
CERTIFICATIONS
+Certified Asbestos Consultant (CAC), #18-6208
+CDPH Lead Inspector, #4855; CDPH Lead Supervisor, #4854
EDUCATION BACKGROUND BS, Environmental Studies, Physical Environment and Resource
Management
WORK HISTORY
Matt Reilly is an experienced environmental professional with 12 years of progressively responsible
experience in environmental compliance, hazardous material inspections, industrial hygiene, project
management, health and safety and building sciences. Mr. Reilly has provided consulting services to
clients that include hospitals, school districts, city entities, county entities, engineering firms and
developers.
Goldman Sachs: Parkline - 63 Acre Mixed Use Site Development, Menlo Park, CA
Senior Project Manager. Completed written proposal and performed demolition ACM, LBP, and PCB
survey on 31 building campus for the development of a 63-acre mixed-use site in Menlo Park, California.
Buildings ranged in size from 10,000 square feet to 400,000 square feet. Authored final report for each
building and specification for removal of hazardous materials.
Goldman Sachs: Southline - 26 Acre Commercial Site Development, South San Francisco, CA
Senior Project Manager. Performed demolition ACM, LBP, and PCB surveys on 16 industrial buildings
for the development of a 26-acre commercial site in South San Francisco. Buildings ranged in size from
20,000 square feet to 200,000 square feet. Authored final report for each site and specification for
removal of hazardous materials. Oversight work included a review of contractor pre-submittals and
managing contractor during removal to ensure compliance with the specifications. Managing field staff,
reviewing daily logs, daily perimeter air sampling, clearance inspections of abatement work, and final
clearance air sampling for asbestos. Completed close-out project documentation report.
UC Davis Medical Center: East Wing Renovation Project, Sacramento, CA
Senior Project Manager Performed renovation ACM and LBP survey of 175 patient bed building in
preparation for complete interior renovation. Authored final report for each site and specification for
removal of hazardous materials. Performed oversight for pre-renovation asbestos and lead abatement
activities. Oversight work included a review of contractor pre-submittals and managing contractor during
removal to ensure compliance with specifications. Managing field staff, reviewing daily logs, daily
perimeter air sampling, clearance inspections of abatement work, and final clearance air sampling for
asbestos. Complete close-out project documentation report.
27
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
ANTHONY STEWART
FIELD TECHNICIAN
ROLE WITHIN ON-CALL Field Technician
LENGTH OF TIME WITH COMPANY 20 years
LICENSES, REGISTRATIONS, AND
CERTIFICATIONS
+American Concrete Institute (ACI) Concrete Field Testing
Technician Grade 1 #01057819
+Caltrans Testing Methods Nos. 231, 375, 504, 518, 523, 524,
533, 539, 540, 543, 556, 557
+OSHA 10-Hour Construction Safety and Health
+Nuclear Gauge Operator Certification
+Courses in Fall Protection; Scaffold User Hazard Awareness
Training; Boom Lifts, Scissor Lifts, and
+Reach Forklift
WORK HISTORY
Tony has been in the construction industry for 24 years. He has provided soils and materials testing on
many of Atlas’ projects, including numerous transportation projects throughout Southern California. Tony
is familiar with the standards set by OSHPD and DSA, as well as by the Cement Concrete Reference
Laboratories (CCRL), American Society for Testing and Materials (ASTM), Caltrans, and the American
Association of State Highway Transportation Officials (AASHTO). He provides observation and testing
of all aspects of earthwork, as well as concrete testing and inspection, in accordance with project plans
and specifications, and all federal, state, and local regulatory agencies.
City of Rancho Cucamonga, FY2023-24 Major Arterials Pavement Rehabilitation Milliken
Avenue, Rancho Cucamonga, CA
Field technician providing asphalt observation and compaction testing. The project consisted of
pavement rehabilitations on Milliken Avenue from Base Line Avenue to Banyan Street in the City of
Rancho Cucamonga. Atlas provided soils and materials testing services that included participation in a
pre-construction meeting, material submittal reviews, field and batch plant observation and sampling of
hot mix asphalt as well as asphalt coring and laboratory analysis for core density, maximum density, and
other required testing.
City of Rancho Cucamonga, Highland Ave & Hermosa Ave Pavement Rehabilitation, Rancho
Cucamonga, CA
Field technician providing asphalt observation and compaction testing. The project consisted of
pavement rehabilitations on Highland Avenue from Archibald Avenue to Haven Avenue and Hermosa
Avenue from Banyan Street to Wilson Avenue in the City of Rancho Cucamonga. Atlas provided soils
and materials testing services that included participation in a pre-construction meeting, material submittal
reviews, field and batch plant observation and sampling of hot mix asphalt as well as asphalt coring and
laboratory analysis for core density, maximum density, and other required testing.
Rancho California Water District Camino Sierra Road Pressure Zone Conversion, Temecula, CA
Utility trench backfill observation and testing during construction of 8,200 linear feet of 12- inch and 8-
inch diameter water distribution pipeline to convert an area of low service pressures (2070 PZ) to the
adjacent 2350 PZ to improve water pressure along Camino Sierra Road and De Portola Road.
City of Riverside Magnolia Avenue Techite Pipeline and Pressure Reducing Station, Riverside,
CA
Observation and testing of utility trench backfill and asphalt concrete during this $5.9 million replacement
project consisting of 5,500 linear feet of techite pipe and 3,000 linear feet of water distribution mains as
well as system appurtenances.
28
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
PETER STEINGILLETTE
FIELD TECHNICIAN
ROLE WITHIN ON-CALL Field Technician
LENGTH OF TIME WITH COMPANY 2 years
LICENSES, REGISTRATIONS, AND
CERTIFICATIONS
+OSHA 40-Hour HAZWOPER Training
+OSHA 10-Hour Construction Safety and Health Certificate
+OSHA 30-Hour Construction Safety and Health Certificate
+American Safety Council Rigging and Material Handling
+First Aid CPR AED
+Nuclear Gauge Operator Certification
EDUCATION BACKGROUND AA, Information of Technologies, University of Phoenix
WORK HISTORY
Peter has been in the construction industry for four years. His previous experience consisted of drilling
oiler/operator. Peter provides all aspects of earthwork observation, inspection and testing, including
asphalt concrete, aggregate base materials, grading, backfill, underground utilities and concrete. He
provides these services in accordance with project plans and specifications, and regulatory agency
requirements.
City of Escondido, Membrane Filtration Reverse Osmosis (MFRO) Product Water Pipeline,
Escondido, CA
Observation and testing of subgrade and asphalt concrete for the Membrane Filtration Reverse Osmosis
(MFRO) Agriculture project that will treat tertiary effluent for agricultural use. The project components
include an MFRO Facility, pipeline, and Intermediate Booster Pump Station (IBPS). The MFRO Facility
will receive Title 22 tertiary effluent from the Hale Avenue Resource Recovery Facility (HARRF), treat a
portion of the flow through membrane filtration (MF) and reverse osmosis (RO) and then blend with Title
22 recycled water to specific water quality parameters. The MF and RO processes are sized to produce
2 mgd of RO permeate for Phase 1, and 3 mgd for ultimate build-out.
Agua Hedionda Sewer Lift Station and Carlsbad/Vista Interceptor Sewer, Reaches 11b-15,
Carlsbad and Vista, CA
Observation and testing of utility trench backfill, subgrade, and aggregate base material for this $64.2
million project which consisted of the construction of a new 33 gallon per day sewage lift station to replace
the existing station, which was the City of Carlsbad’s largest lift station. The new structure houses eight
pumps, an emergency generator, bypass motors, an electrical control building, and odor control facilities.
This increases the station’s capacity by 50 percent to meet future demand.
Orange County Sanitation District, Plant #1 P1-105, Orange County, CA Observation and testing of
subgrade, aggregate base material, and asphalt concrete during construction for this project which will
rehabilitate and upgrade facilities at the Plant No. 1 Headworks. Facilities to be rehabilitated include the
Metering and Diversion Structure, the Bar Screen Building, and Bin Loading Building, the Main Sewage
Pump Station, the Grit Basins, the Primary Influent channels, the Headworks Odor Control Scrubbers,
and electrical power distribution and control systems. The project will also include demolitions of the
original Headworks No. 1 facilities and the unused Chlorine Building pumps. This project will improve
resiliency of the electrical system including expanding the diversity and back up power system. Once
completed, the system will have fewer power disruptions, better safeguards, and will eliminate the
domino effect during system faults.
29
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
RAUL TENA
FIELD TECHNICIAN
ROLE WITHIN ON-CALL Field Technician
LENGTH OF TIME WITH COMPANY 15 years
LICENSES, REGISTRATIONS, AND
CERTIFICATIONS
+American Concrete Institute (ACI) Concrete Field Testing
Technician Grade I #1273862
+Caltrans Testing Methods Nos.106, 231, 375, 504, 518, 523.1
Section B.1 & B.2, 524, 539, 540, 543, 556, 557
+Nuclear Gauge Operator Certification
WORK HISTORY
Raul has 16 years of experience in the testing and inspection industry. His duties as a technician include
performing day-to-day testing in accordance with standards set by various agencies including the
Division of the State Architect (DSA), Cement Concrete Reference Laboratory (CCRL), American Society
for Testing and Materials (ASTM), Caltrans and the American Association of State Highway
Transportation Officials (AASHTO). He also provides concrete sampling, testing, and inspection in
accordance with Caltrans methods.
City of Riverside, Canyon Crest Booster Station and Pipeline, Riverside, CA
The project was located on El Cerrito Drive, northeast of Canyon Crest Drive in the City of Riverside.
The concrete pad for the pumps was developed in cut to fill grading. Cut grading included removal of the
loose material and exposure of competent soil or bedrock. The fill grading was applied for the hillside.
As much as 12 feet of fill at the corner of the retaining wall was placed and the existing slope along El
Cerrito was realigned. The project also consisted of 1250 feet of pipeline in El Cerrito drive will be
provided with 4 feet cover. Atlas provided construction material testing and inspection services including
compaction testing for subgrade, base, and asphalt as well as cast-in-place concrete sampling and
testing.
City of Riverside Magnolia Avenue Techite Pipeline and Pressure Reducing Station, Riverside,
CA
Observation and testing of subgrade, aggregate base material, and asphalt concrete during this $5.9
million replacement project consisting of 5,500 linear feet of techite pipe and 3,000 linear feet of water
distribution mains as well as system appurtenances.
City of National City Sewer Line Replacement & Upsizing, Phase I, National City, CA
Observation and testing of utility trenching, subgrade, and asphalt concrete during construction of new
street sections, PCC curb and gutter, AC dikes, AC driveways and driveway entrances, manholes, sewer
lateral replacements, PCC sidewalks, PCC curb ramps, signing and striping, as well as open trench
construction of 21-inch, 12-inch, and 8-inch diameter PVC sewer main.
City of San Diego Mohawk Pump Station, San Diego, CA
Utility trenching observation and testing during construction of a new $15 million pump station, which
was designed to handle a minimum of 18 MGD. The project features include installation of 3,400 feet of
30-inch, 24-inch, and 16-inch new pipeline and replacement of cast iron pipelines totaling 3,960 feet.
Other features include a masonry building, generator enclosure, valves, water main abandonment,
appurtenances, security fencing, vehicle access gates, retaining walls, landscaping, irrigation. and
sitework.
30
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
JEREMY WOLFE
FIELD TECHNICIAN
ROLE WITHIN ON-CALL Field Technician
LENGTH OF TIME WITH COMPANY 2 years
LICENSES, REGISTRATIONS, AND
CERTIFICATIONS Nuclear Gauge Operator Certification
WORK HISTORY
Jeremy has 11 years of experience in the construction industry. As a field technician, he provides
observation and testing of all aspects of earthwork in accordance with project plans and specifications,
and all federal, state, and local regulatory agencies.
City of San Marcos, San Marcos Boulevard at Discovery Street Intersection Improvements, San
Marcos, CA
Field technician during a geotechnical investigation for this $3 million project which consists of the
widening of San Marcos Boulevard in the westbound direction for approximately 650 feet, the removal
of a free-right from San Marcos Boulevard eastbound to Discovery Street, the realignment of the north
side of the intersection to improve intersection functionality, and the installation of a new signal at the
intersection of San Marcos Boulevard and Discovery Street.
Western Municipal Water District Western Riverside County Regional Wastewater Authority
Anaerobic Digester #3, Corona, CA
Observation and testing of utility trench backfill during construction for this project which consists of a
new 88-foot diameter concrete digester, complete with fixed steel cover, pump mixing system and all
appurtenances including piping, valves, gas safety equipment, instruments and hatches; installation of
new membrane gas holding cover with associated blowers, piping, and gas safety equipment; installation
of new digester heating equipment, including pumps and heat exchanger; all other civil, yard piping,
mechanical, and electrical work included in the Contract Documents; and testing, start-up, and
commissioning as described in the Contract Documents.
Elsinore Valley Municipal Water District Washington Avenue 18-Inch PVC Gravity Sewer
Pipeline and Lift Station Decommissioning Phase 1, Wildomar, CA
Observation and testing of utility trench backfill during construction for the installation of approximately
55 LF of new 18- inch PVC C905 SDR 18 gravity sewer, rehabilitation of two existing manholes, and
flushing, cleaning, and decommissioning of an existing lift station pipelines, wet well, and approximately
5,220 LF of 10-inch forcemain. This project allowed the District to convey 120,000 gallons per day of
wastewater to the Santa Rosa Water Reclamation Facility.
Elsinore Valley Municipal Water District Stage Ranch Pipeline Replacement, Wildomar, CA
Observation and testing of utility trench backfill, subgrade, aggregate base material and asphalt concrete
during construction for the replacement of approximately 2,600 LF of existing 10-inch CMLC watermain
with nearly 330 LF of 8-Inch DIP Class 53 pipe and 2,270 LF of 8-inch PVC C900 to improve water quality
and pressure in the pipeline. The existing pipeline is located within a EVMWD 10-foot easement along
or near Enderlein Street in the City of Wildomar. The replacement limits shall be from Stage Ranch No.
1 Pump Station to Stage Ranch No. 2 Pump Station.
31
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
CHAD BARTLEY
FIELD TECHNICIAN
ROLE WITHIN ON-CALL Field Technician
LENGTH OF TIME WITH COMPANY 14 years
LICENSES, REGISTRATIONS, AND
CERTIFICATIONS
+ACI Grade I
+ ICC Certification Soils
+ Nuclear Gauge Operator Certification
+BNSF Contractor Certified #UIBNSFUSCA- 101701080
+Click-Safety - Haskell Safety Orientation Serial #14922239
WORK HISTORY
Chad Bartley is experienced in a wide range of field inspections and documentation during multiple
phases of construction such as soils investigations, mass grading operations, sand cone density testing
in correlation with nuclear gauge compaction testing, utility backfill, slope construction, cement treated
base (CTB) operations, roller compacted concrete (RCC) operations, retaining wall construction, quality
control and assurance of asphalt and concrete placements, batch plant inspections, and also able to
perform filter media and backwash inspection for water treatment facilities. Chad has performed a variety
of sampling and testing procedures including asphalt/concrete coring and testing, sieve analysis, soils
moisture/density testing and ring sampling. He has also performed sampling unit weight, air content,
temperature, and casting cylinders/beams for structural and nonstructural concrete placements.
PROJECT EXPERIENCE
As Field Technician, Chad’s duties include batch plant, reinforcing steel ID tagging, shop material ID,
asphalt, reinforced concrete, coring, proof-load testing and anchor/dowel installation inspections, along
with reinforcing steel and concrete samplings, as well as compaction testing with nuclear gauge and soils
grading observation for the following projects:
•Fernando R. Ledesma High School Multi-Purpose Building
•Los Angeles Unified School District
•92nd Street Elementary School Comp Mod Phase 1 (Package 3)
•Grant High School Comprehensive
•Modernization Package 3
•McKinley Elementary School Comprehensive Modernization Package 3
•Taper Elementary School Wheelchair Lift
•NSLA Charter Academy - Norton Science and Language Academy CMT, San Bernardino, CA
•Irvine Unified School District, Irvine, CA
•Heritage Fields K-8 No. 2
•PA5B Eastwood Elementary School
•Harvard Barranca Parking Lot Expansion
•Central Kitchen and Culinary Arts Facility MTIS
•Portola Springs Elementary School
•Cal State San Bernardino Utility Infrastructure Upgrade, San Bernardino, CA
•SBCUSD Cajon HS Theater Renovation, San Bernardino, CA
•DGS Riverside Campus School for the Deaf, Riverside, CA
32
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.6 STAFF RESUMES AND ORGANIZATION CHART
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
ISMAEL GONZALEZ
FIELD TECHNICIAN
ROLE WITHIN ON-CALL Field Technician
LENGTH OF TIME WITH COMPANY 25 years
LICENSES, REGISTRATIONS, AND
CERTIFICATIONS
+American Concrete Institute (ACI) Concrete Field Testing
Technician Grade 1 #01108924
+International Code Council (ICC) Soils #8033851
+Nuclear Gauge Operator Certification
+Cal-OSHA: Fall Protection
EDUCATION BACKGROUND AA, Construction Inspection, Southwestern College
WORK HISTORY
Ismael has been in the construction industry for 25 years. His previous experience consisted of
underground construction. Ismael provides all aspects of earthwork observation, inspection and testing,
including asphalt concrete, aggregate base materials, grading, backfill, underground utilities and
concrete. He provides these services in accordance with project plans and specifications, and regulatory
agency requirements.
City of Carlsbad, Avenida Encinas Coastal Rail Trail and Pedestrian Improvements
Observation and testing of utility trench backfill, subgrade, aggregate base material and asphalt concrete
during construction Atlas provided construction material testing and inspection services including
compaction testing services required for the project that consisted of subgrade preparation, aggregate
base and asphalt placement. The project consisted of improvements to the pedestrian trail including
added buffers to bike lanes, add crosswalks, plus narrow vehicle lanes to reduce speeding in order to
provide safety benefits for all modes of transportation as part of the regionwide Coastal Rail Trail.
City of Escondido, Membrane Filtration Reverse Osmosis Project
This $65 Million project involved the construction of a facility to provide advanced treatment for Title 22
recycled water at the Hale Resource Recovery Facility through membrane filtration and reverse osmosis
technologies. The project components included a Membrane Filtration Reverse Osmosis (MFRO)
Facility, pipeline, and Intermediate Booster Pump Station. The pipeline alignment goes from the MFRO
facility site east along Washington Avenue to a tie-in point at Waverly Avenue. The length of the pipeline
is approximately 5,000 lineal feet.
City of Carlsbad, Pressure Reducing Station Replacements Phase 2
The project included abandoning one existing pressure reducing station on El Fuerte Street, demolishing
two existing pressure reducing stations at Palomar East and Melrose Drive, and constructing three new
pressure reducing stations in precast reinforced concrete vaults. The project also involved the installation
of 20 lineal feet of 24-inch steel casing, 2,480 lineal feet of new 12-inch PVC pipe water main, and 160
lineal feet of 16-inch fusible PVC pipe water main as well as replacing existing asphalt concrete
pavements and Portland cement concrete sidewalk, curb, and gutter improvements.
33
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.7
PROJECT
MANAGEMENT
APPROACH
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.7 PROJECT MANAGEMENT APPROACH
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
PROJECT UNDERSTANDING
Atlas understands that the City is seeking firms to
provide geotechnical engineering and material
sampling and testing services. The scope of
services will include, but not be limited to:
+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
We possess and maintain all the appropriate
engineering licenses and inspector and technician
certifications necessary to provide services to the
City during this contract. These licenses and
certifications are maintained on a regular basis and
will continue to be maintained through the term of
the contract.
APPROACH TO WORK ORDERS
Atlas will respond quickly and efficiently to new
work assignments and each assignment received
from the City will receive immediate attention. Atlas
commits to achieve substantial progress within
days of our receipt of each new task order. This will
include:
+Tasks and activities scoped and scheduled
+Study team briefed on the project
+Methodology identified and submitted
+Quotation for specified tasks delivered
+Work initiated and in progress
Activity 1. The same day that an assignment is
received from the City, it will be reviewed by the
Project Manager and in-house technical leads
needed appropriate to the assignment will be
notified.
Activity 2. Within two days, the Project Manager
and technical leads will determine the personnel
best qualified to conduct the work, review their
outstanding commitments, verify their availability,
and prepare a detailed Work Plan. The Plan will
include scope, schedule, and staff allocation. The
assignment will be cost estimated by person, task,
and month.
Activity 3. After review of the preliminary Work
Plan with the City’s Project Manager, Atlas will
revise its plan accordingly (e.g., schedule, cost, or
approach) or immediately initiate work as directed
and approved.
When approved by City, the Work Plan will serve as
the single document integrating cost, schedule,
responsibility, and technical approach for all project
elements. It will typically contain:
+A statement of project objectives;
+A description of the project;
+A proposed technical approach, organized by
awork breakdown structure showing
milestones, tasks, and activities;
+An organization chart listing personnel and
their responsibilities;
+A budget projecting labor hours and cost by
person, task, and month;
+A critical path schedule for all activities in the
work breakdown structure;
+A plan for progress reporting;
+Instructions for project control, including work
authorization and quality control procedures;
and
+A summary of deliverables to be provided.
The Atlas Health and Safety Officer will analyze the
scope of the project and field activities associated
officer will develop a site-specific health and safety
plan and confined space plan (if applicable). In
addition, the officer will conduct a job safety
analysis for each specific field activity. These
documents will be provided to the field staff and
reviewed prior to the start of work each day.
Project assignment folders for each site will be
created and will include the site health and safety
plan, job safety analysis, sampling plan, printed
directions to the site, and other documentation that
may be provided by the City (e.g., prior survey data,
prior reports, existing drawings, etc.).
35
with the project. Based on the officer’s review, the
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.7 PROJECT MANAGEMENT APPROACH
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
GEOTECHNICAL SERVICES APPROACH
Atlas’ geotechnical philosophy stems from its
seasoned staff with a wide range of expertise with
different types of projects. The philosophy focuses
on providing innovative and thorough
recommendations that best support and protect the
City. Our typical approach to a project consists of
the following items:
Review of Background Documents: Atlas will
review available relevant geologic and geotechnical
engineering records, drawings, data, and other
information as they pertain to the project site. This
review and research process will aid in planning
more efficient geotechnical investigations and can
lead to a reduction in the number of borings, test
pits, or other types of subsurface exploration
techniques.
Field Exploration: Atlas will prepare a workplan for
submittal and approval to the City and the project
team prior to the start of field exploration work. In
addition to the establishment of important working
relationships between project team members, this
will help identify specific site accessibility
requirements or challenges on-site, to minimize the
potential for encountering subsurface structures
and utilities. Upon satisfactory clearance of
exploration locations, the subsurface/geotechnical
investigation will be performed under the
supervision and direction of one of our State of
California licensed engineers or engineering
geologists, who will remain in close contact with the
field team to ensure a smooth execution of the field
exploration program. The field program may include
coring pavements, drilling, sampling, and logging
borings, excavating trenches, installing
groundwater monitoring wells, setting up
inclinometers or other types of instrumentation
equipment, collecting geophysical data (e.g.,
seismic refraction), surficial geology mapping,
mapping cut slopes, and field testing for resistivity
or infiltration characteristics.
Geotechnical Laboratory Testing and
Engineering Analyses: Our team’s project
engineers will develop a geotechnical engineering
laboratory program that will be customized for each
project based on project needs, budget, and the
subsurface conditions encountered during the field
exploration program. The engineering analyses will
be performed based upon the specific needs of the
project as established during the development of
the specific scope of services for the project.
Finally, the results of our background review,
fieldwork, laboratory program, engineering
analyses, and design and construction
recommendations will be compiled in a report and
provided to the project team.
MATERIALS TESTING APPROACH
Atlas’ materials and testing services give owners
confidence that their investment is built in
accordance with the project’s approved plans and
specifications. Our expanding certified laboratories
offer a wide variety of testing services for varying
construction materials such as asphalt, concrete,
and soils. We provide systematic testing and
inspection services to ensure that construction
materials meet project specifications as well as
sustainability goals, saving our clients from costly
change orders and delays and reducing future
maintenance and repair.
Our specific approach to services consists of:
Scheduling of Staff: Selecting the appropriate
inspector or technician for a project is one of Atlas’
highest priorities. We will provide the City with multi-
carded inspectors or technicians for fieldwork. We
utilize Agile Frameworks MetaField® software for
efficient scheduling and managing of field,
laboratory, and office personnel. The daily schedule
is available to all personnel, enabling us to
maximize staff utilization and avoid duplication. Our
technicians and inspectors will be available within
24 hours of your request.
36
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.7 PROJECT MANAGEMENT APPROACH
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
Once a request is made, Jeanine Watson, Atlas’
dispatcher, schedules field staff via MetaField®,
which allows for efficient scheduling and managing
of field and laboratory services. When an inspector
or technician is scheduled, an email alert is sent
from MetaField® to the individual with the date of
service, time of arrival, project address, on-site
contact person and phone number, the assigned
inspection or testing to be performed, and
additional notes.
Testing, Field Work, and
Deliverables/Reporting: The assigned inspector
or technician will report to the appropriate on-site
contact and sign-in if necessary. They will meet with
the City’s designated representative to review the
approved plans and specifications, and to assure
that these documents are clearly understood and
the City’s needs are being fully addressed.
The inspector or technician will perform the
required inspection and/or testing service in
accordance with the approved project drawings and
specifications. Any required samples will be
procured, labeled, electronically logged, and
scheduled for pickup. Our field representative will
document findings or test results with a report of
their daily activities and the status of compliance
with project requirements and present the report or
results to the City’s designated representative for a
signature. The signing representative, Atlas’ project
manager and any pertinent project team members
will then automatically receive an email copy of the
report or results. Notification of any non-compliant
work will be noted and clearly reported to the City’s
designated representative.
Atlas also utilizes MetaField® for our field reporting
and testing, which allows us to upload daily reports
and testing results to a central database from the
field via cell phone or iPad where they are reviewed
by the project manager. Information is then digitally
signed and forwarded to the client via email. Field
inspection reports are typically available the same
day.
Samples are delivered to Atlas’ in-house laboratory
and are scheduled for testing at required dates by
the appropriate testing methods. Test results are
forwarded using MetaField® to Atlas’ project
manager for review and distribution. Should testing
result in non-compliance, the designated City
representative is notified immediately, and a log of
non-conformance is automatically tracked per
project using MetaField® followed with a telephone
conversation with an Atlas engineer.
Final Report / Closeout: As the construction
contract enters the completion phase, Atlas’ team
will work with the City to develop a functional
closeout plan. We will use our experience to identify
remaining inspection requirements, and submit final
reports in a timely manner. In order to expedite the
final reports, our field daily reports and laboratory
test results are automatically filed and reviewed
throughout the duration of the project. Typically,
Atlas can prepare these reports within three days of
the completion of our work, depending on the size
and scope of the project.
Daily reports and all laboratory test results are
compiled into a Final Construction Quality
Assurance report that displays all field inspection
reports, batch plant inspection reports, laboratory
testing reports, and a summary of the field density
tests performed on the project. The final report can
include any information requested by the City, such
as inspector’s names, certifications, or laboratory
certifications.
ENVIRONMENTAL SERVICES APPROACH
Upon receipt of notice to proceed, an internal
meeting with the project staff will be held at our
office to discuss the scope of each project, staffing,
responsibilities, quality assurance/quality control,
equipment, and schedule. Atlas will thoroughly brief
each inspector responsible for conducting the
inspection services to ensure the scope of services
is clearly understood.
If requested, Atlas’ Project Manager will also attend
a pre-start meeting with the City representatives at
a date and time specified by the City. The meeting
agenda will include the review of the project scope,
scheduling, site or facility access procedures,
specific health, safety, and security-related
considerations; and if necessary, acquire copies of
previous survey data, reports, or items specified by
the City as relevant to the project goals and
objectives.
Project assignment folders for each site will be
created by the support staff and will include the site
health and safety plan, job safety analysis,
sampling plan, mapquest.com printed directions to
the site, and other documentation that may be
provided by the City (e.g., prior survey data, prior
reports, existing drawings, etc.).
37
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.7 PROJECT MANAGEMENT APPROACH
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
QUALITY ASSURANCE AND SCHEDULE
CONTROL
Atlas has a long established Quality Assurance
Program (QAP) in place to ensure our team
members perform work accurately and in
conformance with all project specific codes,
requirements, and standards. As part of Atlas’ QAP
procedures, an Atlas professionally licensed
engineer is responsible for reviewing all reports
prior to submission. This includes field testing,
analyses, subcontractor’s work products, and the
transmittal of laboratory test results. Our
experienced technical reviewer staff members
review data collection, calculations, analysis,
interpretation, and reporting. Our project manager
reviews cost control, conformance with task
expectations, and documentation for contractual
obligations.
Atlas maintains a system of checks and balances to
ensure our projects are of the highest quality. Atlas’
laboratory participates in the AMRL and CCRL
proficiency-sampling program to confirm our team
provides accurate reporting of laboratory tests.
Atlas is recognized for high quality test results.
Careful chain of custody is managed by
MetaField®. Samples are logged and assigned
testing electronically from the field at the time of
sampling, delivered to Atlas’ laboratory and are
immediately scheduled for testing at required dates
by the appropriate testing methods. Test results
and non-conformance logs are also managed and
forwarded using MetaField® to Atlas’ project
manager for review and distribution. Atlas’
principals and project managers are committed to
our QAP. They are not only responsible but take
pride in the quality of our services and overall
compliance, accuracy, and thoroughness of our
reporting methods. Atlas’ corporate structure
assigns appropriate levels of responsibility for
fulfilling quality assessment roles. These roles and
responsibilities are distributed within the project
management activities and the QA group. Atlas is
structured to provide QA oversight on a continuing
basis and to monitor performance and adjust or
modify resources when necessary to improve a
program or project.
To provide QA oversight on a continuing basis, we
empower staff assigned specifically to monitor
quality and safety. We hold regular meetings with
our technical staff to maintain their familiarity with
QA/QC standards. Our field services will be
overseen by our Field Services Manager, Dan
Ferguson. Dan has over 25 years of experience
performing and overseeing earthwork observation
and testing. Dan will visit with our field inspectors
and technicians on site on a regular basis to check
and confirm quality procedures. Atlas continues to
maintain and keep our QAP current and will do so
throughout the duration of this contract.
38
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
4.7 PROJECT MANAGEMENT APPROACH
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
COST CONTROL
In order to conform to a project budget, Atlas’
project manager provides individuals working on a
specific task with the expected time allotted for that
task. By establishing a budget and communicating
the project expectations for our services at the
beginning of a project to all individuals involved,
Atlas can complete tasks efficiently and maintain
the estimated project budget. Additionally, our
professional staff is involved with the project
fieldwork and report preparation, providing
continuity and efficiency during a project. This aids
in the capability to make quick and effective
decisions in the field relating to the original
geotechnical engineering assumptions. Our
inspectors and technicians are well-versed in the
implementation of inspection and testing
requirements and are experienced with a wide
variety of materials used in construction.
Once a project begins, Atlas maintains a job-order
cost accounting system using Deltek Vantagepoint
accounting software for recording costs incurred
under its contracts.
Each project is assigned a job number so that costs
may be segregated and accumulated in the
company’s job order cost accounting system. The
software maintains real-time accounting of
resources used on the project and displays this
graphically to each project manager’s dashboard.
The project management component of the
software enables our project manager to review
scheduling and budgeting at any time, expediting
communication between Atlas and the City without
the need for additional analysis. The program is
accessible from anywhere, which allows us to track
and evaluate performance of individual
assignments at any time and place, even when
traveling.
Our practice is to closely monitor the frequency of
your dispatch and diligently manage the budget on
all our projects. Once we have reached 70 percent
of the individual line-item budget authorizations, we
will schedule a meeting with the City and any other
designated representatives to compare the
remaining work with the construction schedule, and
provide you with a cost-to-complete in an effort to
avoid additional authorizations. We will not exceed
the authorized budget without approved change
orders from you or your authorized representative.
The success of this program comes from providing
you with early accounting and foresight into the
progress of our services.
39
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
CITY OF RANCHO CUCAMONGA
PURCHASING DIVISION
REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501 FOR VARIOUS ON-CALL SERVICES
DISCIPLINE CATEGORY: 5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING
January 13, 2025, at 9:00am PST
PREPARED BY:
ATLAS TECHNICAL CONSULTANTS (CA), INC.
14457 MERIDIAN PARKWAY
RIVERSIDE, CA 92518
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
5.2 DISCIPLINES AND APPLCABLE
SCOPE OF SERVICES
City of Rancho Cucamonga Request for SOQ #24/25-501 for Geotechnical Engineering and Material Sampling/Testing Services
TAB 5.2 Geotechnical Engineering and Material Sampling/Testing
Atlas is excited for the opportunity to demonstrate our qualifications for Section 5.2 - the Geotechnical
Engineering and Materials Sampling/Testing component of this contract. As demonstrated within Sections
4.1 through 4.7, Atlas brings a qualified team, and a history of proven performance. We have worked with
the City on previous contracts and look forward to continuing our partnership.
For this section, we understand the rules and regulations required for this scope of work. We have
included the list of scope of work items below, and are committed to delivering quality, on-time and
on-budget projects, safely.
RANCHO CUCAMONGA
SCOPE OF WORK ITEMS:
ATLAS'
Core
Services
ATLAS'
Recent Past
Performance
ATLAS'
In-House
Capabilities
Required
Certifications
and ASTM
experience
Geotechnical, hydrological and groundwater
investigations • • • •
Preparation of subsurface reports and
recommendations • • • •
Field inspections and material testing • • • •
Laboratory materials testing • • •
(2 local labs)•
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
• • • •
Thank you again for the opportunity. Please do not hesitate to reach out to Atlas with any questions.
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
CITY OF RANCHO CUCAMONGA
PURCHASING DIVISION
REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501 FOR VARIOUS ON-CALL SERVICES
DISCIPLINE CATEGORY 5.2: GEOTECHNICAL ENGINEERING AND MATERIAL SA MPLING/TESTING
EXHIBITS A, B, C, D, E, F, G
January 13, 2025, at 9:00am PST
PREPARED BY:
ATLAS TECHNICAL CONSULTANTS (CA), INC.
14457 MERIDIAN PARKWAY
RIVERSIDE, CA 92518
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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)
Yashar Hooshvar, PE, CCM, PMP _________
None_____________________________________
Regional Vice President______________________
_______________________________________ __
January 13, 2025____________________ (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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
Page 24 of 30
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY”
Mark the appropriate choice, below:
__X___ 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
Yashar Hooshvar, PE, CCM, PMP_________
Printed Name
Regional Vice President_________________
Title
January 13, 2025______________________
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
Page 25 of 30
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED”
I, Yashar Hooshvar, PE, CCM, PMP the Regional Vice President______________
(President, Secretary, Manager, Owner or Representative)
of Atlas Technical Consultants, (CA) Inc.___________________, 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
Yashar Hooshvar, PE, CCM, PMP__________
Printed Name
Regional Vice President_________________
Title
January 13, 2025______________________
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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.
x Addendum No. 001. Dated: December 12, 2024
x __________________
x __________________
x __________________
___________________________________
Signature
Yashar Hooshvar, PE, CCM, PMP ________
Printed Name
Regional Vice President_______________
Title
January 13, 2025____________________
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
Page 27 of 30
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
“EXHIBIT E DEBARMENT and SUSPENSION CERTIFICATION FORM
I certify that neither _Atlas Technical Consultants (CA), Inc. (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
Yashar Hooshvar, PE, CCM, PMP________
Printed Name
Regional Vice President________________
Title
January 13, 2025_____________________
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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
____________________________________________________________________________________________________________
Page 28 of 30
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
“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 _365___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 ____X______ 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: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
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.
Atlas Technical Consultants (CA), Inc.
Yashar Hooshvar, PE, CCM, PMP
Regional Vice President
www.oneatlas.com
January 13, 2025
Yashar.Hooshvar@oneatlas.com
619.280.4717
14457 Meridian Parkway
Riverside, CA 92518 949.300.6579
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
SCHEDULE A
Revised January 2025 Page 1 of 4
SOUTHERN CALIFORNIA SCHEDULE OF FEES
California Prevailing Wage
Effective January 1, 2025
PROFESSIONAL SERVICES
Professional (Engineering, Geology, Geophysics, Environment, Envelope Services)
Director/Principal Professional ....................................................................................................................................... $270
Senior Professional .......................................................................................................................................................... 230
Project Professional ......................................................................................................................................................... 200
Staff Professional ............................................................................................................................................................. 170
Drafter Level II ................................................................................................................................................................. 120
Drafter Level I .................................................................................................................................................................. 110
Project Management
Senior Project Manager ................................................................................................................................................. $220
Project Manager ............................................................................................................................................................... 200
Administrative Assistant ................................................................................................................................................... 100
Field Services (Geotechnical, Special Inspection)
Field Supervisor ............................................................................................................................................................ $200
LA Certified Grading Inspector ........................................................................................................................................ 225
Off Site Inspector ............................................................................................................................................................. 199
Laboratory Technician ..................................................................................................................................................... 100
Group 1 (Field Soils, Material Tester) .............................................................................................................................. 195
Group 2 (Special Inspection) ............................................................................................................................................ 199
Group 3 (NDT Testing) .................................................................................................................................................... 215
Group 4 (Coring) .............................................................................................................................................................. 190
NACE Inspector .............................................................................................................................................................. 225
Field Services (SUE Level B Utility Evaluations)
Line Tracer, Electromagnetics, Magnetics
Hourly Rate ............................................................................................................................................................... $375
Mob/Demob ................................................................................................................................................................. 330
Letter Report ............................................................................................................................................................... 340
Map (per day of field work) .......................................................................................................................................... 400
Additional Travel Time (2-hours outside San Diego) ................................................................................................... 165
Field Services (Potholing – 3-4 holes/day)
Full Day Vacuum Utilivac (Backfill materials not included) ......................................................................................... $3,500
Hourly Rate ................................................................................................................................................................. 375
Mob/Demob ................................................................................................................................................................. 330
Additional Travel Time (2-hours outside San Diego) ................................................................................................... 165
Field Services (Rebar Locating)
Ground Penetrating Radar: Full Day (one person crew) ............................................................................................ $1,590
Hourly Rate (A Mob/Demob charge of $190 applies to projects billed on hourly rates) ............................................... 175
Letter Report ............................................................................................................................................................... 340
Map (per day of field work) .......................................................................................................................................... 395
Ground Penetrating Radar: Full Day (two person crew) ............................................................................................ $2,925
Hourly Rate (A Mob/Demob charge of $325 applies to projects billed on hourly rates) ............................................... 325
Letter Report ............................................................................................................................................................... 340
Map (per day of field work) .......................................................................................................................................... 395
Field Services (Geophysical Data Acquisition)
UST, Landfill, Oil Well, Void, Pile Integrity Testing
Full Day .................................................................................................................................................................. $3,280
Hourly Rate (A Mob/Demob charge of $400 applies to projects billed on hourly rates) ............................................... 360
Field Services (Advanced Geophysical Studies)
Seismic, Sting ERT, Resistivity, Groundwater, UXO/MEC
Full Day .................................................................................................................................................................. $3,640
Hourly Rate (A Mob/Demob charge of $600 applies to projects billed on hourly rates) ............................................... 380
Field Services (Seismic ReMi)
One Line ................................................................................................................................................................. $1,815
Each Additional Line .................................................................................................................................................... 360
For Pavement/Requires Drilling ................................................................................................................................... 310
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
ATLAS SOCAL SCHEDULE OF FEES Page 2 of 4
Revised January 2025
Field Services (Vibration Monitoring)
Mobilization ............................................................................................................................................................ $1,170
Equipment (Daily) ........................................................................................................................................................ 235
Daily Analysis & Reporting (Daily) ................................................................................................................................. 95
Final Report Preparation ............................................................................................................................................. 875
Manned Vibration Monitoring ................................................................................................................................... Quote
Travel, Equipment, and Miscellaneous
Pick Up .................................................................................................................................................................. $100/hour
Vehicle/Truck ............................................................................................................................................................ 100/day
Nuclear Gauge ............................................................................................................................................................ 50/day
Torque Wrench ........................................................................................................................................................... 50/day
Pull Testing ................................................................................................................................................................. 75/day
Air Meter ..................................................................................................................................................................... 50/day
NDT Equipment .......................................................................................................................................................... 60/day
Coring Equipment ....................................................................................................................................................... 95/day
Travel Time Hourly Rate (or $135/hour beyond 1 hour from San Diego for Geophysical Crews)
Overtime and Saturday Rate ........................................................................................................ 1.5 x Regular Hourly Rate
Sunday and Nationally Recognized Holiday Rate (including the day after Thanksgiving) .............. 2 x Regular Hourly Rate
Rush Surcharge ................................................................................................................................ Normal Rate plus 50%
Per Diem (variable, depending on location) ................................................................................................................ Quote
Specialty Equipment Surcharge ................................................................................................................................. Quote
LABORATORY TESTS
Soil and Aggregate
California Bearing Ratio (ASTM D854) ......................................................................................................................... $515
California Impact (Cal 216) .............................................................................................................................................. 255
Clay Lumps in Aggregate (ASTM C142) .......................................................................................................................... 185
Cleanness Value (Cal 227) .............................................................................................................................................. 245
Compressive Strength of Rock Core (ASTM D7012) ...................................................................................................... 320
Consolidation (ASTM D2435) .......................................................................................................................................... 245
Corrosivity Testing (Soluble Chlorides and Sulfates, pH and Resistivity) ........................................................................ 230
Crushed Particles (Cal 205, ASTM D5821)...................................................................................................................... 185
Direct Shear (ASTM D3080) ............................................................................................................................................ 320
Durability Factor (Cal 229, ASTM D3744) ........................................................................................................................ 120
Durability Index (Cal 229, ASTM D3744) ......................................................................................................................... 275
Expansion Index (ASTM D4829) ...................................................................................................................................... 220
Fine Aggregate Angularity (AASHTO T304) .................................................................................................................... 245
Fineness Modulus (ASTM C136) ....................................................................................................................................... 35
Flat & Elongated Pieces (ASTM D4791) .......................................................................................................................... 215
Light Weight Pieces (ASTM C123) .................................................................................................................................. 215
Liquid Limit (Cal 204, ASTM D4318) .................................................................................................................................. 95
Los Angeles Abrasion (Cal 211, ASTM C131) ................................................................................................................. 275
Maximum Density Check Point (ASTM D698/D1557) ...................................................................................................... 110
Maximum Density/Optimum Moisture – 4 inch (ASTM D698, D1557) ............................................................................. 245
Maximum Density/Optimum Moisture – 6 inch (ASTM D698, D1557) ............................................................................. 270
Minimum Density (ASTM D1556) ....................................................................................................................................... 95
Moisture Content (Cal 226, ASTM C566, ASTM D2216) ................................................................................................... 45
Natural Density Chunk Sample (ASTM D2937) ................................................................................................................. 55
Natural Moisture/Density Ring or Core Sample (ASTM D2937) ......................................................................................... 50
One-Dimensional Swell or Collapse of Soils – per point (ASTM D4546) ......................................................................... 235
Organic Impurities (Cal 213, ASTM C40) ......................................................................................................................... 115
Organic Matter (ASTM D2974) .......................................................................................................................................... 95
Percent Finer than #200 (ASTM C117, ASTM D1140) ...................................................................................................... 90
Permeability Remold Sample (ASTM D2434) .................................................................................................................. 245
Permeability Remold Sample (ASTM D5084) .............................................................................................................. Quote
Permeability Undisturbed Sample (ASTM D5084) ....................................................................................................... Quote
Petrographic Analysis (Cal 215, ASTM C295) ............................................................................................................. Quote
pH & Resistivity (Cal 643, ASTM G51) ............................................................................................................................ 155
Plasticity Index (Cal 204, ASTM 4318) ............................................................................................................................ 160
Potential Reactivity (ASTM C289) .................................................................................................................................... 270
Residual Shear (ASTM D6467) ........................................................................................................................................ 545
Rock Correction (ASTM D4718) ........................................................................................................................................ 35
R-Value (Cal 301, ASTM D2844) ..................................................................................................................................... 340
Sand Castle Test (USACE) .............................................................................................................................................. 240
Sand Equivalent (Cal 217, ASTM D2419) ........................................................................................................................ 110
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
ATLAS SOCAL SCHEDULE OF FEES Page 3 of 4
Revised January 2025
Sieve Analysis (ASTM C136, ASTM D6913, Cal 202) ..................................................................................................... 135
Sieve Analysis with Hydrometer (Cal 203, ASTM D422) ................................................................................................. 245
Soil Cement Compression Strength (Cal 312, ASTM D1633) ............................................................................................ 65
Soil Cement Cylinder Fabrication (Cal 312, ASTM D1632) ............................................................................................. 125
Soil Cement Mixtures, Wetting and Drying (ASTM D559) ............................................................................................. 1,400
Soluble Chlorides (Cal 422) ............................................................................................................................................... 80
Soluble Sulfate (Cal 417) ................................................................................................................................................... 80
Soundness 5 Cycles (Cal 214, ASTM C88) ..................................................................................................................... 460
Specific Gravity Coarse Aggregate (Cal 206, ASTM C127) ............................................................................................. 145
Specific Gravity Fine Aggregate (Cal 207, ASTM C128) ................................................................................................. 145
Thermal Resistivity of Soils (remolded sample) (IEEE 422) ......................................................................................... 1,285
Triaxial Shear Consolidated – Undrained (ASTM D4767) ............................................................................................ Quote
Triaxial Shear Unconsolidated – Undrained (ASTM D2850) ........................................................................................ Quote
Triaxial Staged Consolidated – Undrained (ASTM D4767) .......................................................................................... Quote
Triaxial Staged Unconsolidated – Undrained (ASTM D2850) ...................................................................................... Quote
Unconfined Compression (ASTM D2166) ........................................................................................................................ 200
Unit Weight Aggregate (Cal 212, ASTM C29) .................................................................................................................. 100
Asphalt Concrete
Asphalt Core Specific Gravity (Cal 308, ASTM D2726) ................................................................................................... $85
Asphalt Core Specific Gravity Waxed (Cal 308, ASTM D1188) ....................................................................................... 105
Emulsion Content (CTM 382) ........................................................................................................................................... 220
Film Stripping (Cal 302) ............................................................................................................................................... Quote
Gyratory Compacted Maximum Specific Gravity (AASHTO T312) .................................................................................. 430
Hamburg Wheel Plant Produced HMA (AASHTO T324/Caltrans Section 39) .............................................................. 1,105
Hveem Maximum Bulk Specific Gravity (Cal 308) ............................................................................................................ 370
Hveem & Stabilometer Value (Cal 366) ........................................................................................................................... 490
Ignition Oven Correction Factor (AASHTO T308) ............................................................................................................ 310
Ignition Oven Degradation Factor (AASHTO T308) ......................................................................................................... 310
Marshall Density Stability & Flow (ASTM D6927) ............................................................................................................ 490
Marshall Density (ASTM D6926) ...................................................................................................................................... 370
Moisture Content of Asphalt Mixtures Using Microwave (Cal 370) .................................................................................... 65
Moisture Vapor Susceptibility (Cal 307) ....................................................................................................................... Quote
Optimum Bitumen Content (AASHTO R35/Cal 367) .................................................................................................... 3,750
Percent Bitumen Asphaltic Concrete (Cal 382, ASTM D6307) ........................................................................................ 220
Residue by Evaporation (Cal 331) ................................................................................................................................... 220
Rice Maximum Theoretical Specific Gravity AC (Cal 309, ASTM D2041) ........................................................................ 165
Sieve Analysis Extracted Aggregate (Cal 382, ASTM D5444) ......................................................................................... 115
Stability and Flow (ASTM D1559) .................................................................................................................................... 430
Stabilometer Value (Cal 366) ........................................................................................................................................... 430
Tensile Strength Ratio Plant Produced HMA (AASHTO T283) ..................................................................................... 1,105
Wet Track Abrasion (ASTM D3910) ................................................................................................................................. 230
Concrete
2X2 Cube Compression .................................................................................................................................................. $35
Chloride Ion Testing (ASTM C1218) ................................................................................................................................ 270
Concrete Core Compression (ASTM C42) ......................................................................................................................... 75
Concrete Cylinder Compression (Cal 521, ASTM C39) ..................................................................................................... 35
Flex Beam Modulus of Rupture (Cal 523, ASTM C78) ...................................................................................................... 95
Modulus of Elasticity (Cal 522, ASTM C469) ................................................................................................................... 320
Shotcrete Mockup Panel (ASTM C1140) ..................................................................................................................... 1,275
Shotcrete Panel, 3 Cores Compression (CBC) ................................................................................................................ 360
Shrinkage Hardened Concrete (ASTM C157 Modified) ................................................................................................... 455
Split Tensile Concrete Cylinder (ASTM C496) ................................................................................................................... 95
Time of Set (ASTM C403) ................................................................................................................................................ 245
Trial Batch Fabrication (ASTM C192) .............................................................................................................................. 375
Unit Weight Hardened Concrete (ASTM C642) ................................................................................................................. 70
Unit Weight Lightweight Concrete (ASTM C567) ............................................................................................................... 90
Masonry
Absorption Block (ASTM C140) .................................................................................................................................... $145
Compression Adobe ........................................................................................................................................................ 195
Compression Block Standard (ASTM C140) .................................................................................................................... 185
Compression Brick (ASTM C67) ...................................................................................................................................... 145
Efflorescence Block ......................................................................................................................................................... 215
Efflorescence Brick (ASTM C67) ..................................................................................................................................... 215
Grout Prism Compression (ASTM C1019) ......................................................................................................................... 35
Masonry Core Compression (ASTM C42).......................................................................................................................... 65
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69
ATLAS SOCAL SCHEDULE OF FEES Page 4 of 4
Revised January 2025
Masonry Core Shear (CBC 2105A.4) ............................................................................................................................... 120
Masonry Prism Compression (ASTM E447) .................................................................................................................... 185
Modulus of Elasticity (Masonry Prism) ............................................................................................................................ 310
Mortar Bond Strength Pull Test (ASTM C482) ................................................................................................................... 80
Mortar Cylinder Compression ............................................................................................................................................ 35
Mortar Shear Strength (ANSI 118) ................................................................................................................................... 125
Relative Mortar Strength (Cal 515) .............................................................................................................................. 1,045
Shrinkage Masonry Block (ASTM C426) ......................................................................................................................... 310
Trial Grout Prisms (ASTM C942) ....................................................................................................................................... 50
Water Retention and Air Content (ASTM C270) .............................................................................................................. 675
Metal
Bolt Assembly Hardness Test ......................................................................................................................................... $95
Bolt Assembly Tensile & Proof Load Test ........................................................................................................................ 155
Chemical Analysis ............................................................................................................................................................ 235
Modulus of Elasticity (Steel) ............................................................................................................................................. 320
Post-Tension Tendon Tensile Testing ............................................................................................................................. 230
Tensile Strength & Bend Test Structural Steel (ASTM A370) .......................................................................................... 235
Tensile Strength & Bend Test Reinforcing Steel (ASTM A615/A706) .............................................................................. 155
Tensile Strength #14 to #18 Bar (ASTM A615) ........................................................................................................... Quote
Tensile Strength Mechanical Splices #9 and Smaller (Cal 670) ................................................................................... Quote
Tensile Strength Mechanical Splices #10 to #14 (Cal 670) .......................................................................................... Quote
Tensile Strength Mechanical Splices #18 (Cal 670) .................................................................................................... Quote
Miscellaneous
Fireproofing Density Test (ASTM E605) ....................................................................................................................... $100
Fiber Reinforced Polymer Tensile (ASTM D3039) ........................................................................................................... 705
Material Preparation ........................................................................................................................................................ 105
SFRM Adhesion/Cohesion Kit ............................................................................................................................................ 55
Relative Humidity Test (ASTM F2170) ....................................................................................................................... 100/kit
Concrete Vapor Emission Kits (ASTM F1869) ............................................................................................................. 90/kit
Miscellaneous Charges ............................................................................................................................................. Various
Default Expense ........................................................................................................................................................ Various
TERMS AND CONDITIONS
Prevailing wage rates will increase consistent with general prevailing wage determinations made by the California Department of Industrial
Relations.
All field services will be charged portal to portal with the following minimum charges:
1. The client will be invoiced only for the hours actually worked in 4 and 8 hour increments.
2.A 2-hour show-up charge will be applied to any service canceled the same day of service.
3.Work in excess of 8 hours up to 12 hours in a single day will be charged in 1-hour increments at 1.5 times the standard rate.
4.Work in excess of 12 hours in a single day will be charged in 1-hour increments at 2 times the standard rate.
Work performed by field or laboratory personnel outside of normal business hours (6:30 a.m. to 5:00 p.m.) will be charged a premium on
a case-by-case basis. Work performed for Geophysical Studies outside of a standard work week will be charged an additional 50%.
Fees for specialty geophysical services such as seismic reflection, crosshole, gravity, pile integrity testing, vibration monitoring,
magnetotellurics, UXO, MEC, etc. will based on a per project basis. Utility focused projects requiring specialized training such as MSHA
(mines) or RSO (refineries) will be billed at a General Geophysical rate.
Other Direct Charges: Our company reserves the right to charge for services outside of the contract in the form of reimbursables, including
but not limited to the following: jack and ram calibration, diamond coring bits, fuel, patching materials, mileage, travel time, equipment
rental, and administrative time.
Mileage will be charged at the standard federal rate per mile for distances more than 50 miles from the location of dispatch. Per Diem
charges will be applied to projects outside a 50-mile radius of our office.
Subcontracted services will be charged at cost plus 20 percent.
Invoices will be submitted monthly. These invoices are due in full upon presentation to the client. Invoices outstanding more than 30 days
will be considered past due. A finance charge computed at the rate of 1.5 percent per month, which is an annual rate of 18 percent, will
be charged on all past due accounts. If legal action is brought on delinquent accounts, the prevailing party shall be entitled to recover its
reasonable attorney’s fees and other costs of collection.
Our services are performed in accordance with the current standards of practice in the industry. No other warranty or representation,
express or implied, is made or intended.
Docusign Envelope ID: 457C4684-471D-43E1-831A-55D3BBB9493FDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 22C1A0C0-FDC0-47D3-8901-9CCB0D57AF69