Loading...
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