HomeMy WebLinkAboutCO 2025-133 - Earth Systems PacificPSA 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
Earth Systems Pacific, 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 Request for Statement of Qualifications, attached hereto as
Exhibit “A” and Consultant’s proposal, dated January 13, 2025 attached hereto as Exhibit
“B”, and incorporated by reference herein. The nature, scope, and level of the services
required to be performed by Consultant are set forth in the Scope of Work and are referred
to herein as “the Services.” In the event of any inconsistencies between the Scope of Work
and this Agreement, the terms and provisions of this Agreement shall control.
1.2 Revisions to Scope of Work. Upon request of the City, the
Consultant will promptly meet with City staff to discuss any revisions to the Project desired
by the City. Consultant agrees that the Scope of Work may be amended based upon said
meetings, and, by amendment to this Agreement, the parties may agree on a revision or
revisions to Consultant’s compensation based thereon. A revision pursuant to this Section
that does not increase the total cost payable to Consultant by more than ten
City of Rancho Cucamonga
CONTRACT NUMBER
2025-133
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 2
percent (10%) of the total compensation specified in Section 3, may be approved in
writing by the City’s City Manager without amendment.
1.3 Time for Performance. Consultant shall perform all services under
this Agreement in a timely, regular basis consistent with industry standards for professional
skill and care, and in accordance with any schedule of performance set forth in the Scope
of Work, or as set forth in a “Schedule of Performance”.
1.4 Standard of Care. As a material inducement to City to enter into this
Agreement, Consultant hereby represents that it has the experience necessary to undertake
the services to be provided. In light of such status and experience, Consultant hereby
covenants that it shall follow the customary professional standards in performing the
Services.
1.5 Familiarity with Services. By executing this Agreement, Consultant
represents that, to the extent required by the standard of practice, Consultant
(a) has investigated and considered the scope of services to be performed, (b) has carefully
considered how the services should be performed, and (c) understands the facilities,
difficulties and restrictions attending performance of the services under this Agreement.
Consultant represents that Consultant, to the extent required by the standard of practice,
has investigated any areas of work, as applicable, and is reasonably acquainted with the
conditions therein. Should Consultant discover any latent or unknown conditions, which
will materially affect the performance of services, Consultant shall immediately inform
City of such fact and shall not proceed except at Consultant’s risk until written instructions
are received from the City Representative.
2.Term of Agreement. The term of this Agreement shall be five (5) years
and shall become effective as of the date of the mutual execution by way of both parties’
signature (the “Effective Date”). No work shall be conducted; service or goods will not be
provided until this Agreement has been executed and requirements have been fulfilled.
Parties to this Agreement shall have the option to renew in one (1) year increments
to a total of two (2) years, unless sooner terminated as provided in Section 14 herein.
Options to renew are contingent upon the City Manager’s approval, subject to pricing
review, and in accordance to all Terms and Conditions stated herein unless otherwise
provided in writing by the City.
3.Compensation.
3.1 Compensation. City shall compensate Consultant as set forth in
Exhibit A, provided, however, that full, total and complete amount payable to Consultant
shall not exceed $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. However, City shall withhold not more than ten percent
(10%) of any invoice amount pending receipt of any deliverables reflected in
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 3
such invoice. Under no circumstance shall Consultant be entitled to compensation for
services not yet satisfactorily performed.
The parties further agree that compensation may be adjusted in accordance
with Section 1.2 to reflect subsequent changes to the Scope of Services. City shall
compensate Consultant for any authorized extra services as set forth in Exhibit A.
4. Method of Payment.
4.1 Invoices. Consultant shall submit to City monthly invoices for the
Services performed pursuant to this Agreement. The invoices shall describe in detail the
Services rendered during the period and shall separately describe any authorized extra
services. Any invoice claiming compensation for extra services shall include appropriate
documentation of prior authorization of such services. All invoices shall be remitted to the
City of Rancho Cucamonga, California.
4.2 City shall review such invoices and notify Consultant in writing
within ten (10) business days of any disputed amounts.
4.3 City shall pay all undisputed portions of the invoice within thirty
(30) calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in
Section 3.
4.4 All records, invoices, time cards, cost control sheets and other
records maintained by Consultant relating to services hereunder shall be available for
review and audit by the City.
5. Representatives.
5.1 City Representative. For the purposes of this Agreement, the
contract administrator and City’s representative shall be Marlena Perez, Principal Engineer
or such other person as designated in writing by the City (“City Representative”). It shall
be Consultant’s responsibility to assure that the City Representative is kept informed of the
progress of the performance of the services, and Consultant shall refer any decisions that
must be made by City to the City Representative. Unless otherwise specified herein, any
approval of City required hereunder shall mean the approval of the City Representative.
5.2 Consultant Representative. For the purposes of this Agreement,
is Kevin Paul, Managing Principal hereby designated as the principal and representative of
Consultant authorized to act in its behalf with respect to the services specified herein and
make all decisions in connection therewith (“Consultant’s Representative”). It is expressly
understood that the experience, knowledge, capability and reputation of the Consultant’s
Representative were a substantial inducement for City to enter into this Agreement.
Therefore, the Consultant’s Representative shall be responsible during the term of this
Agreement for directing all activities of Consultant and devoting sufficient time to
personally supervise the services hereunder. Consultant may not change the Responsible
Principal without the prior written approval of City.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 4
6. Consultant’s Personnel.
6.1 All Services shall be performed by Consultant or under Consultant’s
direct supervision, and all personnel shall possess the qualifications, permits, and licenses
required by State and local law to perform such Services, including, without limitation, a
City business license as required by the City’s Municipal Code.
6.2 Consultant shall be solely responsible for the satisfactory work
performance of all personnel engaged in performing the Services and compliance with the
standard of care set forth in Section 1.4.
6.3 Consultant shall be responsible for payment of all employees’ and
its 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: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 5
performance of the contract, or otherwise. This covenant shall survive the termination of
this Agreement. City’s reuse of the Work Product for any purpose other than the Project,
shall be at City’s sole risk.
7.2. Assignment of Intellectual Property Interests: Upon execution of this
Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, the
Consultant shall be deemed to grant and assign to City, and shall require all of its
subcontractors to assign to City, all ownership rights, and all common law and statutory
copyrights, trademarks, and other intellectual and proprietary property rights relating to the
Work Product and the Project itself, and Consultant shall disclaim and retain no rights
whatsoever as to any of the Work Product, to the maximum extent permitted by law. City
shall be entitled to utilize the Work Product for any and all purposes, including but not
limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and
publicizing the Project or any aspect of the Project. The rights transferred do not include
standard forms, methods of calculation, formulas, standard testing procedures, testing
methods, common report contents, typical advice or recommendations, it is not intended
that Consultant’s business practices will cease or be exclusive to City.
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
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 6
City by reason of the independent contractor relationship created by this Agreement.
Consultant shall fully comply with the workers’ compensation law regarding Consultant
and Consultant’s employees.
9. Confidentiality. Consultant may have access to financial, accounting,
statistical, and personnel data of individuals and City employees. Consultant covenants
that all data, documents, discussion, or other information developed or received by
Consultant or provided for performance of this Agreement are confidential and shall not
be disclosed by Consultant without prior written authorization by City. City shall grant
such authorization if applicable law requires disclosure. All City data shall be returned to
City upon the termination of this Agreement. Consultant’s covenant under this Section
shall survive the termination of this Agreement. This provision shall not apply to
information in whatever form that is in the public domain, nor shall it restrict the Consultant
from giving notices required by law or complying with an order to provide information or
data when such an order is issued by a court, administrative agency or other legitimate
authority, or if disclosure is otherwise permitted by law and reasonably necessary for the
Consultant to defend itself from any legal action or claim.
10. Conflict of Interest.
10.1 Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the Services, or which
would conflict in any manner with the performance of the Services. Consultant further
covenants that, in performance of this Agreement, no person having any such interest shall
be employed by it. Furthermore, Consultant shall avoid the appearance of having any
interest, which would conflict in any manner with the performance of the Services.
Consultant shall not accept any employment or representation during the term of this
Agreement which is or may likely make Consultant “financially interested” (as provided
in California Government Code §§1090 and 87100) in any decision made by City on any
matter in connection with which Consultant has been retained.
10.2 Consultant further represents that it has not employed or retained
any person or entity, other than a bona fide employee working exclusively for Consultant,
to solicit or obtain this Agreement. Consultant has not paid or agreed to pay any person or
entity, other than a bona fide employee working exclusively for Consultant, any fee,
commission, gift, percentage, or any other consideration contingent upon the execution of
this Agreement. Upon any breach or violation of this warranty, City shall have the right,
at its sole and absolute discretion, to terminate this Agreement without further liability, or
to deduct from any sums payable to Consultant hereunder the full amount or value of any
such fee, commission, percentage or gift.
10.3 Consultant has no knowledge that any officer or employee of City
has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise,
in this transaction or in the business of Consultant, and that if any such interest comes to
the knowledge of Consultant at any time during the term of this Agreement, Consultant
shall immediately make a complete, written disclosure of such interest to City, even if such
interest would not be deemed a prohibited “conflict of interest” under applicable laws as
described in subsection 10.1.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 7
11. Indemnification.
11.1 Design Professional Services. To the fullest extent permitted by
law, the Consultant shall, at its sole cost and expense, indemnify, defend, and hold
harmless the City, its elected officials, officers, attorneys, agents, employees, designated
volunteers, successors, assigns and those City agents serving as independent contractors
in the role of City officials (collectively “Indemnitees” in this Section 11.0), from and
against any and all damages, costs, expenses, liabilities, claims, demands, causes of
action, proceedings, judgments, penalties, liens, stop notices, and losses of any nature
whatsoever, including fees of accountants and other professionals, and all costs
associated therewith, and reimbursement of attorneys’ fees and costs of defense
(collectively “Claims”), whether actual, alleged or threatened, to the extent arising out of,
pertaining to, or relating to, 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 negligent performance of design
professional services under this Agreement by a “design professional,” as the term is
defined in California Civil Code § 2782.8(c). The indemnification obligation herein shall
not in any way be limited by the insurance obligations contained in this Agreement.
Notwithstanding the foregoing and as required by Civil Code § 2782.8(a), in no event
shall the cost to defend the Indemnitees that is charged to Consultant exceed
Consultant’s proportionate percentage of fault.
11.2 Other Indemnities. With respect to claims and liabilities which do
not arise in connection with the performance of professional services by a “design
professional”, as that term is defined in California Civil Code Section 2782.8(c),
including, but not limited to, those claims and liabilities normally covered by commercial
general and/or automobile liability insurance, and to the maximum extent permitted by
law, Consultant shall, at its sole cost and expense, protect, defend, hold harmless and
indemnify the Indemnitees from and against any and all damages, costs, expenses,
liabilities, claims, demands, causes of action, proceedings, judgments, penalties, liens,
stop notices, and losses of any nature whatsoever, including fees of accountants,
attorneys and other professionals, and all costs associated therewith, and the payment of
all consequential damages (collectively “Damages”), in law or equity, whether actual,
alleged or threatened, which arise out of, pertain to, or relate to the acts or omissions of
Consultant, its officers, agents, servants, employees, subcontractors, materialmen,
suppliers, or contractors, or their officers, agents, servants or employees (or any entity or
individual for which or whom Consultant shall bear legal liability) in the performance of
this Agreement, except to the extent the Damages arise from the active or sole negligence
or willful misconduct of any of the Indemnitees, as determined by final arbitration or
court decision or by the agreement of the Parties. Consultant shall defend the
Indemnitees in any action or actions filed in connection with any Damages with counsel
of the Indemnitees’ choice, and shall pay all costs and expenses, including all attorneys’
fees and experts’ costs as they are actually incurred in connection with such defense.
Consultant shall reimburse the Indemnitees for any and all legal expenses and costs
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 8
incurred by the Indemnitees in connection therewith. The indemnification obligation
herein shall not in any way be limited by the insurance obligations contained in this
Agreement.
. 11.3 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that
they may possess against Consultant because of the acceptance by City, or the deposit
with City, of any insurance policy or certificate required pursuant to this Agreement.
11.4 Waiver of Right of Subrogation. Except as otherwise expressly
provided in this Agreement, Consultant, on behalf of itself and all parties claiming under
or through it, hereby waives all rights of subrogation against the Indemnitees, while acting
within the scope of their duties, from all claims, losses and liabilities arising out of or
incident to activities or operations performed by or on behalf of the Consultant.
11.5 Survival. The provisions of this Section 11 shall survive the
termination of the Agreement and are in addition to any other rights or remedies which
Indemnitees may have under the law. Payment is not required as a condition precedent to
an Indemnitee’s right to recover under this indemnity provision, and an entry of judgment
against Consultant shall be conclusive in favor of the Indemnitee’s right to recover under
this indemnity provision.
12. Insurance.
12.1 Liability Insurance. Consultant shall procure and maintain in full
force and effect for the duration of this Agreement, insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the
performance of the services hereunder by Consultant, and/or its agents, representatives,
employees and subcontractors.
12.2 Minimum Scope of Insurance. Unless otherwise approved by City,
coverage shall be at least as broad as:
(1) Insurance Services Office Commercial General Liability
coverage (occurrence form CG 0001).
(2) Insurance Services Office form number CA 0001 (Ed. 1/87)
covering Automobile Liability, code 1 (any auto).
(3) Worker’s Compensation insurance as required by the State
of California, and Employer’s Liability Insurance.
(4) Professional Liability insurance in a form approved by the
City, having an extended reporting period of not less than
three (3) years after completion of the Services which shall
provide protection against claims of professional negligence
arising out of Consultant’s performance of the Services and
otherwise complying with all applicable
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 9
less than:
provisions of this Section 12. The policy shall be endorsed
to include contractual liability to the extent insurable.
12.3 Minimum Limits of Insurance. Consultant shall maintain limits no
(1) Commercial General Liability: $2,000,000 per occurrence
for bodily injury, personal injury and property damage.
Commercial General Liability Insurance with a general
aggregate limit shall apply separately to this Agreement or
the general limit shall be twice the required occurrence limit.
(2) Automobile Liability: $2,000,000 per accident for bodily
injury and property damage.
(3) Employer’s Liability: $1,000,000 per accident and in the
aggregate for bodily injury or disease and Workers’
Compensation Insurance in the amount required by law.
(4) Professional Liability: $1,000,000 per claim/aggregate.
(5) The Insurance obligations under this agreement shall be the
greater of (i) the Insurance coverages and limits carried by
the Contractor; or (ii) the minimum insurance requirements
shown in this Agreement. Any insurance proceeds in excess
of the specified limits and coverage required which are
applicable to a given loss, shall be available to the City. No
representation is made that the minimum insurance
requirements of this Agreement are sufficient to cover the
obligations of the Contractor under this Agreement.
12.4 Deductibles and Self-Insured Retentions. Any deductibles or self-
insured retentions must be declared to and approved by the City and shall not reduce the
limits of coverage. City reserves the right to obtain a full certified copy of any required
insurance policy and endorsements.
12.5 Other Insurance Provisions.
(1) The commercial general liability and automobile liability
policies are to contain the following provisions on a separate
additionally insured endorsement naming the City, its
officers, officials, employees, designated volunteers and
agents serving as independent contractors in the role of City
officials as additional insureds as respects: liability arising
out of activities performed by or on behalf of Consultant;
products and completed operations of
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 10
Consultant; premises owned, occupied or used by
Consultant; and/or automobiles owned, leased, hired or
borrowed by Consultant. The coverage shall contain no
limitations on the scope of protection afforded to City, its
officers, officials, employees, designated volunteers or
agents serving as independent contractors in the role of City
officials which are not also limitations applicable to the
named insured.
(2) For any claims related to this Agreement, Consultant’s
insurance coverage shall be primary insurance as respects
City, its officers, officials, employees, designated volunteers
and agents serving as independent contractors in the role of
City or officials. Any insurance or self- insurance
maintained by City, its officers, officials, employees,
designated volunteers or agents serving as independent
contractors in the role of City officials shall be excess of
Consultant’s insurance and shall not contribute with it.
(3) Consultant’s insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with
respect to the limits of the insurer’s liability.
(4) Each insurance policy required by this clause shall be
endorsed to state that coverage shall not be canceled except
after 30 days prior written notice by first class mail has been
given to City (ten (10) days prior written notice for non-
payment of premium). Consultant shall provide thirty
(30) days written notice to City prior to implementation of a
reduction of limits or material change of insurance coverage
as specified herein.
(5) Each insurance policy, required by this clause shall
expressly waive the insurer’s right of subrogation against
City and its elected officials, officers, employees, servants,
attorneys, designated volunteers, and agents serving as
independent contractors in the role of City officials.
(6) Each policy shall be issued by an insurance company
approved in writing by City, which is admitted and licensed
to do business in the State of California and which is rated
A:VII or better according to the most recent A.M. Best Co.
Rating Guide.
(7) Each policy shall specify that any failure to comply with
reporting or other provisions of the required policy, including
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 11
breaches of warranty, shall not affect the coverage required
to be provided.
(8) Each policy except Professional Liability shall specify that any
and all costs of adjusting and/or defending any claim against
any insured, including court costs and attorneys' fees, shall be
paid in addition to and shall not deplete any policy limits.
(9) Contractor shall provide any and all other required insurance,
endorsements, or exclusions as required by the City in any
request for proposals applicable to this Agreement.
12.6 Evidence of coverage. Prior to commencing performance under this
Agreement, the Consultant shall furnish the City with certificates and original
endorsements, or copies of each required policy, effecting and evidencing the insurance
coverage required by this Agreement including (1) Additional Insured Endorsement(s),
(2) Worker’s Compensation waiver of subrogation endorsement, and (3) General liability
declarations or endorsement page listing all policy endorsements. The endorsements shall
be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All
endorsements or policies shall be received and approved by the City before Consultant
commences performance. If performance of this Agreement shall extend beyond one year,
Consultant shall provide City with the required policies or endorsements evidencing
renewal of the required policies of insurance prior to the expiration of any required policies
of insurance.
12.7 Contractor agrees to include in all contracts with all subcontractors
performing work pursuant to this Agreement, the same requirements and provisions of this
Agreement including the indemnity and insurance requirements to the extent they apply to
the scope of any such subcontractor’s work. Contractor shall require its subcontractors to
be bound to Contractor and City in the same manner and to the same extent as Contractor
is bound to City pursuant to this Agreement, and to require each of its subcontractors to
include these same provisions in its contract with any sub- subcontractor.
13. Cooperation. In the event any claim or action is brought against City
relating to Consultant’s performance or services rendered under this Agreement,
Consultant shall render any reasonable assistance and cooperation that City might require.
City shall compensate Consultant for any litigation support services in an amount to be
agreed upon by the parties.
14. Termination. City shall have the right to terminate this Agreement at any
time for any or no reason on not less than ten (10) days prior written notice to Consultant.
In the event City exercises its right to terminate this Agreement, City shall pay Consultant
for any services satisfactorily rendered prior to the effective date of the termination,
provided Consultant is not then in breach of this Agreement. Consultant shall have no
other claim against City by reason of such termination, including any claim
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 12
for compensation. City may terminate for cause following a default remaining uncured
more than five (5) business days after service of a notice to cure on the breaching party.
Consultant may terminate this Agreement for cause upon giving the City ten (10) business
days prior written notice for any of the following: (1) uncured breach by the City of any
material term of this Agreement, including but not limited to Payment Terms; (2) material
changes in the conditions under which this Agreement was entered into, coupled with the
failure of the parties to reach accord on the fees and charges for any Additional Services
required because of such changes.
15. Notices. Any notices, bills, invoices, or reports authorized or required by
this Agreement shall be in writing and shall be deemed received on (a) the day of delivery
if delivered by hand or overnight courier service during Consultant’s and City’s regular
business hours; or (b) on the third business day following deposit in the United States mail,
postage prepaid, to the addresses set forth in this Section, or to such other addresses as the
parties may, from time to time, designate in writing pursuant to the provisions of this
Section.
All notices shall be addressed as follows:
If to City: City of Rancho Cucamonga
Engineering Services Department
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
Attn: Marlena Perez, Principal Engineer
If to Consultant: Earth Systems Pacific
79-811 B Country Club Drive
Bermuda Dunes, CA 92203
Attn: Kevin Paul, Managing Principal
16. Non-Discrimination and Equal Employment Opportunity. In the
performance of this Agreement, Consultant shall not discriminate against any employee,
subcontractor, or applicant for employment because of race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical
condition, or sexual orientation. Consultant will take affirmative action to ensure that
subcontractors and applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, religion, sex, marital status, national
origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
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.
23. Construction. In the event of any asserted ambiguity in, or dispute
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 14
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: Earth Systems Pacific
By: ______________________________
Name Ji Shin Date
______________________________
Title
City of Rancho Cucamonga
By:________________________________
Name Date
_________________________________
Title
By: ______________________________
Name Kevin Paul Date
______________________________
Title
(Two signatures required if corporation)
Rancho Cucamonga Fire Protection District
By:________________________________
Name Date
_________________________________
Title
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81D
9/4/2025 | 10:53 AM PDT
Vice President
President
9/7/2025 | 8:44 PM PDT
Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Mayor/President
9/16/2025 | 8:55 PM PDT
9/16/2025 | 9:44 PM PDT
Fire Chief
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 15
EXHIBIT A
REQUEST FOR STATEMENT OF QUALIFICATIONS
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501
FOR
VARIOUS ON-CALL SERVICES
City of Rancho Cucamonga
Purchasing Division
10500 Civic Center Drive
Rancho Cucamonga, California 91730
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 2 of 30
Table of Contents
1. GENERAL INFORMATION....................................................................................................................... 5
1.1 INTRODUCTION ......................................................................................................................................... 5
1.2 DISCREPANCIES OR OMISSIONS .................................................................................................................... 5
1.3 CONTINGENCIES ........................................................................................................................................ 5
1.4 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION ................................................. 6
1.5 KNOWLEDGE OF REQUIREMENTS .................................................................................................................. 6
1.6 RESERVATION OF RIGHTS ............................................................................................................................ 6
1.7 CALIFORNIA'S PUBLIC RECORDS ACT ............................................................................................................. 7
1.8 PERFORMANCE PERIOD............................................................................................................................... 8
2. MINIMUM REQUIREMENTS .................................................................................................................. 8
2.1 Business License ......................................................................................................................... 8
2.2 Prevailing Wages ........................................................................................................................ 8
2.3 Employee Conduct ...................................................................................................................... 8
2.4 REPRESENTATIVES ...................................................................................................................................... 9
3. SOQ DELIVERY AND SCHEDULE OF EVENTS .......................................................................................... 10
3.1 Questions and Clarifications ...................................................................................................... 10
4. SOQ SUBMISSION REQUIREMENTS AND RESPONSE FORMAT .............................................................. 11
4.1 COVER LETTER / INTRODUCTION ................................................................................................................ 11
4.2 TABLE OF CONTENTS ................................................................................................................................ 12
4.3 EXECUTIVE SUMMARY .............................................................................................................................. 12
4.4 FIRM EXPERIENCE/QUALIFICATIONS............................................................................................................ 12
4.5 THIRD-PARTY / SUBCONTRACTORS ............................................................................................................. 12
4.6 STAFF RESUMES AND ORGANIZATION CHART ............................................................................................... 13
4.7 PROJECT MANAGEMENT APPROACH ........................................................................................................... 13
5. DISCIPLINES AND APPLCABLE SCOPE OF SERVICES ............................................................................... 13
5.1 SURVEY AND MAPPING ............................................................................................................................. 14
5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING .................................................................. 14
5.3 GENERAL CIVIL ENGINEERING .................................................................................................................... 14
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 3 of 30
5.4 TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING .............................................................................. 15
5.5 CONSTRUCTION MANAGEMENT AND INSPECTION .......................................................................................... 15
5.6 DEVELOPMENT PLAN CHECK ...................................................................................................................... 16
5.7 ARCHITECTURAL ENGINEERING ................................................................................................................... 16
5.8 LANDSCAPE ARCHITECTURE ....................................................................................................................... 17
5.9 RIGHT OF WAY COORDINATION ................................................................................................................. 17
6. EVALUATION AND CONSULTANT SELECTION PROCESS ......................................................................... 18
6.1 INITIAL SCREENING ................................................................................................................................... 18
6.2 EVALUATION ACTIVITIES ........................................................................................................................... 18
6.3 DEMONSTRATIONS/ INTERVIEWS ............................................................................................................... 18
6.4 REFERENCE CHECK EVALUATION ................................................................................................................. 19
6.5 CONSULTANT SELECTION ........................................................................................................................... 19
6.6 BEST AND FINAL OFFER ............................................................................................................................. 19
6.7 LETTER OF INTENT TO AWARD .................................................................................................................... 19
6.8 EXHIBITS A THROUGH H ............................................................................................................................ 20
6.9 NON-DISCLOSURE CONFLICT OF INTEREST .................................................................................................... 20
6.10 PROFESSIONAL SERVICE AGREEMENT .......................................................................................................... 20
6.11 ACKNOWLEDGEMENT OF INSURANCE .......................................................................................................... 20
6.12 ADDENDUM ACKNOWLEDGEMENT .............................................................................................................. 20
6.13 DEBARMENT AND SUSPENSION .................................................................................................................. 21
6.14 PARTICIPATION CLAUSE ............................................................................................................................ 21
6.15 SIGNATURE OF AUTHORITY ........................................................................................................................ 21
6.16 COMPANY REFERENCES............................................................................................................................. 21
6.17 PRICING ................................................................................................................................................. 22
“EXHIBIT A” CITY OF RANCHO CUCAMONGACONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT .......... 23
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY” ............................................. 24
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED” ..................................................................................... 25
“EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT ........................................................................................ 26
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 4 of 30
“EXHIBIT E DEBARMENT and SUSPENSION CERTIFICATION FORM ............................................................... 27
“EXHIBIT F, PARTICIPATION CLAUSE” ......................................................................................................... 28
“EXHIBIT G” SIGNATURE OF AUTHORITY .................................................................................................... 29
“EXHIBIT H” REFERENCES WORKSHEET” ..................................................................................................... 30
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 5 of 30
1. GENERAL INFORMATION
1.1 INTRODUCTION
The City of Rancho Cucamonga (hereinafter “City”) is inviting qualified Consultants to submit a Request for
Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services, in accordance with the Scope of
Services indicated herein. It is the City’s intent to create a qualified Consultants list with multiple Consultants.
Responses to this SOQ are electronic only and no paper submittals will be accepted. Consultants wishing to
submit a response the SOQ, must be registered as a Consultant with the City through Planet Bids. Registration
can be accomplished by visiting the City website at https://www.cityofrc.us/your-government/procurement.
Only those responses received from registered Consultants will be accepted. Responses must be submitted by
the named Consultant that has downloaded the SOQ this information is indicated in the bid system and provides
the ability to tabulate the responses in accordance with the named Consultants. Submitting a response under
a Consultants name that does not appear to be on the Prospective Bidders list will be deemed as non-responsive
and disqualify said response from further consideration.
1.2 DISCREPANCIES OR OMISSIONS
Consultants finding discrepancies or omissions in the SOQ or having any doubts as to the meaning or intent of
any part thereof shall submit such questions or concerns in writing to the applicable Purchasing contact
identified herein in Section 3.1. All questions must be in writing and no responsibility will be accepted for oral
instructions. Addenda issued in correspondence to this SOQ shall be considered a part of this SOQ and shall
become part of any final Contract that may be derived from this SOQ.
1.3 CONTINGENCIES
This SOQ should not be considered as a contract to purchase goods or services but is a Request for a Statement
of Qualifications in accordance with the terms and conditions herein and will not necessarily give rise to a
Contract. However, SOQ responses should be as detailed and complete as possible to facilitate the formation
of a contract based on the SOQ response(s) that are pursued should the City decide to do so.
Completion of this SOQ form and its associated appendices are a requirement. Failure to do so may disqualify
your SOQ response submittal. Consultants must submit signed SOQ responses by the due date and time as
specified herein. Consultants will be considered non-responsive if the above requirements are not submitted
as requested.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 6 of 30
Any scope of services, contingencies, special instruction and/or terms and conditions applicable to this SOQ and
any purchase order derived thereafter shall be effective as of the issue date of a purchase order for the
requested work (the “Effective Date”), and shall remain in full force and effect until sixty (60) days after the City
has accepted the work in writing and has made final payment, unless sooner terminated by written agreement
signed by both parties.
1.4 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION
All materials submitted in response to the SOQ solicitation will become the property of the City and will be
returned only at the City option and at the expense of the Consultant submitting the SOQ response. A copy of
the SOQ response will be retained for official files and become a public record. Any material that a Consultant
considers as confidential but does not meet the disclosure exemption requirements of the California Public
Records Act should not be included in the Consultant’s SOQ response as it may be made available to the public.
If a Consultant’s SOQ response contains material noted or marked as confidential and/or proprietary that, in
the City sole opinion, meets the disclosure exemption requirements, then that information will not be disclosed
pursuant to a written request for public documents. If the City does not consider such material to be exempt
from disclosure, the material may be made available to the public, regardless of the notation or markings. If a
Consultant is unsure if its confidential and/or proprietary material meets disclosure exemption requirements,
then it should not include such information in its SOQ response because such information may be disclosed to
the public.
1.5 KNOWLEDGE OF REQUIREMENTS
The Consultants shall carefully review all documents referenced and made a part of the solicitation document
to ensure that all information required to properly respond has been submitted or made available and all
requirements are priced in the SOQ response. Failure to examine any documents or instructions will be at the
Consultant’s sole risk.
Consultants shall be responsible for knowledge of all items and conditions contained in their SOQ responses and
in this SOQ, including any City issued clarifications, modifications, amendments, or addenda. The City will
provide notice of any changes and clarifications to perspective Consultants by way of addenda to Planet Bids;
however, it is the Consultant’s responsibility to ascertain that the SOQ response includes all addenda issued
prior to the SOQ due date.
1.6 RESERVATION OF RIGHTS
The issuance of this SOQ does not constitute an agreement by the City that any contract will be entered by the
City. The City expressly reserves the right at any time to:
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 7 of 30
• Waive or correct any defect or informality in any response, SOQ, or SOQ procedure.
• Reject any or all SOQs.
• Reissue a Request for SOQs.
• Prior to submission deadline for SOQs, modify all or any portion of the selection procedures, including
deadlines for accepting responses, the specifications or requirements for any materials, equipment, or
services to be provided under this SOQ, or the requirements for contents or format of the SOQs.
• The City recognizes that price is only one of several criteria to be used in judging a product or service,
and the City is not legally bound to accept the lowest SOQ response.
• The City reserves the right to conduct pre-award discussions and/or pre-Contract negotiations with any
or all responsive and responsible Consultants who submit SOQ responses.
• Procure any materials, equipment or services specified in this SOQ by any other means.
• Determine that no project will be pursued.
• The City reserves the right to inspect the Consultant’s place of business prior to award or at any time
during the contract term or any extension thereof, to determine the Consultant’s capabilities and
qualifications.
1.7 CALIFORNIA'S PUBLIC RECORDS ACT
The City of Rancho Cucamonga complies with the California Public Records Act, Government Code Section
6253. (a) Public records are open to inspection at all times during the office hours of the state or local agency
and every person has a right to inspect any public record, except as hereafter provided. Any reasonably
segregable portion of a record shall be available for inspection by any person requesting the record after
deletion of the portions that are exempted by law.
An SOQ in its entirety shall not be considered confidential and proprietary. Notwithstanding the foregoing,
companies are hereby notified that any and all materials submitted in response to this SOQ are subject to
California's Public Records Act. The City's receipt, review, evaluation or any other act or omission concerning
any such information shall not create an acceptance by the City or any obligation or duty to prevent the
disclosure of any such information except as required by Government Code Section 6253. Companies who
submit information they believe should be exempt from disclosure under the Public Records Act shall clearly
mark each document as confidential, proprietary, or exempt, and state the legal basis for the exemption with
supporting citations to the California Code. Pursuant to California Law, if the information is requested under the
Public Records Act, the City shall make a final determination if any exemption actually exists for the City to deny
the request and prevent disclosure. The City will withhold such information from public disclosure under the
Public Records Act only if the City determines, in its sole discretion, that there is a legal basis to do so.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 8 of 30
1.8 PERFORMANCE PERIOD
It is the City’s intent to award on-call contracts for the Scope of Services listed in this RFQ. The period of award
shall be five (5) years, with up to two (2) additional one-year options to be awarded at the sole discretion of the
City upon satisfactory performance of previous work as determined by City staff.
2. MINIMUM REQUIREMENTS
2.1 Business License
Selected Consultants awarded a contract shall be required to obtain a Rancho Cucamonga Business License no
later than five (5) business days from notification of award prior to being issued a Purchase Order. A selected
Consultants must possess and maintain all appropriate licenses/certifications necessary in the performance of
duties required under this SOQ and will provide copies of licenses/certifications immediately upon request
throughout the term of the Contract.
2.2 Prevailing Wages
Where labor is required for a public work as a part of any requirement covered by this SOQ, pursuant to the
provisions of the Labor Code of the State of California and/or the federal Davis-Bacon Act, a selected
Consultants(s) shall pay no less than those minimum wages unless an exemption applies. In certain cases, an
exemption from the prevailing wage requirement may apply to the scope of work. (See Cal. Labor Code
§ 1720(c)(1), (5); 42 USC § 5310(a). However, the City makes no representations in this SOQ that such an
exemption will apply or that prevailing wages will not be required for a scope of work covered by this SOQ.
2.3 Employee Conduct
All Consultants personnel must observe all City regulations in effect at the location where the Services are being
conducted. While on City property, the Consultant’s personnel shall be subject to oversight by City staff. Under
no circumstances shall the Consultant’s or Consultant’s sub-contractor personnel be deemed as employees of
the City. Consultants or Consultant’s subcontractor personnel shall not represent themselves to be employees
of the City.
Consultant’s personnel will always make their best efforts to be responsive, polite, and cooperative when
interacting with representatives of the City and City employees. The Consultant’s personnel shall be required
to work in a pleasant and professional manner with City employees, outside Consultants, and the public.
Nothing contained in this SOQ shall be construed as granting the Consultants the sole right to supply personal
or contractual services required by the City or without the proper City approval and the issuance of a Purchase
Order.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 9 of 30
2.4 REPRESENTATIVES
Should a selected Consultants require the services of a subconsultant to complete the Scope of Services
indicated in this SOQ, the awarded Consultants will not assign, transfer, convey or otherwise dispose of the
contract or its right, title, or interest in or to the same, or any part thereof. Any attempt by the awarded
Consultants to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be
null, void and of no effect.
The awarded Consultants shall be solely responsible for the satisfactory work performance of all personnel
engaged in performing the Services including Consultants subcontractor. All Services shall be performed by the
awarded Consultants or under the awarded Consultant’s direct supervision, and all personnel shall possess the
qualifications, permits, and licenses required by state and local law to perform such services.
The awarded Consultants shall be responsible for payment of all employees’ and subcontractors’ wages and
benefits and shall comply with all requirements pertaining to employer’s liability, workers’ compensation,
unemployment insurance, and Social Security. By its execution of this Agreement, Consultants certifies that it
is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured
against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of
that Code and agrees to comply with such provisions before commencing the performance of the services.
In case of default by the Consultants, the City may take the following actions which shall include but not be
limited to; cancellation of any purchase order, procurement of the articles or service from other sources and
may deduct from unpaid balance due to the Consultants, or may bill for excess costs so paid, and the prices paid
by the City shall be considered the prevailing market prices paid at the time such purchase is made, withholding
of payment until final resolution. Cost of transportation, handling, and/or inspection on deliveries, or
Consultants for delivery, which do not meet specifications, will be for the account of the Consultants.
City Representative:
For the purposes of this Agreement, the contract administrator and City ’s representative shall be Marlena
Perez, Principal Engineer, or such other person as designated in writing by City (“City ’s Representative”). It shall
be the Consultant’s responsibility to assure that City ’s Representative is kept informed of the progress of the
performance of the services, and the Consultants shall refer any decisions that must be made by City to the City
Representative. Unless otherwise specified herein, any approval of City required hereunder shall mean the
approval of the City Representative.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 10 of 30
Consultants Representative:
The response to this SOQ shall designate the representative of the Consultants authorized to act in its behalf
with respect to the services specified herein and make all decisions in connection therewith (“Consultant’s
Representative”). It is expressly understood that the experience, knowledge, capability, and reputation of the
Consultant’s Representative will be a substantial inducement for City to enter into an Agreement with the
Consultants. Therefore, the Consultant’s Representative shall be responsible during the term of any Agreement
for directing all activities of consultants and devoting enough time to personally supervise the services
hereunder. The successful Consultants may not change the Consultant’s Representative without the prior
written approval of City ’s Representative.
3. SOQ DELIVERY AND SCHEDULE OF EVENTS
Complete SOQ responses must be received electronically via Planet Bids prior to the due date and time specified
in the below Schedule of Events. Please note, there will be no paper responses accepted. The City shall not be
responsible for any delays by transmission errors.
Schedule of Events
Event Description Date & Time
Post SOQ November 18, 2024
Questions Due December 4, 2024, by 3:00 pm
Addendum Issued December 12, 2024
SOQ Response Due Date January 6, 2024, by 9:00 am
(The City reserves the right to change schedule of events without prior notice or responsibility to Consultant.)
3.1 Questions and Clarifications
All questions or clarification requests must be submitted directly through the City’s bid system no later than the
due date and time indicated in the above Schedule of Events. Answers and/or clarifications will be provided in
the form of an Addendum and will be posted for download from the City’s bid system in accordance with the
above “Schedule of Events”.
From the issuance date of this SOQ until a Consultant is awarded, Consultants are not permitted to communicate
with any City staff or officials regarding this procurement, other than during interviews, demonstrations, and/or
site visits, except at the direction of Ruth Cain, Procurement Manager, the designated representative of the City
of Rancho Cucamonga.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 11 of 30
4. SOQ SUBMISSION REQUIREMENTS AND RESPONSE FORMAT
Completion of this SOQ and its associated Exhibits are a requirement. To be considered responsive and evaluate
SOQ responses fairly and completely Consultants must comply with the format and submission requirements
set out in this SOQ, and provide all information requested. Failure to comply with the instruction indicated
herein or any part of this SOQ will deem said SOQ response as non-responsive and will not receive further
consideration in the evaluation process.
If only one SOQ response is received, the City reserves the right to discard the response, re-bid or proceed with
an SOQ review and negotiations.
SOQ responses are due on the date and time indicated in the above schedule of events. Submittals shall be
submitted electronically via Planet Bids; no paper SOQ responses will be accepted. SOQ responses must include
the information required by this SOQ.
The City has streamlined its various on-call disciplines into one SOQ. Consultants have the option to submit a
response for one or multiple disciplines. Please review the detailed response submittal instructions below. Titled
tabs have been created in the bid system for section responses. Sections are to be submitted separately unless
otherwise instructed. Please submit responses for the following sections to the associated section response
type tab in Planet Bids:
• Sections 4.1 through 4.8 – These sections shall be compiled as one document with a title sheet
separating each numbered section. Submit under the Response File tab.
• Section 5.1 Surveying and Mapping – Submit under the Section 5.1 tab.
• Section 5.2 Geotechnical Engineering and Material Sampling/Testing – Submit under the Section 5.2
tab.
• Section 5.3 General Civil Engineering – Submit under the Section 5.3 tab.
• Section 5.4 Traffic Engineering and Transportation Planning – Submit under the Section 5.4 tab.
• Section 5.5 Construction Management and Inspection – Submit under the Section 5.5 tab.
• Section 5.6 Development Plan Check – Submit under the Section 5.6 tab.
• Section 5.7 Architectural Engineering – Submit under the Section 5.7 tab.
• Section 5.8 Landscape Architecture – Submit under the Section 5.8 tab.
• Section 5.9 Right of Way Coordination – Submit under the Section 5.9 tab.
4.1 COVER LETTER / INTRODUCTION
SOQ responses must include the complete name and address of the Consultant and the name, email address,
and telephone number of the contact person regarding the SOQ response. A signature by an authorized
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 12 of 30
representative must be included on each SOQ response. Said signature will be considered confirmation of the
Consultants ability and willingness to comply with all provisions stated herein.
4.2 TABLE OF CONTENTS
The Table of Contents must be a comprehensive listing of the contents included in your SOQ response. This
section must include a clear definition of the material, exhibits and supplemental information identified by
sequential page numbers and by section reference numbers.
4.3 EXECUTIVE SUMMARY
The Executive Summary shall condense and highlight the contents of the Consultant’s SOQ response to provide
the Evaluation Committee with a broad understanding of the Consultant’s approach, qualifications, experience,
and availability of staff in terms of workload, current or ongoing projects.
4.4 FIRM EXPERIENCE/QUALIFICATIONS
The Consultant shall demonstrate the Consultant’s qualifications, experience, expertise, and capability to
perform the requirements of this SOQ. The Consultant shall provide a minimum of 6 representative projects
that have been completed within the last five years, including a contact person (including name, title, phone
number and email) at the agency for whom the work was completed. Each experience shall include a brief
description of the scope performed, the years of the work, and the team members involved.
Consultants shall provide a brief history of your firm, including the number of years in business, office locations,
specifically the address of offices located within the State of California. State whether your organization is an
individual proprietorship, partnership, corporation, or private nonprofit organization, and the date your
company was formed or incorporated.
4.5 THIRD-PARTY / SUBCONTRACTORS
If the Consultants intends to subcontract any of the services, provide a detailed list of any subcontractors,
partners, or third-party Consultants who will be involved in the implementation of the proposed services
including but not limited to:
• Description of the Consultant’s experience with each of the proposed subcontractors,
• Three (3) customer references for each subcontractor to include references names, addresses, and
telephone numbers, for products and services like those described in this SOQ,
• Describe the specific role of each.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 13 of 30
4.6 STAFF RESUMES AND ORGANIZATION CHART
An organization chart shall be submitted identifying the staff available to perform the scope of services. The
organization chart shall identify the Consultant’s Representative, key personnel for the contract and any
subconsultants.
Submit the resumes of the key personnel that will be performing the services for the city. Key personnel for
each discipline shall be identified on the proposed team organization chart. Should any of the key personnel
become unavailable, the Consultant must submit a written request for substitution of this personnel with
another party of equal competence for City approval. The Consultant shall provide experienced and licensed
personnel, equipment, and facilities to perform the services outlined in this RFQ. All work shall be performed
by personnel with the appropriate license registered in registered in the State of California. All surveys, reports,
plans, specifications, and cost estimates shall be signed and sealed by the licensed professional.
Submit the resumes of the individuals who will be performing the services for the city. Resumes shall be
formatted in the following order:
• Role within On-Call.
• Length of time with the Company.
• Licenses, registrations, and certifications as required by law to perform the services described in the
Scope of Services herein.
• Educational background: technical training, education and experience of employees who would be
assigned to perform the services.
• Work history on similar or like projects with the other municipalities.
4.7 PROJECT MANAGEMENT APPROACH
Consultant shall describe how the firm intends to manage the aspects of the work to be performed, including
overall project management approach and methodology, quality, cost and schedule control procedures,
project tracking and performance monitoring procedures, and project progress reporting procedures.
5. DISCIPLINES AND APPLCABLE SCOPE OF SERVICES
Consultants shall provide experienced and licensed personnel, equipment, and facilities to perform the
following tasks. All work shall be performed by personnel with the appropriate license registered in registered
in the State of California. All surveys, reports, plans, specifications, and cost estimates shall be signed and sealed
by the licensed professional. Below is a list of anticipated scope of services required within each discipline of
this On-Call Contract, however this list is not exhaustive and other services may be required.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 14 of 30
5.1 SURVEY AND MAPPING
Surveying and Mapping services that will be required may include, but not be limited to the following:
• Topographical survey and aerial surveys
• Records of survey
• Legal descriptions and plat maps for right-of-way acquisitions
• Right of way base mapping
• Boundary and control surveys
• Monument perpetuation/preservation including pre- and post-construction records.
• Prepare and file corner records.
• Mark limits of removals
• Construction surveying
• Survey plan checking.
• Prepare and review of tentative tract and a parcel maps and final tract maps and parcel maps.
5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING
Geotechnical Engineering and Material Sampling/Testing Services that will be required on-call contract may.
include but not be limited to the following:
• Geotechnical, hydrological and groundwater investigations
• Preparation of subsurface reports and recommendations
• Field inspections and material testing
• Laboratory materials testing
• Hazardous materials evaluations and testing
• Preparing Phase 1 and Phase 2 studies
• DTSC coordination and permitting.
• Evaluation of street, storm drain and retaining wall repairs or maintenance.
• Review of asphalt concrete and cement concrete mix designs performed in accordance with ASTM
standards.
5.3 GENERAL CIVIL ENGINEERING
General Civil Engineering Services that will be provided under this on-call contract may include but not be limited
to the following:
• Preliminary planning and cost estimating for various projects.
• Provide project study reports, project reports, value engineering analysis and feasibility studies.
• Hydrology and hydraulic food plain studies, and erosion control plans
• Utility research and investigations, including potholing and Ground Penetrating Radar
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 15 of 30
• Preparation of plans, technical specifications and cost estimates for various Public Works and Capital
Improvement Projects including but not limited to; streets, bicycle facilities, sidewalks and curb ramps,
storm drains, site plans, highway improvements and trail improvements projects including park
improvements.
• Structural engineering services for bridges and retaining walls including structural observations and
inspections, structural calculations, structural drawings, shoring plans, and technical specifications.
• Landscaping and irrigation design
• Lighting design for streets, parking lots and parking structures
5.4 TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING
Traffic Engineering and Transportation Planning Services that will be provided under this on-call contract may
include but not be limited to the following:
• Preliminary planning and cost estimating for various projects.
• Provide project study reports, project reports, value engineering analysis and feasibility studies.
• Preparation or review traffic engineering reports, traffic impact analysis, traffic signal design plans, and
transportation planning studies or project specific traffic related issues analysis
• Review traffic impact analysis and scoping agreements related to subdivisions or development projects.
• Perform traffic signal warrants, pedestrian studies and other warrants/studies as requested.
• Provide speed data analysis, intersection control studies including multi-way stop sign control.
• Provide traffic signal or alternatives, safety studies, travel time studies and miscellaneous traffic
engineering services.
• Preparation of plans, technical specifications and cost estimates for traffic projects including but not
limited to; traffic signals, signing and striping, signal interconnect, flashing beacons, pedestrian signals,
traffic calming, and temporary traffic control plans.
• Provide traffic signal timing plans and coordination timing studies for new or modified traffic signals.
• Traffic Plan check services including ability to meet a 2-week review for first plan check and a 1-week
review for each subsequent plan check thereafter until plan check review is approved. City may adjust
plan check review timeline on an as needed basis depending on project size.
5.5 CONSTRUCTION MANAGEMENT AND INSPECTION
Construction Management and Inspection Services that will be provided under this on-call contract may include
but not be limited to the following:
• Construction management including but not limited to; contract administration, contract negotiation,
response to RFIs, submittal reviews, shop drawings, construction scheduling, reviewing change orders,
document control, and cost control.
• Develop and manage RFI and submittal logs.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 16 of 30
• Coordinate and host pre-construction meeting and progress meetings, including preparation of meeting
minutes.
• DBE/SBE and grant/loan compliance if applicable
• Establish procedures and monitor contractor compliance with federal and state prevailing wage
regulations and requirements.
• Maintain inspection records and reports.
• Perform daily construction observation and inspection ensuring construction conforms to the project
documents and report via City’s inspection software.
• Ensure the jobsite conditions are in compliance with OSHA requirements.
• Coordinate special inspection and material testing with representatives from other agencies if needed.
• Prepare daily journals including a log of laborers and time and materials construction activities.
• Measure the completed work for the purpose of progress payments.
• Liaise between the contractor and City staff.
• Provide required field inspection tools including ability to use City’s inspection software.
• Coordination and management of the services required, including review of the project site,
improvement plans, specifications, and special provisions.
• Provide constructability reviews.
5.6 DEVELOPMENT PLAN CHECK
Development Plan Check Services that will be provided under this on-call contract may include, but not be
limited to, the following:
• Initial plan review will need to determine compliance with City and State codes.
• Provide the City with a monthly plan review status report for all assigned projects.
• Ability to meet a 2-week review for first plan checks and a 1-week review for each subsequent plan check
thereafter until plan check review is approved. City may adjust plan check review timeline on an as
needed basis depending on project size.
• Map and Improvement plan check review will require a California Licensed Professional Land Surveyor
to stamp and/or seal necessary documents.
5.7 ARCHITECTURAL ENGINEERING
Architectural Engineering Design Services that will be provided under this on-call contract may include, but not
be limited to, the following:
• Preliminary architectural design including planning and cost estimating.
• Preparation of plans, technical specifications and cost estimates for new structures or modifications of
existing structures
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 17 of 30
• Prepare sketches, renderings and materials boards providing alternative architectural concepts and
designs.
• Prepare 2D and 3D models, sketches, renderings and elevation drawings of proposed architectural
designs and treatments.
• Review for conformance with ADA and required standards.
• Preparation of permit applications to the Planning and Building Departments
• Architectural construction support services and prepare record drawings.
5.8 LANDSCAPE ARCHITECTURE
Landscape Architecture Services that will be provided under this on-call contract may include, but not be limited
to, the following:
• Provie landscape planning and design services for new facilities or modifications to existing facilities
• Perform preliminary siting, grading, and landscaping layouts.
• Conduct site and field investigations to verify locations of existing and proposed facilities.
• Prepare sketches, renderings, and materials boards providing alternative landscaping concepts or
options.
• Prepare construction drawings, technical specifications, and cost estimates for Landscape Architecture
Projects
• Irrigation design including preparation of plans, specifications, and cost estimates.
• Provide landscaping construction support services including preparation of record drawings.
5.9 RIGHT OF WAY COORDINATION
Right of Way Coordination Services that will be provided under this on-call contract may include, but not be
limited to, the following:
• Negotiations with property owners for the purchase of right of way
• Adherence to Caltrans Right of Way Manual for all standards and operating procedures including
completion of Caltrans Right of Way Certification
• Prepare all written correspondence, offer packages.
• Escrow coordination.
• Administration of right of way related contracts (for both state and federally funded projects) including
but not limited to, appraisals, negotiations, preparation of offer packages, and signature coordination.
• Relocation services
• Provide preliminary title reports.
• Provide or review loss of business goodwill appraisal.
• Notary services for the signing and acquisition documents
• Condemnation support
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 18 of 30
• Eminent domain support
• Provide title and escrow services.
• Coordinate and provide support or information to City Legal staff, if required
• Prepare and secure agreements for Possession and Use, Right of Entry, and license or permits form
property owners.
• Prepare and maintain a schedule of major activities and milestones.
• Represent the City at Planning Commission meetings, City Council meetings or legal proceedings, if
required
6. EVALUATION AND CONSULTANT SELECTION PROCESS
6.1 INITIAL SCREENING
All SOQ responses will undergo an initial review to determine responsiveness to the instructions herein. Those
SOQ responses initially determined to be responsive by meeting the SOQ requirement as indicated herein will
proceed to the next phase of the evaluation process.
6.2 EVALUATION ACTIVITIES
SOQ responses deemed as having met the standard requirements indicated herein are evaluated by an
Evaluation Committee. The SOQ submittals are scored and assigned a ranking of zero (0) through ten (10), ten
being the highest possible score.
The following evaluation criteria and percentages have been assigned to each of the on-call disciplines for the
purposes of evaluation and scoring each SOQ response:
Evaluation Criteria (By Discipline)
Criteria Description Assigned Percentage
Conformance to the Specified RFQ Format 10
Company Expertise and Experience 30
Quality of Project Management Administration Approach 25
Project Team Experience 35
6.3 DEMONSTRATIONS/ INTERVIEWS
Upon completion of the SOQ evaluations and data analysis, and only, if necessary, selected top ranked
Consultants will be provided an opportunity to interview and conduct a presentation to further expand on their
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 19 of 30
SOQ response(s). Consultant interviews/demonstrations are scored and assigned a ranking of zero (0) through
ten (10), ten being the highest possible score, based upon but not limited to the evaluation criteria factors as
stated within the SOQ.
6.4 REFERENCE CHECK EVALUATION
The City may elect to conduct reference checks in lieu of interviews as the final selection criteria. The reference
checks will be conducted by phone with the information being scribed or conducted by a written form,
submitted to the Consultant’s reference contact. Reference contacts will be asked several predetermined
questions for response and to provide a score from zero (0) to ten (10), ten being the highest. Scores are then
tabulated and added to the spreadsheet with the criteria scores. It is imperative that Consultants provide up to
date and accurate information regarding contact information for reference checks. All scores are then tabulated
into the final Consultant ranking.
6.5 CONSULTANT SELECTION
The final Consultant selection is based on which Consultants are the most responsive, meeting the City’s
requirements and offering the best value to the city.
The City may conduct negotiations with several Consultants simultaneously. The City may also negotiate
contract terms with the selected Consultants prior to award. The City, at its sole discretion, reserves the right,
unless otherwise stated, to accept or reject all or any SOQ responses, or any part thereof, either separately or
to waive any informality and to split or make the award in any manner determined to be in the best interest of
the City.
6.6 BEST AND FINAL OFFER
The City reserves the right to conduct pre-award discussions and/or pre-contract negotiations with all or only
top ranked Consultants. At the conclusion of the evaluation processes, the City will request a Best and Final
Offer to be submitted from the finalists.
6.7 LETTER OF INTENT TO AWARD
After a final Consultant selection is determined, a Letter of Intent to Award (LOI) will be posted for review by all
participating, responsive Consultants. Negotiations shall be confidential and not subject to disclosure to
competing Consultants unless an agreement is reached. If contract negotiations cannot be concluded
successfully, City may negotiate a contract with the next highest scoring Consultant or withdraw the SOQ
entirely.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 20 of 30
6.8 EXHIBITS A THROUGH H
The following named Exhibits A through H are a requirement and must be complete and signed where required.
Exhibits are not to be included in your proposal response. All referenced Exhibits must be submitted in Planet
Bids system under the Response Types, Exhibits A – G, H. Failure to comply with this instruction will deem your
SOQ submittal as non-responsive.
6.9 NON-DISCLOSURE CONFLICT OF INTEREST
Specify any possible conflicts of interest with your current clients or staff members and the city. A signed
“Conflict of Interest and Non-Disclosure Agreement, Exhibit A” included herein must be submitted under the
Non-Disclosure tab.
6.10 PROFESSIONAL SERVICE AGREEMENT
In addition to the acceptance of the City ’s Terms and Conditions, the successful Consultant will be required to
enter into a Professional Services Agreement (“PSA”) with the City, a “Sample” of which is attached in the City’s
bid system for review. All requirements of said PSA must be completed by the successful Consultant and signed
by both applicable parties prior to any services being rendered. This SOQ sets forth some of the general
provisions which may be included in the final PSA. In submitting a response to this SOQ, Consultant will be
deemed to have agreed to each clause unless otherwise indicated in “Exhibit B, Professional Services
Agreement Exceptions Summary” and the City agrees to either accept the objection or deviation or change the
PSA language in writing. Failure to raise any objections at the time of this SOQ response submittal will result in
a waiver of objection to any of the contractual language in the PSA at any other time. The signed Exception
Summary must be submitted in Planet Bids system under the Response Types tab Exhibits A – G.
6.11 ACKNOWLEDGEMENT OF INSURANCE
Consultants must meet all insurance requirements as outlined in the Professional Services Agreement. Ability
to comply with said requirements must be indicated with signature of “Exhibit C, Acknowledgement of
Insurance Requirements and Certification of Ability to Provide and Maintain Coverages Specified”. The
awarded Consultant will be responsible for providing the required Certificates of Insurance and must be the
Named Insured on the Certificates. Certificates of Insurance from any other entity other than the awarded
Consultant, will not be accepted. The signed Acknowledgement of Insurance must be submitted under the
Planet Bid Response Types, Exhibits A – G.
6.12 ADDENDUM ACKNOWLEDGEMENT
The Consultant shall hereby acknowledge they have received all posted Addendums, if any. It is the Consultant’s
responsibility to log into the Bid System to identify and download the number of addenda that have been
posted. Addenda issued in correspondence to this SOQ shall be considered a part of this SOQ and shall become
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 21 of 30
part of any final Contract that may be derived from this SOQ. Consultants must indicate their acknowledgement
of any Addendums by way of signature on “Exhibit D, Addendum Acknowledgement” and must be submitted
under the Planet Bid Response Types, Exhibits A – G.
6.13 DEBARMENT AND SUSPENSION
Bidding Consultants must verify by way of signature to “Exhibit E, Consultant Certification Form” that they are
not listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with
the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and
12689 (3 CFR part 1989 Comp., p. 235), and that neither Consultant nor any of its proposed subcontractors are
tax delinquent with the State of California. The signed exhibit must be submitted under the Planet Bid
Response Types, Exhibits A – G.
6.14 PARTICIPATION CLAUSE
Consultants shall provide a completed “Exhibit F, Participation Clause”, must be submitted under the Planet.
Bids Response Types, Exhibits A – G. This will indicate a consultants’ agreement to or not to allow other entities.
to utilize the SOQ response and awarded contract as a piggyback option.
6.15 SIGNATURE OF AUTHORITY
“Exhibit G”, Signature of Authority must be submitted under the Planet Bid Response Types, Exhibits A – G.
Unsigned SOQ responses will not be accepted. The Signature of Authority declares that the Consultant has
carefully examined the instruction indicated herein including all terms and condition and specifications, and
hereby proposes and agrees, if the Consultants SOQ response is accepted, Consultant agrees to furnish all
material in accordance with the instruction and specifications in the time and manner prescribed for the unit
cost amounts set forth in the Consultants SOQ response.
6.16 COMPANY REFERENCES
Provide a minimum of three (3) references for each discipline you are interested in. If a reference is included for
multiple disciplines, please indicate that on the reference worksheet under the description of services section.
The references must be agencies in California that your company has conducted comparable or like services.
Preferred references should be current customer within the past three (3) years.
Exhibit H, Reference Worksheet, must be complete and uploaded into the Planet Bid system under the
“Response Type” section identified as “Exhibit H”. While the Reference Worksheet accompanies your SOQ
response it is not to be discussed in any other area of the SOQ response other than the “Response Type, Exhibit
H” in Planet Bids. Failure to comply with the instruction will determine the Consultants SOQ response as non-
responsive and be eliminated from proceeding any further in the process.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 22 of 30
6.17 PRICING
There is no pricing / cost element included in this SOQ. The SOQ review and Consultant Interview/Presentations
(if necessary) will produce a list of qualified Consultants that will then be requested to submit their cost sheets
for each submitted response. Pricing should not be discussed anywhere in any responses submitted at this time
including samples of other pricing scenarios for sample or other projects. Failure to comply with required format
and/or instruction will cause Consultants SOQ response to be considered as non-responsive and be eliminated
from proceeding any further in the process.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 23 of 30
“EXHIBIT A” CITY OF RANCHO CUCAMONGACONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT
It is the policy of the City of Rancho Cucamonga to prevent personal or organizational conflict of interest, or the
appearance of such conflict of interest, in the award and administration of City Contracts, including, but not
limited to Contracts for Professional Services Agreements (“PSA”) with potential Consultants.
I do not have specific knowledge of confidential information regarding SOQ responses received in response to
the Request for Statement of Qualifications (SOQ) #24/25-501 Various On-Call Services.
I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any
SOQ response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not
limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any SOQ
response, or removal of same from designated areas.
I, the undersigned, hereby certify that the following statements are true and correct and that I understand and
agree to be bound by commitments contained herein.
______________________________________ (Print Name)
______________________________________ (Relationship to the City)
______________________________________ (Relationship to the Consultant)
______________________________________ (Signature)
______________________________________ (Date)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 24 of 30
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY”
Mark the appropriate choice, below:
_____ Vendors accepts the PSA without exception.
OR
_____ Vendors proposes exceptions to the PSA.
Summarize all exceptions on a separate document. Enclose a written summary of each change and title as
“Exception Summary”, which shall include the Vendors’ rationale for proposing each such exception. Each
exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the
submitted summary may deem the response as non-responsive.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 25 of 30
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED”
I, _______________________________ the ______________________________________________
(President, Secretary, Manager, Owner or Representative)
of __________________________________________________________________, certify that the
(Name of Company, Corporation or Owner)
Specifications and General Provisions regarding insurance requirements as stated within the Professional
Services Agreement (PSA), for the Purchase Contract designated Request for Statement of Qualifications
(“SOQ”) #24/25-501 for Various On-Call Services have been read and understood and that our Vendors is able
to provide and maintain the coverage as specified in the PSA. Failure to provide said coverage, upon request to
finalize the PSA prior to award shall be enough cause for immediate disqualification of award. Failure to
maintain said coverage shall result in termination of the contract.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 26 of 30
“EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT
The Consultants hereby acknowledges the following Addenda Number(s) to this SOQ have been received, if any.
Consultants understands failure to acknowledge any addenda issued may cause the SOQ response to be
considered non-responsive. It is the Consultants’ responsibility to log into the Bid System to identify and
download the number of addenda that have been posted.
• __________________
• __________________
• __________________
• __________________
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 27 of 30
“EXHIBIT E DEBARMENT and SUSPENSION CERTIFICATION FORM
I certify that neither _____________________________ (Consultant) nor any of its proposed subcontractors
are not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in
accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986
Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Consultant nor any of its proposed
subcontractors are tax delinquent with the State of California.
I acknowledge that if Consultants or any of its subcontractors subsequently are placed under suspension or
debarment by a local, state or federal government entity, or if Consultants or any of its subcontractors
subsequently become delinquent in California taxes, our Proposal will be disqualified.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 28 of 30
“EXHIBIT F, PARTICIPATION CLAUSE”
It is hereby understood that other government entities, such as cities, counties, and special/school districts may
utilize this RFP response at their option for equipment or services at the RFP response price for a period of
________ days. Said entities shall have the option to participate in any award made because of this solicitation.
Any such piggy-back awards will be made independently by each agency, and the city is not an agent, partner
or representative of these agencies and is not obligated or liable for any action of debts that may arise out of
such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of
its own order placement and payments of the Vendors.
Successful Vendors will extend prices as proposed herein to other governmental agencies, please
specify.
YES __________ NO _________
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 29 of 30
“EXHIBIT G” SIGNATURE OF AUTHORITY
The undersigned firm declares that he has carefully examined the specifications and read the above terms and
conditions, and hereby proposes and agrees, if this SOQ response is accepted, to furnish all material in
accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost
amounts set forth in the following SOQ response.
THE CONSULTANTS IN SUBMITTING THIS SOQ RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO
DO SO MAY DEEM YOUR SOQ RESPONSE AS NON-RESPONSIVE.
Company Name:
Address:
(Street, Su. # City, State, Zip)
Telephone #:
Fax #:
E-mail address:
Web Address:
Authorized Representative: (print)
Title:
Signature:
Date:
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 30 of 30
“EXHIBIT H” REFERENCES WORKSHEET”
This Exhibit must be complete and uploaded into the Planet Bid system under the applicable Response Type,
section identified as “Exhibit H”” section. Provide a minimum of three (3) clients for each discipline you are
interested in. If a reference is included for multiple disciplines, please indicate that on the worksheet below
under the description of services section. The references must be agencies in California that your company has
conducted comparable or like services within the past three (3) years. Please make the copies of the table below
to provide additional reference information for multiple disciplines if necessary. Please verify accuracy of
contact information.
Reference 1
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services (please be specific)
Reference 2
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services (please be specific)
Reference 3
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services (please be specific)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibit H.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Addendum No. 001
Request for Statement of Qualifications (SOQ) #24/25-501
For
Various On-Call Services
December 12, 2024
Re: Consultant Questions/Answers/Clarifications
Ladies and Gentlemen:
This Addendum will address questions and clarification requests as submitted by Consultants.
Only those questions submitted in writing are being addressed and can be found in the below
table.
The RFP response due date and time is being extended to January 13, 2025, by 9:00 am.
If there are any questions regarding this Addendum, please contact me at (909) 774-2500
Sincerely,
Ruth Cain, Procurement Manager
City of Rancho Cucamonga
Procurement Division
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 2 of 11
Question(s) / Clarification(s) Answer(s) / Comment(s)
1
Please clarify if the reference information
requested in Section 4 should be included
with the 6 projects requested. Considering
that Exhibit H, Reference Worksheet, states
that it is not to be discussed in any other
area of the SOQ response other than the
“Response Type, Exhibit H” in Planet Bids.
Failure to comply with the instruction will
determine the Consultants SOQ response as
non-responsive and be eliminated from
proceeding any further in the process.
Yes, the references requested under Section
4 for the 6 projects should be included for City
awareness. However, the City will only
contact the references formally provided
under Exhibit H as part of the reference
checks for this RFQ.
2
Could the City please clarify if all categories
should be combined and submitted as one
Response File and also submitted separately
under their respective category tabs? Please
clarify if reference information should be
included with the 6 projects requested.
Considering that Exhibit H, Reference
Worksheet, must be complete and
uploaded into the Planet Bid system under
the “Response Type” section identified as
“Exhibit H”. While the Reference Worksheet
accompanies your SOQ response it is not to
be discussed in any other area of the SOQ
response other than the “Response Type,
Exhibit H” in Planet Bids. Failure to comply
with the instruction will determine the
Consultants SOQ response as non-
responsive and be eliminated from
proceeding any further in the process.
Sections 4.1 to 4.7 should be combined and
submitted as one response file. Individual
responses and files with the scope of services
for each discipline shall be submitted under
the appropriate category in Section 5.5 for
the disciplines that you are proposing on.
See response to Question 1 regarding the
references.
3
Please clarify if reference information
should be included with the 6 projects
requested. Considering that Exhibit H,
Reference Worksheet, must be complete
and uploaded into the Planet Bid system
under the “Response Type” section
identified as “Exhibit H”. While the
Reference Worksheet accompanies your
See response to Question 1.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 3 of 11
SOQ response it is not to be discussed in any
other area of the SOQ response other than
the “Response Type, Exhibit H” in Planet
Bids. Failure to comply with the instruction
will determine the Consultants SOQ
response as non-responsive and be
eliminated from proceeding any further in
the process.
4 Does the City want resumes for our
proposed sub-consultants?
Yes, submit resumes for key personnel,
including subconsultants as necessary.
5
Section 4. SOQ Submission Requirements
and Response Format lays out that a single
document for Sections 4.1 through 4.8 must
be submitted as the "Response File." There
is no Section 4.8. Is this section missing from
the RFQ? Additionally, what does the City
want submitted as the separate Section 5
tabs? Can this be clarified so that we make
sure we are compliant?
There is no Section 4.8, only sections 4.1-4.7
are required to be submitted.
Quals, resumes, and the org chart submitted
within Sections 4.1-4.7 should be
representative of all disciplines you are
proposing on. Only the description of the
offered scope of services for each discipline
that you are proposing on should be
submitted as separate tabs under Section 5.
6
Due to the holidays and there being several
pursuits due at the same time, can you
please extend the deadline by one week, to
January 13?
Yes, the deadline will be extended until
January 13, 2025.
7 What is the maximum dollar amount of the
contract (annually/or life of contract)?
The initial contract award (over the life of the
contract) will be $1 Million for each selected
consultant. However, there is no guarantee of
work or compensation, and the City reserves
the right to increase or decrease this limit if
needed.
8
How many firms is the City looking to award
for each of the listed disciplines on page 11
?
The City does not have a number of
consultants set for each discipline but is
looking to award to multiple consultants for
each category provided that they meet the
requirements of the RFQ and that their
reference checks are in good standing.
9 Is there a page count limit, and if so what
does not count towards it?
There is no page count limit.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 4 of 11
10 How many firms does the City intend to
select for each discipline?
See response to Question 8.
11
On Page 11, it states that firms should
submit items under the tab for their
respective discipline. For example, what
information should be included in Section
5.5?
See response to Question 5.
12
On Page 11, it states that Sections 4.1
through 4.8 should be submitted under the
Response File tab. What information should
be listed in Section 4.8?
Please see answer to Question 5.
13
Please confirm to whom at the City the
cover letter by the Consultant should be
addressed to?
Marlena Perez
14
Could the City please clarify if Section 5.6
Development Plan Check pertains to
Engineering, Building and Safety, Planning
Review, or all three?
The Development Plan Check only pertains to
Engineering. Building and Safety and Planning
Review are under different on-call contracts
at the City.
15
Section 4 of the RFP states that the response
file will be comprised of information
discussed in sections 4.1 through 4.8.
However, when the section requirements
are broken down there are only sections 4.1
through 4.7. Is there a requirement for
section 4.8 or was that a typo?
Please see answer to Question 5.
16
Exhibit "A" - There are five lines to be filled
on the Exhibit. It is understood that the first
line would be the printed name of the
"Consultant's Representative" as defined on
Page 10 of the Request for Statement of
Qualifications. The fourth line will be the
signature of the Consultant's
Representative, and the fifth line will be the
date of signature of the Consultant's
Representative. Please indicate as to what
information needs to be presented on the
second (Relationship to the City) and the
third line (Relationship to the Consultant).
Print name, indicate what your relationship
to the City is, i.e. current vendor, related to
any City staff….. or none, indicate what your
relationship is to the Consultant are you an
owner, related to staff….. or none, sign and
date
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 5 of 11
17
Exhibits "A" through "H", inclusive - It is
understood that Exhibits "A" through "H",
inclusive will need to be provided by the
consultant submitting the Statement of
Qualifications - Would submittal of any of
said Exhibits be required by any of the sub-
consultants that the consultant may retain
as part of the consultant's team? If so,
please indicate which Exhibit(s).
Exhibits A through G are only required for the
prime consultant. Exhibit H needs to be
provided for the prime and subconsultants.
18
On Page 16 of 30 - Section 5.6 - Last bullet
point - What will be the seal and signature
requirements of the professional engineers
who will be reviewing improvement plans
during the initial plan check period and
when the plans have received the seal and
signature of the professional engineers in
charge of preparation of the improvement
plans?
Improvement plans shall be reviewed by or
under the supervision of a California Licensed
Professional Engineer.
19
On Page 16 of 30 - Section 5.6 - Last bullet
point - Will the seal and signature of a
Professional Land Surveyor licensed in the
State of California or alternatively the seal
and signature of a Registered Civil Engineer
in the State of California authorized to
practice survey be required under the City
Surveyor's Statement on final tract and
parcel maps?
The last bullet point from Section 5.6 will be
removed and this task will be part of a
separate Proposal Request.
20
On Page 16 of 30 - Section 5.6 - Last bullet
point - It is understood that map review
services and review of legal descriptions and
plats will be conducted by a Professional
Land Surveyor licensed in the State of
California or a Registered Civil Engineer in
the State of California authorized to practice
survey. It is understood that the review of
improvement plans will be conducted by
registered professional engineers in the
State of California. Please clarify/ confirm.
See response to Questions 18 and 19.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 6 of 11
21
On Page 16 of 30 - Section 5.6 - Last bullet
point - Will the review of the final tract maps
and parcel maps be conducted by the
Development Plan Check consultant
selected for Section 5.6 functions, or will the
review of the final tract maps and parcel
maps be conducted by the Survey and
Mapping consultant selected for Section 5.1
functions? The final tract maps and parcel
maps, under City Surveyor's Statement,
require the signature of a Professional Land
Surveyor licensed in the State of California
or the signature of a Registered Civil
Engineer in the State of California
authorized to practice survey. Will the
signatures under City Surveyor's Statement
be made by the Development Plan Check
consultant selected under Section 5.6 or will
it be made by the Survey and Mapping
consultant selected for Section 5.1
functions?
Neither the consultant selected for 5.1 or 5.6.
This task will be revised to only include
“prepare tentative and final tract and parcel
maps.” See response to Question 19.
22
On Page 14 of 30 - Section 5.1 - Last bullet
point - Will the review of the final tract maps
and parcel maps be conducted by the
Survey and Mapping consultant selected for
Section 5.1 functions, or will the review of
the final tract maps and parcel maps be
conducted by the Development Plan Check
consultant selected for Section 5.6
functions? The final tract maps and parcel
maps, under City Surveyor's Statement,
require the signature of a Professional Land
Surveyor licensed in the State of California
or the signature of a Registered Civil
Engineer in the State of California
authorized to practice survey. Will the
signatures under City Surveyor's Statement
be made by the Survey and Mapping
consultant selected for Section 5.1 or will it
be made by the Development Plan Check
See response to Question 21.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 7 of 11
consultant selected under Section 5.6
functions?
23
On Page 11 of 30 - Section 4 - First bullet
point on the page - Sections 4.1 through 4.8
is referenced - Section 4.8 seems to be
missing.
See response to Question 5.
24
Will the City look to choose a variety of
different consultants than in previous
years? In other words, are all firms eligible
even if they have previously held the on call
contract?
Yes, all firms are eligible even if they have not
been on previous on-calls with the City.
25 How many consultants will you select in
each category?
See response to Question 8.
26
Are you able to share how much work was
given out during the past cycle….ie: value of
contracts given / how many projects, etc.
See response to Question 7. The City will not
be providing this information at this time.
However, the number of contracts given to
each consultant under the on-call as it is
based on the total contract value and not the
number of projects.
27 Can you provide a list of consultants who
currently hold the on call in each category?
The City will not be providing this information
at this time.
28
On RFQ page, 4th paragraph it states:
“Please submit responses for the following
sections to the associated section response
type tab in Planet Bids” In the bullet list after
the 4th paragraph it states: • Section 5.1
Surveying and Mapping – Submit under the
Section 5.1 tab. // • Section 5.2
Geotechnical Engineering and Material
Sampling/Testing – Submit under the
Section 5.2 tab. // • Section 5.3 General Civil
Engineering – Submit under the Section 5.3
tab. // • Section 5.4 Traffic Engineering and
Transportation Planning – Submit under the
Section 5.4 tab. // • Section 5.5
Construction Management and Inspection –
Submit under the Section 5.5 tab. // •
Section 5.6 Development Plan Check –
See response to Question 5.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 8 of 11
Submit under the Section 5.6 tab. // •
Section 5.7 Architectural Engineering –
Submit under the Section 5.7 tab. // •
Section 5.8 Landscape Architecture –
Submit under the Section 5.8 tab. // •
Section 5.9 Right of Way Coordination –
Submit under the Section 5.9 tab.” We
understand that we should only add
information for those services we want to
propose on; however, we have reviewed
the text in Section 5. DISCIPLINES AND
APPLCABLE SCOPE OF SERVICES from the
bottom of page 13 to the top of page 18,
and none of the text here seems to ask for
any information. QUESTION. Can you please
explain what, if anything, should be
submitted under the tabs for Section 5.1 to
5.9?
29
On RFQ 12, under 4.4 Firm
Experience/Qualifications that we are to
include in our SOQ it states: “The Consultant
shall demonstrate the Consultant’s
qualifications, experience, expertise, and
capability to perform the requirements of
this SOQ. The Consultant shall provide a
minimum of 6 representative projects that
have been completed within the last five
years, INCLUDING A CONTACT PERSON
(INCLUDING NAME, TITLE, PHONE NUMBER
AND EMAIL) AT THE AGENCY FOR WHOM
THE WORK WAS COMPLETED. EACH
EXPERIENCE SHALL INCLUDE A BRIEF
DESCRIPTION OF THE SCOPE
PERFORMED….” [emphasis in CAPS added]
However, on page 21 of the RFQ it states
“Exhibit H, Reference Worksheet, must be
complete and uploaded into the Planet Bid
system under the “Response Type” section
identified as “Exhibit H”. WHILE THE
REFERENCE WORKSHEET ACCOMPANIES
See response to Question 1.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 9 of 11
YOUR SOQ RESPONSE IT IS NOT TO BE
DISCUSSED IN ANY OTHER AREA OF THE
SOQ RESPONSE other than the “Response
Type, Exhibit H” in Planet Bids. Failure to
comply with the instruction will determine
the Consultants SOQ response as non-
responsive and be eliminated from
proceeding any further in the process.”
[emphasis in CAPS added], and Exhibit H on
page 20 of the RFQ asks for virtually the
same information (name, title, address,
phone number, email, and description of
services) as is requested in section 4.4.
QUESTION. These statements seem to
contradict each other with one asking that
we include project/client contact
information in section 4.4 of our SOQ and
the second saying that reference
information cannot be discussed a
30
On RFQ page, 4th paragraph it states:
“Please submit responses for the following
sections to the associated section response
type tab in Planet Bids: • Sections 4.1
through 4.8 – These sections shall be
compiled as one document with a title sheet
separating each numbered section. Submit
under the Response File tab.” However, the
numbered sections that follow only go up to
4.7. QUESTION. Is this a typo, and it should
read “• Sections 4.1 through 4.7”?
See response to Question 5.
31
The RFP mentioned that Section 4.1 - 4.8
should be submitted under the Response
File tab, should there be a 4.8? I do not see
this section in the RFP.
See response to Question 5.
32
Could you confirm what information you
would like to see in the discipline sections
(ie - include specific quals, resumes, org
chart - or should that all stay in section 4.1-
4.8)?
See response to Question 5.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 10 of 11
33
Our firm is interested in submitting an SOQ
for Discipline and Scope of Services 5.5. Our
firm does perform a majority of the services
provided in 5.5 under this on-call contract,
we do not perform all of them. Do we need
to be able to perform all services listed in
Discipline 5.5 (including those that may be
added), or may we submit the SOQ for the
services we do provide?
No, you do not need to perform all
disciplines, you can submit the SOQ for only
the scope of services you wish to provide.
Only include the scope of work for the
disciplines in Section 5.5 that you want to
perform.
34
How many firms will be selected for the On
Call list? Can you provide us with the current
names of the incumbents of this list.
See responses to Questions 8 and 27.
35
In Section 4.2, the SOQ requests a
comprehensive Table of Contents listing all
materials, exhibits, and supplemental
information. However, the instructions for
Exhibit H specify that it should only be
uploaded in the designated section of the
Planet Bid system and must not be
discussed in any other area of the SOQ
response. Should Exhibit H be included in
the Table of Contents, or should it be
excluded to comply with the restriction
against referencing it outside the
designated area?
All exhibits can be referenced in the TOC.
However, Exhibit H itself should only be
submitted under the portal for Exhibit H on
planet bids.
36
On page 11, Section 4 references Section
4.8; however, there does not appear to be
any additional references to this section
elsewhere in the document. Would you
please confirm if there is an additional
section that should be included for
consideration?
See response to Question 5.
37 Can you confirm whether or not building
inspection services are part of this RFQ?
See response to Question 14.
38
Where can I find the scope of work for
environmental consultants? I could not find
it in the SOQ.
This RFQ does not include environmental
consulting services. The City has a separate
On-Call for environmental services that is
held through the Planning Department.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 11 of 11
39
In section 5.6 Development Plan Check.
What discipline is the City looking for here?
For example, is the City looking to hire
different disciplines such as a landscape
architectural firm to provide plan checking
services for submitted landscape plans?
The primary discipline required for the tasks
listed under section 5.6 is Civil Engineering.
The City is interested in having the ability to
have different disciplines other than Civil
Engineering available, but cannot guarantee
the number of plan checks.
40
Please clarify what information is required
for submittal under the tabs for the Sections
5.1 - 5.9, since the required information
appears to be included in Sections 4.1-4.8?
Please confirm there is no section 4.8 - all as
shown on page 11 of 30 of RFQ..
See response to Question 5.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 16
EXHIBIT B
CONSULTANT PROPOSAL
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
79-811B Country Club Drive, Bermuda Dunes, CA 92203-1244 (760) 345-1588
EARTHSYSTEMS
STATEMENT OF QUALIFICATIONS TO PROVIDE
GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 1
January 13, 2025
Ms. Marlena Perez
Principal Engineer
City of Rancho Cucamonga
10500 Civic Center Drive
Rancho Cucamonga, California 91730
SUBJECT: STATEMENT OF QUALIFICATIONS
CITY OF RANCHO CUCAMONGA – REQUEST FOR QUALIFICATIONS FOR VARIOUS ON-CALL SERVICES
CATEGORY: GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING
Dear Ms. Perez,
Adorned by the San Gabriel Mountains and situated at the border of San Bernardino and Riverside Counties, the
flourishing City of Rancho Cucamonga is dedicated to maintaining and improving vital infrastructure for the public good.
Earth Systems Pacific (Earth Systems) is eager to support this initiative.
We believe that our long-standing history of providing geotechnical engineering and materials testing and inspection
services for hundreds of public works projects throughout Southern California positions us as an excellent partner to
aid the City in achieving its goals for the General Plan and Major Projects. With our local knowledge of geotechnical
and geologic conditions, our advanced geotechnical and materials testing/special inspection capabilities, and our highly
qualified staff, we can help bring the City’s objective of creating and maintaining public infrastructure.
The geotechnical engineering and materials sampling/testing services outlined in the RFQ are our specialty. Our team is
dedicated to delivering innovative, practical solutions that support the City in responsibly managing public funds.
It is our pleasure to submit our interest, experience, qualifications, and expertise in this Statement of Qualifications to
provide on-call support in service of the City of Rancho Cucamonga.
We appreciate your consideration of Earth Systems to provide services under this contract. Please don’t hesitate to
contact the undersigned if you have any questions or requests for additional information.
Sincerely,
Earth Systems Pacific
Kevin Paul, PE, GE
Vice President, Managing Principal
COVER LETTER
DIR REGISTRATION:
1000003643
LOCAL OFFICE:
79-811 B Country Club Dr.
Bermuda Dunes, CA
92203-1244
(760) 345-1588
EARTH SYSTEMS
CONTRACTUAL RESPONSIBILITY,
AUTHORIZED PRINCIPAL CONTACT
AND PROJECT MANAGER TO
REPRESENT EARTH SYSTEMS:
Mr. Kevin Paul, PE, GE
Vice President, Principal Engineer
P: (951) 483-2977
kpaul@earthsystems.com
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
TABLE OF CONTENTS
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 3
EXECUTIVE SUMMARY
EXPERIENCE OF FIRM
For over half a century Earth Systems has provided a
full range of expert services in the fields of geotechnical
engineering, engineering geology, geophysical
surveys, environmental assessments, construction
monitoring, and materials testing and inspection.
Since our incorporation in 1969, we have established a
reputation for technical excellence, responsive service,
and development of geotechnical solutions that are
innovative, cost-effective, and easily constructible. With
10 fully staffed offices throughout California, we can
provide excellent technical expertise and service. And
with many decades of experience in Southern California,
we bring detailed knowledge of soil, groundwater, and
geologic conditions to projects planned for this region.
DEPTH AND BREADTH OF SERVICES
Earth Systems offers a full spectrum of geotechnical, geology, environmental consulting, materials testing, and special
inspection services. Our diverse capabilities range from geotechnical consultation and design level geotechnical engineering
investigations to geologic hazard studies, environmental site assessments, construction monitoring, materials testing,
special inspection, and pavement evaluation and design. Earth Systems’ fully accredited and full-service laboratories have
the capacity to perform hundreds of tests upon soils, Portland cement concrete, asphalt concrete, steel, masonry, and
other building materials. Our Bermuda Dunes laboratory is Caltrans-approved and has been evaluated by the AASHTO
Accreditation Program (AAP) for compliance with AAP Procedures.
EXPERIENCE WITH ON-CALL CONTRACTS
Earth Systems’ history of working with local municipalities in San Bernardino County and Southern California dates back
over 40 years. We have provided geotechnical and/or materials testing/special inspection services for numerous types
of capital improvement projects. We hold on-call contracts with many agencies and these contracts are often renewed
for repeated contract terms due to the agencies’ high level of satisfaction with our services. Our project portfolio
includes thousand of projects similar to those envisioned under this contract, including pavement construction and
rehabilitation, bicycle facilities, sidewalks and curb ramps, trail improvements, building construction and renovation,
ADA compliance, wastewater treatment plants, and stormwater retention.
QUALIFIED PROJECT TEAM
Earth Systems employs a total staff of approximately 130 consists of registered geotechnical engineers, professional civil
engineers, certified engineering geologists, soil technicians, special inspectors, and laboratory technicians, augmented by
drilling, drafting, and support personnel. We offer a “deep bench” of experienced and qualified technicians and inspectors
to provide sampling, testing and special inspection in accordance with ASTM, Caltrans, AASHTO, and other requirements
as appropriate. Mr. Kevin Paul, PE, GE, a registered geotechnical engineer with over 25 years of experience and managing
principal of our Bermuda Dunes office, will oversee the execution of each project assignment. Soils and materials tests
are conducted by trained technicians/inspectors who are certified as appropriate by such agencies as NICET, ICC, CWI/
AWS, DSA, LADBS, and Caltrans.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 4
AVAILABILITY & WORKLOAD
Earth Systems has the available staff resources to fulfill the City’s needs during
project design and construction. We take great care when assembling a team
and select team leaders and staff with the proper experience, background, and
availability to fulfill your project and schedule requirements. Earth Systems
has the required experienced personnel within our Bermuda Dunes and other
Southern California offices to dedicate to your projects throughout the duration
of the contract. While our workload fluctuates throughout the year, we do not
envision difficulty in committing personnel to the City’s projects, regardless of
project type or geographic location.
SUBCONTRACTORS
As Earth Systems is a full-service geotechnical and materials testing/special
inspection firm, subcontractors are typically used only to provide support or
specialty services. All hazardous materials evaluation, Phase I and II Environmental
Site Assessments, as well as DTSC coordination and planning would be performed in-
house, with analytical testing conducted by an accredited analytical laboratory and
any analytical testing of hazardous materials would be performed by an accredited
analytical laboratory.
PROJECT MANAGEMENT & METHODOLOGY
Overall project management will be provided by a competent and experienced
professional project manager to oversee the progress of each project, provide cost
accounting, respond to inquiries, manage staff, and ensure adequate resources
and trained staff are available. Our goal for every project is to be responsive to our
client’s objectives, budget, and time-frame; to use our expertise and experience
to provide thorough and technically accurate assessments; to provide rapid
response to requests for services; and to ensure that our thoroughness and
attention to detail provide assurance that the geotechnical aspects of projects
are addressed in accordance with current professional practice as well as local
jurisdictional requirements. Our involvement is flexible, and we are available to
respond to any type of service request, large or small.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 5
EXPERIENCE AND QUALIFICATIONS
Earth Systems is a professional consulting firm with services that encompass geotechnical engineering, engineering
geology, environmental assessment, construction monitoring, and materials testing/special inspection. Earth Systems,
Inc. was founded as a California corporation on April 29, 1969, with its original offices in Palo Alto and Ventura, California.
Earth Systems Pacific, a subsidiary of Earth Systems, Inc., was established as a California corporation on September 3,
1999. Office locations in California include:
Having maintained fully staffed engineering offices and full-service materials testing laboratories for over 50 years
demonstrates the stability and reliability of Earth Systems. We have built a reputation for providing thorough and
professional geotechnical, geologic, and construction inspection/materials testing services. We are intimately familiar
with Caltrans and Caltrans Local Assistance requirements, as well as use of and documentation for Federally funded
construction projects as they pertain to the construction. We have never been removed from a project or disqualified
from proposing on a project.
Earth Systems’ long history of providing geotechnical engineering, geology, and materials testing/special inspection
services, lends unparalleled local knowledge of conditions and materials that may affect construction, as well as an ability
to provide insight as to contributing factors to issues that may arise in public works projects. Our proficiency in both
the design and construction aspects of these projects allows us to be forward-thinking as the project progresses, and
therefore anticipate and address potential constraints before the project budget and schedule is impacted.
Our large staff of qualified professional and technical personnel gives the City the assurance of knowing we can efficiently
and expeditiously provide experienced personnel for all required services. Not only does this provide a surplus in the
event of unforeseen circumstances, it also allows a single technician/inspector to cover several types of work in a single
day without the need to dispatch a second individual to the site, saving time and money.
SOUTHERN CALIFORNIA
Bermuda Dunes
79-811 B Country Club Drive
Bermuda Dunes, CA 92203-1244
(760) 345-1588
Projects for the City would be
managed from our Bermuda
Dunes office.
Pasadena
2122 E. Walnut Street, Suite
200
Pasadena, CA 91107
(626) 356-0955
Palmdale
1024 W. Avenue M-4
Palmdale, CA 93551
(661) 948-7538
CENTRAL COAST
San Luis Obispo
4378 Old Santa Fe Road
San Luis Obispo, CA 93401
(805) 544-3276
Santa Maria
2049 Preisker Lane, Suite E
Santa Maria, CA 93454
(805) 928-2991
Santa Barbara
115 West Canon Perdido Street
Santa Barbara, CA 93103
(805) 642-6727
Ventura
5917 Olivas Park Drive, Suite F
Ventura, CA 93003
(805) 642-6727
NORTHERN CALIFORNIA
Fremont
48511 Warm Springs
Boulevard, Suite 210
Fremont, CA 94539
(510) 353-3833
Hollister
500 Park Center Drive #1
Hollister, CA 95023
(831) 637-2133
Salinas
1514 Moffett Street, Suite A
Salinas, CA 93906
(831) 240-4624
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 6
With our depth and breadth of experience, we can offer the City expertise and value in development of geotechnical
criteria for projects constructed as part of this contract, including water and sewer infrastructure, bridges and roadways,
trails, bike paths, and public parks, as well as materials testing and special inspection during the construction process.
We are well versed in pavement construction and rehabilitation, including new construction, overlays, recycled materials,
permeable pavers, and stabilization of poor subgrade conditions. We have worked with many jurisdictions throughout
Southern California, providing services such as subsurface exploration, pavement coring, laboratory testing of soils,
aggregate, HMA, and other pavement materials, pavement deflection studies, development of materials sampling,
acceptance, and independent assurance plans, and infiltration testing for low impact development (LID) improvements.
In addition to providing detailed studies, Earth Systems can assist in specific identification of any adverse geotechnical or
geologic properties of sites that may adversely impact proposed projects.
GEOTECHNICAL ENGINEERING, GEOLOGY AND ENVIRONMENTAL ASSESSMENT SERVICES
• Design-level geotechnical engineering investigations
• Geotechnical and geologic feasibility studies
• Site-specific ground motion hazard analysis
• Slope stability evaluations
• Fault location studies
• Liquefaction and seismicity evaluation
• Seismic refraction/rippability
• Geotechnical criteria for shallow and deep
foundations, including caissons, driven piles, and
micropiles
• Criteria for earth retention structures and
embankments
• Engineering analysis of settlement-reduction methods
• Development of geotechnical criteria for pavement
construction and rehabilitation, including new
construction, overlays, recycled materials, permeable
pavers, and stabilization of poor subgrade conditions
• Rock/pavement coring
• Pavement deflection studies
• Evaluation of acceptability of construction materials
• Development of Material Sampling, Acceptance, and
Independent Assurance Plans
• Infiltration testing for low-impact development (LID)
improvements
• Percolation testing to determine rates for on-site
effluent disposal
• Failure investigations of foundations, retaining walls,
slopes, and pavement
• Peer review services
• Preliminary Environmental Assessments
• Phase I Environmental Site Assessments
• Phase II Environmental Site Assessments
• Remediation of Soil and Groundwater
• Underground Storage Tank Assessment and
Monitoring Services
• Landfill Investigations and Monitoring
• Methane Surveys
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 7
LABORATORY TESTING EQUIPMENT, SERVICES, AND CAPABILITIES
Earth Systems’ laboratories have the capacity to perform hundreds of tests upon
soils, concrete, asphalt, steel, masonry, and other building materials. Our laboratories
have been accredited, accepted, validated or approved (as appropriate) for various
test methods by the California Department of Transportation (Caltrans), the Division
of the State Architect (DSA), the U.S. Army Corps of Engineers, and the Department
of Health Care Access and Information (HCAI); please refer to each agency or
organization’s website for listings pertaining to each of our individual laboratories.
Several of our laboratories are assessed by the AASHTO Accreditation Program (AAP),
and they participate in proficiency sample programs through AASHTO re:source
and the Cement and Concrete Reference Laboratory (CCRL). Our laboratories are
evaluated by the AASHTO Accreditation Program (AAP) for compliance with AAP
Procedures. Having multiple laboratories allows Earth Systems to control sample
handling, chain of custody, and quality of tests so accurate results can be assured.
Laboratory equipment is calibrated annually, and the calibrations are traceable to the
National Institute of Standards and Technology (NIST).
We maintain our own CBR and R-value (resistance to deformation under repeated
loading) test equipment, allowing us to provide timely test results without shipping
samples to an out-of-town facility. Our laboratories are under the supervision of
licensed professional engineers and laboratory testing is conducted by qualified
and trained technicians in accordance with ASTM, Caltrans, AASHTO, and other
appropriate laboratory methods.
Our full-service materials testing laboratory in Bermuda Dunes is staffed with
experienced and qualified field and laboratory technicians who can provide sampling,
testing and special inspection in accordance with Caltrans Specifications and the City’s
Quality Assurance Plan (QAP). Our special inspectors are certified by Caltrans or ICC
as appropriate in the fields of soil, aggregate, HMA, concrete, steel, and bolting.
MATERIALS TESTING AND SPECIAL INSPECTION SERVICES
• Drilling and logging of test borings
• Geotechnical sampling and testing
of soils
• Special inspection and testing of
soils during earthwork and backfill
operations
• Foundation excavation observation
• Special inspection of driven or
drilled piles
• Sampling, testing, and inspection of
hot mix asphalt (HMA)
• Sampling and testing of Portland
cement concrete (PCC); including
slump, casting test cylinders, and
laboratory compression testing
• Sampling and testing of reinforcing
steel
• Batch plant inspection of concrete
and grout
• Sampling and testing of masonry;
including block compliance, prisms,
mortar strength, grout strength and
cores of completed construction
• Special inspection of concrete
• Special inspection of masonry
• Special inspection of shop and field
welding
• Special inspection and testing of
high strength bolts
• Special inspection of post-installed
anchors in PCC and masonry
• Testing or inspection of fabrics or
other construction materials
• HMA and PCC mix designs and reviews
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 8
EXPERIENCE WITH LOCAL MUNICIPALITIES
Earth Systems holds on-call contracts with many
jurisdictions throughout California. As such, we
interact routinely with various government agencies at
the local, State and Federal levels. We understand the
nature of public sector work, including procurement,
decision-making and reporting processes. We have
a strong track record of providing thorough and
complete technical services while meeting budget
goals, tight schedules and deadlines. Our successful
performance and high level of client satisfaction are
attested to by the many government contracts that we
are repeatedly awarded by various public works and
educational agencies. Local municipalities for which
we have provided services include the following:
• City of Banning
• City of Beaumont
• City of Blythe
• City of Cathedral City
• City of Coachella
• City of Colton
• City of Corona
• City of Desert Hot Springs
• City of Hemet
• City of Hesperia
• City of Indian Wells
• City of Indio
• City of La Quinta
• City of Menifee
• City of Moreno Valley
• City of Oxnard
• City of Palm Desert
• City of Palm Springs
• City of Rancho Mirage
• City of Riverside
• City of Santa Paula
• City of Twenty-Nine Palms
• County of San Bernardino
• County of Riverside
• County of Los Angeles
• County of Orange
• County of San Diego
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 9
CIP 23-04, 3RD ST IMPROVEMENTS, MENIFEE, CA (2023 – 2024)
This project involves the rehabilitation of pavement along 3rd Street within the Romoland
area of Riverside County. During the design phase of the project, Earth Systems was
retained to provide subsurface exploration to determine the existing pavement conditions.
A geotechnical report was prepared and presented the findings of field investigation
and laboratory materials testing, as well as geotechnical recommendations for various
pavement rehabilitation options. During construction, Earth Systems has been providing geotechnical, materials testing
and inspection services, including geotechnical observation and testing during removal and replacement of concrete, hot
mix asphalt (HMA) and overlay with rubberized HMA, and review of asphalt mix design and asphalt batch plant inspection.
TEAM MEMBERS: Kevin L. Paul, Rocio Carrillo, Joshua Thomas, Jose Murrillo
ON-CALL PROFESSIONAL CONSULTING SERVICES AGREEMENT, HEMET, CA (2024 – 2026)
Earth Systems was recently awarded a two-year On-Call Professional Services Contract
to provide geotechnical engineering and materials testing services for the City of Hemet.
The scope of work for the contract includes engineering investigations and design
services, pavement evaluation and design, and geotechnical observation and testing,
and materials testing and inspection for anticipated capital improvement public works
projects such as street repairs, storm drainage replacement, water main upgrades, and sewer main replacements. To date,
Earth Systems has provided geotechnical materials testing/special inspection services for city-wide pavement rehabilitation,
ADA improvements, and performed peer review services for the City as their plan checker of consultant reports.
TEAM MEMBERS: Kevin L. Paul, Rocio Carrillo, Mark Spykerman, Josh Thomas, Jose Murillo, Juan Nunez
FIRM EXPERIENCE
CITY OF MENIFEE
Mr. Diego Guillen
Senior Engineer
(951) 723-3755
dguillen@cityofmenifee.us
CITY OF HEMET
Ms. Jilleen Ferris Deputy
Public Works Director
(951) 765-2360
jferris@hemetca.gov
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 10
BICYCLE AND PEDESTRIAN IMPROVEMENTS, SANTA CLARITA, CA (2023)
This project involved bicycle and pedestrian improvements along Avenue Scott from the San Francisquito Trail connection to Rye Canyon Road in Santa Clarita, California. The City of Santa Clarita’s planned improvements consisted of new pedestrian flatwork, retaining walls, and curbs. Earth Systems was retained to conduct a geotechnical engineering study and provide geotechnical recommendations for project design. The scope of services included a general site reconnaissance, shallow subsurface exploration, laboratory testing of soil samples, and geotechnical engineering analyses of the data obtained from the exploration and testing programs. Recommendations were presented in a geotechnical engineering report for site preparation, excavations, conventional foundations, pedestrian concrete flatwork, retaining walls, expansive soil, utility trenches, and vehicular pavement.
TEAM MEMBERS: Christopher F. Allen, Renee Morales
CITY OF LANCASTER MASTER PLANNED STORM DRAIN ALIGNMENT, LANCASTER, CA (2021 – 2022)
Earth Systems was retained for this project involving the City of Lancaster’s Master Planned Storm Drainage Alignment. Construction of this project was intended to alleviate localized roadway flooding by realigning the storm drainage system. Earth Systems conducted a geotechnical engineering investigation to evaluate surface and subsurface soil and groundwater conditions along the proposed sections to identify geotechnical factors that could affect design and construction. Based upon the data generated from field exploration and laboratory testing of soil samples, Earth Systems provided recommendations in a geotechnical engineering report. Such recommendations included those for site preparation, earthwork, and fill compaction, underground utility trench backfill, import, collapsible, and expansive soils, and asphalt concrete repair.
TEAM MEMBERS: Kevin L. Paul, Christopher Allen, Renee Morales, Mark Spykerman, Rocio Carrillo, Jose Murillo
PHASE I ENVIRONMENTAL SITE ASSESSMENT, 9.18 ACRES, PALM DESERT, CA (2022 – 2023)
Earth Systems conducted Phase I Environmental Site Assessment for a site consisting of approximately 9.18 acres of undeveloped land gifted to the City of Palm Desert. The City’s intentions were to secure the project site from future development and provide additional public access to the mountain trails in the vicinity. The purpose of Earth Systems’ services was to evaluate the potential for the presence of soil or groundwater contamination that may have resulted from past use. Following the site assessment, Earth Systems presented summarized findings from site history investigation and reconnaissance, review of regulatory agency records, and interviews with persons familiar with the site. The report also provided recommendations for further investigations with respect to asphalt and soil sampling and evaluation of the presence of underground features in the event of any planned construction.
TEAM MEMBERS: Alexander Schriener, Joshua Thomas
REEDER RANCH PARK, MONTCLAIR, CALIFORNIA
This project involved the construction of Reeder Ranch Park in Montclair, California. Earth Systems was retained to evaluate the project site soil conditions and provide preliminary geotechnical engineering conclusions and recommendations relative to the project site and the proposed stormwater mitigation. Based on the data obtained from field exploration and testing at Earth Systems’ laboratory, recommendations were provided in a geotechnical engineering report. Such recommendations included those for allowable foundation bearing capacity, foundation design, estimated total and differential foundation settlements, site grading criteria, lateral earth pressures, soil expansion and corrosion characteristics, and infiltration rate.
TEAM MEMBERS: Christopher Allen
ENCOMPASS CONSULTANT GROUPSal Contreras Principal Engineer (805) 416-8704 sal.contreras@ecgcivil.com
STANTECMr. Derek Rapp(805) 963-9538Derek.Rapp@stantec.com
CITY OF PALM DESERT
Ms. Deborah Glickman
Management Analyst
(760) 776-6441
dglickman@
cityofpalmdesert.org
EPT DESIGN
Mr. Scott Horsley,
Managing Principal
(626) 795-2008
shorsley@eptdesign.com
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 11
THIRD PARTY/SUBCONTRACTORS
SUBCONTRACTORS
As Earth Systems is a full-service geotechnical and materials testing/special inspection firm, subcontractors are typically used
only to provide support or specialty services, such as drilling services, traffic control services, or soil/groundwater corrosivity
testing. All hazardous materials evaluation, Phase I and II Environmental Site Assessments, as well as DTSC coordination and
planning would be performed in-house and any analytical testing of hazardous materials would be conducted by an accredited
analytical laboratory. The subcontractor selected for a specific assignment would depend upon the nature of the work, the
project schedule, and availability. When retaining subcontractors, we ensure that their qualifications meet the requirements
of the client as well as our own quality expectations, including applicable certifications as appropriate.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 12
STAFF RESUMES AND ORGANIZATION CHART
QUALIFIED PROJECT TEAM
For this contract we have selected a project team that consists of dedicated and skilled geoprofessionals and technical
staff that possess the required local experience, qualifications, licenses and/or certifications, and communication skills
to ensure that projects are executed in a technically competent and efficient manner. The team will be led by Kevin L.
Paul, PE, GE. Mr. Paul is the managing principal of Earth Systems’ Bermuda Dunes office and brings over 25 years of
local experience in public works projects to this contract. He will serve as both supervising geotechnical engineer and
project manager. He will be assisted by enginereering geologist Christopher Allen, geotechnical engineer Renee Morales,
engineering geologist/hydrogeologist Mark Spykerman, environmental geologist Alexander Schriener, project engineer
Rocio Carillo, construction services manager Mark Houghton, and field and laboratory coordinator Josh Thomas.
FIELD AND LABORATORY CONSTRUCTION MATERIALS TESTING STAFF
Geotechnical observation and materials testing staff will consist of Earth Systems’ well-seasoned and experienced
team of field and laboratory technicians who have expertise in testing and inspection of soil, aggregate, HMA, AC,
concrete, and other construction materials. We will utilize highly qualified and experienced field and laboratory staff that
have provided excellent service for past public works projects. They can provide geotechnical and materials testing services in
accordance with ASTM, Caltrans, or other applicable standards; each technician or inspector assigned will be certified in the
appropriate specialty for the work being performed. Our field staff is known for providing exemplary service, demonstrating
their ability to work collaboratively with project inspectors, design consultants, and contractors alike, and earning outstanding
commendations for their work. Their familiarity with ASTM, CBC and Caltrans requirements, protocols, and various software
programs used during construction will facilitate the smooth execution of the soils and materials testing aspects of projects.
AVAILABILITY AND WORKLOAD
Depending upon the size and complexity of the project, retaining a firm with the ability to provide adequate staffing is
critical. Redundancy of staff skills is also critical to ensure that testing and inspections can be effectively covered, even at
short notice. Our staff of qualified geoprofessionals gives the City the assurance of knowing we are able to efficiently and
expeditiously provide experienced personnel for all of the required services. We are available to provide rapid response
to requests for services, which can be essential for on-call contracts where projects may be smaller in nature with shorter
design and construction timeframes.
While Earth Systems’ workload fluctuates throughout the year, anticipated current and future workloads for this project
team are such that we will have sufficient availability to fulfill our obligations for this project for its full duration. Should
any of the key personnel become unavailable, we will submit a written request for substitution of this personnel with
another party of equal competence for City approval.
KEVIN L. PAUL
PE #70084, GE #2930
Principal Geotechnical
Engineer, Project
Manager CHRISTOPHER ALLENPG # 9085, EG# 2648Engineering Geologist
MARK HOUGHTON,
ACI, NICET, ICC
Construction Testing
Services Manager
RENEE S. MORALES
PE #87772, GE #3170
Geotechnical Engineer
MARK S. SPYKERMAN
PG #3800, EG #1174,
HG #331
Engineering Geologist/
Hydrogeologist
ALEXANDER
SCHRIENER
PG #2001
Environmental
Geologist ROCIO CARRILLO
PE #75721
Project Engineer
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 13
ORGANIZATION CHART
KEVIN L. PAUL
PE #70084, GE #2930
Principal Geotechnical Engineer,
Project Manager
CHRISTOPHER ALLEN
PG # 9085, EG #2648
Engineering Geologist
MARK HOUGHTON, ACI, NICET, ICC
Construction Testing Services Manager
RENEE S. MORALES
PE #87772, GE #3170
Geotechnical Engineer JOSH THOMAS
Field and Laboratory Coordinator
JUAN NUNEZ
Supervisory Soils/Materials Technician
JULIAN GEISINGER
Senior Soils Inspector
JOSE MURILLO
Soils/Materials Laboratory Technician
JARED LARGE
Field Technician/Special Inspector
FIELD AND LABORATORY STAFF
MARK S. SPYKERMAN
PG #3800, EG #1174, HG #331
Engineering Geologist/Hydrogeologist
ALEXANDER SCHRIENER
PG #2001
Environmental Geologist
ROCIO CARRILLO
PE #75721
Project Engineer
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 14
Kevin Paul will be the project manager, with an anticipated high level of involvement in performing the work. With nearly 25 years of experience in the materials engineering, materials testing and inspection, geotechnical engineering and environmental services field, Mr. Kevin Paul specializes in public works, essential services, educational and renewable energy projects. He has been the geotechnical engineer for numerous public works projects for jurisdictions throughout Southern California, including bridges, roadways, water and sewer supply and infrastructure, and buildings. He will provide direct oversight of geotechnical engineering investigations and materials testing/special inspection for projects under construction. Mr. Paul is an experienced project manager, with the responsibility of assuring high quality technical oversight, data analysis, and budget management. He is directly involved in development of project scopes and proposals, coordination and preparation of project teams, direction of fieldwork, personnel and equipment, laboratory testing and analysis, and report preparation. He serves as the Engineer-of-Record for Earth Systems’ Bermuda Dunes materials testing laboratory. He has been employed with Earth Systems since 2011.
AREAS OF EXPERTISE
REGISTRATIONS AND CERTIFICATIONS
Registered Professional Engineer (Geotechnical), State of California, (No. 2930)
Registered Professional
Engineer (Civil), State of California, (No. 70084)
Registered Professional Engineer (Civil), State of
Arizona, (No. 53526)
Registered Professional Engineer (Civil), State of Nevada, (No. 22338)
Certified Radiation Safety Officer
OSHA 40 Hour Safety
Loss Prevention System (LPS) Program
Exxon Mobil Oil Corporation, Loss Prevention System Safety Program
Personal Leadership Essentials, 16 Hour Course
16 hr. Principal Leadership Course
EDUCATION B.S., Civil Engineering, Ryerson Polytechnic University, Toronto, Canada
AWARDSExcellence Award for Major Retail, Commercial and Industrial Project Excellence,
Technical Training Seminar, Best Project/Project Management for 75-million-dollar renovation of the Galleria at Tyler Mall in Riverside, California. Company
Fees over $1.5 million.
American Society of Civil Engineers – Flood Management Project of the Year – Riverside
County Flood Control and Water Conservation District - Eagle Canyon Dam and Debris Basin – Riverside and Los Angeles Chapter and California
award winner.
EMAILkpaul@earthsystems.com
• Geotechnical engineering studies, including subsurface exploration, laboratory testing of soil samples, engineering analyses, and report preparation
• Geotechnical aspects of mass grading and excavation operations
• Geotechnical aspects of shoring design
• Supervision of grading observation and special inspection personnel during construction activities
• Geotechnical parameters for shallow and deep foundation systems
• Engineering analyses relating to seismically induced and static settlements, slope stability, soil liquefaction, and slope stabilization
• Reclamation of existing pavements, such as in-place pulverization and cement stabilization
• Third-party reviews of geotechnical reports
PROJECT EXPERIENCE
• Cardenas Residence Site Improvements, Rancho Cucamonga, CA
• Jesery Boulevard/Milliken Avenue Industrial Building, Rancho Cucamonga, CA
• Ling Yen Mountain Temple, Rancho Cucamonga, CA
• Horseshoe Lake Park Improvements, Jurupa Valley, CA
• Vernola Family Park Improvements, Jurupa, CA
• CIP 23-04, 3rd Street Improvements, Menifee, CA
• City of Hemet On-Call Services, Hemet, CA
• Riverside County Flood Control and Water Conservation District On-Call Services, Riverside, CA
• City of Lancaster Master Planned Drainage Storm Drain Alignment, Lancaster, CA
• Dream Homes Park, Cathedral City, CA
• Valley Sanitary District New Office Buildings, Indio, CA
• Dillon Road Emergency Repair, Desert Hot Springs, CA
• City of Indian Wells On-Call Services, Indian Wells, CA
• Citywide Street Repair, Temecula, CA
• Glamis Specific Plan Area, Holtville, CA
KEVIN L. PAUL, PE, GE
Principal Geotechnical Engineer, Project Manager
24+
Years of Experience
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 15
A certified engineering geologist with over 25 years of experience, Christopher (Chris) Allen is the managing principal of Earth Systems’ Pasadena office, which services projects in the greater Los Angeles area. He works closely with owners, the design professional team, contractors, and project stakeholders to ensure delivery of high-quality services in a timely manner. He is known for his excellent project and team management skills, as well as his knowledge and understanding of both the design phase and construction phase aspects of site development. During the design phase process, he supervises field investigations and provides consultation regarding geotechnical and geologic issues that may impact the project. During project construction, he oversees geotechnical observation of grading operations, pavement construction (including rehabilitation), and materials testing. He received a Bachelor of Science degree in geology from California State University, Northridge. He has been employed with Earth Systems since 2005.
AREAS OF EXPERTISE
• Geologic hazard studies
• Seismic analysis, including determination of design peak ground accelerations, design earthquake magnitudes, and seismic response spectra
• Assessment of potential for fault rupture
• Fault investigations
• Landslide evaluation and mitigation
• Liquefaction evaluation and mitigation
• Slope stability analysis
• Slope reinforcement
• Erosion studies and mitigation
• Fluvial geomorphology
PROJECT EXPERIENCE
• Yorba Avenue Street Repairs, Chino, CA
• City of Lancaster Master Planned Storm Drain Alignment, Lancaster, CA
• Bicycle and Pedestrian Improvements, Santa Clarita, CA
• California Highway Patrol Facility, Norwalk, CA
• California Highway Patrol Facility, Pomona, CA
• Patton State Hospital, Patton, CA
• Edmund D. Edelman Children’s Courthouse, Monterey Park, CA
• City of Pasadena Emergency Operations Facility, Pasadena, CA
• North Justice Center, Fullerton, CA
• City of Pasadena Fire Station 39
• The Rose Bowl Stadium Improvements, Pasadena CA
• San Gabriel River Center and Gardens, La Puente, CA
• Watts Skate Park, Los Angeles, CA
• Los Angeles County Arboretum and Botanical Gardens, Arcadia, CA
• Robinson Park and Community Center, Pasadena, CA
• Zamora Park, El Monte, CA
• Venice Skate Park, Los Angeles, CA
CHRISTOPHER ALLEN, PG, EG
Engineering Geologist
REGISTRATIONS AND CERTIFICATIONSCertified Engineering Geologist, State of California (No. 2648)
Professional Geologist, State of California (No. 9085)
Certified Nuclear Gauge Radiation Safety Officer
EDUCATIONB.S., Geology, California State University Northridge A.A., Pasadena City College
PROFESSIONAL AFFILIATIONSMember - Association of Environmental and Engineering Geologists (AEG)
Member - Los Angeles Basin Geological Society (LABGS)
Member - American Association of Petroleum Geologists (AAPG)
Member - ASTM, Committee (D18) Member on Soil and Rock
Member - International Code Council (ICC)
Member - Geoprofessional Business Association (GBA)
Member - The California Geotechnical Engineering Association (CalGeo)
PUBLICATIONSUse of Late Pleistocene Strandlines as Indicators of Landscape Stability along the Emergent Coastline, Malibu, California, American Quaternary Association, 2013.
EMAILcallen@earthsystems.com
25+
Years of Experience
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 16
Ms. Morales is a Registered Geotechnical Engineer with 15 years of experience in the geotechnical engineering field. She has performed geotechnical investigations for public works, commercial, and residential projects throughout the San Francisco Bay Area and Southern California. Ms. Morales has experience in earthwork and mass grading operations, foundation design, soil stabilization, pavement design and rehabilitation, ground improvement, surcharge and slope stability. Her foundation design experience ranges from design and observation of shallow and deep foundations, conventional and post-tension mats, augercast piles, drilled displacement columns and stone columns. Her responsibilities as a senior engineer include preparation of geotechnical proposals and cost estimates for geotechnical investigations and geotechnical testing and observations services to preparation of geotechnical reports, including seismic hazards, engineering analysis, evaluation of in-situ data, foundation and project recommendations. She has been employed with Earth Systems since 2021.
AREAS OF EXPERTISE
• Geotechnical analysis of soil/structure interaction
• Liquefaction evaluation and mitigation
• Development of geotechnical criteria for various foundation types, including conventional footings, mat, pile, and pier foundations
• Evaluation of project alternatives with respect to geotechnical issues
• Mitigation of unstable or wet soil conditions
• Materials testing and special inspection
• Geotechnical aspects of enhanced pavement performance utilizing geotextiles, chemical treatment, full depth reclamation, and other methods
• Applicable codes and standards, including the California Building Code (CBC), Title 24 of the California Code of Regulations, ASTM, and Caltrans
PROJECT EXPERIENCE
• Cardenas Residence Site Improvements, Rancho Cucamonga, CA
• City of Lancaster Master Planned Drainage Storm Drain Alignment, Lancaster, CA
• City of Lancaster On-Call Services, Lancaster, CA
• City of Palmdale On-Call Services, Palmdale, CA
• 35th Street West and West Avenue K-8 Street Improvements, Lancaster, CA
• Pavement Investigation, Lancaster, CA
• Bike and Pedestrian Improvements, Santa Clarita, CA
• Magic Mountain Pipeline Project, Santa Clarita, CA
• Marie Kerr Park, Panorama City, CA
• McAdams Park, Palmdale, CA
• San Gabriel River Center and Gardens, La Puente, CA
• Soledad Canyon Facilities Improvements, Acton, CA
RENEE S. MORALES, PE, GE
Geotechnical Engineer
REGISTRATIONS AND CERTIFICATIONSRegistered Professional Engineer (Geotechnical), State of California (No. 3170)
Registered Professional Engineer (Civil), State of California (No. 82772)
EDUCATIONM.S., Civil Engineering, Concentration in Geotechnical Engineering, San Jose State University
B.S., Civil Engineering, California Polytechnic State University San Luis Obispo
PROFESSIONAL AFFILIATIONSThe California Geotechnical Engineering Association (Cal Geo)
American Society of Civil Engineers (ASCE)
EMAILrmorales@earthsystems.com
15+
Years of Experience
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 17
As a principal engineering geologist with Earth Systems, Mark Spykerman is responsible for evaluation of the impact of geologic and hydrologic conditions upon proposed developments. Certified by the State of California as a professional geologist, engineering geologist, and hydrogeologist, Mr. Spykerman has over 40 years of experience on public works projects, authoring hundreds of reports that have been reviewed and approved by the California Geologic Survey (CGS). He has been responsible for oversight and management of large-scale field operations, including managing, training, and mentoring staff. Mr. Spykerman’s areas of expertise include geologic hazards assessments, seismic analysis, fault investigation, analysis of liquefaction and lateral spreading, rockfall and slope stability evaluation. He is thoroughly familiar with the requirements of California Code of Regulations (CCR) Title 24, the California Building Code (CBC) and the California Geological Survey’s (CGS) Note 48 Checklist. Geologic analyses are performed in accordance with the CGS guidance document Special Publication 117A for earthquake and landslide hazards. Mr. Spykerman received his Bachelor of Science degree in Geology from California State University Fresno joined Earth Systems in 2002.
AREAS OF EXPERTISE
• Geologic hazard studies
• Landslide evaluation and mitigation
• Seismic analysis, including determination of design peak bedrock accelerations, design earthquake magnitudes, and seismic response spectra
• Fault investigation and assessment of potential for fault rupture
• Evaluation of liquefaction and lateral spreading potential
• Slope stability analysis
• Slope reinforcement
• Erosion studies and mitigation
• Fluvial geomorphology
• Assessment of potential for naturally-occurring asbestos (NOA) and radon
PROJECT EXPERIENCE
• Ling Yen Mountain Temple, Rancho Cucamonga, CA
• City of Garden Grove Water, Sewer and Street Improvements, Garden Grove, CA
• Jesery Boulevard/Milliken Avenue Industrial Building, Rancho Cucamonga, CA
• Cardenas Residence Site Improvements, Rancho Cucamonga, CA
• Sewer Bypass Alignments, Highland, CA
• City of Hemet On-Call Services, Hemet, CA
• Riverside County Flood Control and Water Conservation District On-Call Services, Riverside, CA
• Civic Center Expansion & Renovation, San Dimas, CA
• Pavement, Rehabilitation & Sidewalk Improvements, Banning, CA
• City of Lancaster Master Planned Drainage Storm Drain Alignment, Lancaster, CA
• Dream Homes Park, Cathedral City, CA
• Fire Station No. 301, 305, City of Hesperia, CA CIP 23-04, 3rd Street Improvements, Menifee, CA
• Valley Sanitary District New Office Buildings, Indio, CA
• Dillon Road Emergency Repair, Desert Hot Springs, CA
• City of Menifee On-Call Services, Menifee, CA
• Murrieta Road Street, Menifee, CA
• Lamprey Street, Menifee, CA
MARK SPYKERMAN, PG, EG, HG
Engineering Geologist/Hydrogeologist
REGISTRATIONS AND CERTIFICATIONSRegistered Engineering Geologist, State of California (No. 1174)
Registered Professional Geologist, State of California (No. 3800)
Certified Hydrogeologist, State of California (No. 331)
EDUCATION B.S., Geology, California State University, Fresno
PROFESSIONAL AFFILIATIONSAssociation of Engineering and Environmental Geologists
Seismological Society of America
EMAILmspykerman@earthsystems.com
40+
Years of Experience
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 18
Mr. Schriener has over 40 years of experience as an alternative energy, natural resource and environmental geologist. He is experienced in all phases of environmental assessment from project scoping, field investigation, data analysis, and site remediation, and post-study consultation. His project experience includes preparation of Phase I and Phase II Environmental Site Assessments (ESAs), and Initial Site Assessments (ISA). Mr. Schriener has expertise in geothermal resources, including exploration, well-drilling, development, and resource management. He obtained a Bachelor of Science degree in Geology from the University of Washington, and a Master of Science degree in Geology from Oregon State University. He has authored several technical papers that have been included in publications issued by the Geologic Society of America and Association of Petroleum Geologists, among others, as well as numerous geology field trip guidebooks. He has been with Earth Systems since 2015.
AREAS OF EXPERTISE
• Phase I and Phase II Environmental Site Assessments
• Phase III site remediation and closure
• Initial Site Assessments (Caltrans and Caltrans Local Assistance Projects)
• Geothermal resource management, development and exploration.
• Geothermal energy management and well drilling
• Hazards/Hazardous Materials Assessment (CEQA)
• Peer Review
• Delineation of contaminant plumes
• Monitoring well installation and development
• Groundwater monitoring and sampling
PROJECT EXPERIENCE
• Phase I Environmental Site Assessment, 9.18 Acres, Palm Desert, CA
• Jesery Boulevard/Milliken Avenue Industrial Building, Rancho Cucamonga, CA
• Phase I & II Environmental Site Assessments, 18 Acres, Indio, CA
• Huttopia-Paradise Springs at Big Rock Creek Road, Valyermo, CA
• Evergreen Community Center and Mosque, Santa Clara, CA
• Agua Caliente Mineral Spring Drop of Water Project, Riverside, CA
• Cal Fire Potrero Fire Station, Potrero CA
• Horseshoe Lake Park, Jurupa Valley, CA
• Coachella Valley Unified School District Community Education Support Complex, Thermal, CA
ALEXANDER SCHRIENER, PG
Environmental Geologist
REGISTRATIONS AND CERTIFICATIONSProfessional Geologist, State of California, 2001 (No. 7198)
EDUCATIONM.S., Geology, Oregon State University Corvallis, Oregon 1978
B.S., Geology, University of WashingtonSeattle, Washington 1976
PROFESSIONAL AFFILIATIONS Member: Geological Society of America
Member: American Association of Petroleum Geologists.
Member: Geothermal Resources Council
PUBLICATIONS21 technical papers and field trip guidebooks, published in the Geological Society of America, Association of Petroleum Geologists, United States Geological Survey Open File Report, Stanford Geothermal Program Conference, Geothermal Resources Council Transactions, Department of Energy, Journal of Scientific Drilling, and Geochemistry, Geophysics and Geosystems.
MS Thesis “The Geology and Mineralization of the Northern Part of the Washougal Mining District, Skamania County, Washington”
EMAILaschriener@earthsystems.com
40+
Years of Experience
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 19
A registered civil engineer with over 15 years of experience in the geotechnical field, Rocio Carrillo supervises subsurface exploration programs, provides analysis of field and laboratory test data, prepares geotechnical engineering reports, and oversees the geotechnical/materials testing aspects of projects during construction. For this project, she will act in a supportive role. Her field experience and variety of projects that she has been involved in has allowed her to develop familiarity with local conditions, contractors, and issues that can arise during construction. She has provided engineering services for a variety of public works projects, ranging from parking lots to large-scale infrastructure. Ms. Carrillo obtained a Bachelor of Science degree in Civil Engineering and a Master of Science degree in Geotechnical Engineering from the University of California Los Angeles (UCLA). She has been employed with Earth Systems since 2018.
AREAS OF EXPERTISE
• Geotechnical analysis of soil/structure interaction
• Evaluation of liquefaction potential
• Interpretation of cone penetrometer data
• Settlement analysis
• Analysis of slopes for local and global stability
• Development of geotechnical criteria for bearing capacity, lateral earth pressures, pavement design, and deep excavations
• Shear key and buttress design for landslide stabilization
• Field testing and geotechnical observation of mass grading operations
ROCIO CARRILLO, PE
Project Engineer
15+
Years of Experience
REGISTRATIONS AND CERTIFICATIONSRegistered Professional Engineer (Civil), State of California, (No. 75721)
40 Hour Hazwoper Training
EDUCATIONM.S., Geotechnical Engineering, University of California, Los Angeles
B.S., Civil Engineering, University of California, Los Angeles
EMAILrcarrillo@earthsystems.com
PROJECT EXPERIENCE
• Ling Yen Mountain Temple, Rancho Cucamonga, CA
• Cardenas Residence Site Improvements, Rancho Cucamonga, CA
• Vernola Family Park Expansion, Jurupa Valley, CA
• Horseshoe Lake Park Improvements, Jurupa Valley, CA
• Vernola Family Park Expansion, Jurupa Valley, CA
• Glamis Specific Plan Area, Holtville, CA
• Palm Springs Arena, Palm Springs, CA
• CIP 23-04, 3rd Street Improvements, Menifee, CA
• City of Hemet On-Call Services, Hemet, CA
• Riverside County Flood Control and Water Conservation District On-Call Services, Riverside, CA
• City of Lancaster Master Planned Drainage Storm Drain Alignment, Lancaster, CA
• Dream Homes Park, Cathedral City, CA
• City of Menifee On-Call Services, Menifee, CA
• Technology Drive Frontage Improvements, Palmdale, CA
• Rancho Vista Boulevard Widening, Palmdale, CA
• Avenida Miravilla and Beaumont Avenue K-Rail Support Pins, Cherry Valley, CA
• Mojave PUD Cache Creek Pipeline Replacement, Kern, CA
• Patton Waterline Replacement, Patton, CA
• Dunlap Drive Pipeline & Romoland Feeder Replacement, Perris, CA
• El Modena Park, Orange, CA
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 20
Mr. Mark Houghton is responsible for oversight and assurance of technical quality, as well as client relations and supervision of field and laboratory staff. Mr. Houghton started his career in the field, performing laboratory and field testing and special inspection for many major public works projects, including hospitals, educational facilities and projects under the jurisdiction of the Division of Dam Safety. As a result of this extensive background, Mr. Houghton has developed a deep knowledge of local soil conditions and has established excellent relationships within the local construction industry. He currently manages contracts for construction testing and observation services for numerous local government, state, and educational sector projects. He provides analysis and studies on stressed structures and materials, including forensic testing, rehabilitation programs, and seismic damage studies. He is intimately familiar with the special inspection process and inspection/materials testing protocols. He ensures that deadlines for inspections and report submissions are consistently met while maintaining the high quality of inspection and testing that Earth Systems is known for. Mr. Houghton has been with Earth Systems since 1985.
AREAS OF EXPERTISE
• Special inspection of various types of foundations, including caissons, driven piles, and micropiles
• Shop and field welding inspection
• Special inspection of reinforced, pre-stressed, and lightweight concrete
• Special inspection of spray-applied fireproofing
• Masonry sampling, testing and special inspection
• Torque testing and proof load/pull testing of bolts and anchors
• Materials testing of specialty materials
• Preparation of cost estimates
• Forensic testing and evaluation of distressed structures using destructive and nondestructive methods
• Ultrasound, radar, and thermography testing
• Determination of size and location of reinforcing steel in concrete block structures
• Laboratory testing of construction materials, including grout, masonry, concrete, asphalt, soils, and structural and reinforcing steel of mass grading operations
PROJECT EXPERIENCE
• Riverside County Flood Control and Water Conservation District, On-Call Services, Riverside, CA
• Avenida Miravilla & Beaumont Avenue K-Rail, Cherry Valley, CA
• Cathedral City Community Amphitheatre, Cathedral City, CA
• City of La Quinta On-Call Services, La Quinta, CA
• City of Cathedral City On-Call Services, Cathedral City, CA
• State Route 14 Antelope Valley Freeway Improvements, Palmdale, CA
• Tedesco Park Improvements, Desert Hot Springs, CA
• Palm Desert City Council Chambers Renovation, Palm Desert, CA
• Allesandro West Road Improvements, Palm Desert, CA
• Fox Theater Building Seismic Retrofit, Riverside, CA
• Eagle Canyon Dam, Riverside County Flood Control, Cathedral City, CA
MARK HOUGHTON
Construction Testing Services Manager 35+
Years of Experience
REGISTRATIONS AND CERTIFICATIONSACI Concrete Testing Technician, Levels I and II
NICET, Construction, Lab, Exploration, Level III
ICC Reinforced Concrete, No. 0845226-88
ICC Reinforced Masonry, No. 0845336-84
CGEA CET No. 193
EDUCATIONAntelope Valley CollegeLancaster, CA
NRMCA Pervious Concrete Technician Training
OSHA 40-Hour Safety TrainedLoss Prevention System Program Trained
American Concrete Institute Troubleshooting Concrete Construction Training
California Geotechnical Engineers Association Technician Certification Program
PROFESSIONAL AFFILIATIONSInternational Code Council (ICC)
American Concrete Institute (ACI)
California Geotechnical Engineers Association (CGEA)
National Institute for Certification Engineering Technologies (NICET)
National Ready Mixed Concrete Association (NRMCA)
EMAILmhoughton@earthsystems.com
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 21
Earth Systems holds on-call contracts with many
public agencies throughout California. Effective
project management, including budgeting,
scheduling, cost control, quality control/quality
assurance and staffing are all essential services
for successful completion of projects under an
on-call contract. We assign a competent and
experienced professional project manager,
who is responsible for staff management,
coordination and scheduling, and successful
project execution. The project manager and their
staff, plan, direct, coordinate and control project
execution. They are supported by specialists
selected specifically for the anticipated scope of
work. The project manager maintains overall control and is responsible to the client and Earth Systems’ management for
all aspects of the work.
For any project, the initial step is communication and coordination with City staff with respect to goals, time schedules,
and specific geologic or geotechnical constraints that are of concern. We will then develop a scope of work that addresses
these aspects. A project specific proposal will be prepared for the City’s consideration that outlines our perceived purpose,
scope and fees. We will discuss our proposal with City staff, make modifications, and resubmit if necessary.
Upon receipt of written notice to proceed, we will initiate our job set up, coordinate field activities (exploration for design
studies or pre-job meetings for construction projects). Field files will be set up for field staff that will include project plans
and specifications.
For design type work, the results of the field exploration (geotechnical, geologic, geophysical, hydrogeologic, etc.) and
associated laboratory testing will be summarized and analysis performed to evaluate whatever particular geologic or
soils related constraint is of concern. Formal reports will be prepared summarizing our exploration, laboratory testing,
analysis, conclusions and recommendations.
For construction related projects, we will designate a point of contact for daily scheduling purposes, have field staff
properly versed in the project scope and specifications, and prepared for the requested testing and/or inspection. Field
staff will perform the required testing, sampling, and inspection with results provided to City staff daily. Office and field
staff will coordinate our activities with City staff to provide prompt information and timely services. Field and as-built
reports will be provided as required by City staff.
Scheduling of testing and inspection personnel is conducted through our experienced dispatchers, who are available (in
person, not an answering service) from 7:00 a.m. to 5:00 p.m. Monday through Friday. They maintain constant communication
with inspectors and technicians. Inspections scheduled by 5:00 p.m. can generally be performed within 24 hours.
PROJECT MANAGEMENT METHODOLOGY
For an on-call contract such as this, our involvement from a geotechnical perspective may range from a single site visit to
address a specific site issue to a full geotechnical and/or geologic engineering investigation. Similarly, during construction,
we can provide limited assistance or a full complement of construction testing and inspection support services, depending
upon the City’s needs. We are available to respond to any type of service request, large or small, and recognize that staff
availability and the ability to respond quickly are key for an on-call consultant to be effective in this role, particularly
for fast-track projects when design and construction timeframes may be of shorter duration. To help the City achieve
their goal of completing assigned Capital Improvement Plan projects on schedule and on budget, we focus on three key
elements: communication, monitoring of the budget and scope for each project, and ensuring that all services rendered
are completed with attention to quality and accuracy.
PROJECT MANAGEMENT APPROACH
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 22
Communication. Excellent client service is the hallmark of Earth Systems’ reputation, and it has earned us
extensive commendations and loyalty from clients and stakeholders. We will respond rapidly to City requests;
our goal is to always work collaboratively with clients, the design team, and contractors while meeting tight
schedules and deadlines. We will accomplish this by clear communication, always keeping the City and other
stakeholders apprised of project milestones and being respectful of the project schedule and budget. Should
issues arise on a project, we will immediately notify the City and work with all involved parties to come to
a resolution that is practical, constructible, cost-effective, and minimizes project delays. We are committed
to deliver our work products in a timely manner and are always available and responsive to phone or email
communications as well as requests for meetings or consultation.
Monitoring of Budgets and Scopes. Earth Systems recognizes the need for budget control on publicly funded
projects and works collaboratively with our public agency clients to control costs associated with geotechnical
and materials testing/inspection services, and we understand the need to adhere to the project’s allocated
budget. Geotechnical and geologic investigations are typically provided on a fixed fee basis, while soil/materials
testing and special Inspection services are provided on a time-and-materials basis. Prior to the start of the
work, budget estimates are developed based upon reviews of project plans and contractor. The schedule of
the contractor and the progress of the work are the most critical factors that can affect our fees. Other factors
include the location of material fabrication, proper identification of construction materials, and the need for
retests/reinspections. To avoid unanticipated budget overruns, we can implement a budget tracking system.
Hours for observation or sampling/testing are estimated based upon the contractor’s construction schedule,
and are tracked by category, i.e. soil, concrete, asphalt concrete, etc. If the progress of the work begins to
deviate significantly from that shown in the project schedule for any category, thus potentially affecting fees,
the client is notified. Similarly, if other situations such as unidentified materials, nonconforming materials, or
excessive retesting occur, the client is informed as to the effect upon the project budget. This will afford the
City the opportunity to convene with the contractor to discuss the factors that affect our testing/inspection
fees, and to implement appropriate measures to better control the progress of the work.
We use a centralized and integrated software system that tracks project activity on a weekly basis. This
provides us with regular status reports on project costs and work activity so that we can monitor job progress
for comparison to projected budgets. Project Managers are able to monitor project budgets on a weekly basis
and are alerted when they reach 75% of the project budget. This reduces the chances of cost overruns and, if
changed conditions necessitate modifications to the scope and fees, allows enough time to notify the client
and take appropriate next steps. Our invoices include all necessary backup and the format can be tailored to
suit the client’s needs. Our objective is to produce invoices that are clear, accurate and easy to understand.
Quality Assurance/Quality Control. Providing high-quality services and accurate reports is a core value at Earth
Systems. All geotechnical and materials testing services will be performed in accordance with the California
Building Code (CBC) requirements and Standards for Public Improvement Projects, the approved project plans
and specifications, and the City’s Quality Assurance Program (QAP), as applicable. Geotechnical engineering
reports comply with the requirements of Sections 1803.1 through 1803.6, and J104.3 and J104.4 of the
applicable edition of California Building Code (CBC) and California Geological Survey (CGS) Special Publication
117, as applicable; geologic hazards reports comply with Section 1803.7 and J104.4 of the CBC, CGS Note 48,
and CGS Special Publications 42 and 117, as applicable. Geotechnical engineering investigations are supervised
by Registered Geotechnical Engineers who develop programs for subsurface exploration, laboratory analysis,
and data evaluation. Projects involving a geologic scope are supervised by a Certified Engineering Geologist.
All reports are peer-reviewed by another staff professional experienced with similar projects and certified
or licensed in the appropriate discipline. For materials testing and special inspection projects, all work is
overseen by the project manager, who visits the sites and reviews the inspection/testing program with field
and laboratory personnel. All reports are reviewed by the project manager, and peer-reviewed by another
professional staff member to assure the report’s accuracy and quality.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 1
SCOPE OF SERVICES
With over 40 years of experience in Southern California, Earth Systems can bring decades of experience and detailed knowledge
of soil, groundwater, and geologic conditions in this region. We have conducted numerous geotechnical investigations and
geologic studies for projects ranging from minor infrastructure to large-scale new construction of public works projects. With
a local office and full-service materials testing laboratories, we are available to provide rapid response to requests for services,
which can be essential for on-call contracts where projects may have short design and construction timeframes.
The following are brief descriptions of the types of services that we envision under this contract, and Earth Systems’ general
approach to each.
GEOTECHNICAL FEASIBILITY STUDIES
When a property is under consideration for a project, a geotechnical study can be invaluable to assess conditions that may
affect the desired use of the site. Studies may include geologic research, review of aerial photographs and possibly limited
subsurface exploration to identify potential geologic constraints, infiltrometer testing to determine suitability for on-site storm
water retention or detention, or percolation tests to determine suitability for on-site effluent disposal. Such studies allow for
informed decision making before investing further in a particular site.
DESIGN LEVEL GEOTECHNICAL ENGINEERING INVESTIGATIONS
Literature Review and Field Exploration Planning. Following receipt of a notice to proceed, our services typically begin by reviewing
select geologic and geotechnical literature pertaining to the project. This will include a review of various hazard, fault and geologic
maps prepared by the California Geological Survey, the U.S. Geological Survey, Riverside County, and other governmental agencies
as they relate to the site. We coordinate with the design team with respect to specific needs for geotechnical investigation and
recommendations as necessary. A site reconnaissance is performed by the project engineer to review the site and establish
existing conditions prior to initiating the field program. Proposed exploration locations are identified, marked in the field and
cleared with known utility lines as identified by Underground Service Alert [USA].
Field Exploration. Depending upon project requirements, field exploration can employ a variety of techniques, including
hollow-stem auger drilling, cone penetrometer test (CPT) soundings, mud-rotary, rock coring, continuous coring, test pits,
and other methods. Exploration depths are subject to adjustment depending upon the subsurface conditions encountered.
Deeper borings are typically utilized to evaluate the potential for differential soil settlement, seismic induced settlements, and
to verify that shallow groundwater is not present at the site. Standard Penetration Tests (SPT) and California Sampler Tests
are performed and recorded, and samples are obtained at appropriate intervals. If appropriate for the project, percolation
testing or infiltration testing may be part of the field exploration program. Soils are logged by a staff professional in general
accordance with the Unified Soil Classification System. Soil samples are obtained and tested in the laboratory to confirm soil
classifications and determine physical soil properties.
Laboratory Testing. Laboratory testing of soil samples is conducted to evaluate the physical and engineering properties of the
subsurface materials. Most laboratory testing is conducted in-house at our own fully-accredited materials testing laboratories;
however, specialty testing such as soil corrosivity, acidity, boron and other chemical properties will be subcontracted to a
laboratory that specializes in such analysis. Typical physical soil property tests include the following:
5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING
• Grain size analysis
• Moisture/density
• Direct shear
• Hydrocollapse potential
• R-Value
• Maximum density vs. optimum
moisture
• Expansion index
• Soil corrosivity and other
chemical properties
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 2
Geotechnical Engineering Analysis. The field and laboratory data are analyzed by a California Registered Geotechnical Engineer
and geotechnical recommendations are developed for the project. Design considerations include evaluation of appropriate
foundation systems based upon the site conditions and proposed project, lateral earth pressures for retaining structures, and
floor slab support. Geotechnical recommendations for site preparation and grading include rough and fine grading, allowable
slope inclinations, suitability of the soils for use as fill, soil expansion characteristics, and potential for hydrocollapse. The
potential for seismic shaking and surface ground rupture are analyzed, as well as associated effects such as liquefaction, and
seismically induced settlement.
Geotechnical Engineering Report. The geotechnical report typically includes a description of the project, a summary of
the existing site conditions, a detailed summary of the field and laboratory components of the investigation, vicinity and
site maps showing the locations and elevations of each test boring location, detailed logs of borings, and presentation of
field observations, including geological and topographical features, with an appraisal of the terrain and the hydrogeological
conditions. Geologic hazards evaluations include Identification of potential geological hazards associated with proposed site,
including fault hazard analysis, potential for strong earthquake shaking and ground rupture, landslide and other types of soil
instability, flooding, expansive soil, erosion, soil liquefaction and subsidence. Potential for corrosive or reactive soils, including
sulphate and chloride characteristics are addressed, along with options for mitigation. If desired by the City, we can provide
draft reports for review and comments prior to issuing the final reports.
Geotechnical recommendations typically include:
• Subgrade preparation and grading for rough and finish
grading of the site, building pad, and paved areas, with
discussion of the extent of over-excavation and re-
compaction, fill placement, moisture conditioning and
percent compaction as applicable
• Anticipated shrinkage and bulking factor for on-site soils
• Recommendations for excavation and mitigation of rock
encountered, if applicable, including discussion of any
hard rock materials
• Foundation design criteria, considering vertical and
lateral load supporting capacities, including soil bearing
pressures, compaction methods at retaining/foundation
walls, consideration of the effect of stepped footings,
and anticipated settlement
• Recommended cement type for concrete based upon
results of soil corrosivity testing and analysis
• Active, passive and coefficient of friction for walls, as
well as seismic pressures for retaining walls or structures
over 6 feet high
• Recommendations for pipe-based drainage relief behind
retaining walls
• Slab-on-grade design criteria, including
recommendations for expansive soil protection as
applicable
• Recommended program for geotechnical observation
and testing during construction
Geotechnical engineering reports comply in scope and detail with the requirements of Sections 1803.1 through 1803.7, J104.3
and J104.4 of the 2019 California Building Code. The geologic aspects of the report comply with CGS Special Publications
42 and 117A. Seismic design parameters are developed in accordance with Chapter 16 of the 2019 CBC and ASCE 7-16. All
reporting and deliverables are reviewed, signed, and validated as true and accurate by a California Registered Geotechnical
Engineer and Engineering Geologist.
MATERIALS TESTING AND SPECIAL INSPECTION SERVICES
The role of materials testing/inspection firm in this capacity is to document that the work the work performed meets the
requirements of the geotechnical engineering report, the project plans, specifications, the California Building Code, the City’s
QAP, Greenbook, and other jurisdictional requirements as applicable. In addition to on-site sampling, testing, special inspection,
and associated laboratory support, tasks may include meeting attendance at design/construction meetings, project close-out
assistance, and resolution of any testing or inspection issues that may arise during the course of construction.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 3
Scheduling and Coordination. Scheduling of services is conducted through our dispatcher, who is available (in person, not an
answering service) from 7:00 a.m. to 5:00 p.m. Monday through Friday. Sampling and testing are typically conducted at the
direction of the construction manager (CM) or other designated representative. Once the technician or inspector arrives at
the site, he or she coordinates directly with the on-site representative. Daily reports detailing the progress of the work and the
services provided are left at the site.
Special Inspection and Materials Sampling/Testing. Special inspectors and technicians assigned to the project are certified by
ICC, ACI, or AWS for the appropriate specialty; technicians are nuclear-gauge certified and appropriately trained in earthwork
testing methods, including sand cone if required by the project specifications.
Reporting. The results of the tests/inspections are provided in periodic summary reports, typically within 14 days from the
date of the last test/inspection. Materials test reports are provided within 48 hours of the completion of the tests. A Summary
Log of Acceptance Testing is maintained, and the frequency of testing is monitored to assure consistency with project plans and
specifications as applicable. All test reports are prepared or reviewed by Earth Systems’ Principal Engineer/Project Manager,
Kevin Paul, PE, GE.
Test reports are sent to the client and others as designated by the client. Test reports include all of the test results, regardless
of the satisfactory or unsatisfactory outcome of the tests. The reports indicate the location of samples, any special sampling
procedures used (as applicable) and clearly indicate what materials were sampled and what test methods were used.
Concrete test reports show the specified design strength. The test reports contain a definitive statement as to whether or
not the materials tested comply with the project plans, specifications, and City requirements as appropriate. Any deviations
are promptly reported. Test results not meeting the project requirements are logged separately and the retests or remedial
measures taken are reported. All reports are reviewed by the project manager, and peer-reviewed by another professional
staff member to assure report accuracy and quality. We are committed to deliver our work products in a timely manner and
are always available and responsive to phone or e-mail communications as well as requests for meetings or joint filed efforts.
ENVIRONMENTAL ASSESSMENT
Earth Systems’ environmental team provides expertise in the detection, assessment, and remediation of soil and groundwater
contamination. Early detection of soil and groundwater contamination can be critical for buyers, lenders, or other parties
when considering a site for development. Earth Systems’ goal is to assist clients in the environmental assessment process and
develop timely and cost-effective solutions to environmental compliance issues by combining innovative technology and in-
depth knowledge of environmental regulations, with consideration of the client’s budget and objectives.
Preliminary Environmental Assessments. Earth Systems performs Preliminary Environmental Assessments (PEA) to evaluate
the likelihood of health risks posed by the presence of, and exposure to, contaminants found at a site. The PEA process is
based on guidance from the California Department of Toxic Substances Control (DTSC). PEAs are currently required to be
performed at California school sites where construction activities will involve the use of State funding, and where the potential
for contamination is identified in Phase I and II ESAs.
Earth Systems has been assisting municipalities to comply with the requirements of the DTSC since those requirements took
effect in 2001. As our services include Phase I and II ESAs, we can be involved from the beginning of a project, ensuring a
smooth transition into the PEA process.
Typically, a PEA will involve these tasks: an initial meeting with the DTSC, development of a draft work plan, submission of the
draft to DTSC, revision of the work plan to address DTSC’s comments, field investigation activities, laboratory analyses, quality
control/quality assurance review of the analytical results, human health screening evaluation based on the data collected,
preparation of a draft PEA report, submission of draft report to DTSC, and preparation of final PEA report, revised to address
comments of the DTSC.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 4
Phase I Environmental Site Assessments. The purpose of a Phase I Environmental Site Assessment (ESA) is to evaluate areas
of potential environmental concern which may be a result of past use, storage, or release of hazardous materials on or near a
site. This level of assessment can be pivotal in circumventing potential environmental liabilities for all concerned parties.
A Phase I ESA entails a review and analysis of the following information: past and present site uses, client provided information
and on-site interviews, title information, building permits, aerial photographs, insurance and land use maps, oil and gas
production maps and records, local agency files, regulatory agency records, owner/tenant interviews, environmental cleanup
liens (ECL), and activity and use limitations. The Phase I ESA report includes findings regarding past land use on and around the
site, and presents an opinion regarding the potential for soil contamination and groundwater contamination. If one is deemed
appropriate and warranted, recommendations for a Phase II ESA are included.
Phase II Environmental Site Assessments. When a Phase I ESA indicates a significant potential for environmental impairment
at a site, a Phase II ESA (Site Characterization Study) may be implemented. The Phase II ESA may include the following
exploratory techniques to identify the nature and extent of contamination: surface and subsurface soil sampling, geologic
logging of exploratory borings, groundwater monitoring well installation, development, and sampling, geophysical surveying
and profiling, piezometer well installation and sampling, soil-gas surveys, organic vapor analysis, vadose zone monitoring,
hydraulic conductivity testing (pumping tests), groundwater modeling, and chemical testing.
During Phase II ESA, the geologic and hydrogeologic properties of a site are defined; this step is integral in evaluating the
source, distribution, and migration pathways of the contaminants. Additionally, information acquired from the surface and
subsurface explorations is utilized to select the appropriate remedial method for the site.
ENGINEERING GEOLOGY
Projects involving a geologic scope are supervised by a Certified Engineering Geologist. These may be stand-alone reports
or may be incorporated into the geotechnical investigation. Depending upon the type of project, the work may include a
review of geologic literature and maps, air photo interpretation, seismic refraction surveys, fault investigation, excavation of
exploratory trenches, borings and down-hole logging, assessment of groundwater and hydrogeology, and various types of
software analysis. Typical projects include geologic hazard studies, landslide evaluations, ocean bluff retreat studies, wave
run-up analyses, and geophysical explorations. Geologic hazards reports comply with Section 1803.6 of the CBC, California
Geological Survey Note 48, and Special Publications 42 and 117, as applicable.
HYDROGEOLOGY
Using a mix of field and office research activities, our geologists and hydrogeologists work to identify and quantify groundwater
resources. We assist in developing an economical means of utilizing these resources, such as potable water supplies and spring
water. Our services related to hydrogeology include: evaluations of groundwater resources; identification of the source, age, and
purity of the water; quantifying the water volume available at a particular location; assessing the geologic and hydrogeologic
conditions affecting groundwater occurrence and flow; developing programs to increase the availability of the resource for
economic use; identifying risks to the resource from activities in the site vicinity; developing dewatering plans and monitoring
dewatering activities; aquifer testing and analysis; and spring water certification studies.
PAVEMENT STUDIES
Earth Systems has extensive experience and expertise in development of geotechnical criteria for pavement construction and
rehabilitation, including new construction, overlays, recycled materials, permeable pavers, and stabilization of poor subgrade
conditions. We have worked with many jurisdictions throughout central and southern California, providing services such as
subsurface exploration, pavement coring, laboratory testing of soils, aggregate, HMA, and other pavement materials, pavement
deflection studies, development of materials sampling, acceptance, and Independent assurance plans, and infiltration testing
for low impact development (LID) improvements. In addition to providing detailed studies, Earth Systems can assist in specific
identification of any adverse geotechnical or geologic properties that may adversely impact proposed roadway projects. We
are familiar with typical jurisdictional concerns regarding various approaches to pavement rehabilitation and maintenance,
and our recommendations have resulted in significant cost savings for various cities for which we have provided services.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS | SOQ TO PROVIDE GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SERVICES | JANUARY 13, 2024 | CITY OF RANCHO CUCAMONGA 5
GEOTECHNICAL CONSULTATION
For some on-call contracts, geotechnical engineering/geologic investigation may not be necessary, but there may be concerns
of a geotechnical nature for which the City would like expert advice, such as a high groundwater condition or unstable soils.
Earth Systems has a full staff of experienced geotechnical engineers and geologists available to provide such consultation on
an as-needed basis. We can also provide consultation regarding issues such as pavement deterioration, unstable slopes, or
forensic studies for buildings or other structures.
ADDITIONAL AVAILABLE SERVICES
THIRD PARTY REVIEW SERVICES
Earth Systems’ geotechnical engineers and geologists are available to review and evaluate engineering geology and geotechnical
engineering reports to verify compliance with jurisdictional guidelines, applicable code requirements, and the generally
accepted standard of care. Letter reports can be prepared to summarize the findings and recommendations as necessary.
Additional services available include:
• Peer review of Environmental Site Assessment and Hazardous Materials reports
• Review of foundation, grading, drainage, landscape, structural plans and details to verify that the recommendations
of the geotechnical engineering and/or geologic report have been adequately incorporated into the project plans and
specifications and met the intent of the recommendations from a geotechnical/geologic perspective
EMERGENCY RESPONSE
In recent years Earth Systems has been called upon by various jurisdictions to assist with emergency response where extreme
weather or fire events have had geotechnical or geologic consequences. We are currently providing emergency response
services where extreme weather and fire events resulted in erosion, flood damage, and slope failures. We are available to
provide consultation and assistance to the City in the event of earthquakes, flooding, fire or other natural disasters.
INFILTRATION/PERCOLATION TESTING
Infiltration and/or percolation testing may be performed for projects where low-impact developments such as on-site stormwater
retention or infiltration is planned, or where on-site wastewater disposal may be necessary. Services may include excavation
of witness pits or borings to identify the soil profile; drilling, presaturation and testing of percolation test holes, double-ring
infiltration testing, along with interpretation of test data and preparation of a written report. For this contract, infiltration
testing will consist of an initial background evaluation based upon review of existing data and the proposed development plan,
excavation of multiple test pit test locations, infiltration/permeability or percolation testing (for on-site wastewater disposal)
using methods deemed appropriate for the specific site conditions and type of development planned, and determinations of
suitable infiltration or percolation rates to be used in design calculations.
FORENSIC STUDIES
Occasionally, issues with an existing structure occur in the form of cracks, settlement, or other forms of distress. Causes can
range from deficiencies in construction materials, improper construction techniques, settlement of artificial fill soils, or other
factors. Identification of the cause of distress is key to developing an appropriate mitigation strategy. Earth Systems has a wide
array of forensic services and tools available to assist in forensic evaluation, include floor level surveys, unreinforced masonry
testing, concrete evaluation, structure load testing, tendon/reinforcing steel location, pulse velocity testing, and sounding/
echo impact testing.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 23 of 30
“EXHIBIT A” CITY OF RANCHO CUCAMONGACONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT
It is the policy of the City of Rancho Cucamonga to prevent personal or organizational conflict of interest, or the
appearance of such conflict of interest, in the award and administration of City Contracts, including, but not
limited to Contracts for Professional Services Agreements (“PSA”) with potential Consultants.
I do not have specific knowledge of confidential information regarding SOQ responses received in response to
the Request for Statement of Qualifications (SOQ) #24/25-501 Various On-Call Services.
I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any
SOQ response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not
limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any SOQ
response, or removal of same from designated areas.
I, the undersigned, hereby certify that the following statements are true and correct and that I understand and
agree to be bound by commitments contained herein.
(Print Name)
(Relationship to the City)
(Relationship to the Consultant)
(Signature)
______________________________________
______________________________________
______________________________________
_____________________________________
_
_____________________________________
_
(Date)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Kevin L. Paul
None
Vice President/Managing Principal
01/13/2025
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 24 of 30
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY”
Mark the appropriate choice, below:
_____ Vendors accepts the PSA without exception.
OR
_____ Vendors proposes exceptions to the PSA.
Summarize all exceptions on a separate document. Enclose a written summary of each change and title as
“Exception Summary”, which shall include the Vendors’ rationale for proposing each such exception. Each
exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the
submitted summary may deem the response as non-responsive.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
4
Kevin L. Paul
Vice President, Managing Principal
01/13/2025
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
EARTH SYSTEMS
Exception Summary
6.3 Consultant shall be responsible for payment of all employees’ and its 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, and 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 incurred by
City to the extent arisingmade as a result of from Consultant’s negligent or willful violations of
personnel/employment practices described under this provision and/or any violation of the California Labor
Code resulting from Consultant’s failure to comply with this provision. 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 caused by Consultant’s failure to comply with this provision.
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. The rights
transferred do not include standard forms, methods of calculation, formulas, standard testing procedures,
testing methods, common report contents, typical advice or recommendations, it is not intended that
Consultant’s business practices will cease or be exclusive to City.
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, and 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 negligent 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.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
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,
to the extent caused by the negligence or willful misconduct of Consultant which arise out of, pertain to, or
relate to the negligent acts or omissions of Consultant, its officers, agents, servants, employees,
subcontractors, materialmen, suppliers, or contractors, or their officers, agents, servants or employees (or
any entity or individual under control of or contract with Consultant for Services under this Agreement for
which or whom Consultant shall bear legal liability) in the negligent 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 or third-parties, 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 to the extent
caused by Consultant’s negligence or willful misconduct. Consultant shall not be required to defend the
Indemnitees provided. Consultant shall reimburse the Indemnitees for any and all legal expenses and costs
incurred by the Indemnitees in connection therewith. Consultant’s liability and duty to defend in any
indemnity clause for reasonable and necessary defense costs incurred by parties indemnified shall be limited
to reimbursement of such costs and expenses to the extent of Consultant’s proportionate percentage of
negligence on a comparative fault basis as determined by the trier of fact. The indemnification obligation
herein shall not in any way be limited by the insurance obligations contained in this Agreement, except for
that the liability of the Consultant for Damages hereunder shall be limited to the Consultant’s insurance
policy limits under which Damages are covered, such limitation conditioned upon the Required Policies
being maintained by the Consultant in accordance with the terms and provisions with regard thereto as set
forth in Paragraph 12.2.
Notwithstanding any other provision in the Agreement, for any claims alleged to arise or result
from the Consultant’s negligence, Consultant’s obligations regarding any Indemnitees’ defense and defense
costs and expenses under the indemnity provision include only the reimbursement of such indemnified
party’s reasonable attorney’s fees and defense costs incurred to the extent of Consultant’s actual negligence
in the performance of its professional services as determined by the tribunal exercising jurisdiction over
such claims. In no event shall Consultant’s obligation to pay any such costs of defense, expert costs, and
attorney’s fees exceed its actual share of comparative fault.
Consultant shall only be required to reimburse Indemnitees for defense fees and costs (including
attorney’s fees) in proportion to Consultant’s proven acts of negligence and further, only to the extent such
fees and costs were directly attributable to Indemnitee’s defense of a suit based on Consultant’s actual
negligence.
Consultant will have no obligation to defend the Indemnitees, and Consultant will reimburse the
Indemnitees for reasonable defense costs caused by Consultant’s negligence and as awarded by a court or
arbitrator.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
11.6 Notwithstanding any other clause in this Agreement, the total aggregate liability of the Consultant
to City for any claims, losses, costs or damages arising out of or in connection with Consultant’s
performance of this Agreement, whether under the law of contract, tort (including negligence), statute or
otherwise, shall be limited to the extent permissible by law to the remaining limits of the relevant insurance
policies pursuant to this Agreement. The limits of liability in this clause do not apply to any liability of
Consultant, arising from Consultant’s willful misconduct, or any claims made by any third party for
personal injury, death or damage to any property. Each party hereto agrees that any claims between the
parties will be directed solely against the party entity, and not personally as against any individual, officer,
or employee.
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.
12.5 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, and 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 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, or 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,
or 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.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
(7) Each policy shall specify that any failure to comply with reporting or other provisions of
the required policy, including breaches of warranty, shall not affect the coverage required
to be provided.
(8) Each policy, except Professional Liability, shall specify that any and all costs of adjusting
and/or defending any claim against any insured, including court costs and attorneys' fees,
shall be paid in addition to and shall not deplete any policy limits.
(9) Contractor shall provide any and all other required insurance, endorsements, or exclusions
as required by the City in any request for proposals applicable to this Agreement.
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” a nd
“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, and 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.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 25 of 30
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED”
I, _______________________________ the ______________________________________________
(President, Secretary, Manager, Owner or Representative)
of __________________________________________________________________, certify that the
(Name of Company, Corporation or Owner)
Specifications and General Provisions regarding insurance requirements as stated within the Professional
Services Agreement (PSA), for the Purchase Contract designated Request for Statement of Qualifications
(“SOQ”) #24/25-501 for Various On-Call Services have been read and understood and that our Vendors is able
to provide and maintain the coverage as specified in the PSA. Failure to provide said coverage, upon request to
finalize the PSA prior to award shall be enough cause for immediate disqualification of award. Failure to
maintain said coverage shall result in termination of the contract.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Kevin L. Paul Vice President/Managing Principal
Earth Systems Pacific
Kevin L. Paul
Vice President/Managing Principal
01/13/2025
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 26 of 30
“EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT
The Consultants hereby acknowledges the following Addenda Number(s) to this SOQ have been received, if any.
Consultants understands failure to acknowledge any addenda issued may cause the SOQ response to be
considered non-responsive. It is the Consultants’ responsibility to log into the Bid System to identify and
download the number of addenda that have been posted.
• __________________
• __________________
• __________________
• __________________
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
001
Kevin L. Paul
Vice President/Managing Principal
01/13/2025
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 27 of 30
“EXHIBIT E DEBARMENT and SUSPENSION CERTIFICATION FORM
I certify that neither _____________________________ (Consultant) nor any of its proposed subcontractors
are not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in
accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986
Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Consultant nor any of its proposed
subcontractors are tax delinquent with the State of California.
I acknowledge that if Consultants or any of its subcontractors subsequently are placed under suspension or
debarment by a local, state or federal government entity, or if Consultants or any of its subcontractors
subsequently become delinquent in California taxes, our Proposal will be disqualified.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Earth Systems Pacific
Kevin L. Paul
Vice President/Managing Principal
01/13/2025
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 28 of 30
“EXHIBIT F, PARTICIPATION CLAUSE”
It is hereby understood that other government entities, such as cities, counties, and special/school districts may
utilize this RFP response at their option for equipment or services at the RFP response price for a period of
________ days. Said entities shall have the option to participate in any award made because of this solicitation.
Any such piggy-back awards will be made independently by each agency, and the city is not an agent, partner
or representative of these agencies and is not obligated or liable for any action of debts that may arise out of
such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of
its own order placement and payments of the Vendors.
Successful Vendors will extend prices as proposed herein to other governmental agencies, please
specify.
YES __________ NO _________
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
170
4
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 29 of 30
“EXHIBIT G” SIGNATURE OF AUTHORITY
The undersigned firm declares that he has carefully examined the specifications and read the above terms and
conditions, and hereby proposes and agrees, if this SOQ response is accepted, to furnish all material in
accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost
amounts set forth in the following SOQ response.
THE CONSULTANTS IN SUBMITTING THIS SOQ RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO
DO SO MAY DEEM YOUR SOQ RESPONSE AS NON-RESPONSIVE.
Company Name:
Address:
(Street, Su. # City, State, Zip)
Telephone #:
Fax #:
E-mail address:
Web Address:
Authorized Representative: (print)
Title:
Signature:
Date:
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Earth Systems Pacific
(760) 345-1588
(805) 781-0180
79-811 B Country Club Drive
Bermuda Dunes, CA 92203-1244
kpaul@earthsystems.com www.EarthSystems.com
Kevin L. Paul Vice President/Managing Principal
01/13/2025
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
2025 STANDARD FEE SCHEDULE
EARTH SYSTEMS
Inland Empire I Coachella Valley I Imperial Valley
www.earthsystems.com
2025 FEE SCHEDULE
(Effective January 1, 2025)
This schedule presents rates for professional and technical services in the fields of geotechnical engineering, engineering geology,
environmental consulting, construction observation and testing, and special inspection. Listed are charges for services most
frequently performed by Earth Systems. Additional services not listed are available and can be discussed upon request; fixed-fee
quotes for some services can also be provided upon request. To discuss a scope of work and fees for a specific project,
please contact our office. Rates listed are subject to a minimum 3% yearly escalation beyond 2025.
PERSONNEL Hourly Rate
Principal Professional ............................................................................................................................................................ $295.00
Associate Professional ........................................................................................................................................................... $260.00
Senior Professional ................................................................................................................................................................ $230.00
Project Professional ................................................................................................................................................................ $195.00
Staff Professional/Field Services Supervisor .......................................................................................................................... $160.00
Special Inspector, Prevailing Wage* ...................................................................................................................................... $155.00
Technician, Prevailing Wage* ................................................................................................................................................. $150.00
Special Services/Caltrans Technician, Prevailing Wage* ........................................................................................................ $155.00
Special Services Technician /Office - DSA Manager ................................................................................................................. $150.00
Special Inspector ................................................................................................................................................................... $130.00
Non-Destructive Testing (NDT) Inspector .............................................................................................................................. $170.00
Technical Assistant ................................................................................................................................................................ $110.00
Technician ............................................................................................................................................................................. $115.00
Clerical/Administrative ............................................................................................................................................................ $98.00
*Technician/Inspector Classifications as defined by the State of California Department of Industrial Relations.
BASIS OF CHARGES, GENERAL
1.Field technician services for regular work days for non- Prevailing Wage projects are subject to a 2-hour minimum charge and
billed in 2-hour increments portal to portal. Special inspection is billed in 4-hour increments. Over-time is billed in 1-hour
increments.
2.Work performed on Saturdays, night work, and for premium hours (before 7 a.m., after 5 p.m. or more than 8 hours in
one day) for personnel are at time and one-half; Sundays and holidays are at double time. Work performed on weekends,
holidays, and when work starts outside of regular business hours is subject to a 4-hour minimum charge.
3.Charges are calculated in one-hour increments and accumulate on a portal-to portal basis.
4.A 2-hour cancellation charge applies if scheduled inspection or testing is cancelled after 3 p.m. the day prior to the scheduled
work.
5.Mileage is invoiced at a rate of $0.95 mile (portal-to-portal).
6.Minimum plan review charge $650.00 per 4 sheets.
7.Subcontracted services, materials, rental equipment, out of town travel, and expenses are charged at cost plus 20
percent. Fixed per diem rates for specific projects can be provided upon request. Subcontract technical and inspection are
billed at the above Personnel hourly rates and minimums.
8.Minimum report charge: $200.00. Report copies: $50.00 each (minimum). Posting of electronic documents to project
websites will be charged at DSA Manager rates.
9.Trip charges available upon request.
10.Invoices are payable upon presentation. Invoices thirty days past due are subject to a service charge of one and one-half
percent per month. Payments using a credit card will be assigned a 3% surcharge.
PREVAILING WAGE PROJECTS
1.Field technician services for regular work days for Prevailing Wage projects are subject to a 4-hour minimum charge, then
billed in 2-hour increments portal to portal. Special inspection is billed in 4-hour increments. Over-time is billed in 1-hour
increments.
2.The prevailing wage (PW) rates presented herein are based on current rates established by the Department of Industrial
Relations (DIR). If, during the course of the project, prevailing wage rates are increased by DIR, rates are subject to
adjustment. Also, please note requirements concerning overtime, shift work, travel time, holidays, and other factors can vary
for different classifications of work under prevailing wage regulations.
3.State regulations requires electronic submittal of Certified Payroll to DIR. A fee of $80.00/week will be assessed. Additional
time required to address specific requests related to DIR/Labor Compliance will be charged at the clerical/administrative
services rates.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
2025 FEE SCHEDULE
(Effective January 1, 2025)
2025 STANDARD FEE SCHEDULE
EARTH SYSTEMS
Inland Empire I Coachella Valley I Imperial Valley
BASIS OF CHARGES
Rates for field work such as materials sampling, construction inspection, and field evaluation will be in accordance with the
Personnel Rates listed in the basic Fee Schedule. The below listed rates apply to standard ASTM test methods. An additional
hourly charge ($90.00/hr.) will be applied for cutting, capping, or other preparation of non-standard samples and, where noted,
for steel samples.
SOILS
All prices are based on California and Modified California sample sizes (2” – 2.5” diameter) unless noted otherwise. Preparation
of 3” diameter samples add $21.00. Testing of contaminated soil will be per quote. Samples will be returned to sender for
proper disposal.
Atterberg Limits: Liquid Limit or Plastic Limit. ................................................................................................................ $116.00
Atterberg Limits: Plasticity Index ................................................................................................................................... $247.00
California Bearing Ratio, 3 points; incl. ref maximum density ....................................................................................... $867.00
California Bearing Ratio, 9 points; incl. ref maximum density .................................................................................... $1,208.00
Consolidation, one dimensional ..................................................................................................................................... $258.00
Consolidation, timed, per point ....................................................................................................................................... $74.00
Basic Corrosivity w/out Report (pH, Sulfate, Chl., Resistivity) ........................................................................................ $294.00
Direct Shear, 3 points .................. .................................................................................................................................. $300.00
Expansion Index Test ..................................................................................................................................................... $195.00
Maximum Density and Optimum Moisture: 4” Mold .................................................................................................... $220.00
Maximum Density and Optimum Moisture: 6” Mold .................................................................................................... $240.00
Maximum Density and Optimum Moisture: California Impact ...................................................................................... $252.00
Moisture and Unit Weight Determination, from ring samples ........................................................................................ $29.00
Moisture Only .................................................................................................................................................................. $21.00
Permeability Tests, constant head or falling head ..................................................................................................... Per Quote
R-Value .......................................................................................................................................................................... $350.00
R-Value, CA State Hwy/set of 3, Cement, Lime, Other additives ................................................................................... $430.00
Hydro Collapse Potential ................................................................................................................................................ $153.00
Hydrometer Analysis, assumed specific gravity, with 200 wash .................................................................................... $247.00
Sieve/Hydrometer Analysis, assumed specific gravity, w/200 wash .............................................................................. $247.00
Sieve Analysis, Aggregate Base/Subbase ....................................................................................................................... $200.00
Sieve Analysis 200 wash only ......................................................................................................................................... $135.00
Sieve Analysis with wash ............................................................................................................................................... $185.00
Sieve Analysis, Oversize Material .................................................................................................................................. $250.00
Specific Gravity .............................................................................................................................................................. $195.00
Swell Test, undisturbed .................................................................................................................................................. $195.00
Swell Test, remolded ...................................................................................................................................................... $247.00
Unconfined Compressive Strength, untreated ............................................................................................................... $174.00
Unconfined Compressive Strength, lime or cement treated material ........................................................................... $604.00
THERMAL RESISTIVITY TESTS
Concrete, 1 point w/moisture content (requiring special collection procedure) .................................................................... $250.00
Field Testing using Thermal Resistivity Meter ......................................................................................................................... $350.00
Soil, per moisture point, per sample ....................................................................................................................................... $290.00
Soil, 3 moisture points with dry-out curve, per sample ........................................................................................................... $890.00
CONCRETE AGGREGATE
Abrasion, L.A. Rattler, 100 and 500 revolutions ...................................................................................................................... $280.00
Absorption, Coarse Aggregate ................................................................................................................................................ $100.00
Absorption, Fine Aggregate ..................................................................................................................................................... $147.00
Clay Lumps and Friable Particles in Aggregate ........................................................................................................................ $170.00
Cleanness Value of Coarse Aggregate ..................................................................................................................................... $200.00
Crushed Particles, each size .................................................................................................................................................... $130.00
Durability Index, Coarse or Fine Aggregate ............................................................................................................................. $200.00
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
2025 FEE SCHEDULE
(Effective January 1, 2025)
2025 STANDARD FEE SCHEDULE
EARTH SYSTEMS
Inland Empire I Coachella Valley I Imperial Valley
Flat and Elongated Particles in Aggregate ............................................................................................................................... $200.00
Organic Impurities in Fine Aggregate ...................................................................................................................................... $100.00
Potential Reactivity of Aggregated by Chemical Method, each size ..................................................................................... Per Quote
Sand Equivalent ....................................................................................................................................................................... $155.00
Sieve Analysis, washed ............................................................................................................................................................ $185.00
Soundness, Sodium Sulfate, 5 cycles ....................................................................................................................................... $500.00
Specific Gravity, Coarse Aggregate .......................................................................................................................................... $147.00
Specific Gravity, Fine Aggregate .............................................................................................................................................. $147.00
Uncompacted Void Content of Fine Aggregate Angularity, w/fine Aggregate SG ................................................................... $252.00
Unit Weight of Aggregate ....................................................................................................................................................... $147.00
CONCRETE CYLINDERS, BEAMS AND CORES
Compression Test of Cast Cylinders. ......................................................................................................................................... $39.00
Compression Test of Cored Samples, cored at laboratory ...................................................................................................... $145.00
Compression Test of cores delivered by others ........................................................................................................................ $90.00
Compression Test of Lightweight Concrete ............................................................................................................................... $45.00
Density of Concrete Cylinders ................................................................................................................................................... $79.00
Density of Hardened Concrete ................................................................................................................................................ $111.00
Flexural Strength, Simple Beam with Third Point Loading ....................................................................................................... $190.00
Grading of Shotcrete Cores ..................................................................................................................................................... $168.00
Sample Storage, monthly per sample ....................................................................................................................................... $32.00
Shrinkage, set of 3 ................................................................................................................................................................... $480.00
Unit Weight of Lightweight Concrete ...................................................................................................................................... $120.00
Enviro. Recycling Fee, per cylinder, core or beam ....................................................................................................................... $2.50
Enviro Recycling Fee, per flex beam ............................................................................................................................................ $6.00
Enviro Recycle Fee/Form Stripping, per shotcrete panel/beam ................................................................................................ $55.00
MASONRY
Absorption of Block, set of 3 ................................................................................................................................................... $180.00
Compression Test, 2” x 4” Mortar Cylinders ............................................................................................................................. $45.00
Compression Test, 3” x 3” x 6” Grout Samples .......................................................................................................................... $45.00
Compression Test on Block, set of 3 ....................................................................................................................................... $195.00
Compression Test on Grouted Prisms, includes cutting .......................................................................................................... $300.00
Compression Test on Masonry Cores ........................................................................................................................................ $84.00
Coring of Grouted Masonry by Subcontractor .................................................................................................................... cost + 20%
Masonry Shrinkage, set of 3 .................................................................................................................................................... $350.00
Moisture Content of Block as received, set of 3 ...................................................................................................................... $145.00
Laboratory Shear Test on Masonry Cores, 2 faces ................................................................................................................... $175.00
Specific Gravity and Unit Weight of Block, set of 3 ................................................................................................................. $184.00
Enviro Recycling Fee, per prism ................................................................................................................................................. $10.00
Enviro Recycling Fee, per mortar or grout sample ...................................................................................................................... $2.50
FIREPROOFING
Fireproof Bond Test .................................................................................................................................................................. $95.00
Fireproofing Density Test ........................................................................................................................................................ $150.00
ASPHALT CONCRETE
Bulk Specific Gravity of Compacted Specimens and Core Samples ........................................................................................... $60.00
Compaction of Lab Samples, CA Kneading Compactor, set of 3 .............................................................................................. $465.00
Compaction of Lab Samples, CA Kneading Compactor, set of 5 .............................................................................................. $709.00
Compaction of Lab Samples, Marshall Method set of 3 –(50 blows/side) ............................................................................... $390.00
Compaction of Lab Samples, Marshall Method set of 3 –(75 blows/side) ............................................................................... $490.00
Extraction of Oil from A.C. Mixtures ........................................................................................................................................ $300.00
Extraction of Oil from Rubberized Mixtures ............................................................................................................................ $394.00
Hazardous Waste Handling Charge for Extracted Oil ................................................................................................................. $98.00
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
2025 FEE SCHEDULE
(Effective January 1, 2025)
2025 STANDARD FEE SCHEDULE
EARTH SYSTEMS
Inland Empire I Coachella Valley I Imperial Valley
Ignition Oven Binder Content, after initial correction value is determined ............................................................................. $205.00
Ignition Oven Binder Gradation Correction Value /mix design, average of 3 ....................................................................... $1,400.00
Moisture Content ...................................................................................................................................................................... $58.00
Sieve Analysis of Extracted Aggregate ..................................................................................................................................... $250.00
Sieve Analysis of Ignition Oven Residue .................................................................................................................................. $250.00
Specific Gravity, Theoretical Maximum, Rice Method ............................................................................................................. $163.00
Stability and Flow, Marshall Apparatus, set of 3 ..................................................................................................................... $265.00
Stabilometer, Hveem S-Value, set of 3 .................................................................................................................................... $265.00
Enviro Recycling Fee, per sample ................................................................................................................................................ $4.00
Enviro Recycling Fee for Extracted Oils ..................................................................................................................................... $40.00
REINFORCING AND STRUCTURAL STEEL
Bend Test of Welded Specimen, sample preparation not included ............................................................................... $190.00
Pipe Flattening Test, sample preparation not included ................................................................................................. $190.00
Reinforcing Steel Coupler Tensile and Slip Tests ............................................................................................................ $375.00
Structural Steel Bend Test, sample preparation not included ....................................................................................... $195.00
Structural Steel Machining/Sample Preparation ........................................................................................................ cost + 20%
Structural Steel Tensile Test, sample prep not included ................................................................................................$195.00
Tensile and Bend Tests of Reinforcing Bar, #2 through #9 ............................................................................................. $180.00
Tensile and Bend Tests of Reinforcing Bar, #10 through #18. .................................................................................... Per Quote
Enviro Recycling Fee, per sample ....................................................................................................................................... $3.00
BOLT TESTS
Bolt Tests, chemical or mechanical ................................................................................................................................ $132.00
WELDER QUALIFICATION
AWS D1.1: 3/8” Plate, per position ............................................................................................................................ Per Quote
AWS D1.1: 1” Plate, per position ............................................................................................................................... Per Quote
AWS D1.3: Sheet Steel ............................................................................................................................................... Per Quote
AWS D1.4: Reinforcing Bar ......................................................................................................................................... Per Quote
ASME/API Pipe Sections ............................................................................................................................................. Per Quote
EQUIPMENT/CHARGES (Does Not Include Personnel)
110-volt Portable Electric Generator ..................................................................................................................... $120.00/day
Anchor Pull Test Equipment ....................................................................................................................................... $84.00/hr.
Bailer (disposable) w/dedicated rope ....................................................................................................................... $32.00/ea.
Concrete and Asphalt Concrete Coring Equipment ............................................................................................... $120.00/day
Concrete Slab Moisture Transmission Kit.................................................................................................................. $60.00/ea.
Conductivity Meter .................................................................................................................................................. $90.00/day
Cut-Off Saw .............................................................................................................................................................. $90.00/day
Double Ring Infiltrometer (per set) ........................................................................................................................ $185.00/day
Drum Dolly ............................................................................................................................................................... $27.00/day
Drums ....................................................................................................................................................................... $100.00/ea.
Dynamometer, In-line Scale ..................................................................................................................................... $58.00/day
Hammer Drill ........................................................................................................................................................... $58.00/day
Hand Auger/Sampler Equipment ............................................................................................................................. $65.00/day
Lock n, Load VOC Sample Pres. Sys. .......................................................................................................................... $27.00/ea.
Magnetic Particle Equipment ..................................................................................................................................... Per Quote
Manometer ............................................................................................................................................................ $111.00/day
Mini-Troll Groundwater Level Transducer ................................................................................................................. Per Quote
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
2025 FEE SCHEDULE
(Effective January 1, 2025)
2025 STANDARD FEE SCHEDULE
EARTH SYSTEMS
Inland Empire I Coachella Valley I Imperial Valley
Nuclear Density Equipment, per hour ............................................................................................................................. $15.00
Paint Thickness or Ultrasonic Thickness Meter .......................................................................................................$150.00/day
Percolation Tank System and Trailer ...................................................................................................................... $325.00/day
Personal Protective Equipment Level C ..................................................................................................................... Per Quote
Pile Driving Equipment (for pile load testing) ........................................................................................................ $999.00/day
Pile Load Testing Equipment .................................................................................................................................. $850.00/day
Pulse Velocity Meter .............................................................................................................................................. $130.00/day
Rebound Hammer (Schmidt Hammer) .................................................................................................................... $75.00/day
Reinforcing Steel Locating Equipment (DR-Meter) .................................................................................................$120.00/day
Relative Humidity Meter .......................................................................................................................................... $58.00/day
Safety and Specialty Equipment ................................................................................................................................. Per Quote
Sampling Consumables .............................................................................................................................................. Per Quote
Skidmore Bolting Calibration Equipment ............................................................................................................... $250.00/day
Slope Inclinometer Equipment, per hole ................................................................................................................... Per Quote
Soil Sampling Containers (metal) .............................................................................................................................. $21.00/ea.
Soil Sampling Containers (glass) .................................................................................................................................. $6.00/ea.
Tape Extensometer .................................................................................................................................................... Per Quote
Tension Equipment .................................................................................................................................................. $58.00/day
Torque/Tension Equipment ..................................................................................................................................... $80.00/day
Water Level Indicator............................................................................................................................................... $53.00/day
Per Diem ................................................................................................................................................................ $215.00/day
DIR Compliance/eCPR, per week ..................................................................................................................................... $80.00
DSA Box Posting, ea. ...................................................................................................................................................... $158.00
DSA Lab Compliance, per week ....................................................................................................................................... $58.00
Equipment Charge ................................................................................................................................................. Per Estimate
Heated/Cooled Curing Box ........................................................................................................................................ $50.00/day
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
2025 FEE SCHEDULE
(Effective January 1, 2025)
2025 STANDARD FEE SCHEDULE
EARTH SYSTEMS
Inland Empire I Coachella Valley I Imperial Valley
EXPERT WITNESS SERVICES
The following rates apply to deposition testimony, arbitration testimony, hearings and court appearances.
HOURLY CHARGES FOR PERSONNEL
Principal Professional ......................................... $600.00
Associate Professional ........................................ $450.00
Senior Professional ............................................. $400.00
Clerical/Admin Services ...................................... $150.00
SPECIAL SERVICES
Deposition .................................................. $600.00/hr.2
Arbitration .................................................... $500.00/hr.
Court Appearance/Hearings ........... $1,800.00/half day3
Standby to Appear .................................... $900.00/day4
BASIS OF CHARGES
1. Hourly rates are charged during investigation, analysis, consultation, and preparation services.
2. Estimated deposition fee payable in advance by party requesting deposition. The difference between advance payment and
final fee to be billed or refunded in accordance with the fee and billing information in this schedule. Fee for reviewing
deposition transcript will be billed at hourly rates to the party requesting the review.
3. Minimum half day charge will apply to court appearances and hearings. Time extending through the noon hour will be
subject to the full day charge of $3,600.00.
4. Days, or portions thereof, reserved for appearances at hearings, court, or arbitrations, during which we are not required
to be away from our offices will be subject to a standby charge of $900.00. Standby at other locations will be charged at
the general hourly rates.
Docusign Envelope ID: 79B54CF4-1356-4B17-9381-FF39CE51A81DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B