Loading...
HomeMy WebLinkAboutCO 2025-157 - Ninyo & MoorePSA 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 Ninyo & Moore, a California Corporation (“Consultant”). RECITALS A.City has heretofore issued its request for proposals to perform the following design professional services: on-call geotechnical engineering and material sampling/testing services (“the Project”). B.Consultant has submitted a proposal to perform the professional services described in Recital “A”, above, necessary to complete the Project. C.City desires to engage Consultant to complete the Project in the manner set forth and more fully described herein. D.Consultant represents that it is fully qualified and licensed under the laws of the State of California to perform the services contemplated by this Agreement in a good and professional manner. AGREEMENT NOW, THEREFORE, in consideration of performance by the parties of the mutual promises, covenants, and conditions herein contained, the parties hereto agree as follows: 1.Consultant’s Services. 1.1 Scope and Level of Services. Subject to the terms and conditions set forth in this Agreement, City hereby engages Consultant to perform all technical and design professional services described in Recitals “A” and “B” above, including, but not limited to on-call geotechnical engineering and material sampling/testing services, all as more fully set forth in the R equest for Statement of Qualifications, attached hereto as Exhibit “A” and Consultant’s proposal, dated January 13, 2025 attached hereto as Exhibit “B”, and incorporated by reference herein. The nature, scope, and level of the services required to be performed by Consultant are set forth in the Scope of Work and are referred to herein as “the Services.” In the event of any inconsistencies between the Scope of Work and this Agreement, the terms and provisions of this Agreement shall control. 1.2 Revisions to Scope of Work. Upon request of the City, the Consultant will promptly meet with City staff to discuss any revisions to the Project desired by the City. Consultant agrees that the Scope of Work may be amended based upon said meetings, and, by amendment to this Agreement, the parties may agree on a revision or revisions to Consultant’s compensation based thereon. A revision pursuant to this Section that does not increase the total cost payable to Consultant by more than ten City of Rancho Cucamonga CONTRACT NUMBER 2025-157 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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 Garreth Saiki, 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 4 6. Consultant’s Personnel. 6.1 All Services shall be performed by Consultant or under Consultant’s direct supervision, and all personnel shall possess the qualifications, permits, and licenses required by State and local law to perform such Services, including, without limitation, a City business license as required by the City’s Municipal Code. 6.2 Consultant shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the Services and compliance with the standard of care set forth in Section 1.4. 6.3 Consultant shall be responsible for payment of all employees’ and subcontractors’ wages and benefits, and shall comply with all requirements pertaining to employer’s liability, workers’ compensation, unemployment insurance, and Social Security. By its execution of this Agreement, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 6.4 Consultant shall indemnify, defend and hold harmless City and its elected officials, officers and employees, servants, designated volunteers, and agents serving as independent contractors in the role of City officials, from any and all liability, damages, claims, costs and expenses of any nature to the extent arising from Consultant’s violations of personnel practices and/or any violation of the California Labor Code. City shall have the right to offset against the amount of any fees due to Consultant under this Agreement any amount due to City from Consultant as a result of Consultant’s failure to promptly pay to City any reimbursement or indemnification arising under this Section 6. 7. Ownership of Work Product. 7.1 Ownership. 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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. 7.3 Title to Intellectual Property. Consultant warrants and represents that it has secured all necessary licenses, consents or approvals to use any instrumentality, thing or component as to which any intellectual property right exists, including computer software, used in the rendering of the Services and the production of the Work Product and/or materials produced under this Agreement, and that City has full legal title to and the right to reproduce any of the Work Product. Consultant shall defend, indemnify and hold City, and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City officials, harmless from any loss, claim or liability in any way related to a claim that City’s use is violating federal, state or local laws, or any contractual provisions, relating to trade names, licenses, franchises, patents or other means of protecting intellectual property rights and/or interests in products or inventions. Consultant shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked documents, materials, software, equipment, devices or processes used or incorporated in the Services and materials produced under this Agreement. In the event City’s use of any of the Work Product is held to constitute an infringement and any use thereof is enjoined, Consultant, at its expense, shall: (a) secure for City the right to continue using the Work Product by suspension of any injunction or by procuring a license or licenses for City; or (b) modify the Work Product so that it becomes non- infringing. This covenant shall survive the termination of this Agreement. 8. Status as Independent Contractor. Consultant is, and shall at all times remain as to City, a wholly independent contractor. Consultant shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act as an agent of City. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant’s employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its officers, agents or employees are in any manner employees of City. Consultant shall pay all required taxes on amounts paid to Consultant under this Agreement, and to defend, indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 6 Consultant shall fully comply with the workers’ compensation law regarding Consultant and Consultant’s employees. 9. Confidentiality. Consultant may have access to financial, accounting, statistical, and personnel data of individuals and City employees. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are confidential and shall not be disclosed by Consultant without prior written authorization by City. City shall grant such authorization if applicable law requires disclosure. All City data shall be returned to City upon the termination of this Agreement. Consultant’s covenant under this Section shall survive the termination of this Agreement. This provision shall not apply to information in whatever form that is in the public domain, nor shall it restrict the Consultant from giving notices required by law or complying with an order to provide information or data when such an order is issued by a court, administrative agency or other legitimate authority, or if disclosure is otherwise permitted by law and reasonably necessary for the Consultant to defend itself from any legal action or claim. 10. Conflict of Interest. 10.1 Consultant covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the Services, or which would conflict in any manner with the performance of the Services. Consultant further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Consultant shall avoid the appearance of having any interest, which would conflict in any manner with the performance of the Services. Consultant shall not accept any employment or representation during the term of this Agreement which is or may likely make Consultant “financially interested” (as provided in California Government Code §§1090 and 87100) in any decision made by City on any matter in connection with which Consultant has been retained. 10.2 Consultant further represents that it has not employed or retained any person or entity, other than a bona fide employee working exclusively for Consultant, to solicit or obtain this Agreement. Consultant has not paid or agreed to pay any person or entity, other than a bona fide employee working exclusively for Consultant, any fee, commission, gift, percentage, or any other consideration contingent upon the execution of this Agreement. Upon any breach or violation of this warranty, City shall have the right, at its sole and absolute discretion, to terminate this Agreement without further liability, or to deduct from any sums payable to Consultant hereunder the full amount or value of any such fee, commission, percentage or gift. 10.3 Consultant has no knowledge that any officer or employee of City has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this transaction or in the business of Consultant, and that if any such interest comes to the knowledge of Consultant at any time during the term of this Agreement, Consultant shall immediately make a complete, written disclosure of such interest to City, even if such interest would not be deemed a prohibited “conflict of interest” under applicable laws as described in subsection 10.1. Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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, in whole or in part, the negligence, recklessness or willful misconduct of the Consultant, and/or its officers, agents, servants, employees, subcontractors, contractors or their officers, agents, servants or employees (or any entity or individual for which or whom the Consultant shall bear legal liability) in the performance of design professional services under this Agreement by a “design professional,” as the term is defined in California Civil Code § 2782.8(c). The indemnification obligation herein shall not in any way be limited by the insurance obligations contained in this Agreement. Notwithstanding the foregoing and as required by Civil Code § 2782.8(a), in no event shall the cost to defend the Indemnitees that is charged to Consultant exceed Consultant’s proportionate percentage of fault. 11.2 Other Indemnities. With respect to claims and liabilities which do not arise in connection with the performance of professional services by a “design professional”, as that term is defined in California Civil Code Section 2782.8(c), including, but not limited to, those claims and liabilities normally covered by commercial general and/or automobile liability insurance, and to the maximum extent permitted by law, Consultant shall, at its sole cost and expense, protect, defend, hold harmless and indemnify the Indemnitees from and against any and all damages, costs, expenses, liabilities, claims, demands, causes of action, proceedings, judgments, penalties, liens, stop notices, and losses of any nature whatsoever, including fees of accountants, attorneys and other professionals, and all costs associated therewith, and the payment of all consequential damages (collectively “Damages”), in law or equity, whether actual, alleged or threatened, which arise out of, pertain to, or relate to the acts or omissions of 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 11 breaches of warranty, shall not affect the coverage required to be provided. (8) Each policy shall specify that any and all costs of adjusting and/or defending any claim against any insured, including court costs and attorneys' fees, shall be paid in addition to and shall not deplete any policy limits. (9) Contractor shall provide any and all other required insurance, endorsements, or exclusions as required by the City in any request for proposals applicable to this Agreement. 12.6 Evidence of coverage. Prior to commencing performance under this Agreement, the Consultant shall furnish the City with certificates and original endorsements, or copies of each required policy, effecting and evidencing the insurance coverage required by this Agreement including (1) Additional Insured Endorsement(s), (2) Worker’s Compensation waiver of subrogation endorsement, and (3) General liability declarations or endorsement page listing all policy endorsements. The endorsements shall be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All endorsements or policies shall be received and approved by the City before Consultant commences performance. If performance of this Agreement shall extend beyond one year, Consultant shall provide City with the required policies or endorsements evidencing renewal of the required policies of insurance prior to the expiration of any required policies of insurance. 12.7 Contractor agrees to include in all contracts with all subcontractors performing work pursuant to this Agreement, the same requirements and provisions of this Agreement including the indemnity and insurance requirements to the extent they apply to the scope of any such subcontractor’s work. Contractor shall require its subcontractors to be bound to Contractor and City in the same manner and to the same extent as Contractor is bound to City pursuant to this Agreement, and to require each of its subcontractors to include these same provisions in its contract with any sub- subcontractor. 13. Cooperation. In the event any claim or action is brought against City relating to Consultant’s performance or services rendered under this Agreement, Consultant shall render any reasonable assistance and cooperation that City might require. City shall compensate Consultant for any litigation support services in an amount to be agreed upon by the parties. 14. Termination. City shall have the right to terminate this Agreement at any time for any or no reason on not less than ten (10) days prior written notice to Consultant. In the event City exercises its right to terminate this Agreement, City shall pay Consultant for any services satisfactorily rendered prior to the effective date of the termination, provided Consultant is not then in breach of this Agreement. Consultant shall have no other claim against City by reason of such termination, including any claim Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: Ninyo & Moore 7888 Cherry Avenue Unit I Fontana, CA 92336 Attn: Garreth Saiki, 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. 17. Assignment and Subcontracting. Consultant shall not assign or transfer any interest in this Agreement or subcontract the performance of any of Consultant’s obligations hereunder without City’s prior written consent. Except as provided herein, any attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 13 arising hereunder shall be null, void and of no effect. 18 Compliance with Laws. Consultant shall comply with all applicable federal, state and local laws, ordinances, codes and regulations in force at the time Consultant performs the Services. Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on “public works” and “maintenance” projects. If the Services are being performed as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Consultant shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Consultant’s principal place of business and at the Project site. Consultant shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to Consultant constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Consultant, and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default. 20. Attorney’s Fees. In the event that either party to this Agreement shall commence any legal action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney’s fees and costs of experts. 21. Exhibits; Precedence. All documents referenced as exhibits in this Agreement are hereby incorporated in this Agreement. In the event of any material discrepancy between the express provisions of this Agreement and the provisions of any document incorporated herein by reference, the provisions of this Agreement shall prevail. 22. Applicable Law and Venue. The validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California. Venue for any action relating to this Agreement shall be in the San Bernardino County Superior Court. 23. Construction. In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 14 24. Entire Agreement. This Agreement consists of this document, and any other documents, attachments and/or exhibits referenced herein and attached hereto, each of which is incorporated herein by such reference, and the same represents the entire and integrated agreement between Consultant and City. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly refers to this Agreement. IN WITNESS WHEREOF, the parties, through their respective authorized representatives, have executed this Agreement as of the date first written above. Consultant Name: Ninyo & Moore By: ______________________________ Name Avram Ninyo Date ______________________________ Title City of Rancho Cucamonga By:________________________________ Name Date _________________________________ Title By: ______________________________ Name Elaine Autus Date ______________________________ Title (Two signatures required if corporation) Rancho Cucamonga Fire Protection District By:________________________________ Name Date _________________________________ Title Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182 President 9/4/2025 | 1:48 PM PDT 9/4/2025 | 10:23 AM PDT Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Mayor/President 9/16/2025 | 8:55 PM PDT Fire Chief 9/16/2025 | 9:44 PM PDT PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 15 EXHIBIT A REQUEST FOR STATEMENT OF QUALIFICATIONS Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B P04-04757 ninyoandmoore.com Statement of Qualifications to Provide Various On-Call Services Geotechnical Engineering and Material Sampling/Testing SOQ #24/25-501 City of Rancho Cucamonga Purchasing Division 10500 Civic Center Drive Rancho Cucamonga, California 91730 January 13, 2025 + Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 32.83825, -117.12734 COVER LETTER SECTION 4.1 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 7888 Cherry Avenue, Unit I | Fontana, CA 92336 | p. 909-758.5960 | www.ninyoandmoore.com January 13, 2025 Proposal No. P04-04757 City of Rancho Cucamonga Purchasing Division 10500 Civic Center Drive Rancho Cucamonga, California 91730 Subject: Statement of Qualifications to Provide Geotechnical Engineering and Material Sampling/Testing SOQ #24/25-501 Ninyo & Moore Geotechnical & Environmental Sciences Consultants (Ninyo & Moore) appreciates your consideration of our qualifications to provide on-call geotechnical engineering and materials sampling/testing services for the City of Rancho Cucamonga (City). We are providing this submittal in response to the City’s Request for Statement of Qualifications (SOQ) #24/25-501 and Addendum No. 1 issued December 12, 2024. Ninyo & Moore specializes in geotechnical engineering, materials testing and hazardous materials testing services as part of the wide-range of consulting services that we provide to our clients, and is a respected geotechnical and environmental consultant in California. We are confident that our experience and technical expertise will assist the City in successfully completing future projects, and offer the following advantages: SPECIALIZED SERVICES AND LICENSED STAFF: Ninyo & Moorehas been providing materials testing, geotechnical engineering, and environmental consulting services for over 39 years. Our staff of 600 professionals includes registered experienced engineers, geologists, scientists, certified asbestos consultants, site surveillance technicians, certified lead assessors, inspectors, certified field and laboratory technicians, regulatory compliance experts, and environmental specialists. HISTORY OF SUCCESSFULLY PROVIDING SIMILAR SERVICES: Ninyo & Moore has provided similar geotechnical and materials sampling/testing services to the City of Rancho Cucamonga, as well as to several other public agencies throughout California including the cities of Fontana, San Bernardino, Moreno Valley, Corona,Diamond Bar, Yorba Linda, Brea, Irvine, Rancho Santa Margarita, Los Angeles, Long Beach, Pasadena, Santa Monica, and many others. CREDENTIALED LABORATORY: Ninyo & Moore’s fully equipped, in-house testing laboratories offer full-service field and laboratory testing services for construction materials and geotechnical projects. Our laboratories are accredited by the American Association of State Highway and Transportation Officials (AASHTO), Cement and Concrete Reference Laboratory (CCRL), Caltrans, the Division of the State Architect (DSA), the City of Los Angeles, and many other public agencies. PROXIMITY: Our professional consulting services will be performed from our Fontana office and certified soils and materials laboratory, located at 7888 Cherry Avenue, Unit I, Fontana, California. Our local office and laboratory is located approximately 6 miles east from the City. The proximity of our office and laboratory will enable us to provide quick response to requested services and will essentially eliminate delays due to travel time and traffic for our personnel. Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 As the contact person who will be authorized to make representations and bind the terms of this proposal for Ninyo & Moore, I will be readily available and can be reached at telephone number 909.758.5960 and/or email at gsaiki@ ninyoandmoore.com to answer any questions during your evaluation period. We look forward to the opportunity to discuss our capabilities with you personally. Ninyo & Moore appreciates the City’s favorable consideration of our proposal. Sincerely, NINYO & MOORE Garreth M. Saiki, PE, GE Principal Engineer  gsaiki@ninyoandmoore.com  909.758.5960 ext. 12231  www.ninyoandmoore.com GMS/klb Distribution: (1) electronic upload via PlanetBids ii 4.1 Cover Letter/Introduction Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 32.83825, -117.12734 TABLE OF CONTENTS SECTION 4.2 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Table of Contents Executive Summary// 1 Firm Experience/Qualifications// 2 Third-Party/Subcontractors// 8 Staff Resumes/Organization Chart// 9 Project Management Approach// 17 Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Documentation Uploaded Separately: 5.2 Geotechnical Engineering and Material Sampling/Testing Exhibits A-G Exhibit H 4.3 4.4 4.5 4.6 4.7 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 32.83825, -117.12734 EXECUTIVE SUMMARY SECTION 4.3 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Ninyo & Moore Geotechnical & Environmental Sciences Consultants (Ninyo & Moore) looks forward to continuing our professional relationship with the City of Rancho Cucamonga (City). We have had the privilege of providing geotechnical and materials testing services to the City since 2004. During this time, we have successfully completed over 120 assignments under six consecutive contracts. Our experience in working on many great capital improvement infrastructure projects for the City has enabled us to learn the both the technical and administrative requirements of the City, as well as the requirements of funding sources, including county, regional, state, and federal agencies. This knowledge and experience will continue to benefit the City moving forward as we will be able to provide effective services on new task order assignments without a learning curve and providing the City with the necessary documentation required for funding reimbursement. Ninyo & Moore will continue to utilize our project management approach that has been developed specifically for as-needed/on-call, task order based contracts for public agency clients. This approach enables us to efficiently manage our services to provide our public agency clients with responsive, high quality, consulting services. We currently have the in-house professional staff and equipment resources to perform the scope of services listed in the contract without the need of subconsultants. Our team of highly qualified and experienced professionals proposed for this contract is the same team that is currently providing these same services to the City under our current contract. Summaries of our staff’s biographies are presented in Section 4.6. Ninyo & Moore’s qualifications and past experience demonstrate our ability to successfully complete assignments under this new contract. We hold numerous on-call contracts with municipal public agencies in California and throughout the Southwestern United States. A summary of our experience and qualifications is presented in Section 4.4 with specific references listed in Exhibit H. Ninyo & Moore is ready to enhance our professional partnership with the City and looks forward to providing geotechnical engineering and materials sampling/testing services on projects that will continue to transform the City. Ninyo & Moore is also financially strong as demonstrated by Dun and Bradstreet (No. 15-410-4079). Executive Summary 4.3 600+ EMPLOYEES DEMONSTRATED RESPONSIVENESS 24/724/7 PROVEN QA/QC PROGRAM CERTIFIED LABORATORIES AWARD WINNING 1Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13 2025 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 32.83825, -117.12734 FIRM EXPERIENCE/ QUALIFICATIONS SECTION 4.4 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 2 Ninyo & Moore Ninyo & Moore Geotechnical & Environmental Sciences Consultants was established in 1986 to provide consulting services in geotechnical engineering, construction inspection and testing, engineering geology, hydrogeology, hazardous waste remediation and environmental assessment. Since our inception, we have steadily grown to over 600 professionals in 16 offices throughout the southwestern United States. Our Califronia office locations and addresses are provided below: Firm Experience/Qualifications 4.4 Fontana 7888 Cherry Avenue, Unit I Fontana, California 92336 p. 909.758.5960 | 909.758.5966 Irvine 475 Goddard, Ste 200 Irvine, California 92618 p. 949.753.7070 | 949.753.7071 Los Angeles 355 South Grand Avenue, Ste 2450 Los Angeles, California 90071 p. 213.488.5111 | 213.995.9994 San Diego (Corporate) 5710 Ruffin Road San Diego, California 92123 p. 858.576.1000 | 858.576.9600 Alameda 1301 Marina Village Pky, Ste 110 Alameda, California 94501 p. 510.343.3000 | 510.343.3001 Sacramento 1401 Halyard Drive, Ste 110 West Sacramento, California 95691 p. 916.373.9858 | 916.373.9792 San Francisco 50 California Street, 7th Floor San Francisco, California 94111 p. 510.343.3000 | 610.343.3001 San Jose 2149 O’Toole Avenue, Ste 30 San Jose, California 95131 p. 408.435.9000 | 408.435.9006 California www.ninyoandmoore.com TAX 33-026988 DIR No. 1000004481CA 600 Employees firm-wide Fontana, CA Irvine, CA Los Angeles, CA San Diego, CA Alameda, CA Sacramento, CA San Francisco, CA San Jose, CA Phoenix, AZ Prescott, AZ Safford, AZ Tucson, AZ Denver, CO Las Vegas, NV Houston, TX Salt Lake City, UT Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 2 16 Office Locations Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 3Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 4.4 Firm Experience/Qualifications Experience Providing Similar Services Ninyo & Moore has been providing geotechnical engineering and materials testing/sampling services to public agencies, including local cities and counties in southern California for over 39 years. We opened our San Bernardino County office in 1993 and it is currently located in Fontana, California. Our Fontana Office and certified laboratory will services this contract, with support, if necessary from our Orange County office and laboratory located in Irvine, California, and our Corporate Headquarters office and laboratory located in San Diego. Our services include geotechnical/geologic design, third-party review, construction support services in the form of soils and materials testing and inspection services, and hazardous materials evaluation and abatement. Since our inception, we have performed thousands of projects throughout California. Our highly qualified staff is experienced in meeting the requirements of the California Building Code, as well as meeting the requirements of the various regulatory agencies involved with design and construction projects, including Occupational Safety and Health Administration (OSHA), Office of Statewide Health Planning and Development (OSHPD), California Division of the State Architects (DSA), South Coast Air Quality Management District, and other regulatory agencies. Our personnel are familiar with the standard plans and specifications prepared by various agencies, including the American Public Works Association, Caltrans, and other agencies. Ninyo & Moore has three fully equipped, certified soils and materials testing laboratory facilities in southern California supervised by registered engineers. Our laboratories are certified/accredited by the American Association of State Highway and Transportation Officials (AASHTO), the Cement and Concrete Reference Laboratory (CCRL), California Department of Transportation (Caltrans), DSA, the City of Los Angeles, and many other agencies. Our laboratories are equipped with the necessary testing equipment required for the proposed contract. The quality assurance manual for our laboratories assures that laboratory testing is documented and efficiently performed in accordance with the applicable testing standards. Our testing equipment is calibrated by independent, third- party calibration companies and is re-certified by the various agencies within their required time limitations. In addition to our many certifications, our laboratories participate in soil, asphalt, and concrete proficiency sampling programs, including those administered by the AASHTO Materials Reference Laboratory (AMRL), CCRL, and the Caltrans Reference Sample Program (RSP). Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 4Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Cities City of Rancho Cucamonga City of Fontana City of Riverside City of Corona City of San Bernardino City of Moreno Valley City of Diamond Bar City of Los Angeles City of Long Beach City of Pasadena City of Culver City City of Santa Monica City of Brea City of Yorba Linda City of Irvine City of Rancho Santa Margarita City of Anaheim City of San Diego City of Oceanside City of Chula Vista City of San Francisco City of Oakland City of San Bruno Counties County of Orange County of Los Angeles, Department of Public Works County of San Bernardino County of San Diego County of San Mateo County of San Francisco State/Federal Agencies Caltrans Department of General Services National Park Service Bureau of Land Management Judicial Council of California, Office of the Courts United States Air Force United States Army Corps of Engineers United States Naval Facilities Engineering Command Ports Port of Long Beach Port of Los Angeles Port of San Diego Port of Oakland Utility Agencies Inland Empire Utilities Agency Orange County Sanitation District Orange County Water District Metropolitan Water District South Coast Water District Irvine Ranch Water District Golden State Water District Southern California Edison Schools Moreno Valley Unified School District Capistrano Valley Unified School District Santa Ana Unified School District Fullerton Joint Union High School District Brea Unified School District Los Angeles Unified School District Long Beach Unified School District Norwalk-La Mirada Unified School District Glendale Unified School District Long Beach Community College District Transportation Orange County Transportation Authority Metropolitan Transportation Agency Riverside County Transportation Commission John Wayne Airport San Bernardino Associated Governments Los Angeles World Airports On-Call Expertise Ninyo & Moore has become a specialist in providing on-call services for public agencies. Through the years of providing on-call services, we have developed a management approach that enables us to provide our clients with responsive, efficient, and cost-effective services utilizing master agreement/on-call contracts with specific task order work assignment authorizations. The success of our approach is demonstrated through our long list of successful public agency on-call services contracts and the continued renewal of these contracts. The following table lists some of the public agencies that we have provided on-call services for in the past five years: 4.4 Firm Experience/Qualifications "Ninyo & Moore’s range of technical expertise, commitment , and responsiveness demonstrates the company’s major strengths which exemplify excellent client service and a high level of responsiveness." - Gregg Gipe, Project Development City of Irvine On-Call Professional Consulting Services Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga On-Call Geotechnical Engineering Services Since 2004, Ninyo & Moore has been providing annual soils and materials testing services, as well as geotechnical services for various improvements projects throughout the City. Services include project coordination and management; performing aggregate gradations and verification of asphalt concrete and cement concrete mix designs in general accordance with ASTM standards; field technician services for observation, sampling, testing and documentation during subgrade, aggregate base preparation, trench backfill, and placement of asphalt concrete; batch plant inspection services which include observation, sampling, and documentation during asphalt production at the plant. In addition, we provided laboratory testing of soils, aggregates, asphalt concrete, and portland cement concrete which included maximum density, optimum moisture content, R-value, extraction (% asphalt), asphalt concrete maximum density, and concrete compressive strength. Services have also included environmental services. Project Dates: 2004 - Ongoing Contact: Mr. Romeo David, Associate Engineer (909) 774-4070; romeo.david@cityofrc.us Key Personnel: Garreth Saiki, Principal Engineer, Randy Reichert, Project Manager, Jared Recla, Field Operations Manager County of San Bernardino On-Call Professional Services Ninyo & Moore is providing as-needed geotechnical and materials testing and inspection services for the County of San Bernardino. Services include on-call support of a variety of construction projects throughout the County. During construction, our services include field and laboratory testing of subgrade, base materials, asphalt concrete, and Portland cement concrete materials. Upon completion of the field sampling and/or laboratory conformance testing, written reports of the test results are submitted to the County, generally within 24 hours of the completion of the testing. Project Dates: 2012 - Ongoing Contact: Mr. Michael Maynard, Project Manager II (909) 693-0220; michael.maynard@pmd.sbcounty.gov Key Personnel: Garreth Saiki, Principal Engineer, Jeff Dalgity, Project Manager, Jared Recla, Field Operations Manager 5Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 4.4 Firm Experience/Qualifications Representative Experience The following are some detailed descriptions of some of Ninyo & Moore’s relevant projects successfully completed by our staff that demonstrate our competence to perform work similar in scope and magnitude to that required for this contract. Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Fontana On-Call Geotechnical Services Ninyo & Moore has provided continuous on-call geotechnical testing services for the City of Fontana, Community Development Department since 1995. During this period, Ninyo & Moore has provided geotechnical design services, geologic evaluations, third party review, and soils and materials testing and inspection services for nearly 90 projects for various departments at the City, including Public Works, Building and Safety, and Community Development. Our services include geotechnical design, geotechnical observation and testing and materials testing and inspection services, including reinforced concrete, masonry, and welding inspection services. Geologic mapping and third party technical review for fault evaluations are performed for the City as well as third party geologic and geotechnical review of grading plans. Project Dates: 1995 - Ongoing Contact: Mr. Jeff Kim, Senior Civil Engineer (909) 350-6724; jkim@fontana.org Key Personnel: Garreth Saiki, Principal Engineer, Randy Reichert, Project Manager, Jared Recla, Field Operations Manager City of Los Angeles On-Call Geotechnical and Environmental Services Since 2013, Ninyo & Moore has been providing on-call services to the City of Los Angeles, Department of Public Works, Bureau of Engineering, Geotechnical Division to provide geotechnical and environmental engineering services. We are providing task order-based services on various public works projects throughout the city. Our scope of services includes preparing geotechnical data and investigation reports, as well as construction support services, including geotechnical observation and testing during construction utilizing our City of Los Angeles-certified Deputy Grading Inspectors. Our environmental scope of services includes hazardous materials evaluations for soils, groundwater, and building materials, including asbestos and lead paint. These projects have included sewer and storm drains, landslide and slope evaluations, parks and recreational facilities, fire and police stations, and other capital improvement projects. Project Dates: 2006 - Ongoing Contact: Mr. Patrick Schmidt, Division Manager (213) 847-0535; patrick.schmidt@lacity.org Key Personnel: Garreth Saiki, Principal Engineer, Rajindra Handapangoda, Project Manager, Jared Recla, Field Operations Manager 6Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 4.4 Firm Experience/Qualifications Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Long Beach On-Call Geotechnical and Materials Testing Servicess Ninyo & Moore performed hazardous building material surveys (HBMS) for Long Beach Public Works for various structures within the City of Long Beach. Some of the structures included libraries, daycares, hospitals, fire stations, police stations and training facilities, industrial, wells, and commercial facilities. The HBMS work was performed in support of upcoming renovation or demolition activities. Based on the results of the HBMS survey’s, abatement monitoring and clearance services were also provided. All survey’s, sampling and clearance services were performed in accordance with Federal, State, and Local Regulations. In addition, Ninyo & Moore has prepared abatement specification documents. Project Dates: 2017-2022 Contact: Ms. Nancy Villaseñor, Capital Projects Coordinator (562) 570-4634; nancy.villasenor@longbeach.gov Key Personnel: Stephen Waide, Principal, David Kelly, Project Manager, Jared Recla, Field Operations Manager City of Irvine On-Call Geotechnical and Environmental Services As part of the City of Irvine’s Professional Services Consultant Team, Ninyo & Moore is providing on-call geotechnical, materi- als testing, and environmental services during various construc- tion and reconstruction type projects throughout the City of Irvine. The scope of work includes investigations in the City re- lated to soils, grading, slopes, and hydrogeology, including mold and hazardous material content and identification testing. Test- ing services for construction materials (in-site and laboratory testing) are also required. Our geotechnical and environmental design services work closely with the City of Irvine to evaluate property for planned improvements and develop environmen- tal and geotechnical recommendations for reuse. Services in- clude project coordination and management to assist the City of Irvine staff in maintaining each project’s fiscal budget. Depu- ty inspection services include observation for pier excavations, steel reinforcement and concrete placement. Materials labora- tory services include concrete break testing. Project Dates: 2021 - Ongoing Contact: Mr. Rudy Romo, Sr. Project Manager (949) 724-7303; rromo@cityofirvine.org Key Personnel: Garreth Saiki, Principal Engineer, Rajindra Handapangoda, Project Manager, Jared Recla, Field Operations Manager 7Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 4.4 Firm Experience/Qualifications Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 32.83825, -117.12734 THIRD-PARTY/ SUBCONTRACTORS SECTION 4.5 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 8Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Third-Party/Subcontractors 4.5 Due to the resources available at Ninyo & Moore, both in manpower and equipment, as well as the fact that geotechnical, materials, soils inspection and testing services is our area of expertise, we will be able to staff the anticipated projects without the use of third-party/subcontractors. Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 32.83825, -117.12734 STAFF RESUMES/ ORGANIZATION CHART SECTION 4.6 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 9Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Garreth Saiki, PE, GE Principal-in-Charge Environmental Support Staff Laboratory Technicians/ Field Technicians/ Inspectors Rajindra Handapangoda, PE, GE Project Manager Jared Recla Field Operations Manager Jeff Aguilar, PG Environmental Principal Randy Reichert Technical Advisor Staff Resumes/Organization Chart 4.6 Organization Chart Ninyo & Moore recognizes that the success of a project will depend on staff capabilities and effective project management. Given that necessary technical talent and physical resources are committed to the project, good management becomes the most important item for successful completion of the proposed work. In addition, familiarity with our client’s needs and requirements are critical in successfully performing our services to meet or exceed our client’s expectations. The proposed Organization Chart indicates the lines of authority, communications, and task leadership responsibilities among the project staff and the City. Geotechnical Support Staff Staff Resumes On the following pages are resumes of the individuals who will be performing the services for the city. As requested in the SOQ, resumes are presented in the City’s requested format and order: Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 10Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Role with On-Call Principal-in-Charge Length of time with N&M 27 years Registrations/ Certifications PE 49665 (California) GE 2509 (California) Educational Background MBA, 1998, University of California Davis M.S., Geotechnical Engineering, 1989, University of California Berkeley B.S., Civil Engineering, 1987, University of California Berkeley Experience Mr. Garreth Saiki, PE, GE, Principal Engineer, has over 38 years of geotechnical engineering experience and will serve as the Principal-in-Charge. As Principal-in-Charge, Mr. Saiki will be responsible to ensure that Mr. Handapangoda has all the resources necessary to complete task order work assigned to us and that our services meet or exceed our client’s expectations. As a Principal Engineer for Ninyo & Moore, Mr. Saiki provides project coordination and oversees scheduling of field activities, supervises field technicians and special inspectors, reviews project plans and specifications, and reviews laboratory test results for conformance with the project documents, including the Uniform Building Code (UBC), California Building Code (CBC), Federal Aviation Administration (FAA), State Department of Transportation (Caltrans), American Association of State Highway and Transportation Officials (AASHTO), and the Standard Specifications for Public Works Construction (Greenbook). Work History • City of Rancho Cucamonga, Soils and Materials Annual Testing Services • County of San Bernardino, On-Call Professional Services • City of Moreno Valley, On-Call Materials Testing and Geotechnical Engineering Services • City of Corona, On-Call Engineering & Professional Consulting Services Fy24 • City of Victorville, On-Call Geotechnical And Engineering Testing Services • Foothill Transit, On-Call Materials Testing And Inspection Services 2024-26 • City of Los Angeles, On-Call Geotechnical and Environmental Consulting Services • County of Los Angeles, Department of Public Works, As-Needed Geotechnical, Soils and Materials Testing & Inspection Service • City of La Mirada, On-Call Materials Testing Services • John Wayne, On-Call Testing & Inspection Services • Orange County Public Works, On-Call Laboratory Materials Testing Services • Port of Long Beach, On-Call Materials Testing • Los Angeles Unified School District, On-Call Geotechnical Consulting Services 4.6 Staff Resumes/Organization Chart Garreth M. Saiki, PE, GEPrincipal Engineer Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 11Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Role with On-Call Project Manager Length of time with N&M 21 years Registrations/ Certifications PE 73171 (California) GE 2998 (California) Educational Background M.S., Geotechnical & Earthquake Engineering, University of California, Los Angeles B.S., Civil & Environmental Engineering, University of California, Los Angeles Experience Mr. Handapangoda is a Project Manager with Ninyo & Moore with over 21 years of experience. He is a California licensed Civil Engineering Geotechnical Engineer. He has worked on and managed hundreds of construction materials testing projects that cover the full range of anticipated projects under this contract. He has worked on public works projects following Greenbook Specifications, Caltrans projects utilizing Caltrans and Federal Highway Administration guidelines, schools following the State of California Division of the State Architect regulations, and airports, specifically John Wayne Airport, following Federal Aviation Administration (FAA) regulations. He will be responsible for ensuring that each task order assignment is performed in accordance with the City and other governing agency requirements as may be required by the specific assignment. He will also ensure that our monthly invoicing meets the City’s requirements. Work History • City of Rancho Cucamonga, Soils and Materials Annual Testing Services • City of Rancho Cucamonga, On-Call Geotechnical and Material Sampling • City of Fontana, Citrus Avenue From Santa Ana Avenue To Slover Avenue • City of Fontana, Pacific Electric Trail At Maple Avenue • City of Fontana, Downtown Parking Structure • City of Ontario, On-Call Material Testing and Geotechnical Engineering Services • City of La Habra, On-Call Services • City of Los Angeles, On-Call Geotechnical & Environmental Services • City of Long Beach, On-Call Geotechnical and Materials Testing Services • City of Brea, On-Call Construction Materials and Soils Testing Services • City of Fullerton, On-Call Geotechnical Engineering and Testing Services • County of Los Angeles, As-Needed Geotechnical & Material Testing 4.6 Staff Resumes/Organization Chart Rajindra Handapangoda, PE, GEProject Manager Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 12Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Role with On-Call Technical Advisor Length of time with N&M 4 years Registrations/ Certifications California Test Methods: 105, 106, 125, 201, 202, 205, 206, 207, 211, 213, 214, 217, 226, 227, 229, 234, 235, 304, 308, 309, 367, 370, 382, and 384 AASHTO Test Methods: T 11, T 27, T 84, T 85, T 96, T 166, T 176, T 209, T 210, T 248, T 255, T 269, T 275, T 304, T 308, T 329, T 335, R 47, R 76, and ASTM D 4791; Radiation Safety Nuclear Gauge Educational Background A.A. Degree/Mechanical Design, Balin Institute of Technology, Anaheim, CA General Education & Mathematics, Rancho Santiago College, Santa Ana, CA General Education & Diesel Mechanics, Golden West College, Huntington Beach, CA Experience Mr. Reichert is a Project Manager and Technical Advisor for Ninyo & Moore with in-depth knowledge of mix design development, testing methods, inspection and standards relating to Portland cement concrete (PCC), hot mix asphalt (HMA) pavement production, and placement operations. Randy has extensive experience on state and interstate highway transportation projects. Mr. Reichert has over 34 years’ experience with all facets of construction of HMA and concrete pavements, slurry seal and polyester concrete maintenance treatments from mix design development, production and placement operations. He has extensive experience monitoring HMA and concrete pavement, slurry seal, and polyester concrete placement operations and ensuring that items inspected and tested comply with the project plans and specifications. Mr. Reichert also has extensive experience in auditing and certifying production plants for State certification. He was also recognized for his expertise throughout the State of California for his knowledge of construction material production plants. Randy has provided “trouble shooting”, expert opinion, documentation, and guidance to clients that have project claims or disputes regarding HMA and/or PCC materials. Work History • City of Rancho Cucamonga, FY 2021/2022 Local Street Pavement Rehabilitation - Slurry Seal • Rancho Cucamonga, FY 2021/2022 Local Street Pavement Rehabilitation - Overlay Of Various Streets • City of City of Fontana Valley Boulevard Sewer Project • City of Moreno Valley, On-Call Professional Consultant Services • City of Montclair, On-Call Geotechnical, Testing & Inspection Services • City of La Habra, On-Call Geotechnical Services • City of La Mirada, On-Call Geotechnical & Inspection Services • City of Hawthorne, On-Call Materials Testing Services • City of Anaheim, On-Call Materials Testing, Deputy Inspection & Environmental Engineering • Orange County Public Works, On-Call Laboratory Materials Testing Services 4.6 Staff Resumes/Organization Chart Randy ReichertTechnical Advisor Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 13Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Role with On-Call Environmental Principal Length of time with N&M 3 years Registrations/ Certifications PG 8178 (California) Educational Background B.A., Geology, 1995, University of Nebraska, Lincoln Experience Mr. Jeff Aguilar, PG, will serve as Environmental Principal. As a Principal Geologist, Mr. Jeff Aguilar has over 25 years’ experience as an environmental geologist and project manager and is skilled in portfolio and project management, regulatory and client interactions, technical report writing and data analysis. His areas of expertise include developing investigative scopes of work, cost proposals; permitting; feasibility studies; remedial design and implementation; subcontractor management; operation of treatment systems; compliance monitoring; reporting and regulatory negotiations. He is knowledgeable in the regulatory process of federal, state, and local agencies including the United States Environmental Protection Agency (USEPA), California Regional Water Quality Control Board (RWQCB) Cal-EPA Department of Toxic Substances Control (DTSC), Southern California Air Quality Management District (SCAQMD) and Orange County Health Care Agency (OCHCA). Work History • City of Fontana, 8353 Sierra Avenue, HBMS • City of Fontana, 17001 Upland Avenue, Ph I ESA • City Of Victorville, 15595 8th Street, Groundwater Remediation • City of Ontario UPS Ground Hub, 3140 E Jurupa Street, Asbestos Survey • County of San Bernardino, APNS 0273-011-23 & -24, Ph I ESA • County of San Bernardino, Yucca Valley FS #41, APN 0595-171-04, Ph I ESA • County of Riverside, Abatement Oversight • City of Los Angeles, Brownfields, Environmental, Master On-Call • City of Irvine, On-Call Environmental Consulting Services • Long Beach Utilities Department, 2021-2024 On-Call Geotechnical Engineering Services • Long Beach Unified School District, Master On-Call Environmental 4.6 Staff Resumes/Organization Chart Jeff Aguilar, PGPrincipal Geologist Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 14Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Role with On-Call Field Operations Manager Length of time with N&M 29 years Registrations/ Certifications ACI Field Testing Technician Grade I Caltrans Batch Plant Caltrans Beams Caltrans Concrete Caltrans Soils City of Irvine Asphalt FAA License, No. 4096119 Fiber Reinforced Polymer FRP Inspector Radiation (Nuclear Gauge) User Safety USDOT Hazmat Experience As Field Operations Manager, Mr. Recla provides quality control of the field technicians and inspection staff, training of new employees and training on new methods and policies. Mr. Recla has over 28 years of experience and works closely with our field technicians and inspectors and is thoroughly knowledgeable regarding the standard test methods for all of the tests performed by a field technician and inspector including in-place density, maximum density-optimum moisture relationship, sieve analysis, concrete strength testing, steel reinforcement, concrete and masonry testing, and is thoroughly knowledgeable of special inspections required, including inspection of soils, reinforced concrete, prestressed concrete, and spray-applied fire-proofing, and additional applicable tests. He also holds regular safety training tailgate meetings and maintains proper and complete files of field and laboratory data, reports, letters, and other pertinent project data, as well as maintains communication with the Project Manager regarding all aspects of the field operations Work History • City of Rancho Cucamonga, Annual Soils & Material Testing Services • City of Rancho Cucamonga, FY 2019/2020 Local Street Rehabilitation - Slurry Seal • City of Fontana, #22300679/Downtown Parking Structure • City of Fontana Valley Boulevard Sewer • County of Los Angeles, As-Needed Materials Testing, Pavement Mix Design and Inspection Services • City of Hawthorne, On-Call Materials Testing Services • City of La Habra, On-Call Materials Testing Services • City of Long Beach, On-Call Materials Testing and Inspection • City of Pasadena, As-Needed Testing Services • City of Irvine, Orange County Great Park, On-Call Services • John Wayne, On-Call Testing & Inspection Services • Orange County Public Works, On-Call Laboratory Materials Testing Services 4.6 Staff Resumes/Organization Chart Jared ReclaField Operations Manager Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 15Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Professional Support Staff Ninyo & Moore has a large staff of licensed professionals available to support task order assignments, including multiple, concurrent assignments from the City. The following table shows a sample of our local professional staff’s registrations and years of experience. Professional Staff Education Registrations/ Certifications Total Years Exp Ronald Hallum, PG, CEG B.S. Geology PG 4766 (California) CEG 1484 (California) 40 Soumitra Guha, PE, GEPrincipal Engineer B.E. Civil Engineering M.E. Geotechnical Eng. Ph.D. Geotechnical Eng. GE 2632 (California) PE 58967 (California) 34 Prasad Thimmappa, PE, QSDPrincipal Engineer B.S. Civil Engineering M.S. Civil and Env. Eng. PE 57678 (California) QSP/D 20622 (CA) 32 Michael Putt, PG, CEGPrincipal Geologist B.S. Geology PG 7581 (California) CEG 2341 (California) 29 Greg Corson, PE, CEGPrincipal Geologist B.S. Geology CEG 2310 (California) PG 7318 (California) 30 Matthew Harrell, PG, CEGSenior Geologist B.S. Geology CEG 2537 (California) PG 8412 (California) 25 Madan Chirumalla, PE, GEPrincipal Engineer B.S. Civil Engineering M.S. Civil/Geo Eng. PE 74186 (California) GE 3047 (California) 20 Bach Tien, PG, CEGProject Geologist B.S. Geology PG 9310 (California)CEG 2783 (California)18 Julianne Padgett, PE, GEProject Engineer B.S. Civil EngineeringM.S. Civil Engineering PE 84043 (California)GE 3235 (California)15 Spencer Marcinek, PE, GESenior Project Engineer B.S. Civil/Env. Eng.M.S. Geoengineering PE 82775 (California) GE 3127 (California) 13 Franklin Ruiz, PEProject Engineer B.S. Civil Engineering PE 86496 (California)14 Jonathan Levario, PGProject Geologist B.S. Geology M.S. Geology PG 9879 (California)14 David Kelly, CAC, CRIE, LRCSenior Project Environmental Scientist A.A. Architecture Tech.B.S. Construction Mgmt.CAC No 23-7217 (CA)12 Emily Homan, PGProject Geologist B.S. Geology M.S. Geology PG 9882 (California)8 Technical Staff Companywide  ENVIRONMENTAL SPECIALISTS 67 PROFESSIONAL/ GEOTECHNICAL ENGINEERS 55 GEOLOGISTS/ ENGINEERING GEOLOGISTS 41 FIELD TECHNICIANS/ INSPECTORS 240 4.6 Staff Resumes/Organization Chart Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 16Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Team Member Role Registrations/Certifications Years Exp Steven Eck Senior Field Technician ACI, ICC, LADBS, OSHA, USDOT HAZMat 45 Mohammad Haque Senior Field Technician ACI, ICC, LADBS, OSHA, USDOT HAZMat 34 Robert Ritter Special Inspector ACI, AWS, ICC 33 Lincoln Linn Senior Field Technician ACI, ICC, OSHA, USDOT HAZMat 33 Randy Engel Senior Field Technician ACI, BNSF, CALTRANS, USDOT HAZMat 31 Hector Heredia Senior Laboratory Technician AASHTO, ACI, CALTRANS 26 Vance Hunter Senior Field Technician ACI, CALTRANS, eRailSafe, OSHA, USDOT HAZMat 26 Joe Levario Senior Field Technician ACI, BNSF, CALTRANS, eRailSafe, OSHA, USDOT HAZMat 21 Matthew Jacobs Senior Field Technician ACI, ICC, LADBS, FRP, OSHA, USDOT HAZMat 19 Ryan Villasenor Senior Field Technician ACI, ICC, OSHA, TWIC, USDOT HAZMat 16 Steven Almond Senior Field Technician ACI, OSHA, USDOT HAZMat 15 Wilkins Cobian Senior Field Technician ACI, BNSF, CALTRANS, USDOT HAZMat 15 Paul Medina Special Inspector ACI, ICC, LADBS, OSHA, USDOT HAZMat 12 Kevin Perez Special Inspector ACI, AWS, CWI, ICC, OSHA, USDOT HAZMat 6 Alext Tolin Field Technician ACI, CALTRANS, USDOT HAZMat 6 Tyler Ritter Field Technician ACI 5 Laboratory Technicians, Field Technicians, and Inspectors Ninyo & Moore’s laboratory and field staff is highly experienced and qualified to provide testing and inspection services for an extensive range of project requirements. Ninyo & Moore’s field and laboratory technicians maintain certifications with Caltrans, ACI, ICC, AWS-CWI, DSA, BNSF and OSHA, and possess a working knowledge of the requirements and procedures as specified by these agencies. Below is a sampling of our available field and laboratory technicians that are experienced at providing geotechnical soils and materials testing services and special inspection for construction projects. 4.6 Staff Resumes/Organization Chart Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 32.83825, -117.12734 PROJECT MANAGEMENT APPROACH SECTION 4.7 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 17Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Project Management Approach 4.7 Ninyo & Moore On-Call Management Method Our approach to on-call service contracts begins with the assignment of a highly qualified and experienced project manager with technical knowledge required for the contract. Our project manager will be the single point-of-contact for the City and will be responsible for contract administration and technical coordination of our staff to perform the required tasks on time and within budget. The overall contract budget and individual task assignment budgets are tracked and maintained and are reported to the client on a monthly basis. Individual task order assignments will be coordinated utilizing our highly experienced staff of licensed civil and geotechnical engineers, registered geologists, certified engineering geologists, inspectors, and technicians.  Develop Scope of Work – The initial step in our approach is to meet with the City Project manager in order to get clear understanding of the project and our expected services. For the geotechnical investigation, we will develop a detailed scope of work, including the number and type of subsurface explorations, laboratory test, as well as the type of analyses. We will evaluate various subsurface exploration methods to determine the most cost-effective approach to each project. Our reports will be performed in accordance with the City’s Building and Safety Code, the Excavation and Grading Code, the 2015 Engineering Design & Construction Standards, and the current California Building Code. For the materials testing and inspection services, we will review the approved plans and specifications and will develop a detailed scope of services indicating anticipated man-hours by discipline for the required materials testing and inspection services. We will submit this plan to the City Project Manager for approval and will provide monthly updates to the City Project Manager as construction progresses.  Project Personnel Utilization – Upon approval of our scope of work, we will assign the appropriately certified personnel to the project based on the specific needs of the project. Our large pool of licensed professional geotechnical engineers, civil engineers, and certified engineering geologists will be utilized for our geotechnical investigation. Our project management approach and in-house computerized data base ensure that we have the appropriately certified personnel assigned during construction. We will also review the contractor’s schedule in order to plan accordingly and anticipate the future inspections and testing requests.  Sampling Protocol and Document Control – We will next establish the sampling protocols required for the project, based on the project specifications and the requirements of the County Building Code, plans, specifications, and other governing regulations. Our document control system provides unique identification of daily reports and laboratory conformance testing for each project assignment. These systems are a part of our Quality Systems Program and will be utilized for each task order assignment.  Establish Communication Lines – The next step in our approach is to establish the communication lines for the project, including the authorized City representative who will be requesting our services. We will also request the approved distribution list for our inspection reports, daily field reports, and laboratory conformance test results. On past projects, the client’s Project Managers have coordinated our services in the field and distributed our reports. On other past projects, we were scheduled by on-site client’s representative and distributed our reports to the approved distribution list. We will provide our services to meet the City’s needs. Often we will attend pre-construction meetings with the contractor and obtain from the City the approved distribution list for our materials testing and inspection 2 Mobilize Team 1 Develop Work Plan based on Scope of Work 3 Sampling Protocol Document Control 4 Establish Communication Lines Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 18Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 reports as well as our laboratory conformance testing results. We will also provide the City representatives with our personnel’s smart phone numbers as well as e-mail addresses for communication during the project. We will also establish the communication lines between the City’s Project Manager and Inspector, and the contractors’ and sub-contractors’ representatives.  Utilize Our Project Controls – Ninyo & Moore utilizes an internal project control system that includes budget, schedule, and document review and control. Our project manager will utilize our in-house system to keep the City’s Project Manager informed about the status of our services during both our geotechnical investigation phase and for our materials testing and inspection services during construction. We include monthly progress reports indicating the amount billed to date along with a comparison to the overall task order budget and the overall construction schedule. Our quality control includes review of our laboratory conformance test results by a California licensed engineer and geotechnical analysis review by a California licensed Geotechnical Engineer.  Perform Field and Laboratory Testing – If necessary, and requested by the City, when construction commences, we can provide the necessary personnel and equipment to inspect and test the construction materials quality and contractor’s construction methods in order to document conformance to the project plans and specifications. We will also sample the construction materials as required and perform laboratory conformance tests as specified. The results of our inspections and tests will be forwarded to the City’s representatives at the end of each working day. Immediate notification will be provided via phone, e-mail, and/or fax if we find non-conformance in materials or workmanship. Our local laboratory facilities will perform 100 percent of the soils and materials laboratory work for this contract. They are certified in compliance with ASTM E-329 and are approved/accredited by the City of Los Angeles, Division of the State Architect (DSA), Metropolitan Transportation Authority (Metro), Caltrans, American Association of State Highway and Transportation Officials Materials Reference Laboratory (AASHTO resource, formerly, AMRL) and the Cement and Concrete Reference Laboratory (CCRL).  Quality Assurance Review – We understand the importance of reliability of our inspections and test results. Therefore, we have a Quality Assurance Plan in place that provides written procedures for our services. Our Quality Assurance Plan is overseen by a California license engineer and includes review of our training procedures, as well as participation in third party review and inspection of our facilities. All of our laboratory conformance tests are reviewed by a California licensed engineer prior to submittal.  Reports – Written reports are required for project documentation. We will submit our written reports, including both our geotechnical investigation report and our written reports during construction, as established in the communications structure for the project that was determined during the project initiation stage. Passing tests and inspections will be filed in accordance with the document control system. Non-conforming reports will be maintained in a non-conformance log that will be maintained by our office. Non-conformance areas will need to be remedied in accordance with the project requirements. When non-conforming materials or workmanship are remedied, we will document the acceptance in the non- conformance log for project close-out purposes.  Project Close-Out – The final step in our approach is the closing out of the project and providing the project documentation, as it relates to materials testing and inspection, to the City. 6 Perform Field and Laboratory Testing 7 Quality Assurance Review 8 Reporting 9 Project Closeout 5 Utilize Project Controls 4.7 Project Management Approach Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 19Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Quality Control Ninyo & Moore has quality control programs for all services that facilitate compliance with project performance standards, schedules, and budgets. These comprehensive quality assurance plans utilize management approach manuals that delineate the interrelationship between management and technical staff, and describe specific quality control procedures to be used during the project. The programs address time and budget management, client liaison, field and laboratory data collection, data compilation and analysis, report preparation, job safety, regulatory compliance, and peer and principal review. One important goal of our quality control program is to produce technical project data of known and acceptable quality on all work assignments. Ninyo & Moore’s policy is to maintain professional standards in all aspects of project tasks and management. Quality is achieved through: • A separate quality assurance group to monitor quality on work assignments with independent corporate oversight. • A detailed set of proven quality control procedures and protocols to cover all project aspects. • A centralized document control system that ensures chain-of-custody control and a paper trail for all controlled documents. • Detailed procedures for auditing, post-auditing, and non-conformance reporting. • A training program for orienting all personnel on the quality control procedures. • Involvement of project principals with specialty knowledge and experience. For example, the project principal will be familiar with conventional construction techniques and difficulties associated with various formations and soil conditions. • Peer review of project documents and ongoing training to provide accurate and complete data. • Follow-up with clients after project completion by the owner of the firm, Avram Ninyo, to gauge client happiness and the quality of our work product, and obtain feedback for improvements. 4.7 Project Management Approach Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 20Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Budget Control Ninyo & Moore understands the challenges faced by public works agencies with respect to finance and accountability, and that the City’s priority for this contract is to apply the majority of public funds to technical services and construction completion of capital works projects. Our contract management approach involves several elements to limit the impact management and administrative costs may have on any one project budget. Some of the strategies to manage cost include: • Leverage multi-carded technicians on each project which results in fewer transitions between project phases and same-day observation or testing of multiple materials throughout the day. • Ensuring that there is a dedicated City contact throughout the duration of the contract/project. • Use of cloud-based field documentation of construction observation, testing, and inspection activities supporting real-time communication with the client and entire project team and also providing remedy recommendations in real-time. • Establish relationships with multiple, local subcontractors, e.g. drillers, to reduce mobilization time for field activities and ensure competitive pricing for these services. • Leverage complementary in-house services, e.g. environmental consulting, to support the development of timely solutions to unforeseen construction challenges. • Use of cloud-based accounting software to allow real-time monitoring of project budgets. 4.7 Project Management Approach Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 21Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Project Tracking Ninyo & Moore utilizes Kordâta, a cloud-based platform and mobile App for iOS and Android devices, that allows Ninyo & Moore to collect field data, photos, and test results in real time. It also provides our staff access to plans, specifications, mix designs, and past project site data. Field inspection and testing, and laboratory test data are uploaded and accessible by our project managers from anywhere via a PC, laptop computer, or mobile device. The data are automatically updated upon connection to the internet, as well as automatically checked for errors and issues that have been preprogrammed into the system. Staff can review, approve, and send results immediately using dashboards. Reports can be emailed and/or placed in a document repository of the client’s preference. Benefits: • Assignment of tasks from the Project Manager to Dispatch, Field, and Laboratory personnel promoting better response times, efficient operations and adherence to schedules. • Provides our clients and employees with 24-hour, 7 days-a-week secure on-site and remote access to project- related reports, laboratory data, and other information. • Paperless system enables communication and collaboration between departments, disciplines, and geographic locations. • Secured third-party hosting allows for data retrieval any time / anywhere internet access is available. 4.7 Project Management Approach Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 22Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Project Performance Monitoring and Progress Reporting Ninyo & Moore provides detailed project reports and documentation to the City’s project manager and public services department regularly, covering project status, budget tracking, schedule adherence, and technical findings or recommendations, ensuring transparency and meeting specific preferences. • Ninyo & Moore will collaborate closely with the City’s project manager and public services department, engaging in decision-making discussions, evaluating alternatives, and collectively determining optimal project strategies while valuing input from all stakeholders to address challenges and opportunities collaboratively. • Our team will be readily available to address inquiries, requests for information, or coordination efforts from the City’s project manager and public services department, prioritizing responsiveness and efficiency in providing clarifications, coordinating site visits, and facilitating meetings with subcontractors, if needed. • Ninyo & Moore will schedule regular meetings with the City’s project manager and public services department to discuss project updates, address challenges, and ensure open communication. Additionally, we will maintain open channels via email and phone for quick responses to any concerns or inquiries. 4.7 Project Management Approach Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 7888 Cherry Avenue, Unit I | Fontana, California 92336 | p. 909.758.5960 | f. 909.758.5966 ARIZONA | CALIFORNIA | COLORADO | NEVADA | TEXAS | UTAH + ninyoandmoore.com Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 24Ninyo & Moore | City of Rancho Cucamonga Various On-Call Services SOQ# 24/25-501 | P04-04757 | January 13, 2025 Role with On-Call Principal-in-Charge Length of time with N&M 27 years Registrations/ Certifications PE 49665 (California) GE 2509 (California) Educational Background MBA, 1998, University of California Davis M.S., Geotechnical Engineering, 1989, University of California Berkeley B.S., Civil Engineering, 1987, University of California Berkeley Experience Mr. Garreth Saiki, PE, GE, Principal Engineer, has over 38 years of geotechnical engineering experience and will serve as the Principal-in-Charge. As Principal-in-Charge, Mr. Saiki will be responsible to ensure that Mr. Handapangoda has all the resources necessary to complete task order work assigned to us and that our services meet or exceed our client’s expectations. As a Principal Engineer for Ninyo & Moore, Mr. Saiki provides project coordination and oversees scheduling of field activities, supervises field technicians and special inspectors, reviews project plans and specifications, and reviews laboratory test results for conformance with the project documents, including the Uniform Building Code (UBC), California Building Code (CBC), Federal Aviation Administration (FAA), State Department of Transportation (Caltrans), American Association of State Highway and Transportation Officials (AASHTO), and the Standard Specifications for Public Works Construction (Greenbook). Work History • City of Rancho Cucamonga, Soils and Materials Annual Testing Services • County of San Bernardino, On-Call Professional Services • City of Moreno Valley, On-Call Materials Testing and Geotechnical Engineering Services • City of Corona, On-Call Engineering & Professional Consulting Services Fy24 • City of Victorville, On-Call Geotechnical And Engineering Testing Services • Foothill Transit, On-Call Materials Testing And Inspection Services 2024-26 • City of Los Angeles, On-Call Geotechnical and Environmental Consulting Services • County of Los Angeles, Department of Public Works, As-Needed Geotechnical, Soils and Materials Testing & Inspection Service • City of La Mirada, On-Call Materials Testing Services • John Wayne, On-Call Testing & Inspection Services • Orange County Public Works, On-Call Laboratory Materials Testing Services • Port of Long Beach, On-Call Materials Testing • Los Angeles Unified School District, On-Call Geotechnical Consulting Services Garreth M. Saiki, PE, GE 4.6 Staff Resumes/Organization Chart Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 32.83825, -117.12734 GEOTECHNICAL ENGINEERING AND MATERIALS SAMPLING/TESTING SECTION 5.2 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 1Ninyo & Moore | 5.2 Geotechnical Engineering and Material Sampling/Testing | P04-04757 | January 13, 2025 Standard Services Based on our review of the City’s RFQ, we understand that our services will include on-call geotechnical engineering and materials sampling/testing services. Our services will be performed in accordance with applicable laws of the State of California, City requirements, guidelines and ordinances, OSHA Construction Industry Standards, California Code of Regulations, South Coast Air Quality Management District Regulations, Department of Toxics Substance Control (DTSC), and other applicable codes. Soils and materials testing will be performed in accordance with the latest addition of the Standard Specifications for Public Works Construction (“Greenbook”), Caltrans, ASTM and applicable standard test methods. A specific scope of services will be developed for each task order. The following paragraphs describe our typical scope of services for the services identified in Section 5.2 of the City’s RFQ. Geotechnical  Our scope of services for projects may include the following, depending on the requirements of the task order as- signed: • Project coordination, including meeting with the City’s representatives and their design team to discuss our scope of work. Review of preliminary project plans, geologic and seismic hazard maps, and readily available geotechnical reports, to evaluate possible geologic hazards that may impact the proposed construction. • Acquisition of permits necessary to proceed with our subsurface evaluation. • Geotechnical site reconnaissance to document the site conditions and to select and mark the proposed excavation locations for underground utility location. Geophysical surveys of underground utility lines can be performed as requested. • Drilling, sampling, and logging of small-diameter and/or large diameter exploratory borings, Cone Penetrometer Tests (CPT), and/or excavation of exploratory test pits. The depth of the excavations will depend on the details of the proposed project and site location. Traffic control will be performed, as appropriate, in accordance with the local agency requirements. • Geologic mapping of fault trenches, slopes, landslides and large-diameter borings by a California licensed Certified Engineering Geologist. • Laboratory testing of representative soil samples to evaluate the soils characteristics. Laboratory testing may include in-situ moisture and dry density, gradation, maximum density and optimum moisture content, consolidation and expansion potential, expansion index, consolidation, shear strength, corrosivity and sulfate content, and R-value testing. Data compilation and geotechnical analysis of field and laboratory data. Our analyses Geotechnical Engineering andMaterials Sampling/Testing Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 2Ninyo & Moore | 5.2 Geotechnical Engineering and Material Sampling/Testing | P04-04757 | January 13, 2025 will address suitability of the site for the proposed construction from a geotechnical perspective, description of the site geology and on-site soils anticipated during construction, evaluation of geologic hazards, excavation and compaction requirements, suitability of the on-site soils for use as engineered fill, analysis of the temporary stability of excavations and shoring pressures, allowable lateral earth pressures, allowable passive pressures, evaluation of the depth to the groundwater, potential areas of dewatering, evaluation of scour depth, erosion and mitigation measures, evaluation of slope stability, surficial and global stability, evaluation of foundation and retaining walls, evaluation of deep foundations (piles, caissons, etc.), evaluation of potential settlement, evaluation of on-site response spectrum (ARS Curve), evaluation of the potential for liquefaction, seismic settlement, lateral spread, evaluation of the corrosion potential of the on-site soils, evaluation of soils and water contamination and remediation measures, and evaluation of pavement design for the proposed roadway sections, as applicable. • Preparation of a written report presenting the results of our field exploration, boring logs in Caltrans format if required, laboratory testing, and engineering analyses, as well as our conclusions and recommendations relative to the geotechnical aspects of project design and construction. We anticipate that we will also prepare a response letter to agency review comments, as required. • Upon substantial completion of the project plans and specifications, Ninyo & Moore can perform a geotechnical and geologic plan review to evaluate whether the conclusions and recommendations presented in our report were correctly interpreted and incorporated into the project plans and specification. Field Inspection and Materials Testing Services  Our soils and materials testing services may include the following, depending on the requirements of the task order assigned: • Project coordination and client liaison, including scheduling of personnel to provide observation and soils testing services and meeting attendance. Review of readily available background materials pertaining to the site, including geotechnical reports, project plans, and specifications. • Attendance at pre-construction and field meetings as requested by the City. • On-site soil and inspection during construction on an as-requested basis during earthwork construction. Our inspection services will be performed in accordance with the applicable building codes requirements project’s plans and specifications. Our soils and materials testing and inspection services can include the following: °Field observation, documentation and testing during the site grading and earthwork operations. Our services may include observation and field density testing of compacted fill, including embankment fill, structure and wall backfill, utility trench backfill, subgrade, aggregate subbase, aggregate base, materials. °Field observation and inspection during foundation construction, including observation of footing excavations, pier drilling, and pile driving, as appropriate. 5.2 Geotechnical Engineering and Materials Sampling/Testing Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 3Ninyo & Moore | 5.2 Geotechnical Engineering and Material Sampling/Testing | P04-04757 | January 13, 2025 °Field sampling and in-place density testing will be performed during engineered fill and aggregate base placement. Sampling materials at borrow locations and base materials plants can be performed to evaluate the materials conformance to the project specifications prior to delivery on-site or sampling from on-site stock-piles, as appropriate. • Laboratory testing on collected soils and aggregate samples in accordance with the appropriate California Test, AASHTO, and ASTM test methods and utilizing our certified laboratories. Laboratory testing may include proctor density of the soils to be placed as fill or backfill; conformance testing (including sieve analyses, sand equivalent, R-value, cleanness value and durability tests) on the proposed aggregate subbase, aggregate base materials. Testing will be performed at frequencies required by the Caltrans Construction Manual and project specifications. • Preparation of daily reports and other memoranda to summarize the field operations and test results. Our reports will include the information required by the review agencies. • Preparation of a final report summarizing the results of our field and laboratory test results, including final report on grading and certification of compliance. Hazardous Materials Evaluations and Testing  The following hazardous building material services can be provided as part of a planned City building demolition or renovation project: • Perform a hazardous materials survey of existing structures including: °Review of as-built plans for indications of hazardous building materials used in construction (e.g. asbestos, lead-based paint (LBP) and polychlorinated biphenyls [PCBs]). °A California Certified Asbestos Consultant (CAC) or Site Surveillance Technician (SST) will perform an asbestos survey including establishing homogenous sampling areas, sampling of suspect asbestos containing materials (ACMs), preparation of an asbestos survey report. °A California Department of Public Health (CDPH) certified lead in construction inspector/risk assessor will perform a LBP by collecting paint chip samples of painted surfaces or screening painted surfaces for lead content with an X-Ray Florescence (XRF) analyzer. °A hazardous building materials survey (HBMS) will be performed for other potentially hazardous materials, commonly classified as universal waste rule materials including but not limited to: wet electrical transformers (possible PCB-containing oils), fluorescent light bulbs (possible mercury), fluorescent light ballasts (possible PCB-containing oils), high intensity light bulbs (possible mercury), thermostat switches (possible liquid mercury and/or batteries), emergency lighting and exit signs (possible lead acid or other metal containing batteries or tritium), heating, ventilation, and air conditioning (HVAC) and refrigeration systems (chloro- fluorocarbons [CFCs]). 5.2 Geotechnical Engineering and Materials Sampling/Testing Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 4Ninyo & Moore | 5.2 Geotechnical Engineering and Material Sampling/Testing | P04-04757 | January 13, 2025 °The findings of the HBMS will be documented in a project report including conclusions and recommendations. • Perform hazardous building materials abatement oversight including the following: °Evaluate abatement contractor project submittals including but not limited to, asbestos abatement work plan, worker and competent person training and certifications, medical surveillance records, respiratory protection plan, exposure monitoring, and periodic monitoring data. °Perform background, perimeter, and clearance air sampling, observe contractor work practices and engineering controls, and provide clearance visual inspections and clearance air sampling. Provide a close-out report at the completion of the abatement operations detailing abatement activities completed by the contractor. Phase I Environmental Site Assessments  Ninyo & Moore may perform the following scope of services to complete the Phase I Environmental Site Assessment (ESA). The ESA will be based on the objectives outlined in the ASTM International (ASTM) “Standard for Environmental Site Assessments: Phase I Environmental Site Assessment Process E-157 – current edition,” guidelines. • Review of title and/or lease records provided by the City for the site and properties located near the site to evaluate probable past site uses and their possible impact on the current environmental condition of the site. Review maps and reports of past assessments and corrective actions, if available, for the site and properties located in the site area. Review of readily available historical aerial photographs of the site and vicinity. A computerized database search of readily available government environmental lists for properties located within the minimum search radii prescribed by the ASTM Standard for the respective environmental records resources. • A site reconnaissance to visually evaluate areas of possibly contaminated surface soil or surface water, improperly stored hazardous materials, and possible risks of contamination from activities at the site and at properties adjacent to the project site. Owner representatives and/or other individuals familiar with the site, past site operations and construction history and previous site assessments and corrective actions may be interviewed. • Contact regulatory agency representatives to discuss the current status of site assessments and/or corrective actions at the site and properties located adjacent to the site, which appear on the computerized database search. • Prepare a summary report for inclusion in the final clearance report. The summary report will document work scope findings and provide discussion of findings, conclusions and recommendations regarding the current environmental condition of the site. • Specific scope modifications to accommodate City of Anaheim requirements can easily be incorporated into our data collection and reporting methodology. 5.2 Geotechnical Engineering and Materials Sampling/Testing Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 5Ninyo & Moore | 5.2 Geotechnical Engineering and Material Sampling/Testing | P04-04757 | January 13, 2025 Phase II Environmental Site Assessment  The following Phase II Environmental Site Assessment (ESA) and remediation oversight services can be provided for site with suspected or known environmental contamination of soil and ground water. • Phase II ESA services can be performed using a wide range of field investigation techniques including geophysical survey, soil, soil vapor and groundwater sampling and laboratory analysis. • Conduct a human health risk assessment to assist the interested parties in making informed risk management decisions regarding the need for site remediation or other risk-mitigating steps. • Methane and hydrogen sulfide surveys of suspected or known areas of high concentrations of combustible gases associated with oil and gas fields in accordance with the Orange County Fire Authority guidance and requirements • Preparation of removal and remedial action plans, interface with the regulatory agencies, preparation of soil management plans to guide and direct hazardous material license contractors in performing site excavation and remediation. • Remediation performance or oversight including construction management, air sampling, clearance sampling, laboratory analysis, and close out reporting. Department of Toxic Substance Control (DTSC) Coordination  Ninyo & Moore has extensive experience performing hazardous building material surveys of buildings including assessment of asbestos, lead paint. polychlorinated biphenyl (PCB) containing building components and equipment, and hazardous materials that fall under the category of the DTSC Universal Waste Rule such as potential mercury containing components, electronic devices, batteries, and cathode ray tubes. Ninyo & Moore personnel have also performed health risk assessments using the DTSC’s vapor intrusion guidance and modeling software. Ninyo & 5.2 Geotechnical Engineering and Materials Sampling/Testing Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 6Ninyo & Moore | 5.2 Geotechnical Engineering and Material Sampling/Testing | P04-04757 | January 13, 2025 Moore personnel have worked closely with the DTSC on numerous sites and have completed Phase I Environmental Assessments (ESAs), Preliminary Environmental Assessments (PEAs), and provided response action for site cleanup including preparing abatement specifications, preparing remedial action plans and designing site remediation systems. Ninyo & Moore has also performed methane evaluations per DTSC Guidance documents and prepared methane mitigation recommendations. Asphalt Concrete and Cement Concrete Mix Designs Review  Ninyo & Moore has experience reviewing both asphalt concrete and cement concrete mix designs and comparing with them with the project requirements. For asphalt concrete mix designs, we would perform the following: • Gather the appropriate documents against which the mix design will be compared. This would include the project specifications such as Section 32 12 00, or equivalent, Special Provisions, Greenbook Section 203-6, or Caltrans Standard Specifications Chapter 39. • Review that the mix design submittal includes individual and combined aggregate gradations, optimum (asphalt) binder content (OBC), void content, reclaimed asphalt product (RAP) percentages, RAP gradation, RAP binder content, stability S-value, batch plant identification, mix identification number, warm-mix asphalt (if applicable), the source and performance grade of the paving asphalt. • Review the mix properties and compare if they meet specifications. This would include mix Class and Grade identification, Hveem stability, combined aggregate gradation for raw aggregates and RAP, asphalt binder content, and S-value. • Review the individual mix components including evaluating that the correct grade of the asphalt binder is being used, that the aggregate gradations conform with mix type and that they meet the minimum percent passing and Sand Equivalent values, that mineral filler is present (if required). For cement concrete mix designs, we would perform the following: • Gather the appropriate documents against which the mix design will be compared. This would include the project specifications such as Section 03 30 00, or equivalent, Special Provisions, Greenbook Section 201-1, or Caltrans Standard Specifications Chapter 40. • Review that the mix design submittal includes mix properties such as strength, slump, unit weight, air content, water/cement ratio, as well as supporting documents for the cement used, supplementary cementation materials (SCMs), chemical admixtures, and aggregate gradation and quality tests. • Evaluate the mix design compressive strength relative to specifications based on supporting documents such as compression strength test records or trial batch results. 5.2 Geotechnical Engineering and Materials Sampling/Testing Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 7Ninyo & Moore | 5.2 Geotechnical Engineering and Material Sampling/Testing | P04-04757 | January 13, 2025 • Evaluate for other mix properties relative to specifications, especially slump and water/cement ratio. • Evaluate if the proposed cement meets the specified cement type (i.e., Type II, Type V, etc.). • Evaluate if the supplementary cementation materials (SCMs) meet the requirements of ASTM C 618. • Evaluate if the Chemical admixtures meet the requirements of ASTM C 260. • Evaluate coarse and fine aggregate gradations relative to specifications, or the combined gradations relative to specifications. • Evaluate if the aggregate quality meets the requirements of ASTM C 33, including tests for clay lumps and friable particles, material finer than No. 200 sieve, Los Angeles Abrasion, sodium or magnesium sulfate soundness, organic impurities, sand equivalent, and ASR non-reactivity. 5.2 Geotechnical Engineering and Materials Sampling/Testing Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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. Garreth Saiki, PE, GE Vendor Principal Engineer January 13, 2025 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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. Garreth Saiki, PE, GE Principal Engineer January 13, 2025 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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. Garreth Saiki, PE, GE Principal Engineer Ninyo & Moore Geotechnical & Environmental Sciences Consultants Garreth Saiki, PE, GE Principal Engineer January 13, 2025 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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. Garreth Saiki, PE, GE Principal Engineer No.1 dated 12/12/2024 January 13, 2025 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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. Ninyo & Moore Geotechnical & Environmental Sciences Consultants Garreth Saiki, PE, GE Principal Engineer January 13, 2025 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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. 60 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign 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. gsaiki@ninyoandmoore.com www.ninyoandmoore.com 909.758.5966 909.758.5960 Garreth Saiki, PE, GE Principal Engineer Ninyo & Moore Geotechnical & Environmental Sciences Consultants 7888 Cherry Ave., Unit I, Fontana, CA 92336 January 13, 2025 Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B NINYO & MOORE, A SOCOTEC COMPANY Ci of Rancho Cucamonga SOQ #24/25-501 for Various On-Call Services | 04-04757 | August 13, 2025 Schedule of Fees Hourly Charges for Personnel Professional Staff Principal Engineer/Geologist/Environmental Scientist/Certified Industrial Hygienist .............................................. $ 280 Senior Engineer/Geologist/Environmental Scientist ............................................................................................... $ 260 Senior Project Engineer/Geologist/Environmental Scientist ................................................................................... $ 240 Project Engineer/Geologist/Environmental Scientist ............................................................................................... $ 230 Senior Staff Engineer/Geologist/Environmental Scientist ....................................................................................... $ 210 Staff Engineer/Geologist/Environmental Scientist................................................................................................... $ 190 GIS Analyst .............................................................................................................................................................. $ 170 Technical Illustrator/CAD Operator.......................................................................................................................... $ 160 Field Staff Certified Asbestos/Lead Technician ........................................................................................................................ $ 230 Field Operations Manager ....................................................................................................................................... $ 170 Nondestructive Examination Technician (UT, MT, LP) ........................................................................................... $ 160 Supervisory Technician ........................................................................................................................................... $ 160 Special Inspector (Concrete, Masonry, Structural Steel, Welding, and Fireproofing) ............................................ $ 150 Senior Technician .................................................................................................................................................... $ 135 Technician ................................................................................................................................................................ $ 130 Administrative Staff Information Specialist .............................................................................................................................................. $ 120 Geotechnical/Environmental/Laboratory Assistant ................................................................................................. $ 120 Data Processor ........................................................................................................................................................ $ 95 Other Charges Concrete Coring Equipment (includes technician) .............................................................................................. $ 190/hr Anchor Load Test Equipment (includes technician) ........................................................................................... $ 190/hr GPR Equipment ................................................................................................................................................... $ 180/hr State of California Prevailing Wage Surcharge................................................................................................... $ 30/hr Inclinometer ......................................................................................................................................................... $ 100/hr Hand Auger Equipment ....................................................................................................................................... $ 80/hr Rebar Locator (Pachometer) ............................................................................................................................... $ 25/hr Vapor Emission Kit .............................................................................................................................................. $ 65/kit Nuclear Density Gauge ....................................................................................................................................... $ 15/hr X-Ray Fluorescence ............................................................................................................................................ $ 70/hr PID/FID ................................................................................................................................................................ $ 25/hr Air Sampling Pump .............................................................................................................................................. $ 10/hr Field Vehicle ........................................................................................................................................................ $ 15/hr Equipment $ 15/hr Expert Witness Testimony ................................................................................................................................... $ 450/hr Direct Expenses .................................................................................................................................... Cost plus 15 % Special equipment charges will be provided upon request. Notes Our field services, are charged at a 4-hour minimum, and 8-hour minimum for hours exceeding 4 hours. Overtime rates at 1.5 times the regular rates will be charged for work performed in excess of 8 hours in one day Monday through Friday and all day on Saturday. Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day, all day Sunday and on holidays. Field services that may be subject to prevailing wage in accordance with AB 1768 and Prevailing Wage Determinations, will be subject to a prevailing wage surcharge as shown in our Schedule of Fees. Our rates will be adjusted in conjunction with the increase in the Prevailing Wage Determination during the life of the project, as applicable. Ninyo & Moore confirms that these initial rates are valid for the full term of the agreement from 2025-2030, with the understanding that they may be increased at the beginning of each fiscal year in accordance with the Consumer Price Index – All Urban Consumers (CPI-U), but no more than five percent (5%) in any given year without City Council approval. Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B NINYO & MOORE, A SOCOTEC COMPANY Ci of Rancho Cucamonga SOQ #24/25-501 for Various On-Call Services | 04-04757 | August 13, 2025 Schedule of Fees for Laboratory Testing SOILS CONCRETE Atterberg Limits, D 4318, CT 204 .............................................................. $ 170 Compression Tests, 6x12 Cylinder, C 39 ................................................... $ 35 California Bearing Ratio (CBR), D 1883 ................................................... $ 550 Concrete Mix Design Review, Job Spec..................................................... $ 300 Chloride and Sulfate Content, CT 417 & CT 422 ..................................... $ 175 Concrete Mix Design, per Trial Batch, 6 cylinder, ACI ............................... $ 850 Consolidation, D 2435, CT 219 ................................................................. $ 300 Concrete Cores, Compression (excludes sampling), C 42 ....................... $ 120 Consolidation, Hydro-Collapse only, D 2435 ............................................ $ 150 Drying Shrinkage, C 157 .............................................................................. $ 400 Consolidation – Time Rate, D 2435, CT 219 ............................................ $ 200 Flexural Test, C 78 ....................................................................................... $ 85 Direct Shear – Remolded, D 3080 ............................................................ $ 350 Flexural Test, C 293 ..................................................................................... $ 85 Direct Shear – Undisturbed, D 3080 ......................................................... $ 300 Flexural Test, CT 523 ................................................................................... $ 95 Durability Index, CT 229 ............................................................................. $ 175 Gunite/Shotcrete, Panels, 3 cut cores per panel and test, ACI ................ $ 275 Expansion Index, D 4829, IBC 18-3 .......................................................... $ 190 Lightweight Concrete Fill, Compression, C 495 ......................................... $ 80 Expansion Potential (Method A), D 4546 .................................................. $ 170 Petrographic Analysis, C 856 ...................................................................... $ 2,000 Geofabric Tensile and Elongation Test, D 4632....................................... $ 200 Restrained Expansion of Shrinkage Compensation .................................. $ 450 Hydraulic Conductivity, D 5084 ................................................................. $ 350 Splitting Tensile Strength, C 496 ................................................................. $ 100 Hydrometer Analysis, D 6913, CT 203 ..................................................... $ 220 3x6 Grout, (CLSM), C 39 ............................................................................. $ 55 Moisture, Ash, & Organic Matter of Peat/Organic Soils ........................... $ 120 2x2x2 Non-Shrink Grout, C 109 ................................................................. $ 55 Moisture Only, D 2216, CT 226 ................................................................. $ 35 Moisture and Density, D 2937 ................................................................... $ 45 ASPHALT Permeability, CH, D 2434, CT 220 ............................................................ $ 300 Air Voids, T 269 ............................................................................................ $ 85 pH and Resistivity, CT 643 ........................................................................ $ 175 Asphalt Mix Design, Caltrans (incl. Aggregate Quality) ............................. $ 4,500 Proctor Density D1557, D 698, CT 216, AASHTO T-180 ........................ $ 220 Asphalt Mix Design Review, Job Spec ....................................................... $ 180 Proctor Density with Rock Correction D 1557 .......................................... $ 340 Dust Proportioning, CT LP-4........................................................................ $ 85 R-value, D 2844, CT 301 ........................................................................... $ 375 Extraction, % Asphalt, including Gradation, D 2172, CT 382 .................... $ 250 Sand Equivalent, D 2419, CT 217 ............................................................. $ 125 Extraction, % Asphalt without Gradation, D 2172, CT 382 ........................ $ 150 Sieve Analysis, D 6913, CT 202 ................................................................ $ 145 Film Stripping, CT 302 ................................................................................. $ 120 Sieve Analysis, 200 Wash, D 1140, CT 202 ............................................. $ 100 Hveem Stability and Unit Weight D 1560, T 246, CT 366 ......................... $ 225 Specific Gravity, D 854 ............................................................................... $ 125 Marshall Stability, Flow and Unit Weight, T 245 ......................................... $ 240 Thermal Resistivity (ASTM 5334, IEEE 442) ............................................ $ 925 Maximum Theoretical Unit Weight, D 2041, CT 309 ................................. $ 150 Triaxial Shear, C.D, D 4767, T 297 ........................................................... $ 550 Moisture Content, CT 370 ............................................................................ $ 95 Triaxial Shear, C.U., w/pore pressure, D 4767, T 2297 per pt ................ $ 450 Moisture Susceptibility and Tensile Stress Ratio, T 238, CT 371 ............. $ 1,000 Triaxial Shear, C.U., w/o pore pressure, D 4767, T 2297 per pt ........................$ 350 Slurry Wet Track Abrasion, D 3910 ............................................................. $ 150 Triaxial Shear, U.U., D 2850 ...................................................................... $ 250 Superpave, Asphalt Mix Verification (incl. Aggregate Quality) .................. $ 4,900 Unconfined Compression, D 2166, T 208................................................. $ 180 Superpave, Gyratory Unit Wt., T 312 .......................................................... $ 100 Superpave, Hamburg Wheel, 20,000 passes, T 324 ................................. $ 1,000 MASONRY Unit Weight sample or core, D 2726, CT 308 ............................................. $ 100 Brick Absorption, 24-hour submersion, 5-hr boiling, 7-day, C 67 ............ $ 70 Voids in Mineral Aggregate, (VMA) CT LP-2 .............................................. $ 90 Brick Compression Test, C 67 ................................................................... $ 55 Voids filled with Asphalt, (VFA) CT LP-3 .................................................... $ 90 Brick Efflorescence, C 67 ........................................................................... $ 55 Wax Density, D 1188 ...................................................................................$ 140 Brick Modulus of Rupture, C 67 ................................................................. $ 50 Brick Moisture as received, C 67 ............................................................... $ 45 AGGREGATES Brick Saturation Coefficient, C 67 .............................................................. $ 60 Clay Lumps and Friable Particles, C 142 ................................................... $ 180 Concrete Block Compression Test, 8x8x16, C 140 ................................. $ 70 Cleanness Value, CT 227 ............................................................................ $ 180 Concrete Block Conformance Package, C 90 .......................................... $ 500 Crushed Particles, CT 205 ........................................................................... $ 175 Concrete Block Linear Shrinkage, C 426 .................................................. $ 200 Durability, Coarse or Fine, CT 229 .............................................................. $ 205 Concrete Block Unit Weight and Absorption, C 140 ................................ $ 70 Fine Aggregate Angularity, ASTM C 1252, T 304, CT 234 ....................... $ 180 Cores, Compression or Shear Bond, CA Code ........................................ $ 70 Flat and Elongated Particle, D 4791 ........................................................... $ 220 Masonry Grout, 3x3x6 prism compression, C 39 ..................................... $ 45 Lightweight Particles, C 123 ........................................................................ $ 180 Masonry Mortar, 2x2 cube compression, C 109 ...................................... $ 35 Los Angeles Abrasion, C 131 or C 535 ...................................................... $ 200 Masonry Prism, half size, compression, C 1019 ...................................... $ 120 Material Finer than No. 200 Sieve by Washing, C 117 .............................. $ 90 Masonry Prism, Full size, compression, C 1019 ...................................... $ 200 Organic Impurities, C 40 .............................................................................. $ 90 Potential Alkali Reactivity, Mortar Bar Method, Coarse, C 1260 ............... $ 1,250 REINFORCING AND STRUCTURAL STEEL Potential Alkali Reactivity, Mortar Bar Method, Fine, C 1260 .................... $ 950 Chemical Analysis, A 36, A 615 ................................................................ $ 135 Potential Reactivity of Aggregate (Chemical Method), C 289 ................... $ 475 Fireproofing Density Test, UBC 7-6 .......................................................... $ 90 Sand Equivalent, T 176, CT 217 ................................................................. $ 125 Hardness Test, Rockwell, A 370 ............................................................... $ 80 Sieve Analysis, Coarse Aggregate, T 27, C 136 ........................................ $ 120 High Strength Bolt, Nut & Washer Conformance, Sieve Analysis, Fine Aggregate (including wash), T 27, C 136 ................ $ 145 per assembly, A 325 ............................................................................. $ 150 Sodium Sulfate Soundness, C 88 ............................................................... $ 450 Mechanically Spliced Reinforcing Tensile Test, ACI ................................ $ 175 Specific Gravity and Absorption, Coarse, C 127, CT 206 ......................... $ 115 Pre-Stress Strand (7 wire), A 416.............................................................. $ 170 Specific Gravity and Absorption, Fine, C 128, CT 207 .............................. $ 175 Reinforcing Tensile or Bend up to No. 11, A 615 & A 706 ..................... $ 75 Structural Steel Tensile Test: Up to 200,000 lbs., A 370 ......................... $ 90 ROOFING Welded Reinforcing Tensile Test: Up to No. 11 bars, ACI....................... $ 80 Roofing Tile Absorption, (set of 5), C 67 ..................................................... $ 250 Roofing Tile Strength Test, (set of 5), C 67 ................................................ $ 250 Special preparation of standard test specimens will be charged at the technician’s hourly rate. Ninyo & Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures. Docusign Envelope ID: F152E2B5-53D0-43A7-861E-05BE7DAF6182Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B