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