HomeMy WebLinkAboutCO 2025-176 - Towill, IncPSA 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
Towill, Inc., a California Corporation (“Consultant”).
RECITALS
A.City has heretofore issued its request for proposals to perform the following
design professional services: on-call survey and mapping 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 survey and mapping 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
2025-176
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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 Marvin Miller, Regional Director 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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: Towill, Inc.
10390 Commerce Center Drive
Suite C-190
Rancho Cucamonga, CA 91730
Attn: Marvin Miller, Regional Director
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: Towill, Inc.
By: ______________________________
Name Ken Meme Date
______________________________
Title
City of Rancho Cucamonga
By:________________________________
Name Date
_________________________________
Title
By: ______________________________
Name Dawn Antonucci Date
______________________________
Title
(Two signatures required if corporation)
Rancho Cucamonga Fire Protection District
By:________________________________
Name Date
_________________________________
Title
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29D
Secretary to the Board
9/4/2025 | 10:26 AM PDT
President
9/4/2025 | 2:40 PM PDT
Docusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
9/10/2025 | 5:49 AM PDT
Mayor/President
9/10/2025 | 7:13 AM PDT
Fire Chief
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 15
EXHIBIT A
REQUEST FOR STATEMENT OF QUALIFICATIONS
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 16
EXHIBIT B
CONSULTANT PROPOSAL
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
STATEMENT OF QUALIFICATIONS TO PROVIDE
On-Call Surveying and Mapping Services
#24/25-501
SUBMITTED ON January 13, 2025
PREPARED BY TOWILL, INC.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
4.1
Cover Letter/Introduction
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Page 1
January 13, 2025
City of Rancho Cucamonga, Procurement Division
Attn: Marlena Perez
4.1 Cover Letter/Introduction
RE: RFQ # 24/25-501 for On-call Surveying and Mapping Services
Dear Ms. Perez,
Towill, Inc. (Towill) is pleased to present our proposal to the City of
Rancho Cucamonga (City) in response to the Request for Statement of
Qualifications #24/25-501 for On-call Services for Surveying and
Mapping. As a proven partner with the City, (successfully completed 19 task orders under the current
on-call contract) we possess an intimate understanding of the City’s specific needs, processes, and
priorities. This valuable experience, coupled with our demonstrated expertise and commitment to
excellence, uniquely positions us to deliver superior surveying and mapping services that will meet or
exceed the City’s expectations, and this proposal will demonstrate how.
Towill is a surveying and mapping firm; this is our sole focus and has been for 70 years. Land
surveying and aerial mapping is what we do, all we do, and we do it in-house. Much of the work we
provide is to municipalities and public agencies in support of their Capital Improvement Program
(CIP) and private development projects. As a company focused solely on geomatics services, we
attract and retain a core group of passionate survey staff and focus our investments on new survey
equipment and the latest software. Towill’s key personnel who will be assigned to this contract have
an average of over 33 years of professional experience in field surveying, photogrammetric mapping,
remote sensing, and GIS.
We take pride in designing cost-efficient technical approaches that continually meet or exceed our
clients’ requirements for every project assignment. Our goal is never to just complete a
survey/mapping design task but to provide valuable geospatial information that will be used by
engineers and others to improve the places where we work and reside.
Towill has assembled a versatile team with exceptional technical experience, professional
qualifications, and a commitment to being responsive and meeting your objectives. This contract will
be facilitated from our Rancho Cucamonga office, just a few miles away from the City's office.
Leading the team as Project Manager will be James Rios, PLS. James is a Professional Land Surveyor
with 29 years of experience as a Project Manager, Project Surveyor, Party Chief, and Mapping
Manager. James has well-rounded experience with a heavy focus on projects for Southern California
public-sector clients, including the Cities of Rancho Cucamonga, Fullerton, Anaheim, Santa Ana,
Chino, Moreno Valley, and Yucaipa. Additionally, we have held a long-standing contract with Southern
California Edison, which has had many task orders throughout San Bernardino County that James
has heavy involvement with.
Towill believes that our Core Values result in repeat clients. One of Towill’s core values is the focus
that is placed on providing our clients with superior services. The evidence that this core value works
is shown by our high rate of repeat clients and referrals. Over 90% of Towill’s annual revenue is from
Consultant Name
Towill, Inc.
Consultant Address
10390 Commerce Center Dr., C-190
Rancho Cucamonga, CA 91730
Contact Person
Marvin Miller
Regional Director, Principal-in-Charge
marvin.miller@towill.com
909.303.7960 Ext. 1504
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Page 2
repeat clients. This is a testament to our client focus, culture of client service, and overall ability to
deliver on-time, first-time-right services. The City will reap the benefits of a stable, client-focused
team that will work on this contract for every assigned task. So, why are we interested in this
opportunity to work with the City of Rancho Cucamonga? Because you provide us with the
opportunity to continue to do our best work! The City is offered a team that is uniquely qualified for
this contract for the following reasons:
• Expert Management: Our Project Manager James Rios, PLS has almost 3 decades of experience
providing land surveying services to city and county agencies, and James has lived in the Inland
Empire since 1999, has been active in many local community organizations, and has raised a
family close to our Rancho Cucamonga office.
• Longevity and Stability with Singular Focus: Since 1955, surveying and mapping has been our
single line of business; we are a pure surveying and mapping firm—this is our passion.
• Innovations: Towill provides cost-effective and innovative technical approaches to ensure timely
completion of projects.
• Solutions from Local Knowledge: We have worked side-by-side with several other local cities
and counties. Additionally, many of Towill’s staff live close by, they are excited to work on
projects that build and grow the community in which they live.
• Depth of Resources: Our team provides a large capacity of local surveying and data acquisition
equipment and personnel to provide timely mobilization for projects, with ample field and office
staff. In addition, Towill’s large staff of surveyors and task managers will provide the depth
required to allow for quality projects and on-time implementation. Towill’s strength is our size:
we are big enough to handle large, complex, concurrent task orders, yet small enough to be
flexible when handling smaller projects on short notice and to provide a very personalized
service to the City.
• Commitment to Quality: We have a comprehensive quality assurance and quality control
(QA/QC) program with numerous verification steps, from project design through submittal of
deliverables.
Towill confirms that our ability and willingness to comply with all provisions stated within the RFQ. As
Project Principal and as a member of Towill’s Executive Leadership Team, I am authorized to bind
the contract. If you have any questions, please do not hesitate to contact me at 909.303.7960.
Thank you for taking the time to read this Statement of Qualifications and for the consideration of
Towill, Inc. We look forward to continuing our great working relationship with the City on this exciting
contract!
Sincerely,
TOWILL, INC.
Marvin Miller, MBA, PPS, CP
Regional Director/Principal-in-Charge
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
4.2
Table of Contents
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
Page 3
4.2 Table of Contents
4.1 Cover Letter/Introduction ....................................................................................................................................... 1
4.2 Table of Contents ...................................................................................................................................................... 3
4.3 Executive Summary ................................................................................................................................................... 4
4.4 Firm Experience/Qualifications ............................................................................................................................. 7
4.5 Third-Party/Subcontractors..................................................................................................................................... 9
4.6 Staff Resumes and Organization Chart ................................................................................................................ 10
4.7 Project Management Approach ............................................................................................................................. 26
Conclusion ................................................................................................................................................................ 30
5.1 Disciplines and Applicable Scope of Services (uploaded as a separate document titled Towill Section 5.1
Surveying and Mapping)
EXHIBITS (Exhibits A-G and Exhibit H uploaded as a separate document)
Exhibit A City of Rancho Cucamonga Conflict of Interest/Non-Disclosure Statement
Exhibit B Professional Services Agreement Exceptions Summary
Exhibit C Acknowledgment of Insurance Requirements and Certification of Ability to Provide and
Maintain Coverages Specified
Exhibit D Addendum Acknowledgement
Exhibit E Debarment and Suspension Certification Form
Exhibit F Participation Clause
Exhibit G Signature of Authority
Exhibit H References Worksheet
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
4.3
Executive Summary
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.3 Executive Summary
Page 4
4.3 Executive Summary
Towill, Inc. (Towill) is an experienced provider of
surveying and geomatics services offering a
broad range of advanced surveying, mapping,
and geospatial solutions, which include land
surveying; high accuracy specialty surveying;
digital aerial photography; airborne, terrestrial,
and mobile Light Detection and Ranging (LiDAR);
digital 3D and 2D photogrammetric mapping;
volumetrics; and geographic information
systems (GIS).
Since our establishment in 1955, the field of
surveying and mapping has been Towill’s sole
focus. We have become one of the most
accomplished providers of geospatial solutions
in the western United States. Towill continually
invests in modern hardware, software, and
training so that we can provide our clients with the most accurate, cost-efficient, and timely services
available.
This commitment to innovation, combined with our dedicated, passionate staff, are the keys to
Towill’s success, which is demonstrated by our high rate of repeat clients and referrals. Over 90% of
Towill’s business comes from repeat clients, which is a testament to our client focus, culture of client
service, and overall ability to deliver on-time, first-time-right services.
Approach to RFQ
Towill has developed an approach that thoroughly addresses the scope of services outlined in the
City’s Request for Qualifications (RFQ). It incorporates lessons we have learned during our 70 years
of successful operations providing land surveying and mapping services to our clients. Not only will
you find a detailed approach to design and construction surveying, but we have also provided a
value-added approach demonstrating how combining traditional field surveying techniques with
LiDAR and photogrammetric mapping can oftentimes save time and money for our clients, while
providing deliverables that are even more useful than what had originally been requested. Towill’s
versatility as a full-service geomatics firm provides this additional benefit to our clients.
Experience
Over the last 7 decades, Towill has completed more than 20,000 projects across a wide range of
industries in support of engineering design, transportation, rail, tunneling, major planning, GIS,
construction, and floodplain projects. Our projects range from large to small and from multi-million-
dollar, multi-year on-call contracts with agencies such as the U.S. Army Corps of Engineers (USACE)
and the State of California Departments of Transportation (Caltrans) and Water Resources (DWR), to
smaller projects completed in as little as one day. We provide our clients with a single source for all
their surveying, mapping, and GIS needs.
Key Towill Qualifications
Towill has a 70-year reputation of exceeding our
clients’ expectations on land surveying and
mapping projects.
With a local Rancho Cucamonga office, Towill
represents a highly responsive team with a lower
mobilization cost.
Towill represents a single consultant that can
provide all of the required services for this
important program.
Towill offers both the traditional land surveying
services and aerial mapping services as required
by the City: all in-house, which allows us to
develop added-value approaches for you.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.3 Executive Summary
Page 5
Towill has worked with dozens of public agencies, from local to federal, throughout our history; we
understand your priorities and the unique challenges that cities face. Our previous experience on
dozens of as-needed or on-call surveying and mapping contracts for various public-sector clients
provides us with working knowledge of local agency systems, procedures, and expectations. We
excel at managing multiple projects simultaneously because we know that our clients depend heavily
on the deliverables that we produce to perform their planning, design, and construction tasks. Towill
has the staff, experience, and resources needed to complete your tasks on time and on budget.
With an office right in Rancho Cucamonga, we have worked extensively on local projects, such as the
I-15/Baseline Road Interchange Improvement project in Rancho Cucamonga, Laurel Street Grade
Separation and Mt. Vernon Avenue/UPRR Bridge Improvement projects in Colton, Lenwood Road
Grade Separation in Barstow, Chino Hills Underground Project, and many others.
We are fully capable of managing the workload that we expect the City will have under this contract.
Our firm is built for this kind of contract: we are completely flexible with meeting your schedules and
budget constraints and have repeatedly shown that we will strive to meet all of our clients’ goals on
each project. We have the expertise and the latest technology, and are fortunate to be located within
the City, enabling Towill to provide prompt, experienced, and reliable results for all of your survey
requests. In short:
We have a solid relationship with the City and know your procedures and staff.
We understand the ins and outs of working with municipalities.
We specialize in providing the exact services required by the City.
We have a proven track record of providing these services to numerous local clients.
We have a broad understanding of the unique regulations that apply to the City of Rancho
Cucamonga and the surrounding area.
Below are two highlighted task orders we have completed for the recent contract with the City of
Rancho Cucamonga, all on schedule and within budget:
Major Arterial Pavement Rehabilitation Project for Highland Avenue and Hermosa Avenue
Towill provided centerline control establishment, monument preservation, and construction support
services along Hermosa Avenue from Banyan Street to Wilson Avenue and along Highland Avenue
from Archibald Avenue to Haven Avenue. Towill’s services included the establishment of horizontal
and vertical project control utilizing GPS and digital levels. Towill then performed a pre-construction
monument preservation survey of 31 centerline monuments and associated ties (four for each
monument).
Upon completing the field verification, Towill prepared and filed pre-construction corner records with
the County of San Bernardino. Towill was tasked with construction surveying tasks for this project,
including setting construction stakes, reviewing the project plans, and checking the computations.
Upon completion of the construction, monuments that were disturbed during construction were reset
by Towill field personnel. Signed corner records were then prepared for each reset monument and
filed with the San Bernardino County Surveyors’ office.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.3 Executive Summary
Page 6
Church Street Pavement Rehabilitation Project
Towill performed a survey for this pavement rehabilitation construction project along Church Street
from Millikan Avenue to Haven Avenue. Tasks included establishing horizontal and vertical project
control using GPS and digital levels, performing a topographic survey of the project site including all
visible features and utilities, performing a monument preservation survey before construction, filing
pre-construction corner records with the County of San Bernardino, and performing post-construction
monument perpetuation upon completion of the construction. Signed post-construction corner
records were filed with the San Bernardino County Surveyor.
Staffing
Towill brings personnel with hands-on experience and working knowledge of every step involved in
project execution. We are confident that the City will enjoy working with our team members. Our
Project Manager and task leads will be supported by over 45 staff with experience working in both
rural and urban environments.
Our team will be managed by James Rios, PLS. James has 29 years of experience and is based in our
Rancho Cucamonga office. James will serve as the City’s single point-of-contact for this contract. He
has successfully managed on-call contracts for many clients, including the Cities of Rancho
Cucamonga, Yucaipa, Fullerton, Anaheim, and Chino.
Our Regional Director, Marvin Miller, CP, PPS, will serve as our Project Principal responsible for
contract administration, budget and schedule monitoring, and oversight of the project team. Marvin
is based out of our Rancho Cucamonga and Orange County offices and has 49 years of experience in
the geomatics and surveying profession.
We have assigned Jake Kruger, PLS, as our Quality Assurance/Quality Control Lead for this contract.
Jake has 32 years of experience and is responsible for thoroughly checking our deliverables for
professional quality, technical accuracy, completeness, and consistency.
All Towill Team members are fully available for the duration of this project.
Further information about our proposed key personnel is provided throughout our proposal.
Towill Photos for Recent City of Rancho Cucamonga Projects
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
4.4
Firm Experience/Qualifications
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.4 Firm Experience/Qualifications
Page 7
4.4 Firm Experience/Qualifications
The matrix below shows six of Towill’s representative projects within the last five years and demonstrates how each
project is similar to the services required by the City.
Towill’s Representative Projects
To
p
o
g
r
a
p
h
i
c
a
l
s
u
r
v
e
y
a
n
d
a
e
r
i
a
l
s
u
r
v
e
y
s
Re
c
o
r
d
s
o
f
s
u
r
v
e
y
Le
g
a
l
d
e
s
c
r
i
p
t
i
o
n
s
a
n
d
p
l
a
t
m
a
p
s
f
o
r
ri
g
h
t
of
wa
y
a
c
q
u
i
s
i
t
i
o
n
s
Ri
g
h
t
o
f
w
a
y
b
a
s
e
m
a
p
p
i
n
g
Bo
u
n
d
a
r
y
a
n
d
c
o
n
t
r
o
l
s
u
r
v
e
y
s
Mo
n
u
m
e
n
t
p
e
r
p
e
t
u
a
t
i
o
n
/
p
r
e
s
e
r
v
a
t
i
o
n
i
n
c
l
u
d
i
n
g
pr
e
-
an
d
p
o
s
t
-co
n
s
t
r
u
c
t
i
o
n
r
e
c
o
r
d
s
Pr
e
p
a
r
e
a
n
d
f
i
l
e
c
o
r
n
e
r
r
e
c
o
r
d
s
Ma
r
k
l
i
m
i
t
s
o
f
r
e
m
o
v
a
l
s
Co
n
s
t
r
u
c
t
i
o
n
s
u
r
v
e
y
i
n
g
Su
r
v
e
y
p
l
a
n
c
h
e
c
k
i
n
g
Pr
e
p
a
r
e
a
n
d
r
e
v
i
e
w
o
f
t
e
n
t
a
t
i
v
e
t
r
a
c
t
a
n
d
a
p
a
r
c
e
l
ma
p
s
a
n
d
f
i
n
a
l
t
r
a
c
t
m
a
p
s
a
n
d
p
a
r
c
e
l
m
a
p
s
City of Rancho Cucamonga, On-Call Design and
Construction Surveying Services, Aug 2019 – Ongoing
Contact Information: Romeo David, Assoc. Engineer
909.774.4070, romeo.david@cityofrc.us
Towill Staff: Rios, Miller, Johnson, Rocha
City of Fullerton, On-Call Professional Surveying
Services, Dec 2018 - Ongoing
Contact Information: David Grantham, PE, City
Engineer, 714.738.6853,
david.grantham@cityoffullerton.com
Towill Staff: Rios, Miller, Johnson, Rocha, Kruger,
Amenda
City of Santa Ana, On-Call Professional Land Survey
Services, May 2023 - Ongoing
Contact Information: Andrew Hanna, Assistant Engineer
714,647.5076, ahanna@santa-ana.org
Towill Staff: Rios, Miller, Johnson, Rocha, Amenda
City of Anaheim Department of Public Works, On-Call
Land Surveying and Aerial Mapping, Sep 2023 - Ongoing
Contact Information: Richard W. Hill, PLS, City Surveyor
712.765.5284, rwhill@anaheim.net
Towill Staff: Rios, Miller, Johnson, Rocha, Kruger,
Amenda
Southern California Edison, Master Services Agreement,
Land Surveying Services, Jan 2010 - Ongoing
Contact Information: Freddy Torrez, PLS, Land Mgmt.
714.895.8780, freddy.torrez@sce.com
Towill Staff: Rios, Miller, Johnson, Rocha, Amenda,
Kruger
Los Angeles County Department of Public Works, As-
Needed Survey and Mapping Services, May 2015 – Jan
2022
Contact Information: Louis Romero, PE, Capital Projects
Manager, 626-300-3221, loromero@dpw.lacounty.gov
Towill Staff: Rios, Miller, Johnson, Rocha
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.4 Firm Experience/Qualifications
Page 8
Since 1955, Towill has provided a full suite of in-house
surveying, mapping, and geospatial solutions to clients
throughout California. The services we provide include land
surveying; high-accuracy specialty surveying; digital aerial
photography; airborne, terrestrial, and mobile Light Detection
and Ranging (LiDAR); digital 3D and 2D photogrammetric
mapping; volumetrics; and geographic information systems
(GIS). With Southern California offices in Rancho Cucamonga,
Orange, and San Diego, Towill provides clients with a talented
pool of surveying and mapping specialists with decades of
relevant experience performing virtually every type of
surveying task for municipal projects.
Towill offers the City a strong depth of recent and relevant
project experience in the local region. We believe one of the
greatest measures of success is repeat business, which is
why we are proud of the relationships we have developed with
public agencies in Southern California. Much of the work
Towill has performed for these cities and agencies is similar to
the surveying services the City is requesting in this RFP,
including survey monument research and verification, filing
corner records, resetting monuments, horizontal and vertical
control, setting benchmarks, topographic survey, providing
cross sections, identifying visible utilities and structural
features, traffic control, marking limits of removals, and
construction staking.
Key Towill Qualifications
Towill, a California-based full-service surveying and
mapping firm with 70 years of successful operations, is
fully capable of meeting or exceeding all of the City’s
surveying and mapping service requirements without
the assistance of subconsultants.
Approximately 90% of Towill’s annual revenue is from
repeat clients. This is a testament to our client focus,
culture of client service, and overall ability to deliver on-
time, first-time-right services.
Over the past 15 years, Towill has successfully been
providing the same exact on-call surveying and mapping
services as required by the City to the southern
California cities of Rancho Cucamonga, Moreno Valley,
Colton, Chino, Santa Ana, Fullerton, Irvine, Huntington
Beach, Long Beach, Pomona, Pasadena, San Diego, and
Vista, and the Counties of San Bernardino, Riverside,
Orange, Los Angeles, and San Diego.
Required Information
Years in Business: 70
California Office Locations
10390 Commerce Center Drive, Suite C-190
Rancho Cucamonga, CA 91730
500 S. Main Street, Suite 540
Orange, CA 92868
8799 Balboa Avenue, Suite 140
San Diego, CA 92123
7555 N. Palm Avenue, Suite 203
Fresno, CA 93711
22320 Foothill Boulevard, Suite 230
Hayward, CA 94541
99 S. Almaden Boulevard, Suite 600
San Jose, CA 95113
1900 Powell Street, Suite 700
Emeryville, CA 94608
2300 Clayton Road, Suite 1200
Concord, CA 94520-2176
Firm Organization: C Corporation,
State of CA
Date Founded: 08/20/1955
Date Incorporated: 12/11/1968
As a team member Towill recently
received notification of a 2024 American
Council of Engineering Companies
California (ACEC CA) Engineering
Excellence Merit Award for the Mid
County Parkway Construction Contract 1
- I-215/Placentia Avenue Interchange
project and a 2024 ACEC CA Engineering
Excellence Merit Award for the I-
15/Railroad Canyon Road Interchange
project. The plaques will be awarded to
teams on February 5, 2025.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
4.5
Third-Party/Subcontractors
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.5 Third-Party/Subcontractors
Page 9
4.5 Third-Party/Subcontractors
As a field survey and mapping specialty firm, Towill provides our clients with an optimal consulting
experience. Similar to a small firm, we have the flexibility to give each client and project a high
degree of individualized attention; like a large firm, we own and operate the most advanced tools
available in the geomatics profession. Moreover, due to our established history as a firm that is
solely focused on surveying and mapping, we attract and employ dedicated subject-matter experts
who are available to provide specialized assistance when needed.
As a full-service geomatics firm, Towill performs all of the services described in the RFP in house and
does not propose the use of sub-consultants for this contract.
What do our clients say about working with Towill?
“I sincerely thank you and the members of your staff for your assistance on our aerial mapping
contracts. The professionalism and expertise you and your staff demonstrated on a continuing basis
enabled us to provide survey control and topography to our internal customers in a timely manner.”
- Steven G. Steinhoff, Assistant Deputy Director, County of Los Angeles, Dept. of Public Work
“Towill has provided exceptional surveying services for a number of City projects large and small.
Completed projects occurred within the agreed-upon budget, schedule, and resulted in well-
constructed infrastructure throughout the City. Towill staff are friendly and professional, easy to work
with and very responsive to our needs.”
- Joe Bride, Public Works Director, City of Del Mar
“Towill, Inc. successfully completed the scope of work required for the project on time and within
budget. The project required knowledge of Caltrans improvements and their surveying standards, in
which Towill was very competent. Additionally, Towill was very accommodating when requested to
provide additional design survey to assist the Resident Engineer with design changes for drainage
and ADA improvements without delay. Towill is recommended for future work at the City of Vista.”
- Matt Atteberry, Senior Engineer, City of Vista
“The DWR Geodetic Branch has had a contract with them for surveying services for the last 5 years
and just contracted them for another 5 years. They provide exceptional client service and attention to
quality. They work closely with us to tailor projects to our exact needs. They are consistently on
schedule and budget. I have not seen a more dedicated, efficient, responsive, client service-oriented
consultant.”
- Daniel K. Mardock, PLS, Chief of the Geodetic Branch (Retired), State of California,
Department of Water Resources
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
4.6
Staff Resumes and Organization Chart
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 10
4.6 Staff Resumes and Organization Chart
Towill is pleased to introduce the team of key
personnel we have selected specifically for this
contract. Our assigned key personnel will be
available to the extent proposed for the
contract’s duration. At any given time, Towill’s
active backlog represents ~45% of our monthly
capacity. Accordingly, we have more than
enough capacity to support the anticipated
requirements of this program.
Towill’s proposed key personnel will be available
to assist the City with task orders as they arise
under this contract. No person designated as
“key” to the project will be removed or replaced
without the prior written concurrence of the City.
The organizational chart below depicts the roles
and duties of our proposed staff for this contract with the City.
Key Towill Qualifications
Towill’s key management staff assigned to
this program have on average 33 years of
experience in surveying and mapping.
Towill’s previous and extensive experience
with on-call surveying and mapping for City
of Rancho Cucamonga, and other contracts
for city, county, state, and federal clients
provides us with a solid working knowledge
of local and federal agency systems, goals,
objectives, and expectations.
From our Rancho Cucamonga office, Towill is
within a short drive for face-to-face meetings
with the City’s Project Manager and
representatives.
Office Survey Support
Up to 15 survey and CADD
technicians available
as needed
Specialty Survey Support
Up to 20 specialty
staff available
as needed
Project Manager
James Rios, PLS
Specialty/Aerial Survey Leads
Lorraine Amenda, PLS, CP
Sara Reed, CP, CMS-L, LSIT
Field Survey Lead
Oliver Rocha, LSIT
Office Survey Lead
Christopher Johnson, LSIT
Project Principal
Marvin Miller, MBA, CP, PPS
QA/QC
Jake Kruger, PLS
Field Survey Support
Up to 10 field
crews available
as needed
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 11
Capacity
The Towill Team Experience Table shows that all personnel meet the minimum requirements and
possess and maintain all appropriate licenses and/or certifications. Additionally, many have provided
the surveying and mapping services requested in the RFQ.
The table below shows the names and license numbers of our key staff who can be called upon to
assist with the City’s approval if needed. Resumes for our proposed key personnel are provided on
the following pages for the City’s review.
TOTAL IN-HOUSE CAPACITY—CALIFORNIA
Name Classification Name Classification Name Classification
Halbom, John PE # 92934 Vielbaum, Matthew PLS #9506 Reed, Sara LSIT #7259
Amenda, Lorraine PLS #7217 Vue, Touko PLS #9797 Rocha, Oliver LSIT #5033
Borges, Frank PLS #7922 Aimaitijiang, Tom LSIT #9251 Cacho, Kathlene EIT #169783
Boyea, Angela PLS #8143 Duran, Oscar LSIT #8874 Knecht-Larribas, Kristine EIT #169206
Eyerman, James PLS #6336 Dzul, Maxim LSIT #9252 Reed, Sara CMS-LIDAR #L088
Halbom, John PLS #9733 Gregory, Frederick LSIT #7701 Amenda, Lorraine CP #1517
Kruger, Jake PLS #8462 Gwizdak, Walter LSIT #8966 Duran, Oscar CP #1675
Lewis, Nicholas PLS #8105 Johnson, Chris LSIT #5129 Maalouli, George CP #1480
May, John G. PLS #6186 Inocencio, Maceo LSIT #9329 Meme, Ken CP #1158
May, John T. PLS #8570 Knecht-Larribas, Kristine LSIT #8814 Miller, Marvin CP #1025
Moniz, Jason PLS #9882 Luka, Teresa LSIT #7196 Reed, Sara CP #1634
Pickard, Menashe PLS #9435 McNeil, Jared LSIT #8584 Guerrero, Miguel GISP #58112
Rios, James PLS #8823 Peterson, Chase LSIT #9239 Boyea, Angela CFedS #1776
PE: Professional Engineer PLS: Professional Land Surveyor LSIT: Land Surveyor-in-Training EIT: Engineer-in-Training
CMS: Certified Mapping Scientist CP: Certified Photogrammetrist CFedS: Certified Federal Surveyor
GISP: Certified Geographic Information Systems Professional
Towill Team
Experience
To
p
o
g
r
a
p
h
i
c
a
l
s
u
r
v
e
y
a
n
d
a
e
r
i
a
l
s
u
r
v
e
y
s
Re
c
o
r
d
s
o
f
s
u
r
v
e
y
Le
g
a
l
d
e
s
c
r
i
p
t
i
o
n
s
a
n
d
p
l
a
t
m
a
p
s
f
o
r
r
i
g
h
t
of
wa
y
ac
q
u
i
s
i
t
i
o
n
s
Ri
g
h
t
o
f
w
a
y
b
a
s
e
m
a
p
p
i
n
g
Bo
u
n
d
a
r
y
a
n
d
c
o
n
t
r
o
l
s
u
r
v
e
y
s
Mo
n
u
m
e
n
t
p
e
r
p
e
t
u
a
t
i
o
n
/
p
r
e
s
e
r
v
a
t
i
o
n
i
n
c
l
u
d
i
n
g
pr
e
-
an
d
p
o
s
t
-co
n
s
t
r
u
c
t
i
o
n
r
e
c
o
r
d
s
Pr
e
p
a
r
e
a
n
d
f
i
l
e
c
o
r
n
e
r
r
e
c
o
r
d
s
Ma
r
k
l
i
m
i
t
s
o
f
r
e
m
o
v
a
l
s
Co
n
s
t
r
u
c
t
i
o
n
s
u
r
v
e
y
i
n
g
Su
r
v
e
y
p
l
a
n
c
h
e
c
k
i
n
g
Pr
e
p
a
r
e
a
n
d
r
e
v
i
e
w
o
f
t
e
n
t
a
t
i
v
e
t
r
a
c
t
a
n
d
a
p
a
r
c
e
l
ma
p
s
a
n
d
f
i
n
a
l
t
r
a
c
t
m
a
p
s
a
n
d
p
a
r
c
e
l
m
a
p
s
James Rios, PLS
Marvin Miller, MBA, CP, PPS
Jake Kruger, PLS
Chris Johnson, LSIT
Oliver Rocha, LSIT
Lorraine Amenda, PLS, CP
Sara Reed, CP, CMS-L, LSIT
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 12
James Rios has 29 years of professional experience as a
Project Manager, Party Chief, and Mapping Manager. His
extensive experience includes performing field calculations,
right of way and boundary surveys, and mapping. He has
organized, managed, and executed QA/QC plans and has
managed a broad range of assignments for various projects
requiring extensive knowledge of land surveying and mapping.
As the account manager, he will be responsible for preparation
of estimates, technical scopes of work, technical and
administrative reporting, and invoices. He will oversee all of
the project team group leaders and their functions including
those of the safety coordinator.
City of Rancho Cucamonga, On-Call Design and Construction
Surveying Services, Rancho Cucamonga, CA: Mr. Rios is
serving as a Project Manager under an on-call contract with
the City of Rancho Cucamonga. Towill is responsible for the
coordination and management of the required survey services
with the project construction crew and City personnel. Design
survey deliverables include signed and dated original survey
notes, point data in ASCII file format, and base map data in
AutoCAD format. Additionally, Towill is establishing horizontal
and vertical control, preparing and filing corner records with
San Bernardino County, and providing staking, field survey
cross-sections, pre- and post-construction monument
preservation.
City of Yucaipa, As-needed Professional Surveying Services, Yucaipa, CA: Mr. Rios serves as Project
Manager for this contract. Towill is providing a variety of as-needed land surveying services to the
City of Yucaipa. Recent task orders have involved providing construction staking services for various
projects, including Oak Glen Road Widening, 32032 Dunlap Boulevard, and Avenue H and County
Line. For each project, construction control based on U.S. survey feet was provided by the designer.
Towill verified the values prior to the start of construction and produced reports with the results of
each survey. We maintained and perpetuated the control network for the duration of each project.
Towill also performed conform verification surveys at existing road crossings and conforms prior to
construction staking. We performed spot checks to existing ground elevations for verification of plan
contours and grid grade notes. Towill produced job-specific Daily Field Work Assignment Sheets and
Weekly Field Progress Reports to maintain an up-to-the-minute, detailed record of the survey
operation. All deliverables were scheduled, managed, and performed in accordance with the
methods, procedures, and requirements of the Caltrans Surveys Manual and Caltrans Staking in
Chapter 12 of the Manual.
City of Chino, As-needed Land Surveying and Mapping, Kimball Avenue Topographic Survey, Chino,
CA: Mr. Rios serves as Project Manager for this contract. Towill provided as-needed land surveying
and mapping services to the City of Chino. Towill performed an emergency-response topographic
survey to assist the City in evaluating an area of Kimball Avenue between Euclid Avenue and Rincon
Meadows Avenue that is prone to flooding. Towill completed this emergency project in four (4) days
after receipt of the notice to proceed. Deliverables were provided in PDF and Civil 3D DWG file
format.
JAMES RIOS, PLS
ROLE IN THE PROJECT
Project Manager
YEARS OF EXPERIENCE
With Towill 8
Total Years 29
LICENSE/REGISTRATION
Professional Land Surveyor
#8823 / CA
EDUCATION
Various survey-related
courses completed at:
University of California
Riverside, Riverside, CA;
Santiago Canyon College,
Orange, CA; and ITT
Technical Institute, Anaheim,
CA
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 13
Los Angeles County Department of Public Works (LACDPW), On-call Surveying and Mapping, Los
Angeles County, CA: Mr. Rios served as Deputy Project Manager for this on-call contract throughout
the County of Los Angeles. Two task orders are highlighted below:
• LACDPW, Public Works Headquarters Renovation Project, Alhambra, CA: Towill prepared an ALTA
survey for the LACDPW Headquarters in Alhambra, California. The project included the creation
of a base map of the facility using photogrammetric mapping techniques at a scale of 1" = 20'
and the development of a Digital Terrain Model (DTM) sufficient in detail for generating 1.0'
design contours. Portions of this base map were supplemented with field survey topo data for
creating 0.1' contours in parking areas. In addition to the ALTA survey, Towill prepared a Record
of Survey and submitted the same to the County of Los Angeles for review and recordation. Mr.
Rios served as Project Surveyor for this task order. Major responsibilities included a review of all
field and office survey tasks, progress reporting, and project deliverable
reviews/approval/stamping.
• LACDPW, Franklin D. Roosevelt Park Stormwater Capture Project, Los Angeles, CA: Mr. Rios
served as the Project Surveyor for this task order. Specific responsibilities included the review of
daily field progress reports, technical oversight of all field and office survey activities, conducting
site safety reviews, and assisting with quality assurance audits. Under Mr. Rios’ direction and as
part of Towill’s On-Call Surveying and Mapping Services contract, field crews established
horizontal and vertical project control, provided construction staking of soccer fields, ADA ramps,
storm drains, para course stations, concrete maintenance driveways, etc. Towill also provided
supervision of our subconsultant performing utility mark-out and potholing and performed field
survey locates of their utility paint marks and potholes.
City of Moreno Valley, Survey Services for Statewide Safe Routes to School Program, Moreno Valley,
CA: Mr. Rios is serving as Project Manager for the survey services for the development of plans to fill
in approximately 2,800 linear feet of missing street improvements, improving connections to
adjacent neighborhoods and schools, and upgrading existing segments that do not meet current
standards or generally accepted industry practices. Other project infrastructure improvements
include grading, street pavement widening, curbs, gutters, street lights, ADA compliant pedestrian
ramps, drainage facilities, retaining wall, power pole, traffic signal pole, fence, street signs, storm
drain inlets, and other existing facility relocations, and radar speed feedback signs.
San Bernardino County Transportation Authority (SBCTA), I-15/Baseline Road Interchange, Rancho
Cucamonga, CA: Mr. Rios served as a Project Surveyor for this SBCTA interchange project. Towill
provided full construction survey support services, including monument preservation and
perpetuation, construction staking, horizontal and vertical control, as-built surveys, and right of way
surveys.
Southern California Edison (SCE), Valley-Ivyglen Project, Riverside County, CA: This EPC project under
Wilson Construction served to construct a new 115 kV subtransmission line, install a new fiber optic
line, transfer and some reconstruction of existing distribution circuits along portions of the route, and
identify and acquire rights of way for property along a 37-mile route across southern Riverside
County, CA. In support of the pre-construction phase, Towill provided preliminary pole/vault staking
for approximately 900 mainline poles and 16 vaults; underground utility research, mark out, and
field locate surveys. Following 100% design, we provided construction support staking for the
overhead and underground segments. Finally, Towill conducted airborne as-built mapping to
provided required data validating the construction with the design. As Survey Manager, Mr. Rios was
responsible for overseeing the field and office efforts.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 14
Marvin Miller is an accomplished geomatics professional
with 49 years of project/operations management, project
design/implementation, and leadership/consulting
experience within the disciplines of surveying, remote
sensing, photogrammetry, enterprise GIS, and related
geomatics services. His experience includes the
organization, management, and oversight of hundreds of
major surveying and mapping projects. During his career,
Mr. Miller has served as the principal in charge, project
manager, technical compliance manager, and surveyor of
record for numerous federal, state, and local agency
project undertakings. He will be responsible for ensuring
the allocation of corporate resources, contract
administration, and performing independent technical
reviews.
City of Rancho Cucamonga, On-Call Design and
Construction Surveying Services, Rancho Cucamonga, CA:
Under our on-call contract with the City of Rancho
Cucamonga. Towill is responsible for the coordination and
management of the required survey services with the
project construction crew and City personnel. Design
survey deliverables include signed and dated original
survey notes, point data in ASCII file format, and base
map data in AutoCAD format. Additionally, Towill also
provides project control surveys, prepares/files corner
records with San Bernardino County, performs
construction staking, and pre/post-construction
monument preservation.
City of Chino, As-needed Land Surveying and Mapping,
Kimball Avenue Topographic Survey, Chino, CA: Mr. Miller
serves as Principal-in-Charge for this contract. Towill
provided as-needed land surveying and mapping services
to the City of Chino. Towill performed an
emergency-response topographic survey to assist the City
in evaluating an area of Kimball Avenue between Euclid
Avenue and Rincon Meadows Avenue that is prone to
flooding. Towill completed this emergency project in four (4) days after receipt of the notice to
proceed. Deliverables were provided in PDF and Civil 3D DWG file format.
City of Yucaipa, As-needed Professional Surveying Services, Yucaipa, CA: Mr. Miller serves as
Principal-in-Charge for this contract. Towill is providing a variety of as-needed land surveying services
to the City of Yucaipa. Recent task orders have involved providing construction staking services for
various projects, including Oak Glen Road Widening, 32032 Dunlap Boulevard, and Avenue H and
County Line. For each project, construction control based on U.S. survey feet was provided by the
designer. Towill verified the values prior to the start of construction and produced reports with the
results of each survey. We maintained and perpetuated the control network for the duration of each
project.
MARVIN MILLER, MBA CP,
PPS
ROLE IN THE PROJECT
Project Principal
YEARS OF EXPERIENCE
With Towill 7
Total Years 49
LICENSES/REGISTRATION
Professional Land Surveyor
#24988 / South Carolina
Registered Professional
Photogrammetrist
#80664 / Oregon
Surveyor Photogrammetrist
#0408000161 / Virginia
CERTIFICATION
Certified Photogrammetrist
#R1025 / ASPRS
EDUCATION
MBA, Central Michigan
University, Mt. Pleasant, MI
B.A., Geology, University of
Central Missouri, Warrensburg,
MO
B.S., Geography, University of
Central Missouri, Warrensburg,
O
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 15
For the City of Yucaipa, Towill also performed conform verification surveys at existing road crossings
and conforms prior to construction staking. We performed spot checks to existing ground elevations
for verification of plan contours and grid grade notes. Towill produced job-specific Daily Field Work
Assignment Sheets and Weekly Field Progress Reports to maintain an up-to-the-minute, detailed
record of the survey operation. All deliverables were scheduled, managed, and performed in
accordance with the methods, procedures, and requirements of the Caltrans Surveys Manual and
Caltrans Staking in Chapter 12 of the Manual.
City of Fullerton, On-call Professional Surveying Services, Fullerton, CA: Towill was selected for a
multi-year contract to provide on-call surveying services to the City of Fullerton. Scope of services
includes but is not limited to, design topographic surveys, aerial topographic surveys, boundary
surveys and analysis, legal descriptions, pre- and post-construction corner records, Records of
Survey, construction staking, and plan check services. Task orders to date include Maple Avenue
street reconstruction, Rosecrans Avenue pavement rehabilitation and monument restoration, Barris-
Fern area design survey, and Acacia Park topographic survey.
City of Moreno Valley, Survey Services for Statewide Safe Routes to School Program, Moreno Valley,
CA: Mr. Miller is serving as Principal-in-Charge for the survey services for the development of plans to
fill in approximately 2,800 linear feet of missing street improvements, improving connections to
adjacent neighborhoods and schools, and upgrading existing segments that do not meet current
standards or generally accepted industry practices. Other project infrastructure improvements
include grading, street pavement widening, curbs, gutters, street lights, ADA-compliant pedestrian
ramps, drainage facilities, retaining wall, power pole, traffic signal pole, fence, street signs, storm
drain inlets, and other existing facility relocations, and radar speed feedback signs.
City of Irvine Culver Drive and University Drive Intersection Improvements, Irvine, CA: Mr. Miller is
serving as Principal-in-Charge for this On-Call Surveying contract with the City of Irvine. Towill is
providing construction surveying services to support the Culver Drive/University Drive Intersection
Improvements project. The project involves widening the roadway; reconstructing the concrete
median, sidewalks, curb and gutter, etc.; street light relocation; traffic signal modification; extension
of an existing channel box culvert; installation of a landscape and irrigation system; signing, striping,
and pavement markings; and relocation and adjustment of IRWD water facilities. Towill’s tasks
include performing a centerline survey and monumentation recovery; detailed surveys of the streets,
sidewalks, and neighboring properties; developing a digital terrain model and street cross-sections;
performing construction staking and as-built surveys; and monument preservation.
City of Huntington Beach, On-call Surveying Services, Huntington Beach, CA: Mr. Miller is serving as
Principal-in-Charge for this on-call surveying services contract. Recent task orders have included
monument preservation and perpetuation of more than 175 city street intersections in the
northwestern part of the City.
City of Menifee, On-Call Professional Engineering/Public Works Services, Menifee, CA: Mr. Miller
serves as Project Principal for this contract. Towill is currently under a three-year on-call services
contract with the City. Services performed include, but are not limited to boundary surveys, road
alignment surveys, topographic surveys for design of city road and structure projects, construction
surveys for city road and structure projects, and mapping/CAD services to include preparation of
right of way plans and topographic base maps, and GIS mapping surveys. Services may also include
preparation of easement documents (dedication, vacation, and quitclaim), Title Record research,
centerline and legal descriptions, and subsurface utility locations.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 16
Jake Kruger has 32 years of experience, including 16 years as a
supervisor and project manager. He coordinates and manages
extensive on-call contracts for photogrammetric base mapping,
design surveys, ground control planning, analysis, and
adjustment; boundary measurements, monumentation, and
construction projects. In coordination with the Project Manager,
he will be responsible for assuring the independent review of the
technical accuracy and completeness of all project deliverables.
City of San Diego As-Needed Land Surveying Services, City of
San Diego, CA: Mr. Kruger currently serves as the QC and Project
Manager for this dynamic as-needed contract with the City of
San Diego. His role includes preparing detailed scope, cost, and
schedule proposals for each task order, planning and
coordinating surveying and mapping services with City and
subconsultant partners, coordinating personnel and equipment;
QA/QC; cost control, scheduling, and resource allocation;
reviewing all deliverables for quality control; final approval of all
deliverables; client reports and invoices; and coordinating with
City, State, and other affected agencies. Towill has been
awarded task orders comprising a broad spectrum of services
including construction support for transportation and park
improvements; monument location, preservation, and repair;
and street and right of way engineering projects.
Imperial Irrigation District (IID), Power Transmission Line Survey, Riverside County, CA: Mr. Kruger
serves as QC and Project Manager overseeing the planning, acquisition, production, and delivery of
data for Towill’s As-Needed Professional Aerial LiDAR Survey Services for Transmission Lines
contract with IID for aerial (LiDAR) mapping. Our first task order included mapping of the 92kV R-
Line, this 34-mile project had deliverables submitted in less than 90 days.
Southern California Edison (SCE), Valley-Ivyglen 115-Kv Subtransmission Project, Riverside County,
CA: This EPC project served to construct a new 115 kV subtransmission line, install a new fiber optic
line, transfer and some reconstruction of existing distribution circuits along portions of the route, and
identify and acquire rights of way for property along a 37-mile route across southern Riverside
County, CA. Towill provided horizontal and vertical project control, pre-design airborne LiDAR surveys,
and simultaneous capture of 4-band digital imagery for the pre-design phase. Mr. Kruger was the
Project Manager, responsible for all office and field activities, QA/QC review, and deliverables.
City of Vista, SR-78 Eastbound Off-Ramp at Sycamore Avenue Undercrossing Ramp Widening
Project, Vista, CA: Mr. Kruger served as Project Manager overseeing field and office staff,
construction surveys, and business administration for this construction task performed in support of
the Resident Engineer/City Engineer for the widening of an existing freeway off-ramp from SR-78 to
Sycamore Avenue, including new barriers, retaining walls, storm drain structures along the ramp,
signals and lighting, and extension of an existing box culvert crossing under the end of the ramp.
Surveying services included filing pre- and post-construction Corner Records, boundary location and
establishment of construction control, staking for construction layout, topographic design surveys to
locate and verify match points, and a terrestrial scan of the completed project to provide as-built
details to the Resident Engineer for certification to the State.
JAKE KRUGER, PLS
ROLE IN THE PROJECT
Quality Assurance/Quality
Control
YEARS OF EXPERIENCE
With Towill 16
Total Years 32
EDUCATION
Undergraduate studies
with an emphasis on land
surveying, mathematics,
and natural sciences,
University of North Dakota,
Grand Forks
LICENSES/REGISTRATION
Professional Land
Surveyor, CA #8462
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 17
City of Del Mar, On Call Surveying Services, Del Mar, CA: Towill has been providing services to the
City of Del Mar since 2014. Services have included control surveys, topographic surveys, boundary
surveys and analysis, and construction surveys. Mr. Kruger served as Project Manager, responsible
for overseeing all field and office staff activities and collaborating with the City’s Planner and
Engineer on current and future projects. He also provides aerial mapping coordination, field
surveys, and business administration. Towill is able to integrate our in-house full-service aerial
mapping expertise with LiDAR and photogrammetry services that complement our traditional land
surveying services.
• City Hall Complex Boundary and Topographic Survey: Towill prepared a topographic base map
and boundary for the City of Del Mar’s long-awaited City Hall and Community Center project. This
involved performing a thorough boundary survey and providing a detailed 3D topographic map of
the existing conditions and improvements on and adjacent to the City property, which included
City Hall offices, the Del Mar Television Station, and several modular buildings for San Diego
County Sheriff’s officers and other community resources. The topographic survey was conducted
during normal business hours of operation with professionalism in mind. Utility mark-out was
incorporated to identify the many subsurface utilities present on the site. While resolving the
boundary survey, Towill discovered a material discrepancy between recorded survey maps. This,
and the request to set final monuments at the property corners, will require a Record of Survey
Map to meet the requirements of the California Professional Land Surveyors’ Act and to
document the discrepancy. This project continues to be the source of much public debate and
remains very high-profile..
• Lagoon Path Pedestrian Trail: Towill provided surveying services in support of a project involving
a proposed pedestrian trail called the Lagoon Path to be located along the San Dieguito River.
This trail and restoration project connects the new roundabout at Jimmy Durante Boulevard to
the beautiful open space trailhead for Crest Canyon Park. These projects provided the
opportunity to integrate in-house aerial mapping services with terrestrial surveying methods to
create a cost-effective digital terrain model with planimetric features in full 3D for planning and
design purposes. Towill also provided the creation of easement descriptions and plats describing
the meandering path across five separate properties/owners including private, public, and utility
concerns; determining the right of way of San Dieguito Drive; staking for environmental and
construction services; and, finally, an as-built topographic survey for the City Engineer’s report
and certification to the California Coastal Commission.
County of Los Angeles, Department of Public Works, Cogswell Reservoir Dam LiDAR and
Photogrammetric Survey and Mapping, Los Angeles County, CA:
Mr. Kruger served as Project Manager on this task order awarded to Towill to provide Aerial LiDAR
mapping and survey services for Los Angeles County after a wildfire burned through the forest
surrounding the Cogswell Reservoir Dam, impacting the overhead electrical distribution facilities
providing power to the area. Critical elements to this remote project were accuracy and expediency
as the power needed to be restored as quickly as possible and the new poles designed to fire harden
the circuit reducing future fire impact and outages. Towill acquired all data in one day using a
helicopter-based pod-mounted LiDAR system, and a medium-format digital camera. Towill field
personnel conducted simultaneous ground survey services establishing GPS base stations and
collecting LiDAR ground-check survey data in support of the airborne acquisition. A primary geodetic
network consisting of local Continuously Operating Reference Stations (CORS) and strategically
placed base stations to support the airborne GPS component of the LiDAR campaign was utilized to
ensure a consistent horizontal and vertical datum realization across the entire extent of the project
area. Mr. Kruger served as Project Surveyor responsible for coordinating field personnel and project
control surveys.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 18
Chris Johnson has 39 years of experience in the surveying
field. His background includes design surveys, construction
staking, corridor control surveys, boundary surveys, ALTA
surveys, 3D laser scanning, right of way monumentation, and
topographic surveys. He is knowledgeable in the use of
MicroStation, InRoads, TopoDOT, and Trimble survey
instrumentation and software, as well as Caltrans standards.
Mr. Johnson will be responsible for processing field data,
performing GPS reductions and network adjustments, reducing
laser scanning datasets, analyzing laser scan data, and
preparing internal deliverables to the project team for final
CAD mapping and deliverables.
City of Colton, Mt. Vernon Avenue/UPRR Bridge Improvement,
Colton, CA: Mr. Johnson served as Office Surveyor for land
surveying and mapping design services performed under the
City of Colton’s direction. The surveying services included 40-
scale aerial mapping and digital orthophotography, detailed
topographic surveys of the UPRR tracks, features and surface-
visible utilities within the railroad right of way, and detailed
topographic surveys of the existing Mt. Vernon bridge from M
Street to the eastbound I-10 on- and off-ramps. Towill
performed full right of way engineering to support acquisition
for the new bridge structures. The right of way engineering
included 14 parcels belonging to the UPRR, City of Riverside,
and several private owners.
Riverside County Transportation Commission (RCTC), I-215/Placentia Avenue Interchange
Improvements, Perris, CA: Mr. Johnson serves as Senior Survey Analyst for the I-215/Placentia
Avenue Interchange project in the City of Perris in Riverside County. The proposed improvements
include adding new ramps on the east and west sides of I-215 at Placentia Avenue, relocating East
Frontage Road, widening the existing Placentia Avenue bridge overcrossing, and widening and
improving Placentia Avenue from Harvill Avenue on the east to Indian Avenue on the west. Towill is
providing a full scope of land surveying and aerial mapping services.
City of Irvine, Alton Parkway Pavement Rehabilitation, Irvine, CA: As Office Surveyor, Mr. Johnson’s
duties include research of horizontal and vertical controls, reduction of field data, and the
processing of collected laser scan data. Towill provided control, topographic surveys, and centerline
surveys for the Alton Parkway Rehabilitation Project in which Towill utilized laser scanning methods
to capture the road pavement and conventional total station surveys for critical join areas and
features under vegetation.
Orange County Transportation Authority (OCTA), SR-91 Westbound Widening, Anaheim, CA: Mr.
Johnson served as Office Surveyor for this roadway widening construction project for OCTA. Towill
was contracted by the construction management team to provide full construction surveys, including
construction computations, layout, horizontal and vertical control, as-built surveys, and monument
preservation surveys. Mr. Johnson was responsible for performing construction computations,
assisting with monument preservation, final monumentation, and the preparation of Records of
Survey, and supporting the field crew with construction computations and staking as needed to meet
the needs of the project.
CHRIS JOHNSON, LSIT
ROLE IN THE PROJECT
Office Survey Lead
YEARS OF EXPERIENCE
With Towill 13
Total Years 39
EDUCATION
General Studies, Crafton
Hills College, Yucaipa, CA
Completion of Local 12
Survey Apprenticeship and
Party Chief Programs
LICENSE/REGISTRATION
Land Surveyor-in-Training
#5033/CA
CERTIFICATIONS
BNSF/UPRR E-Rail Safe
Certified
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 19
OCTA, Interstate 405/SR-22 Interchange, Orange County, CA: Mr. Johnson served as Certified Party
Chief and provided a variety of land surveying services on this project, including but not limited to,
construction surveying, cross-section data collection, topographic cross-sections, GPS surveys,
horizontal and vertical control, and as-built surveys. The project is located on the east segment of the
West County Connectors project for OCTA to link HOV lanes on I-405 with those on SR-22 and I-605.
This project consisted of a direct connection of the westbound SR-22 carpool lane to the carpool
lane on the northbound I-405 and the reverse movement, reconstruction of the southbound I-405 to
the eastbound SR-22 connector, and reconstruction of the Valley View Street Bridge over SR-22.
OCTA, OC Street Car Construction Management Services Project, Orange County, CA: Mr. Johnson
serves as a Certified Party Chief on this project. As a member of the construction management team,
Towill is performing constructing staking for the OC Streetcar project. This OCTA project is in
coordination with the City of Santa Ana and City of Garden Grove to construct a new east-west
double-track modern streetcar in Orange County between the Santa Ana Regional Transportation
Center in the City of Santa Ana and the Harbor Boulevard/Westminster Avenue intersection in the
City of Garden Grove. The purpose of the Project is to improve transit connectivity and transit
accessibility, increase transit options, relieve congestion by providing alternative mobility options in a
manner that is sensitive to the community’s character, and provide benefits to the environment
through improved air quality.
City of Fullerton, Raymond Avenue Grade Separation, Fullerton, CA: Mr. Johnson served as Office
Lead for this grade separation project under the direction of the construction management team and
City of Fullerton. Quality assurance construction surveying services were provided to the construction
management team to support the grade separation project at the intersection of Raymond Avenue
with the Burlington Northern Santa Fe railroad tracks.
City of Huntington Beach, On-call Surveying Services, Huntington Beach, CA: Mr. Johnson is serving
as Office Lead for this on-call surveying services contract. Recent task orders have included
monument preservation and perpetuation of more than 175 city street intersections in the
northwestern part of the City. Mr. Johnson coordinated all field crew activities, coordinated with the
City on obtaining the necessary City tie notes and other cadastral records, provided oversight and
reviews in the preparation of the pre- and post-construction Corner Records, and responded to
questions and comments from the City.
LACDPW, As-Needed Surveying and Mapping Services, Malibu Street Improvements, Malibu, CA: Mr.
Johnson serves as Office Surveyor. One of the task orders for this contract included the aerial
photogrammetric mapping and supplemental topographic surveys for more than 30 miles of roadway
within the City of Malibu. Los Angeles County provided the survey team with primary horizontal and
vertical controls and the limits of each street that needed to be mapped. The topographic survey
data was reduced, analyzed, and mapped and a digital terrain model was developed to produce 1-
foot contours which were utilized for final quality control purposes. For the Martin Luther King
Hospital Parking Garage Improvement Project task order, Towill provided horizontal and vertical
control, detailed topographic and utility surveys, ground penetrating radar and utility pothole
investigation, boundary surveys, and the preparation of exhibit maps. Another task order is for the
Washington Boulevard project. Towill provided detailed horizontal and vertical control, centerline
recovery, and detailed topographic surveys for about two miles of Washington Boulevard and Alta
Dena Drive located in the unincorporated area of Alta Dena. The topographic and centerline survey
data was reduced, analyzed, and mapped and a digital terrain model was developed to produce 1-
foot contours which were utilized for final quality control purposes. Mr. Johnson is responsible for
control research, field data reductions/adjustments.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 20
With 35 years of surveying experience, Oliver Rocha has
worked on hundreds of surveying projects and brings field
safety and oversight. As the Chief of Parties, Mr. Rocha will
lead and coordinate daily field staff task assignments and
reviews the overall results of the completed task for
compliance with the project specifications. He oversees
specific crew assignments and ensures that proper personnel,
equipment, procedures, and safety protocols to be used are
compliant with the scope of work and project site.
City of Colton, Mt. Vernon Avenue/UPRR Bridge Improvement
Project, Colton, CA: Mr. Rocha served as Certified Party Chief
for the team performing land surveying and mapping design
services under the direction of the City of Colton. The
surveying services performed include 40-scale aerial mapping
and digital orthophotography, detailed topographic surveys of
the UPRR railroad tracks, features and surface-visible utilities
within the railroad right of way, and detailed topographic
surveys of the existing Mt. Vernon bridge from M Street to the
eastbound on- and off-ramps to Interstate 10. The final design
mapping included the railroad tracks and features, surface-
visible structures, overhead signs, wires, surface-visible utility
features, above ground structures, and other visible features.
In addition to the design surveys, Towill also performed full
right of way engineering to support acquisition for the new
bridge structures. The right of way engineering included 14
parcels belonging to the UPRR, City of Riverside, and several
private owners.
City of Moreno Valley, Survey Services for Statewide Safe Routes to School Program, Moreno Valley,
CA: Mr. Rocha served as Party Chief for the survey services for the development of plans to fill in
approximately 2,800 linear feet of missing street improvements, improving connections to adjacent
neighborhoods and schools, and upgrading existing segments that do not meet current standards,
or generally accepted industry practices. Other project infrastructure improvements included
grading, street pavement widening, curbs, gutters, streetlights, ADA compliant pedestrian ramps,
drainage facilities, retaining wall, power pole, traffic signal pole, fence, street signs, storm drain
inlets, and other existing facility relocations, and radar speed feedback signs. His duties included
performing the field surveys required to establish horizontal and vertical control, monument
preservation and perpetuation, and construction staking.
County of Los Angeles, Department of Public Works, As-Needed Surveying and Mapping Services,
Los Angeles County, CA: Under Towill’s as-needed contract with the Los Angeles County Department
of Public Works, one of Towill’s task orders was to provide ALTA surveys for Fire Station 104. Mr.
Rocha served as Party Chief on this project. He was responsible for providing the field surveys for
horizontal and vertical control, boundary surveys, topographic surveys, and utility surveys.
San Bernardino County Transportation Authority (SBCTA), I-10 Tippecanoe Avenue Interchange,
Phase 1 and Phase 2, San Bernardino, CA: Phase 1 of this interchange project included the
widening of I-10 to accommodate an eastbound auxiliary lane and standard shoulder widths,
improvements to the eastbound I-10 off-ramp at Tippecanoe Avenue, replacement of a concrete
channel, widening of a bridge, and bridge barrier replacements for both eastbound and westbound
OLIVER ROCHA, LSIT
ROLE IN THE PROJECT
Field Survey Lead
YEARS OF EXPERIENCE
With Towill 13
Total Years 35
EDUCATION
General Studies, Crafton Hills
College, Yucaipa, CA
Completion of Local 12 Survey
Apprenticeship and Party Chief
Programs
LICENSE/REGISTRATION
1993/Land Surveyor-in-
Training #5033/CA
CERTIFICATIONS
BNSF/UPRR E-Rail Safe
Certified
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 21
I-10. Phase 2 included modification of the westbound I-10 ramps and widening of streets and
undercrossings. Towill provided all construction surveying services, including monument
preservation and perpetuation, construction layout, horizontal and vertical control, as-built surveys,
and right of way surveys. Mr. Rocha was a Certified Party Chief responsible for performing the
construction computations and layout, control surveys, as-built field surveys, and monument
recovery.
San Bernardino County Transportation Authority (SBCTA), Laurel Street/BNSF Grade Separation,
Colton, CA: Mr. Rocha served as Certified Party Chief for this grade separation project under the
direction of the construction management team and SBCTA. Laurel Street was constructed under
the BNSF Railway main lines. Towill provided field surveys throughout construction, including bridge
construction, shoo-fly construction, utility construction, street improvements, and final
monumentation.
San Bernardino County Transportation Authority (SBCTA), Lenwood Road Grade Separation,
Barstow, CA: As part of the construction management team, Towill provided a full scope of
construction survey services for the Lenwood Road Grade Separation project. Towill’s roles in the
project included construction control, computations and staking, as-built surveys, right of way
staking, monument preservation and perpetuation, Corner Records, and Records of Survey. The
project constructed a bridge along Lenwood Road over the BNSF railroad tracks just north of Main
Street in Barstow. Mr. Rocha served as Certified Party Chief.
Southern California Edison (SCE), Valley-Ivyglen Project, Riverside County, CA: This EPC project
under Wilson Construction served to construct a new 115 kV subtransmission line, install a new
fiber optic line, transfer and some reconstruction of existing distribution circuits along portions of
the route, and identify and acquire rights of way for property along a 37-mile route across southern
Riverside County, CA. In support of the pre-construction phase, Towill provided preliminary
pole/vault staking for approximately 900 mainline poles and 16 vaults; underground utility
research, mark out, and field locate surveys. Following 100% design, we provided construction
support staking for the overhead and underground segments. Finally, Towill conducted airborne as-
built mapping to provided required data validating the construction with the design. As Party Chief,
Mr. Rocha was responsible for field safety and project control layout.
U.S. Army Corps of Engineers, Isabella Dam Safety Modification Project, Isabella Lake, CA: Mr.
Rocha was a Party Chief on this project where Towill provided QA surveying and mapping services to
support construction management activities for the Isabella Lake Dam Safety Modification Project.
Towill’s services included field topographic and construction monitoring surveys and mapping for a
variety of QA purposes, such as verification of earthwork and stockpile volume quantities,
verification of lines and grades, and as-built surveys of constructed features. Various deliverables
(including GIS geodatabases) were provided to the Government on-demand, weekly, or monthly
based on their urgency.
California Department of Water Resources (DWR), On-Call Land Surveying Services, Cedar Springs
Dam Spillway, Statewide, CA: For a task under our on-call contract, Towill acquired imagery via UAS
over the entire spillway site to document crack gauges and create a new orthophotograph. The
crack gauges were used to measure horizontal changes to the spillway walls during the adjacent
construction. The crack gauges were set on top of the wall, which made UAS an ideal tool for
creating a weekly record of the measurements using photographs. After each crack gauge photo
campaign, a report was created showing the week-to-week changes at over 60 locations. Mr. Rocha
served as Party Chief and provided land surveying services.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 22
Lorraine Amenda has 35 years of surveying and
mapping experience and has served as a Senior
Photogrammetrist and Photogrammetry Project
Manager for over fifteen years. Her experience
includes least-squares adjustments and advanced
computations for surveying and photogrammetric
processes, design of ground control networks, flight
planning, and LiDAR data processing. Ms. Amenda
is responsible for the design, implementation, and
supervision of photogrammetric, airborne LiDAR,
and GIS tasks in accordance with contractual
requirements and applicable professional
standards. In addition, Ms. Amenda writes custom
software for Towill.
County of San Bernardino Department of Public
Works, Hesperia Area Mapping, Hesperia, CA: Towill
provided 1"=40', 1' contour interval mapping for
1,676 acres in the Hesperia Area. Digital
orthophotography with a ground pixel resolution of
0.2' was also produced for this project. The
orthophotography was delivered in 165 GeoTIFF
tiles, each covering 1,000' X 1,000'. Ms. Amenda
was the Photogrammetry Task Manager for this project. Her duties included the creation of the flight
and ground control plan, supervision and review of the aerotriangulation, and quality control of the
project deliverables.
SCE, West of Devers, Riverside and San Bernardino Counties, CA: For this task order performed
under Towill’s Master Service Agreement (MSA), Towill is responsible for providing horizontal and
vertical GPS control surveys consisting of 190 aerial targets along the 45-mile-long West of Devers
project’s alignment across Riverside and San Bernardino Counties. Field survey crews set and
located each target based on flight plans provided by Southern California Edison’s (SCE)
photogrammetric consultant. The aerial targets were set in varying terrain, including urban city
streets, mountainous areas, and sandy desert. The aerial control targets were tied into the previous
West of Devers control provided by SCE using static and fast-static GPS methods. Towill was also
tasked with preparing the acquisition and condemnation packages (legal descriptions and plats)
needed for the project, as well as updating the land net mapping (base map) originally prepared by
SCE staff. In addition, multiple topographic surveys have been performed for both highway and
railroad crossings for use by SCE’s design team. As Senior Photogrammetrist, Ms. Amenda was
responsible for development of the flight plan for the aerial photography acquisition and supervision
of the aerotriangulation of the imagery. She also supervised the development of photogrammetric
mapping and the incorporation of field-surveyed data.
Caltrans District 59 On-call Aerial Mapping Contract No. 59A0574, Task Order #9, Interstate 210
and Interstate 605 Interchange, Los Angeles County, CA: Ms. Amenda was Photogrammetry Task
Manager for this task order in Los Angeles County under an on-call mapping contract with Caltrans
District 59. Her responsibilities included performing flight and control planning, supervising
aerotriangulation, and providing quality control oversight. This task order required Towill to provide
photo control surveys, aerial photography, analytical aerotriangulation, topographic mapping at
1"=50' with 2' contours, DTM services (CAiCE), and black and white digital orthophotography for
LORRAINE AMENDA, PLS, CP
ROLE IN THE PROJECT
Aerial Survey Lead
YEARS OF EXPERIENCE
With Towill 35
Total Years 35
EDUCATION
B.S., Surveying Engineering, California
State University, Fresno
LICENSE/REGISTRATION
Professional Land Surveyor #7217/ CA
CERTIFICATION
Certified Photogrammetrist #1517 /
ASPRS
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 23
three portions of I-210 and the I-605 interchange, totaling approximately 11.7 miles of centerline
located near Pasadena.
Orange County Public Works (OCPW), On-call Land Surveying and Aerial Mapping Services, Orange
County, CA: Ms. Amenda is providing aerial mapping services for Towill’s on-call consulting contract.
Task orders have involved topographic and construction surveys for various projects within the
county, monumentation preservation, and Corner Records and Records of Survey preparation to
support the annual slurry and paving program. Towill has provided surveying services on four task
orders, including deformation monitoring and monument preservation and perpetuation.
LACDPW, As-needed Surveying and Mapping Services, Malibu Street Improvements, Malibu, CA:
Ms. Amenda served as the Photogrammetry Task Manager for this project. One of the task orders
for this contract included the aerial photogrammetric mapping and supplemental topographic
surveys for more than 30 miles of roadway within the City of Malibu. Los Angeles County provided
the survey team with primary horizontal and vertical controls and the limits of each street that
needed to be mapped. The topographic survey data was reduced, analyzed, and mapped and a
digital terrain model was developed to produce 1-foot contours which were utilized for final quality
control purposes. Ms. Amenda was responsible for the flight and control plan for the aerial mapping
and supervision of the map production and incorporation of the field survey data.
LACDPW, As-needed Aerial Photography and Digital Topographic Mapping, Los Angeles County, CA:
Ms. Amenda is the photogrammetrist for Towill’s on-call professional services contract. With each
task order, county staff provides Towill with the mapping limits and other project specifications such
as map scale, contour interval, and orthophoto resolution. Towill develops a photo control survey
plan and submits the plan back to county staff that performs the field survey work. Twelve task
orders have been completed to date that has involved mapping for various types of terrain, including
desert, rugged mountains, and coastal plains, as well as extensive urban development areas.
Caltrans District 59, On-call Photogrammetry and Surveying Services, Contract #59A0935,
Statewide, CA: Ms. Amenda serves as Project Manager for this contract. Towill is providing Caltrans
with on-call professional and technical photogrammetry and incidental surveying services throughout
California. Task orders issued under this contract have included (but not necessarily been limited to)
the following key services: acquisition of film and digital stereo aerial photography; aerial
photogrammetric mapping (including analytical aerotriangulation, planimetric and topographic
mapping, and development of digital orthophotography); acquisition, processing, and classification of
airborne LiDAR data; development of detailed DTMs; aerial mapping using a Small Unmanned
Aircraft System (sUAS) to acquire stereo aerial photography; low altitude airborne LiDAR missions for
high-accuracy pavement mapping applications; and ground control and QA/QC surveys in support of
aerial mapping operations. Ms. Amenda was the Photogrammetry Task Manager for this project. She
designed the ground control network for the photogrammetric mapping component of the project,
designed the aerial photography acquisition mission, conducted analytical aerotriangulation, and
implemented rigorous QA/QC procedures for development of photogrammetrically derived
deliverables.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 24
Sara Reed’s diverse and applicable experience includes
several key aerial photogrammetric mapping tasks, such as
evaluation and processing of digital aerial photography,
analytical aerotriangulation mensuration, and computations
(including the processing of airborne GPS and IMU control
data) using a variety of software packages, digital map
editing (CADD), and development of digital
orthophotography. She also has more than ten years of
experience planning flight missions to acquire aerial LiDAR
data, serving as a LiDAR system operator in the aircraft to
acquire aerial LiDAR data, processing the LiDAR data to
develop accurately georeferenced point clouds, and
classification of the LiDAR data to develop various types of
geospatial deliverables. She is skilled at integrating
multiple sources of geospatial data to develop
comprehensive, accurate surveying and mapping
deliverables.
City of Anaheim Public Works Department, Gene Autry Way
Improvements, Anaheim, CA: This project widened Gene
Autry Way from four to six lanes, improving the arterial
service level. Towill’s services included horizontal and
vertical controls, aerial photogrammetric mapping,
topographic design surveys, centerline surveys, right of way
acquisition support, legal descriptions and plats, and
specific details on various utility features within the project
limits. Ms. Reed served as a Photogrammetrist.
Caltrans District 59, Asset Management Photogrammetry,
Newport Beach and Anaheim, CA: Towill’s contract with
Caltrans District 59 was to provide as-needed professional
and technical photogrammetry and incidental surveying services throughout California. We
performed aerial photogrammetric mapping within Caltrans District 12 for approximately fifteen (15)
miles of State Route 55 between Newport Beach and Anaheim in Orange County. We also developed
and submitted a detailed Quality Control Report as a deliverable to document key metadata,
technical and QA/QC processes, and results. Ms. Reed served as a Photogrammetrist for this project.
California Department of Water Resources (DWR), As-needed Land Surveying, Aerial Mapping,
Remote Sensing, and GIS Services, Statewide, CA: Under a multi-year on-call contract for surveying
and mapping projects throughout California, Towill is providing a wide range of services, including
geodetic control surveying, topographic surveying, bathymetric/hydrographic surveying, construction
surveying, aerial photogrammetric surveying and mapping, and terrestrial and airborne LiDAR
surveying and mapping. Towill's comprehensive geomatics services are supporting emergency
response applications, design and maintenance of the State Water Project, design and construction
of dams and levees, earthwork quantity determinations, and numerous other projects statewide. Ms.
Reed serves as a LiDAR Geomatics Analyst.
Southern California Edison (SCE), UPRR License Surveys, Various Locations, Southern CA: For this
task order performed under Towill’s MSA, we were requested to survey the location of existing SCE
power poles within the Union Pacific Railroad (UPRR) right of way at 22 locations throughout the
SARA REED, CP, CMS-L,
LSIT
ROLE IN THE PROJECT
Specialty Surveys Lead
YEARS OF EXPERIENCE
With Towill 15
Total Years 17
EDUCATION
M.S., Engineering, Geomatics
Area, Purdue University, 2008
B.S., Geomatics Engineering,
California State University,
Fresno, 2006
LICENSE/REGISTRATION
2007/Land Surveyor in Training
#7259/CA
CERTIFICATION
2018/Certified
Photogrammetrist
#1634/ASPRS
2024/Certified LiDAR Mapping
Scientist #L088/ASPRS
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.6 Staff Resumes and Organization Chart
Page 25
service territory. This data was used to create profile exhibits of SCE power lines crossing UPRR
railroad tracks. For areas where conflicts were discovered, Towill created legal descriptions and
exhibit maps of proposed easements for SCE to acquire land rights to cover these facilities within the
UPRR right of way at various locations within Inyo, Kern, Kings, Los Angeles, Orange, Riverside, San
Bernardino, Santa Barbara, and Tulare Counties. Ms. Reed serves as Photogrammetrist on this
contract.
U.S. Army Corps of Engineers St. Louis and Sacramento Districts, Isabella Lake Dam Safety
Modification Project, High Resolution Aerial LiDAR Data, Orthophotos, and Oblique Images, Lake
Isabella, CA: Towill performed geodetic control and QA/QC check point surveys, aerial LiDAR and
photogrammetric surveys and mapping (including hydro and terrain breaklines and
orthophotography), acquisition of oblique aerial photography, and GIS services for QA purposes at six
(6) milestones during construction of safety modifications to Isabella Lake Dam. For each milestone
flight, Ms. Reed served as a LiDAR Specialist responsible for performing the following tasks:
preparing the final aerial LiDAR data and aerial photography (simultaneous) acquisition flight plans
using Teledyne/Optech’s LMS software; processing and calibrating the aerial LiDAR data using LMS
software; validating the quality of registration between the individual LiDAR data swaths and the
vertical accuracy of the LiDAR data using MARS software; and processing the aerial photography
using Capture One software and applying the camera calibration parameters to each image to create
“distortion-free” stereo photography for the aerotriangulation process.
U.S. Army Corps of Engineers, St. Louis District, Aerial Photography and Digital Orthophotography for
Eight (8) National Guard Bureau (NGB) Training Sites, Western U.S: Towill provided aerial
photogrammetric mapping services for 8 National Guard Bureau (NGB) training sites in the western
U.S. to support various planning, design, research, and GIS mapping applications. Ms. Reed was the
Aerotriangulation Specialist for this project. She organized and processed the hundreds of large-
format, digital, 4-band, stereo aerial photographs collected for the 8 NGB installations; performed
analytical aerotriangulation mensuration and calculations for all of the NGB sites using
Trimble/Inpho MATCH-AT software; and prepared the results of the aerotriangulation processes for
use on subsequent photogrammetric mapping activities.
City of San Diego, On-call Photogrammetric Mapping Services, San Diego, CA: Under an as-needed
aerial photogrammetric mapping services contract with the City of San Diego Department of Public
Works, Towill is performing detailed topographic mapping throughout the City along various routes,
most of which are within public rights of way. The mapping supports engineering design for various
types of public works projects, including (but not limited to) potable and recycled water, sewer, and
storm water pipelines and associated roadway improvements. Typically, mapping is performed at a
scale of 1"=40' with a contour interval of one (1) foot. Ms. Reed’s primary role in this contract is to
perform analytical aerotriangulation measurements and computations using MATCH AT software.
United States Geological Survey (USGS) El Nino LiDAR, Pacific West Coast: Towill was selected to
perform the LiDAR data acquisition to support a post-El Nino assessment of the entire U.S. Pacific
coastline, from Mexico to Canada, which consisted of approximately 1,650 linear miles. The scope of
services included acquiring high-resolution LiDAR data of a corridor along the Pacific coastline
defined by the waterline within two hours either side of the daily low-tide periods. The corridor
started at the waterline and extended approximately 500 meters inland in flat areas or to the top of
the cliff line in the case of very rugged shoreline terrain. Ms. Reed was Senior Geomatics Analyst
responsible for classifying the point cloud data.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
4.7
Project Management Approach
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.7 Project Management Approach
Page 26
4.7 Project Management Approach
Towill has assembled an experienced team with exceptional technical expertise, professional
qualifications, and a commitment to responsiveness to meet this contract’s objectives. With the
depth and breadth of our in-house resources, we are prepared to provide the City with appropriate
staff and equipment coverage, on short notice, for the life of the contract.
Leading the team as Project Manager will be James Rios, PLS. James has successfully managed on-
call contracts for many clients, including the City of Rancho Cucamonga. His success on tasks, large
and small, can be attributed to his attention to detail, adherence to clearly established production
procedures, and accountability for tasks completed. James will be the direct contact and is
responsible for the administrative tasks of this on-call contract, which includes project coordination,
staff assignments, invoicing, daily reporting, insurance requirements, and safety oversight. He will
attend City meetings in-person, or via Teams/phone calls. James is adept at project control and
oversight and will work seamlessly with the City.
In addition, our proposed team has multiple staff that are cross trained in surveying and mapping.
Our staff’s versatility increases the depth and range of skills provided to our clients, which improves
the quality of our services and reduces costs. Towill brings personnel with hands-on working
knowledge of every step involved in project execution. We are confident that the City will enjoy
working with our team members.
Quality Control/Quality Assurance Program
Quality starts with excellent project management. Towill’s project management methodology for all
project undertakings can be simply characterized as a step-by-step process or what is commonly
referred to as Critical Path Method (CPM). All survey and remote sensing projects consist of
numerous independent activities that interact in a complex manner. Towill’s project management
team utilizes this step-by-step technique to define those activities that are both critical and non-
critical (work breakdown structure), the time required for their completion, and how each activity is
related to the previous and next activities.
In addition to the project management method described above, one of the key elements of the
Towill approach to project management is the importance placed on communication. This approach
is firmly centered on frequent and efficient communication with our clients during each phase of the
project. We understand that the difference between a successful project and one that falls short of
expectations is often the result of a breakdown in communication.
Towill acknowledges the need to provide direction and facilitate effective day-to-day communication
to create a seamless and cost-effective approach to the completion of all project undertakings. Towill
has the right combination of management depth and technical expertise that ensures our clients will
receive the highest quality service, cooperation, communication, and data deliverables. Moreover,
our staff understands that consistent project support is imperative in not only earning but also
retaining trust with our clients.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.7 Project Management Approach
Page 27
Effective project management at Towill begins with a qualified team and an efficient organizational
structure. The key element in the organization of a project of this size is the chain of accountability.
The second element required for effective and successful project management is a detailed Project
Plan. On larger project assignments Towill will prepare a Project Plan that describes:
Inspection schedules, deliverables, and key production milestones
Quality Control procedures for all work and review phases
Deliverables and Acceptance Criteria
Communication strategies
Potential risks and risk mitigation
Towill recognizes that contracted deliverables that meet the specifications are the key element to
successful performance on every project assignment. The ability to provide such deliverables is
documented through our satisfied clients. We place utmost importance on adhering to project
specifications and our quality control procedures. Our philosophy is to ensure on-time delivery of
services that meet our client’s requirements. We emphasize quality control from the initial proposal
preparation and submission through the final delivery and acceptance of finished deliverables. In-
process production reviews ensure accuracy and completeness during the production process and
eliminate corrections and production delays.
Towill subscribes to the Plan, Do, Check, Act principles of Quality Management.
1. We establish a comprehensive Quality Management Plan for each
project that includes specific data definitions, rules, and a
comprehensive deliverables checklist.
2. We Do the work according to our Plan.
3. We Check our work to determine if it is consistent with our Plan.
4. We Act to modify our work and update our Plan when and if necessary.
Safety Always, Safety All Ways
Towill places primary importance on the safety of our employees and
the public. We are very experienced at working safely near roadways,
railways, and traffic.
Our commitment to safety begins with each new hire; new employees
are immediately given safety orientation training. Management training
is given to all staff with responsibility for employees, from supervisors to
the managerial level.
We incorporate relevant safety concerns in our Daily Work Assignment
Sheet. We have site‐specific safety meetings to discuss safety and
investigate hazards for the particular site. Additionally, many of our field staff are E‐Rail Safe
Certified, and we conduct (and document) daily Job Hazard Analysis forms on a digital application as
well as conduct bi-weekly Tailgate Safety Meetings.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.7 Project Management Approach
Page 28
Description of Work Plan
Towill understands that tasks from this on-call professional services
contract will be assigned by the City through a task order process. Towill
approaches each task order received as unique, which is why we develop a
specific plan that is tailored to meet project criteria, such as completion
date, budget, forms, format, safety concerns, environmental issues,
permits, rights-of-entry, methods of access, travel, and final deliverables.
Towill’s Project Manager, James Rios, PLS, will serve as the single point of
contact and will meet with and communicate with the City and discuss each
specific request for surveying services. This approach has earned Towill an
excellent, well-known reputation for anticipating and resolving problems
before mobilization.
The figure to the right demonstrates the proposed process for each task
order beginning with the survey request and draft task order, preparation of
the cost proposal, communication and discussions with City management
and staff, to submission of the final task order and cost estimate. We
believe this proven process will be key to successfully delivering task
orders.
Upon approval of the task order, the team will hold a kickoff meeting where
the focus will be on delivering a consistent, efficient, and quality product.
Instructions to the project team will be developed and distributed to all
team members. These instructions may include communication protocols,
critical path schedules, budgets, technical standards, scope of work,
required deliverables, and quality control plans and procedures.
Work Plan and Quality Control Plan Preparation: James and appropriate key
personnel will develop a project work breakdown structure and quality
control plan that will provide an approach to meet or exceed the specific
task order criteria. They will follow the California Land Surveyor’s Act,
California Subdivision Map Act, City standards and specifications, and
professional land surveying standards for those areas not covered by the
acts and standards.
The specific approach will include, at a minimum, survey and mapping
methodologies, equipment and software to be used, schedule and
associated milestones, deliverable requirements, health and safety
concerns, and budget. The work and quality control plans will be reviewed
with the City and any necessary adjustments will be made to incorporate
concerns.
Survey Request
from City Staff
Prepare Draft
Task Order and
Cost Estimate
Discuss and
Negotiate
Execute
Task Order
Perform
Surveys
Submit
Deliverables
Task Order
Close-out
TA
S
K
/W
O
R
K
OR
D
E
R
P
R
O
C
E
S
S
QA/QC
Process
Project Follow-up
with City
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.7 Project Management Approach
Page 29
Project Kick‐Off Meeting and Status Meetings: Once the City issues a Notice to Proceed (NTP) to
Towill, any required meetings and discussions to review the scope of work, methodologies, interim
deliverables, contract requirements, and final deliverables will be scheduled. James will finalize the
work plan and assign Towill resources for the necessary personnel and equipment to meet the task
order requirements.
The City has our commitment that resources will be mobilized quickly so that project schedules are
met. Towill is fully capable of performing multiple mapping and surveying activities concurrently
throughout the life of the contract. James will review the progress of all active task assignments with
the City at an interval acceptable to the City to discuss budget, schedule, and milestone deliverables.
These meetings will continue as necessary through each phase of the project until the final
deliverable package has been reviewed and released to the City.
Planning and Managing Resources, Costs, and Schedules: To assist our management staff in
tracking project costs and resources, several types of customized reports are generated by Towill's
accounting department. The information contained in these reports is obtained from daily time
sheets completed by all staff and from contract records. This timely process allows managers to
closely track, examine, and analyze project costs in detail weekly. The advantage of this process is
that we can quickly identify and address potential problems and make any necessary adjustments in
our production processes and our allocation of resources to keep costs under control and the project
on schedule. Towill’s staff is flexible for both rapid mobilization and overtime/weekend work when
projects accelerate.
Reporting: Towill requires all project managers to maintain an accurate and easily understandable
record of the project as part of its general business practice. The activities of office and field staff are
tracked and managed through regularly maintained timesheets that become part of the job record. It
is our standard practice to submit a Monthly Status Report in a format customized to meet each
client's specific needs and detailed requirements. Each Monthly Status Report typically provides a
summary of 1) the status of all active work on a project and/or contract, 2) work anticipated to be
accomplished in the next reporting period, 3) challenges and proposed solutions, and 4) adherence
to budgets which provides a status of all active work and their components.
Project Completion: No deliverable will be released to the City in final format until James Rios as
Project Manager and Jake Kruger as QA Manager has reviewed all elements and authorized its
release. For ease and expediency during all phases of the project, as well as the final release to the
City, all data can be transmitted digitally or in person, whichever method is preferred by the City.
Follow-up will also be performed by our Project Manager to ensure the complete satisfaction of the
City and to adjust the approach and implementation for each project phase, or task order, based on
the lessons learned.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
On-Call Surveying and Mapping Services
RFQ # 24/25-501
4.7 Project Management Approach
Page 30
Conclusion
We thank you for your time and consideration of our proposal to perform design and construction
surveying services for the City. In conclusion, please consider these final thoughts on the key
reasons to select Towill for this contract.
Key Reasons to Select Towill
Towill is a California-based professional geomatics services firm with a well-earned 70-year reputation
for meeting the expectations of our clients’ geospatial data challenges.
With offices and personnel located in Rancho Cucamonga, Towill represents a highly responsive team
with lower mobilization cost.
Combining the average of over three decades of experience of the key staff assigned to this program
with the most advanced tools in the geomatics profession, Towill represents a single consultant that can
provide virtually all the required services for this important program.
As evidenced by the testimonials from our existing clients that have the same challenges and
requirements as noted in the RFP, the City of Rancho Cucamonga can be confident that Towill will meet
or exceed the objectives of this program.
Towill’s annual capacity to provide on-time, first-time-right survey and mapping services greatly exceeds
the anticipated requirements from the City. Moreover, Towill has demonstrated the ability to
simultaneously complete multiple task orders.
In addition to the decades of successful business operation and the continued investment in the latest
state-of-the-profession tools, Towill’s innovative problem-solving approach to every project undertaking
will benefit not only the various City departments, but also the community it serves.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Various On-call Statement of Qualifications
SOQ #24/25-501
5.1 Surveying and Mapping
Page 1
5.1 Surveying and Mapping Approach
Towill, Inc. understands that the primary on-call
services required by the City of Rancho
Cucamonga may include but is not limited to:
Primary Surveying Services
• Topographic and aerial surveys
• Records of survey
• Legal descriptions & plat maps for right
of way acquisitions
• Right of way base mapping
• Boundary & control surveys
• Monument perpetuation & pre/post-
corner records
• Prepare and file corner records
• Mark limits of removals
• Construction Surveying
• Survey plan checking
• Prepare & review tentative/final
tract/parcel maps
Other Surveying & Mapping Related
Services/Capabilities
• Traffic Control
• Terrestrial & Mobile LiDAR
• Aerial LiDAR Surveys
• As-Built & Subsurface Utility Surveys
• Unmanned Aerial Systems (UAS)
Approach to the Scope of Services
Towill’s detailed approach to the services required by the City is provided below. It is important to
note that we prioritize all our on-call contracts equally. New task orders are inserted into our
workflow as they arise and are completed as delivery schedules dictate. We achieve very high levels
of client satisfaction by maintaining the critical internal communication necessary to keep on top of
task budgets and schedules, shift workloads across office locations as needed to maximize
efficiency, and rapidly assign available resources to meet project commitments.
Primary Surveying Services Work Plan
Towill has performed the same surveying services as identified in the City’s Request for SOQ
#24/25-501 on an on-call basis for clients throughout Southern California (including the City of
Rancho Cucamonga) and has developed a tried-and-true approach, which emphasizes solid project
management.
Key Points to Towill Approach
Towill’s project approach and methods for
this program will be the same as those
used to successfully complete past
projects for the City of Rancho Cucamonga
as well as many other local agencies.
Towill’s Rancho Cucamonga Field
Operations location will enable quick
response times and reduced mobilization
costs.
Towill’s internal Quality Management Plan
has yielded successful results on
hundreds of surveying, remote sensing,
mapping, and GIS projects.
Towill owns and operates all the advanced
surveying, remote sensing, and
photogrammetric hardware and software
tools necessary to complete the required
scope of services for this important
program.
Towill acknowledges the need to provide
cost-efficient solutions that will benefit our
clients’ geomatics challenges. This single
factor is the driving force behind our
continuous innovation and the adoption of
cutting-edge technology.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Various On-call Statement of Qualifications
SOQ #24/25-501
5.1 Surveying and Mapping
Page 2
Topographic and Aerial Surveys
Towill’s primary business is land surveying and mapping. Along with our extensive field and office
survey staff, we also have an in-house photogrammetry group of professionals that enables us to
perform mapping tasks using either ground- or aerial-based surveying methods, or a combination of
the two. This allows us to most effectively
address our clients’ needs. Because our
internal staff work together on every job,
and on such a wide range of project types,
we have full knowledge of which methods
are most suitable to the task at hand, and
how to communicate effectively to develop
a full understanding of your needs and how
best to serve you.
Planning is the most important tool to
economically serve a project with a variety
of field and office activities. Towill performs
field topographic surveys for design to
produce maps at a wide range of scales,
using both GPS and conventional surveying
equipment and techniques. Such surveys
are typically performed to produce a
detailed map for engineering design or as
supplemental data collection to enhance
and complete photogrammetric mapping.
We have experience performing virtually
every type of field topographic surveying
task, including:
• Detailed site surveys for design and construction purposes (including the location of surface
and underground utilities, monitoring wells, curb and gutter lines, and building pad
elevations);
• Cross-section and profiling along rivers, canals, and levees for hydraulic analysis and design;
• Surveys of bridges and surrounding topography;
• Surveys of tunnels and the interior of large-diameter pipelines; and
• Surveys to check and complement photogrammetric mapping.
For many of our clients, including the City of Rancho Cucamonga, Towill has conducted multiple site
topographic surveys. We have in-house access to some of the latest technology available for these
types of tasks. Utilizing robotic instruments allows us to have more experienced field staff conducting
our topographic data acquisition. With very precise and accurate measuring devices, we often utilize
reflectorless technology to acquire the information needed within streets and other areas of heavy
traffic without impeding traffic flow.
Whether the site is large or small, with Towill’s unique capability to complete photogrammetric
compilation in-house, we will be able to provide the most economical solution to your needs.
Design Scale Aerial Surveys
Aerial surveying has been an important part of Towill’s business since our firm’s founding in 1955.
Towill performs aerial topographic surveys in-house using our staff and equipment to plan, execute,
Sample Topographic Map Prepared by Towill
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Various On-call Statement of Qualifications
SOQ #24/25-501
5.1 Surveying and Mapping
Page 3
and deliver more than 50 projects each year to a diverse client base which includes local, state, and
federal government agencies, regulated energy utilities throughout California, and large A/E firms
across the United States. Towill’s staff includes several individuals who are recognized nationally as
leaders in the aerial topographic survey profession, and our staff dedicated to this service line are
ASPRS Certified Photogrammetrists, Certified LiDAR Specialists, and/or Professional Land Surveyors.
Using our Teledyne/Optech ALTM Galaxy PRIME LiDAR sensor, integrated with a Phase One 100-
megapixel digital image sensor, Towill will plan and execute an aerial primary data collection mission
sufficient in detail and accuracy to support the specifications and details of each given task order.
For example, for the preparation of an engineering design, Towill has the ability using airborne survey
methods to prepare 1" = 20' 3D planimetric features, 1.0' contours, and 0.25' Ground Sample
Distance (GSD) color digital orthophotography. During the primary aerial data collection mission,
Towill will also record both Airborne GPS (ABGPS) and Inertial Measurement Unit (IMU) data.
Prior to the execution of the primary data collection mission, Towill will either recover and target
existing ground control positions, or, if needed, establish and target new ground control positions
throughout the Area of Interest (AOI). Using the digital image, ground control, and ABGPS/IMU data,
Towill will prepare a fully automated analytical aerotriangulation (FAAT) solution to establish
supplemental control for orienting individual photogrammetric stereo-models covering the entire AOI.
Upon completion of the FAAT solution, survey/map documents, such as planimetric features,
contours, or color orthophotography, can be prepared as-needed anywhere and at any time within
the AOI.
Records of Survey
Towill’s licensed surveyors are experienced at completing Records of Survey and Corner Records.
They have a thorough understanding of when each document is required. According to the California
Professional Land Surveyors’ Act, a Corner Record may be used to perpetuate, establish, reestablish,
and restore monumentation that previously existed in the same location. When more extensive work
is required, a material discrepancy is identified, unsurveyed record division lines are to be surveyed,
or numerous monuments need to be documented in a geographical area that may be disturbed, it
may be more beneficial to the City to file a Record of Survey. Records of Survey will identify project
horizontal control, record map information and additional data, and lines and calls prepared in the
initial boundary surveys phase. Closures will be performed on all mathematical components. Once a
record document is ready, Towill’s Project Manager will submit the document to the City for Review
and to the San Bernardino County Surveyor’s Office for map checking and subsequent filing. Any
comments will be quickly answered and incorporated in the revision, if necessary, and returned to
the County Surveyor’s office.
Legal Descriptions and Plats for Right of Way Acquisitions
Determining right of way limits begins with the legal research and title review. Our team of
professionals’ reviews property deeds, easements, and other legal documents to determine property
boundaries and right of way limits. Upon completion of this in-office research and review, one of our
survey crews will conduct an on-site field survey to verify and locate property corners, fence lines,
and other physical evidence of property boundaries. Office and field data is then used to prepare
base maps of existing easement, property, and right of way limits to create accurate legal
descriptions for any easements and right of way takes required for the project, as needed.
Towill always takes special care in preparing documents that can stand up to the scrutiny of others.
Knowing what document to prepare, how important calls are in the document, and realizing that the
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Various On-call Statement of Qualifications
SOQ #24/25-501
5.1 Surveying and Mapping
Page 4
documents will need to be retraceable are all insights that come from the experience our staff brings
to the City. Legal descriptions and plats will be prepared according to local and state standards. All
documents are prepared, reviewed by other licensed professionals in concert with a plat of the area
in question, and revised as necessary before being reviewed by the Project Manager and delivered to
the City. Towill's Project Manager and team leads for this project are all professionally licensed land
surveyors in California who will perform rigorous quality control procedures.
All our legal descriptions are accompanied by a plat, which is incorporated by reference in the
document to help prevent any misinterpretation. Additionally, all documents will be signed and
stamped by an in-house licensed Professional Land Surveyor.
Our extensive experience preparing legal descriptions and plats for various agencies will allow us to
begin delivery quickly. Towill has hands-on experience working with various agencies in the
preparation of all documents required in the acquisition process. Our familiarity with the makeup of
the documents and procedures involved is in added benefit to the City.
By combining advanced surveying techniques, experienced professional personnel, and state-of the-
profession hardware/software, we can deliver accurate and reliable legal descriptions and plat
survey services for right of way acquisitions that meet the specific needs of the City.
Right of Way Base Mapping
Towill, with 70 years of experience as a leading California based surveying and geomatics firm,
brings a unique depth of knowledge and expertise to the preparation of right of way base maps. Our
team of professional surveyors and support staff possess an in-depth understanding of land
surveying principles honed through decades of practical experience. This expertise, as demonstrated
to the City during the past five years through our on-call contract, encompasses a comprehensive
grasp of boundary law, deed interpretation, and the application of advanced surveying techniques.
Towill’s legacy is built upon a foundation of meticulous data collection and analysis. Our team of
professionals are proficient in utilizing the latest surveying technologies, including GPS, total
stations, and remote sensing techniques using both conventional aircraft and Unmanned Aerial
Systems (UAS) to collect precise survey data and generate highly accurate maps. Moreover, we have
a long history and outstanding reputation of successfully researching and analyzing historical
records, including old deeds, maps, and legal documents, to understand the evolution of land
ownership and resolve potential boundary conflicts.
This wealth of experience, combined with our commitment to quality and client satisfaction, enables
us to deliver exceptional right of way base maps that meet the highest standards of accuracy and
reliability.
Boundary and Control Surveys
Towill has extensive expertise in boundary determinations, performing thousands of surveys over our
70-year history. The initial step to any successful boundary survey is proper land records research.
Public records research is performed to identify primary control, right of way information, and
boundary lines, or lines of occupation before performing the work. Research may be performed at
the city offices, county offices, utility agencies, or other appropriate sources. This includes not only
the acquisition of the public record documents and the recorded maps, but also any non-record
maps and surveys that can be uncovered. Necessary records are identified, organized, and analyzed
for the field and office tasks. We visit various agencies to obtain the records and use available
documents to guide our field surveying and office mapmaking activities.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Various On-call Statement of Qualifications
SOQ #24/25-501
5.1 Surveying and Mapping
Page 5
Once the research is complete and all the documentation associated with a boundary has been
analyzed, we can perform highly accurate calculations of where we can expect to locate
monumentation associated with the boundary determination. Throughout the course of the survey,
adjustments can be made to further enhance the accuracy of the search locations and minimize the
amount of field time required to complete the survey.
Towill surveyors utilize a combination of GPS and conventional survey methods to obtain locations
accurately and with a high degree of efficiency. Our staff has the experience of knowing exactly what
procedures are right for any given situation encountered during the course of a survey. Towill’s team
of surveyors have the experience and knowledge to tackle all boundary surveys, from public land
surveys to subdivision retracements and the establishment of centerlines. Towill consistently
remains informed of changes in local, state, and federal laws pertaining to surveying and is very
active in continuing education so that we remain current. With years of experience, we can efficiently
and accurately complete the boundary process, compiling an accurate and defendable survey.
Horizontal and Vertical Control Surveys
Towill is experienced in conducting conventional
surveys, monitoring surveys, precise digital geodetic
leveling, and GPS static surveys, as well as establishing
local project control. We have set up thousands of
control networks and are well-versed in tying into
and/or expanding existing control networks. Our staff
has decades of experience with a wide variety of
coordinate systems and the expertise to know which
applies to each project.
Towill is very experienced in the performance of
geodetic surveys and is familiar with working in the
most current national datums; e.g., the North American
Datum of 1983 (NAD83), 2011 (2010), and the North
American Vertical Datum of 1988 (NAVD88). We also
have a world-renowned geodetic expert on staff to lead
any specialty or high-accuracy survey efforts, if needed.
Towill keeps up to date with technical issues relating to
the evolution of geodetic datums, geodetic surveying
technologies, and associated standards and
procedures.
For example, Towill is aware that the U.S. is planning to replace NAD83 and NAVD88 with a global
datum such as an International Terrestrial Reference Frame (ITRF) realization. Towill can aid the City
in assessing the impact of these developments and in devising strategies to deal with these events
as they unfold.
Horizontal and vertical control is the backbone of any successful survey project. The placement of
control-point locations is carefully evaluated to determine the most efficient method of performing
the project tasks. Existing maps and photography, city and county maps, and available historic maps
are studied to determine how to refine control-point locations to better serve each project and make
the working conditions safe for the field staff. Whenever possible, the control points are located on
Sample Geodetic Survey Network
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Various On-call Statement of Qualifications
SOQ #24/25-501
5.1 Surveying and Mapping
Page 6
or near roads, trails, levees, or other common routes of transportation. Special efforts are taken to
obtain appropriate permission to access private and/or government properties.
We regularly perform static, rapid-static, kinematic and real-time kinematic (RTK), and real-time
network (RTN) GPS surveys to establish ground control, depending on the requirements for the
project. We own and use Trimble dual-frequency GPS receivers. Static and fast static sessions are
used to establish primary control stations; fast-static and kinematic sessions are used for secondary
control. Towill is well-versed in utilizing GPS methods for establishing vertical control and
deformation monitoring to various standards, including the National Geodetic Survey.
GPS observations are downloaded and backed up daily as a precaution against inadvertent loss of
data. Baseline vectors are reduced daily in the field to check for lines that fall outside of normal
parameters. Least-squares adjustments are performed on the data, constraining the newly
established control stations to existing horizontal and vertical control.
When a sufficient number of baselines have been observed to form loops, a loop closure is
performed to further confirm the accuracy. Unconstrained adjustments are run continuously to test
the strength and accuracy of the entire network of interconnected GPS observations throughout the
survey. By continuously performing unconstrained adjustments throughout the survey, the surveyor
performing these adjustments can:
• Monitor data quality in real-time: Identify and address potential issues early on thus
preventing the collection of inaccurate data.
• Improve data processing efficiency: By identifying and correcting errors during the survey,
the final data processing and analysis will be more efficient and accurate.
• Enhance the reliability of the survey results: Unconstrained adjustments help ensure the final
coordinates are robust and reliable.
After completing all scheduled GPS observations, we perform a final unconstrained adjustment and
compile a detailed report that includes a thorough analysis of the data, including error estimates,
quality control checks, and a comprehensive interpretation of the survey results in a format that can
easily be understood and utilized by our clients.
Upon completion of the unconstrained adjustment, high-precision network stations are held fixed
together with vertical constraining stations, and a constrained horizontal and vertical adjustment is
completed using TRIMNET, STARNET, or Geolab software. A geoid model such as Geoid12b is used
as the underlying geoid height model to calculate accurate elevations for all points. However, we
often refine these data to create a local geoid model using data gathered via differential leveling
from local city and/or county benchmarks.
Monument Perpetuation & Pre-/Post-Corner Records
In keeping with Section 8771 of the California Business and Professions Code, Towill recognizes how
critically important accurate and enduring survey monumentation and control is to the survey
operations of both the City and the surveying community. Without the perpetuation of controlling
monuments, countless additional hours of field and office work can occur for both public- and
private-sector projects.
Every project we undertake begins with a thorough review of not only record information but also of
the proposed construction in the area. Our Project Manager organizes the investigation into existing
recorded documentation with the City of Rancho Cucamonga, San Bernardino County, and other
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Various On-call Statement of Qualifications
SOQ #24/25-501
5.1 Surveying and Mapping
Page 7
agencies. Records research is typically performed by the Project Manager or under his direction.
From this research, a plan of action is developed for the preservation of existing monumentation and
the setting of new points.
Our first step in preserving the monumentation is to determine by field verification what monuments
are still in place, which have been buried, and which have been destroyed. We then advise the City of
our findings and plan an operation of setting tie points, which, based on our review of the
construction documents, will be established outside of proposed construction activities.
Monumentation will be marked with either furnished (or as otherwise specified) disks, plugs, or tags,
which shall be stamped with the project manager’s California Professional Land Surveyor registration
number, or as directed in each task. Monumentation shall be established or preserved for the
project or project areas and shall include considerations for utility locations, proper spacing, and
durability. All monuments will be field referenced with a minimum of four (4) intersecting reference
points (known as ties), such as nail & tag on top of curb, rebars outside the work area, or other
approved reference points.
A pre-construction Corner Record will then be prepared and filed with the County of San Bernardino
for each monument. Corner Records shall include the character of the monument, its record
reference, reference ties, and other pertinent data. All such field monumentation work will conform
to Section 8771 of the California Business and Professions Code, which addresses the preservation
of existing survey monuments.
When construction has been completed, we return to the area and determine which monuments
and/or tie points will need replacement. In many instances, damage to the existing monuments is
limited. In cases where monuments are to be replaced, a durable monument or standard well
monument, will be set to conform with the standards described in Business and Professions
Code § 8771 so that another engineer or surveyor may readily retrace the survey, and post-
construction Corner Records are filed. All documentation and Corner Records will be prepared to
meet the requirements of both the City of Rancho Cucamonga and the County of San Bernardino.
Preparation of Corner Records
As discussed in the previous section, our team of
professional surveyors and the support staff are highly
skilled in preparing corner records for filing with the
appropriate agencies. Over the past five years, Towill has
successfully filed approximately eighty (80) Corner Records
with the County of San Bernardino’s Surveyors office. All of
these have been completed under our survey and mapping
on-call contract with the City of Rancho Cucamonga. This
significant achievement demonstrates both Towill’s and the
City’s commitment to directly support California Business
and Professions Code Section 8771, which emphasizes the
critical importance of perpetuating control monuments and
their ties.
Preparing each Corner Record involved meticulous
processes by both field and office personnel. It begins with
thorough research of historical city and county records
followed by on-site investigations to locate and identify the existence of the monuments and their
ties. This is followed by conducting a precise pre-construction field survey of the monuments found.
Corner Record Diagram
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Various On-call Statement of Qualifications
SOQ #24/25-501
5.1 Surveying and Mapping
Page 8
This information can then be used to prepare and file a pre-construction Corner Record or retained
for use in preparing a combined pre-/post-construction Corner Record. To ensure the highest level of
accuracy and adherence to professional standards, all field survey data is analyzed and documented
by one of our California Professional Licensed Surveyors. Upon completion of the construction, our
field crews will set new monuments at their originally found locations and set any additional needed
ties. This data is then used to create the Corner Record which is internally reviewed for accuracy and
completeness. Once approved, it is then submitted electronically to the appropriate governing
agency for approval which may involve the local municipality, state transportation department, or
other relevant authorities.
Mark Limits of Removals
Limits of removal are staked based on approved plans and/or visual inspection in the field. Our
crews have decades of experience in this field exercise to realize when things appear to be either
insufficient or excessive. If it is believed that the removal limits either exceed or are inadequate for
construction, we will advise City staff. The limits can be staked either at their actual location, with
media such as paint on the curb, or on a preferred offset distance that can be used later for
construction, thereby saving time and money.
Construction Surveying
Construction surveying assignments begin with our
checking and verifying existing project horizontal and
vertical control values before the commencement of
construction layout work. Our crews will
independently survey this control, and we will provide
a project control report for use by the construction
staking surveyor. A review of the construction plans is
also completed to determine if sufficient information
exists for us to provide construction staking from the
plans; we also vigilantly check for errors or omissions.
Our experience working from engineering plans has
afforded us the insight to know when things do not
appear to be in order and may need a second look.
Construction line and grade layout, whether it is for
roads, sewer, water, storm drain, or grading, typically requires a swift response to avoid costly
construction delays. Field crews are equipped with pre-calculated horizontal and vertical alignments
so that offsets can be determined at the time of staking and so that cuts and fills can be compared
to design data at the point of collection. All verification data is transferred to Towill’s database for
secondary accuracy checks by office personnel.
Towill takes a proactive approach to any construction project. The first step after receiving the
construction plans is to review them and understand what needs to be built and the level of
information provided in the plans. Reviewing the horizontal and vertical controls, construction
alignments, profile grades, and joins are just a few of the items that will be reviewed before putting
stakes in the ground. If discrepancies are found or clarifications with the plan set are required, a
Request for Information (RFI) will be prepared and submitted to the City’s representative and/or the
engineering design representative. Field checks are made to verify joins or other critical elements
shown in the design plan set. Once the plans have been reviewed and all required information is
received, the area can be staked for construction.
Sample Construction Staking Exhibit
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Various On-call Statement of Qualifications
SOQ #24/25-501
5.1 Surveying and Mapping
Page 9
Survey Plan Checking
Due to our team’s history with the subdivision process throughout California, our team is well-versed
in the Subdivision Map Act and its processes and knows what to look for when reviewing the work of
others. Upon obtaining the Conditions of Approval for a subdivision, we will make a checklist, along
with all state, county, and city standard requirements to complete a thorough review. Our staff has
the experience necessary to examine a map quickly and accurately to provide the City with a review
that is complete and thorough the first time, to avoid unnecessary delay in plan checks. A complete
record of all submitted items and the corrections requested is kept aiding in the review of further
submittals. It is always recommended that a meeting be held with the submitter along with City staff
to review the corrections so that the process can move along smoothly. While these meetings are not
always necessary, they can prove helpful in providing experience to the submitters and to City staff.
In addition to final maps and parcel maps, we also have experience checking and verifying lot line
adjustments, legal descriptions and plats and other survey reports and documents that are required
for a specific project. All map, plan, and document checks are performed personally or under the
direct supervision of one of our Professional Land Surveyors licensed in the State of California. All
check letters will be signed by said surveyor, and all plan checks are prepared promptly in keeping
with the Subdivision Map Act.
Easements and Vacations
These items all require similar services to review the existing property and property rights and to
prepare the necessary documents to complete the acquisition process. Towill can produce legal
descriptions and plats for property interest conveyances, record of survey maps, attachment
documents and exhibits to accompany parcel map waivers, certificates of compliance, right of way
engineering, appraisal maps, encumbrance maps, ALTA/ACSM land title surveys, and special
exhibits including property mapping for presentation or clarifying property-related issues, associated
improvements, and other relevant features of interest to real estate professionals and attorneys.
Prepare and Review Tentative/Final Tract/Parcel Maps
Towill possesses a deep-rooted understanding of the complexities involved in preparing and
reviewing tentative and final tract/parcel maps. With a rich history spanning seven decades, our firm
has consistently demonstrated its expertise in this domain. Our team of highly skilled professionals
possesses an in-depth knowledge of relevant regulations, standards, and best practices necessary to
prepare tract and parcel maps that meet the highest standards of accuracy and compliance.
Our geomatics professionals understand that preparing tract/parcel maps is a multifaceted
endeavor fraught with multiple complexities. Navigating a maze of legal and regulatory requirements,
ensuring the utmost accuracy in data collection and analysis, and addressing potential challenges
such as topographic complexities, boundary disputes, and historical land records demands a high
degree of expertise and meticulous attention to detail. Effectively integrating modern technologies
while maintaining clear communication and coordination with all stakeholders further underscores
the intricate nature of this critical process.
To further illustrate our knowledge in preparing tract and parcel map documents the following is a
general overview of the steps and procedures we follow when preparing said survey documents.
Note, procedures may vary depending on the complexity of the project and specific requirements of
the client.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Various On-call Statement of Qualifications
SOQ #24/25-501
5.1 Surveying and Mapping
Page 10
1. Research and Planning:
• Gather Existing Data: This includes reviewing property deeds, previous surveys, zoning
ordinances, and other relevant documents.
• Site Visit: Conduct a thorough on-site inspection of the area of interest.
• Project Planning: Develop a detailed plan for the survey, including the necessary survey
methods equipment, personnel, and safety protocols.
2. Fieldwork:
• Establish Project Control Points: Set up project reference points that will serve as the basis to
accurately conduct the field survey tasks.
• Measure and Map Boundaries: Utilize the survey equipment and procedures outlined in the
Project Plan, collect the required filed data.
• Record Data: Record all measurements and observations meticulously in field notes and
digital formats.
3. Data Analysis and Processing:
• Process Data: Analyze the collected data, perform calculations, and create digital
representations of the property/properties.
• Create Maps: Generate detailed maps showing property boundaries, easements, rights of
way, and other relevant features.
• Closure Reports: generate mathematical reports covering the various components of the
mapping areas.
4. Prepare Project Reports:
• Compile Survey Report: Prepare a comprehensive
report summarizing the survey findings, including
maps, diagrams, and any relevant notes or
observations.
5. Review and Approval:
• Internal Review: Conduct internal quality control
checks to ensure the accuracy and completeness
of the survey data and maps.
• Submit for Approval: Submit the final tract/parcel
map for review and approval by the appropriate
regulatory agencies.
Towill's comprehensive understanding of the land
surveying and mapping process, coupled with our
unwavering dedication to client satisfaction, makes us a
trusted partner for all your tract/parcel mapping needs.
Portion of Tract Map Prepared by Towill for the City of
Rancho Cucamonga, 2024
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Various On-call Statement of Qualifications
SOQ #24/25-501
5.1 Surveying and Mapping
Page 11
Other Surveying & Mapping Related Services/Capabilities
Beyond those services described above and to address the diverse needs of our clients, Towill
leverages cutting edge technology and a multidisciplinary team to provide a comprehensive range of
geomatics services and capabilities. Following is a sampling of those services and capabilities
Traffic Control
Towill is knowledgeable of traffic control
procedures and will work with the City so that
safety and regulated concerns are met with each
task. Towill has the required traffic control
equipment for jobs involving moderate traffic, and
when conditions demand the highest levels of
safety and control, flaggers with paddle boards
will be employed.
Traffic control will be performed following the
Work Area Traffic Control Handbook (WATCH)
Manual, Manual on Uniform Traffic Control
Devices (MUTCD), or as required by the relevant
governing agency. Towill’s staff is highly
experienced at working safely near roadways, railways, and traffic and following the proper protocols.
Towill places primary importance on the safety of our employees and the public. We are very
experienced at working safely near roadways, railways, and traffic. Our commitment to safety begins
with each new hire; new employees are immediately given safety orientation training. Management
training is given to all staff with responsibility for employees, from supervisors to the managerial
level.
We incorporate relevant safety concerns in our Daily Work Assignment Sheet. We have site‐specific
safety meetings to discuss safety and investigate hazards for the particular site. Additionally, many of
our field staff are E‐Rail Safe Certified, and we regularly conduct and document Tailgate Safety
Meetings.
Terrestrial & Mobile LiDAR
The Towill team, led by our Project Manager, James Rios, brings 17 years of terrestrial LiDAR
scanning experience. Terrestrial LiDAR scanning can be used to obtain spatial information for
features that require a high level of detail or are difficult to reach. It can also be used to gather many
data points on complex surfaces, such as rough and uneven ground.
The key to successful terrestrial LiDAR scanning technology is knowing when it is the right tool for the
job, how to establish control to provide predictable precision within accuracy specifications, and how
to combine and augment it with other measurement methods and data products to provide the most
efficient service for the tasks at hand.
In addition, Towill’s unique business model, which combines complete aerial photogrammetric and
LiDAR services, as well as ground-based field surveying augmented with LiDAR, brings a
comprehensive mapping tool set to this contract.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Various On-call Statement of Qualifications
SOQ #24/25-501
5.1 Surveying and Mapping
Page 12
Recently, Towill completed 16 miles of detailed topographic mapping along State Route 91 in
Riverside County, utilizing a combination of mobile and terrestrial LiDAR, aerial photogrammetry, and
conventional ground surveys. This seamless integration of various advanced and conventional
technologies allowed the Towill team to complete this design-level mapping project to Caltrans
standards within 120 days. This is a strength the Towill team will bring to the City.
As-Built & Subsurface Utility Surveys
Surveying existing utilities and other surface-visible structures is a common requirement for
topographic mapping and one in which Towill excels. Typical tasks in this category could include
creating an as-built utility base map from field surveys and/or existing record utility research. All field
surveys will be subject to a set of quality control measures developed to minimize and/or mitigate
field errors.
Additionally, for surveys that require locating and identifying existing buried utilities should it be
necessary, Towill has experience managing the application of a variety of non-intrusive electronic
exploration methods as well, such as magnetic scans and ground-penetrating radar. Research will be
performed with utility surveyors to acquire information usable in planning field surveys and
interpreting the resultant data. Compilation and display of the information will be performed
following City requirements, field-checked, and incorporated into the project deliverables.
On many of our construction projects, we record the location of the improvements “as they are built”
during construction. The final location of construction improvements such as sewer/water pipes,
overhead transmission lines, rail/road/marine infrastructure, etc. can be different than the original
design location. Providing an as-built survey provides a detailed record-drawing document of the
constructed item(s) and their associated surroundings.
Airborne LiDAR Surveys
Towill has decades of experience performing airborne
LiDAR mapping projects. We have completed several
thousand square miles of LiDAR data collection
throughout the length and breadth of California.
Several important features of our approach to
airborne LiDAR data collection include calibration of
the entire LiDAR system; ground control points; use of
sophisticated software to identify, segregate, and
remove points that do not represent the ground; and
the use of aerial photography to verify the accuracy of
the LiDAR digital elevation models.
We have recently completed aerial LiDAR acquisition
and mapping for more than 1,185 square miles in
two separate areas in San Bernardino County. The
project was completed for the Flood Control District
with final deliverables including Digital Elevation
Models (DEM) and GIS metadata.
Airborne LiDAR Generated Map
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
Various On-call Statement of Qualifications
SOQ #24/25-501
5.1 Surveying and Mapping
Page 13
Unmanned Aerial Systems
Towill has a proven track record of successfully deploying sUAS technology across a diverse range of
projects over the past decade. Our experienced FAA-Certified Pilots and data processing specialists
utilize cutting-edge fixed-wing and rotary aircraft equipped with high-resolution, calibrated cameras
and sensors to capture aerial imagery and data with unparalleled accuracy and efficiency.
Adding to our current capabilities in 2025 will be the acquisition of a UAS capable of carrying the
weight and power requirements of a LiDAR sensor. These capabilities have been instrumental in
delivering cost-effective solutions for clients across various sectors
For example, we have utilized sUAS for topographic surveys, volumetric calculations, construction
progress monitoring, documenting emergency response efforts, and infrastructure inspections,
providing valuable insights and supporting informed decision-making.
Towill's commitment to safety and compliance is paramount. We adhere to all FAA regulations and
best practices for sUAS operations, ensuring the safe and responsible use of this technology.
Moreover, one of our staff members is serving as the American Society of Photogrammetry and
Remote Sensing (ASPRS) UAS Division Director. In this role, he is steering the development of UAS
best practices related to the accuracy standards for UAS photogrammetry and LiDAR derived data.
Conclusion
In conclusion, we believe that the past five years of exceptional surveying and mapping services
provided to the City of Rancho Cucamonga, coupled with the above reaffirming approach to the
anticipated future services, uniquely qualifies Towill for another on-call contract.
Our proven track record of successful project delivery along with our commitment to utilizing the
latest technologies and employing a highly skilled and experienced team of professionals ensures
that we will consistently exceed your expectations.
Moreover, we are confident that our technical expertise, combined with our deep understanding of
the City’s needs and priorities gained over the past five years of successful collaboration, will make
Towill the ideal partner for your continued surveying and mapping requirements. We look forward to
our continued professional relationship with the City of Rancho Cucamonga.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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.
Marvin Miller
Current Vendor
NONE
January 13, 2025
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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.
Marvin Miller
Regional Director
January 13, 2025
X
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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.
Marvin Miller Regional Director
Towill, Inc.
Marvin Miller
___________________________________
January 13, 2025
Regional Director
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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.
1
Marvin Miller
Regional Director
January 13, 2025
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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.
Towill, Inc.
Marvin Miller
Regional Director
January 13, 2025
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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.
500
X
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
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.
Towill, Inc.
(909) 303-7960 Ext. 1504
(925) 682-6390
marvin.miller@towill.com
Marvin Miller
10390 Commerce Center Drive, Suite C-190
Rancho Cucamonga, CA 91730-5858
www.towill.com
Regional Director
January 13, 2025
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
CITY OF RANCHO CUCAMONGA, CALIFORNIA
SURVEY and MAPPING SERVICES HOURLY RATE SCHEDULE
Effective July 1, 2025 – June 30, 20301
Labor Classifications Hourly Rates (07/01/25 – 06/30/26)
Principal Land Surveyor / Geomatics Principal Manager ..................................................................$265.00
Senior Land Surveyor / Senior Project Manager ...............................................................................$257.00
Survey Project Manager ....................................................................................................................$225.00
Project Surveyor / Geomatics Specialist ...........................................................................................$190.00
Associate Surveyor ............................................................................................................................$175.00
Senior Geomatics Specialist ..............................................................................................................$160.00
Survey Technician (Office) ................................................................................................................$149.00
Project Safety Specialist ....................................................................................................................$150.00
Geomatics Analyst ............................................................................................................................$130.00
CADD Technician / Geomatics Technician ........................................................................................$115.00
Project Coordinator .......................................................................................................................... $ 99.00
Prevailing Wage Rates2 Hourly Rates (07/01/25 – 06/30/26)
One-Person Survey Crew ..................................................................................................................$207.00
Two-Person Survey Crew ..................................................................................................................$385.00
Three-Person Survey Crew ................................................................................................................$553.00
Field Technical Support / Operations Coordinator ...........................................................................$207.00
Notes:
• As required by the International Union of Operating Engineers (IUOE), Local 12 Master Labor
Agreement, field survey personnel and crew members are invoiced in increments of 4, 6, or 8 hours
only.
• Field survey rates are inclusive of one survey vehicle, vehicle mileage, conventional and GPS survey
equipment, and standard safety equipment.
• Additional survey vehicles will be charged out at $25/hour.
1 Towill’s proposed hourly rates are valid for the full term of the agreement beginning July 1, 2025, and ending
June 30, 2030. However, hourly rates for non-union personnel are subject to an annual adjustment before the
beginning of each successive contract year. Towill will notify the City of the desire to increase rates no later than
May 15, 2026, 2027, 2028, and 2029. Proposed rate increases will be based on the United States Department of
Labor, Bureau of Labor Statistics’ Consumer Price Index for All Urban Consumers for Riverside-San Bernardino-
Ontario for the twelve-month period ending on the immediately prior April 30. Rates for non-union personnel will
not increase more than five (5) percent in any give year without City Council approval.
2 Rates for Prevailing Wage earners (IUOE, Local 12 personnel) are subject to annual rate changes beginning July 1,
2026. These changes will be based on the new IUOE Local 12 labor agreements, which are anticipated to take
effect beginning October 1, 2025, and October 1, 2028. Master Labor Agreements have a 3-year term and include
published annual increases, consistent with the prevailing wage requirements published by the California
Department of Industrial Relations (DIR). Towill will notify the City of any adjustments to these rates in writing
prior to each successive contract year to ensure full compliance with all IUOE Local 12 and DIR requirements.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853
AUTHORIZED OVERTIME LABOR RATES
Labor Description Hourly Rate
Saturdays and over 8 hours on Weekdays ........................................................... 1.5 times the Regular Rate
Sundays and Holidays ......................................................................................... 2.0 times the Regular Rate
EQUIPMENT AND OTHER DIRECT COSTS/RATES
Equipment Description Rate
Terrestrial Static LiDAR Sensor ............................................................................ Quote Provided per Project
Small Unmanned Aerial System (sUAS) .............................................................. Quote Provided per Project
EQUIPMENT AND OTHER DIRECT COSTS/RATES
Specialty Safety Equipment ................................................................................ Quote Provided per Project
Airborne LiDAR Sensor ........................................................................................ Quote Provided per Project
Digital Aerial Image Sensor ................................................................................. Quote Provided per Project
Specialty Remote Sensing Equipment ................................................................ Quote Provided per Project
City shall pay the costs, plus 10%, for any applicable governmental fees, title company charges,
subconsultant fees, outside vendor costs, reproduction costs, rental vehicles and boats, rental and
specialty equipment, consumable materials, digital delivery media, and delivery or messenger services
incurred on the City’s behalf.
Docusign Envelope ID: B52CFA28-A8D0-4D0C-BFC5-BCFF6362C29DDocusign Envelope ID: A31A6D7E-550C-4BE7-B48D-21C6D0515853