Loading...
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