Loading...
HomeMy WebLinkAboutCO 2025-178 - Verdantas Inc.PSA 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 (“City”) and Verdantas, Inc., a California Corporation (“Consultant”). RECITALS A.City has heretofore issued its request for proposals to perform the following design professional services: on-call geotechnical engineering and material sampling/testing services (“the Project”). B.Consultant has submitted a proposal to perform the professional services described in Recital “A”, above, necessary to complete the Project. C.City desires to engage Consultant to complete the Project in the manner set forth and more fully described herein. D.Consultant represents that it is fully qualified and licensed under the laws of the State of California to perform the services contemplated by this Agreement in a good and professional manner. AGREEMENT NOW, THEREFORE, in consideration of performance by the parties of the mutual promises, covenants, and conditions herein contained, the parties hereto agree as follows: 1.Consultant’s Services. 1.1 Scope and Level of Services. Subject to the terms and conditions set forth in this Agreement, City hereby engages Consultant to perform all technical and design professional services described in Recitals “A” and “B” above, including, but not limited to on-call geotechnical engineering and material sampling/testing services, all as more fully set forth in the R equest for Statement of Qualifications, attached hereto as Exhibit “A” and Consultant’s proposal, dated January 13, 2025 attached hereto as Exhibit “B”, and incorporated by reference herein. The nature, scope, and level of the services required to be performed by Consultant are set forth in the Scope of Work and are referred to herein as “the Services.” In the event of any inconsistencies between the Scope of Work and this Agreement, the terms and provisions of this Agreement shall control. 1.2 Revisions to Scope of Work. Upon request of the City, the Consultant will promptly meet with City staff to discuss any revisions to the Project desired by the City. Consultant agrees that the Scope of Work may be amended based upon said meetings, and, by amendment to this Agreement, the parties may agree on a revision or revisions to Consultant’s compensation based thereon. A revision pursuant to this Section that does not increase the total cost payable to Consultant by more than ten City of Rancho Cucamonga CONTRACT NUMBER 2025-178 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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 Kristen Williams, Area Leader 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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. Consultant makes no representation as to the suitability of the Work Product for use in circumstances not contemplated by the scope of Services or as to any Work Product altered in any way by City. Any unauthorized re-use of the Work Product by City, and any changes made by City thereto, shall be at City’s sole risk and without liability to Consultant. 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, Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 5 notwithstanding any disputes between Consultant and City concerning payment, 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: Verdantas, Inc. 10532 Acacia Street Suite B6 Rancho Cucamonga, CA 91730 Attn: Kristen Williams, Area Leader 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 arising hereunder shall be null, void and of no effect. Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 13 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. 24. Entire Agreement. This Agreement consists of this document, and any other documents, attachments and/or exhibits referenced herein and attached hereto, each Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 14 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: Verdantas, Inc. By: ______________________________ Name Kristen Williams Date ______________________________ Title City of Rancho Cucamonga By:________________________________ Name Date _________________________________ Title By: ______________________________ Name Jason Hertzberg Date ______________________________ Title (Two signatures required if corporation) Rancho Cucamonga Fire Protection District By:________________________________ Name Date _________________________________ Title Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBF AVP, Group Leader 9/16/2025 | 10:50 AM PDT Vice President 9/4/2025 | 10:21 AM PDT Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 9/17/2025 | 2:28 PM PDT Mayor/President 9/17/2025 | 3:00 PM PDT Fire Chief PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 15 EXHIBIT A REQUEST FOR STATEMENT OF QUALIFICATIONS Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 16 EXHIBIT B CONSULTANT PROPOSAL Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Submitted to Submitted by 10532 Acacia Street, Suite B-6 Rancho Cucamonga, CA 91730 formerly Leighton Consulting, inc. VARIOUS ON-CALL SERVICES Section 5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING January 13, 2025RFQ #24/25-501 Qualifications to Provide Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com 10532 Acacia Street, Suite B-6 Rancho Cucamonga, CA 91730 +1 909-484-2205 01.13.2025City of Rancho Cucamonga Purchasing Division 10500 Civic Center Drive Rancho Cucamonga, CA 91730 ATTN: Marlena Perez, PE, Principal Engineer Subject: Statement of Qualifications to Provide Various On-Call Services Section 5.2 – Geotechnical Engineering and Material Sampling/Testing SOQ #24/25-501 In response to the City of Rancho Cucamonga’s (hereafter referred to as the City) Request for Statement of Qualifications (SOQ), Verdantas Inc. (formerly Leighton Consulting, Inc.) is pleased to present this proposal to provide geotechnical engineering and material sampling/testing services for the City. Verdantas has been providing on-call geotechnical consulting and testing during construction for the City since 2008, and other agencies throughout Southern California for 63 years. Verdantas has an extensive history and basis for understanding a variety of project-specific issues and constraints in and around Rancho Cucamonga, as well as understanding of local, state, and federal codes and procedures. From this experience, we have developed a vast database of geologic and geotechnical conditions, which is accessed daily by our engineers and geologists. Our clients, including the City, has benefitted directly from this database and experience for decades. Our team will be led by Luis Perez-Milicua, PE, GE, a California Professional Geotechnical Engineer with significant experience serving municipalities across the County. He will be supported by Jason Hertzberg, PE, GE, who will serve as Project Principal, as well as our skilled project team of registered professionals and certified technicians. Kristen Williams, PG, Area Leader is our signing authority. All three of these individuals are authorized to negotiate on behalf of the firm. SIGNING AUTHORITY | AREA LEADER PROJECT PRINCIPAL | DEPARTMENT LEADER PROJECT MANAGER | MAIN CONTACT Kristen Williams, PG 949.681.4273 kwilliams@verdantas.com Jason Hertzberg, PE, GE 909.527.8772 jhertzberg@verdantas.com Luis Perez-Milicua, PE 909.527.8777 lperez-milicua@verdantas.com Verdantas has more than six decades of experience providing these services to municipal clients throughout Southern California, including the City on recent projects. We have three in-house laboratories in Temecula, Irvine, and San Diego, all of which hold certification from Caltrans, AASHTO, California Division of the State Architect (DSA), cities of Los Angeles and San Diego, and U.S. Army Corps of Engineers (USACE). We appreciate this opportunity to present our qualifications and experience to the City. If you have any questions about our services or this proposal, please do not hesitate to contact us. We look forward to working with the City. Sincerely, Verdantas Kristen Williams Vice President/Area Leader 949-681-4273; kwilliams@verdantas.com Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 3 4.2 Table of Contents 4.3 Executive Summary ...............................................................................................................4 4.4 Firm Experience/Qualifications ..........................................................................................5 4.5 Third Party/Subcontractors ...............................................................................................10 4.6 Staff Resumes & Organization Chart .............................................................................. 11 4.7 Project Management Approach ......................................................................................29 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 4 Verdantas Inc. (Verdantas), formerly Leighton Consulting, Inc., provides engineering solutions to public agencies, property owners, and facilities. Our focus is the physical sciences encompassing the geotechnical and environmental disciplines. Our project teams are structured to provide a mix of Professional Geotechnical Engineers, Civil Engineers, Professional Geologists and Certified Engineering Geologists, and Certified Inspectors all in Southern California. Our qualifications presented herein are for City request for Statement of Qualifications (SOQ) Section 5.2 Geotechnical Engineering and Material Sampling/Testing. Our Rancho Cucamonga office will serve the City of Rancho Cucamonga (City) through this contract on an on-call basis for geotechnical and materials testing during construction, and related design-phase geotechnical engineering services, as required by City project managers. We are well-positioned and qualified to assist the City in those areas with the provision of geotechnical and materials testing services, having provided them for the City since 2008 and in the surrounding area for more than six decades. We would be honored to join you in your goal of improving the quality of life for your residents, businesses, and visitors. Verdantas has long-standing roots in the City of Rancho Cucamonga and San Bernardino County, and has served hundreds of municipalities across the county and throughout Southern California. This extensive local experience gives us insight into the local requirements and regulators, informing our team’s approach to best serving the City. We have been performing geotechnical and materials testing services in San Bernardino County for over 40 years, which includes providing plan review services, performing design-phase geotechnical investigations, and providing construction-phase services including soil compaction testing, testing of various construction materials and special inspection of concrete, steel, masonry, and others . All of these services are performed in-house without the need of subconsultants or outside laboratories. We have three in-house geotechnical and materials testing laboratories located in Temecula, Irvine, and San Diego. Our labs are accredited by AASHTO, Caltrans, California Division of the State Architect (DSA), cities of Los Angeles and San Diego, and U.S. Army Corps of Engineers (USACE). We provide standard ASTM and Caltrans testing methods and can respond with additional testing methods modified to meet specific field and/or contract conditions. Our laboratories participate bi-yearly in Cement and Concrete Reference Laboratory (CCRL) Sample Proficiency Testing as well as the AASHTO Materials Reference Laboratory (AMRL) and consistently achieve high ratings. Verdantas’ qualifications include: ‣ A legacy of effective award-winning engineering solutions for technically challenging sites; ‣ Widespread knowledge of geological and geotechnical site conditions in Southern California; ‣ Extensive data about project sites—historical aerial photographs, published reports, and maps; ‣ Creating successful projects through a partnering approach; ‣ Knowledge of agency requirements; ‣ Extensive geotechnical and material laboratory services. FIRM APPROACH The Verdantas team will work closely with your staff, appropriate regulatory agencies and other stakeholders to ensure your priorities and expectations are met. Through previous successful as-needed contracts, we have developed management tools and practice proactive communication for project success. 4.3 Executive Summary Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 5 Verdantas is well-staffed with many locally located offices and can handle large fluctuations in workload. Our team has the ability to work longer hours and weekends/holidays depending on project needs, and can add field and office staff to meet deadlines. In addition, if your project needs extend beyond our scheduled resources, we can access staff and specialty skills from other Verdantas office locations, providing additional personnel who will remain under the direction of our project manager and are able to contribute to our local work effort. Our key personnel’s current availability to serve the City, as well as their ongoing projects, are presented in Section 4.6 – Staff Resumes and Organization Chart. 4.4 Firm Experience/Qualifications Verdantas is a California C-Corporation dedicated to providing our clients with expertise in engineering consulting, the environment, and its supporting infrastructure. Verdantas has grown exponentially in the last four years, strategically acquiring firms including Southern California’s geotechnical consultant, Leighton Consulting, Inc. With the addition of Leighton’s legacy team, Verdantas has the advantage of more than 63 years of experience delivering industry-leading geotechnical engineering, environmental consulting, and materials testing and inspection services to local communities. Our team is comprised of more than 60 California-registered Geotechnical Engineers, Civil Engineers, Certified Engineering Geologists, Professional Geologists, as well as multi-certified laboratory technicians, field soils/materials technicians, and special inspectors. As part of the larger Verdantas LLC family of companies, we employ more than 1,400 staff across the nation. Over the past 63 years, Verdantas has provided similar services to a number of local cities and municipalities, including the City of Rancho Cucamonga. A snapshot of our recent, local experience performing these services is presented below. ON-CALL GEOTECHNICAL ENGINEERING AND MATERIALS TESTING Rancho Cucamonga, CA Working under an on-call that has been uninterrupted since 2008, Verdantas provides geotechnical engineering, soils observation and testing, and materials testing and special inspections to the City of Rancho Cucamonga. Fire Station #171: In 2022, Verdantas performed a geotechnical investigation to support the design team. The scope consisted of researching available geotechnical literature, reports, and aerial photographs, and conducting field exploration consisting of drilling 7 hollow-stem auger borings ranging from 10 feet to 51.5 feet in depth, sampling, and logging prior to backfilling. Geotechnical laboratory testing was performed on the collected samples to evaluate the engineering characteristics of the onsite soils. Data obtained from field exploration and geotechnical laboratory results was evaluated and analyzed to develop conclusions and provide recommendations in accordance with the California Geological Survey (CGS) Note 48. Results of geologic hazards review and geotechnical exploration were summarized and presented along with preliminary geotechnical design recommendations. Additional Contact: Darcy Vogel, Fire Business Manager | 909.774.3006 | Darci.Vogel@CityofRC.us Company Name VERDANTAS INC. Formerly Leighton Consulting, Inc. Business Type California Corporation Years in Business 63 Years Local Office Location 10532 Acacia Street, Suite B-6 Rancho Cucamonga, CA 91730 Headquarter Office Location 2600 Michelson Dr., Suite 400, Irvine, CA 92612 California Office Locations Rancho Cucamonga | Temecula (Office + Lab) | Irvine (HQ) | Irvine (Lab) | San Diego (Office + Lab) | Santa Clarita | Victorville | Palm Desert Client Name City of Rancho Cucamonga Contact Romeo David Associate Engineer 909.774.4070 romeo.david@cityofrc.us Length of Services Provided Since 2008 Team Members Involved Luis-Perez Milicua; Jason Hertzberg; Steven Okubo; Roderick Marcia; Jeffrey Olson Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 6 Fire Station #172: From 2018 through 2021, Verdantas conducted a geotechnical exploration in support of the design for a new public safety facility. The project is located on an approximately 2.4-acre site which includes a 16,274-square- foot public safety facility housing a fire station and police substation. The project also included a fuel island, carport canopy, site improvements, onsite and offsite underground utilities, and detached storage garage. The scope consisted of the excavation of seven test pits with depths ranging from 6 feet to 11 feet which were sampled and logged. Geotechnical laboratory testing was performed on the collected samples to evaluate the engineering characteristics of the onsite soils. Data obtained from field exploration and geotechnical laboratory results was evaluated and analyzed to develop conclusions and provide recommendations in accordance with the California Geological Survey (CGS) Note 48. Results of geologic hazards review and geotechnical exploration were summarized and presented along with preliminary geotechnical design recommendations. When construction began, Verdantas provided geotechnical observation during rough-grading and post-grading activities. Verdantas also provided site concrete mix-design review, and special inspections of welding, masonry, high strength bolting, and fresh concrete sampling during construction. Additional Contact: Flavio Nunez ,Project Manager | 909.477.2740 | Flavio.Nunez@cityofrc.us Library Relocation Project: In 2024, Verdantas performed a geotechnical exploration to provide design recommendations for renovation of existing buildings into the new City of Rancho Cucamonga Library. The geotechnical scope of work included performing geotechnical borings to a maximum depth of 50 feet, infiltration testing, laboratory testing, engineering analysis, and reporting. Additional Contact: Cara Vera, Project Manager, Deputy Library Director | 909.774.3966 | cara.vera@CityofRC.us FY23-24 Local Overlay: In 2024, Verdantas provided construction-phase geotechnical and material testing during pavement rehabilitation of various roadways in the City of Rancho Cucamonga. Our services primarily included observation and testing during asphaltic concrete paving, including collecting sampled for laboratory testing, performing field density testing, and collecting pavement cores for relative compaction determination. Prior to construction, Verdantas assisted the City by reviewing asphalt/concrete mix designs and material submittals. Technician daily field report were prepared and provided to the City. A brief summary table tabulating laboratory test results was provided to the City at the completion of the project. Los Amigos Park: By attaining a grant from the State of California’s Proposition 84, which included funding for state and local park improvements, the City of Rancho Cucamonga proceeded with plans for a 3.4-acre community park. Features include a skate park, picnic area, barbecues, a basketball court, and outdoor fitness equipment. Verdantas provided the City a geotechnical design report, and geotechnical observation and materials inspection and testing during construction. Critical to obtaining funding was designing a park with sustainable features. For a proposed infiltration basin, Verdantas performed percolation tests. Although the site appeared undeveloped, there was evidence of past agricultural use, with undocumented fill across the site. Recommendations included overexcavation for buildings and screen walls based on test pit observations and laboratory testing of samples. Verdantas was the prime consultant contracted to provide geotechnical and testing services for the park construction. Soils technicians completed moisture and density testing during rough grading with samples taken to our laboratory for maximum dry density and optimum moisture content, and sieve analyses. Concrete sampling and testing were completed as needed in response to requests by City personnel. Rancho Cucamonga Sports Center: Verdantas conducted a geotechnical investigation and provided a geotechnical report based on a field investigation for the proposed sports center complex, consisting of the construction of three indoor courts, three outdoor courts, and a community multi-purpose room. Infiltration rates were provided based on San Bernardino County guidelines. Verdantas also provided geotechnical observation and testing services during rough grading and post grading activities, and materials testing and special inspections during construction of structures. Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 7 ON-CALL MATERIALS TESTING AND SPECIAL INSPECTIONS, GEOTECHNICAL ENGINEERING Riverside, CA Verdantas has been working with the City of Riverside since 2004 on an as-needed basis. We have provided our full suite of services including materials testing, special inspections, and geotechnical engineering. Magnolia Avenue Widening: In 2020, Verdantas provided geotechnical and pavement observation and testing during construction of the City of Riverside Magnolia Avenue Widening project. This project widened Magnolia Avenue within the existing median to create an additional traffic lane in both directions of the 2.8-mile segment between Buchanan Street and Banbury Drive, and leading to the State Route 91 ramps on Magnolia. Pavement rehabilitation consisted of resurfacing the existing asphalt with cold mill and overlay. Other improvements included traffic signal, striping, signing, storm drain, electric, telecommunication, landscape, and irrigation modifications as well as replacement of existing concrete sidewalk, curb, gutter, and pedestrian ramp repairs. Monroe Storm Drain Improvements: In 2021, Verdantas provided the City of Riverside with on-call observation and testing services during the construction of the proposed Monroe MDP Line E, E-2 and E-5 Storm Drain Project along Gratton Street from Lincoln Avenue to Hermosa Drive, Hermosa Drive from Gratton Street to St. Lawrence Street, and Dufferin Avenue form Gratton Street to Adams Street in the City of Riverside. The proposed improvements consisted of installing a network of 66” and 72” Reinforced Concrete Pipes (RCP) with an approximate trench length of 7,619 linear feet along Gratton Street; a network of 42”, 48”, 54”, and 66” RCP with an approximate trench length of 2,043 linear feet along Hermosa Drive; and a network of 48” and 54” RCP with an approximate trench length of 1,400 linear feet along Dufferin Avenue. Improvements also consisted of trench repair, catch basins, manholes, lateral connector pipe installations as well as asphalt paving, construction of driveways, cross gutters, curb and gutters, and berms, driveway approaches, and sidewalks. Observation and testing services generally included onsite observation and testing of trench backfills, prepared subgrade soils, base, and asphalt placement, laboratory testing of subgrade soils and asphaltic concrete for conformance with project specifications. ON-CALL MATERIALS TESTING, SPECIAL INSPECTIONS, AND GEOTECHNICAL ENGINEERING San Bernardino County, CA Working under an as needed contract for various San Berardino County public works departments, Verdantas provides geotechnical engineering, soils observation and testing and materials inspection and testing. Projects have been distributed throughout the County from Needles to Hesperia, Victorville, Big Bear, and Bloomington. The Special Districts Department’s Water and Sanitation Division (Division) consists of seventeen (17) water and sewer county service areas and their zones. Verdantas’ task orders for the County Special District Department include capital improvements such as water and sewer pipelines, improvements at county parks, and other utility upgrades. Some recent projects include: Spring Valley Water and Sewer Line Additions: For the Spring Valley Lake service district, the County constructed 5,000 LF of sewer and water lines in residential Client Name City of Riverside Contact Kevin Goodwin Project Manager 951.351.6420 kgoodwin@riversideca.gov Length of Services Provided Since 2004 Team Members Involved Luis-Perez Milicua; Jason Hertzberg; Steven Okubo; Roderick Marcia; Jeffrey Olson Client Name County of San Bernardino, Department of Public Works – Transportation, Special District, Flood Control, Real Estate Contact Moe Yousif Deputy Executive Officer 909.386.8820 moe.yousif@sdd.sbcounty.gov Length of Services Provided Since 2012 Team Members Involved Luis-Perez Milicua; Jason Hertzberg Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 8 streets. Under our on-call contract, Verdantas provided geotechnical observation of trench backfill providing the County with moisture and density test results. Samples were sent to our laboratory for compaction curves and grain size distribution tests. Spring Valley Lake Road Overlay Project: The project included pavement rehabilitation improvements at various streets in the Spring Valley Lake area. Pavement rehabilitation activities were performed on 118 streets, which included cold plane asphalt concrete pavement, asphalt rubber binder seal coats, tack coats, chip seal, asphalt concrete leveling courses, and rubberized asphalt concrete caps. Pavement improvements were primarily performed in residential streets. The project also included ADA ramp improvements. Verdantas provided inspection and testing services in general accordance with Caltrans standard specifications and project special provisions for the pavement improvements. Laboratory binder testing included tests on aggregate properties, hot mix, rubber binder, asphalt modifiers, crumb rubber modifiers, and tack coat. Field density testing was performed via nuclear density gauge. Close coordination was performed between the project team and San Bernardino County resident engineer. Material quantities for the project included 13,832 tons of asphalt leveling course and 47,016 tons of rubberized asphalt concrete. Lytle Creek North WRP Sludge Drying Beds Improvement Project: When the Lytle Creek North Wastewater Treatment Plant and pipelines were first constructed, Verdantas provided the geotechnical investigation and testing services for the wastewater treatment and water recycling plant, discharge ponds, and related pipeline easements. Secondary projects included geotechnical design for the pipeline to the nearby Sherriff’s facility. The County proceeded with the Sludge Drying Beds Improvement project. Verdantas provided geotechnical testing of on-site soils, aggregate base, and import fill. Density tests were taken on the subgrade and in area of lift station. Laboratory tests of field samples included Particle-Size Distribution (Gradation) Using Sieve Analysis and Modified Proctor Compaction Tests. Big Bear Alpine Zoo, Big Bear Lake: Verdantas provided masonry and reinforcing steel special inspection for the Big Bear Alpine Zoo relocation. Our services include inspection of welding procedures and welds for evaluation of conformance to approved plans, specifications, and building codes during field fabrications. Other Projects that Verdantas has provided services include: ‣ MacKay Park Methane Probe Installation ‣ Cedar Glen District Water Line ‣ Akeelah Oak Hill ‣ Spring Valley District Huerta Reservoir ‣ Water Cypress Road, Cedar Glen District ‣ New Water and Sewer Pipelines ‣ Calico Dump Station 1 ‣ Valley Boulevard Sewer Improvement Project ‣ Needles Fire Station ‣ Kessler Park Methane Well Extensions ON-CALL GEOTECHNICAL AND MATERIALS TESTING SERVICES Industry, CA Verdantas has provided a wide variety of services for the City of Industry since the early 1990s, most prominently during the design and construction of the Industry Business Center East and West Projects. Some receent projects include: Industry Business Center East and West Projects: The project includes approximately 600 acres of moderate to steep hillside terrain in the eastern Puente Hills adjacent to Diamond Bar. The site is underlain by Puente Formation bedrock as well as surficial deposits including compressible alluvium, colluvium, and landslide debris. Significant geotechnical issues include stabilization of numerous planned cut and fill over cut slopes in excess of 150 feet in height as well as stabilization of several large landslides. The project included dewatering of shallow groundwater, removal of compressible soil, installation of an extensive subterranean water removal system, placement of deep fills, settlement monitoring and design recommendations for construction. Geotechnical observation and testing for the first 3 phases Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 9 of construction included detailed geologic mapping of cuts slopes and removal excavations, observation of subdrain installation and observation and testing during fill placement and compaction. Walnut Drive South Widening and Storm Drain Improvements: Improvements to this residential street, located on a hillside, included widening by 13 feet and replacing an open channel with a reinforced concrete box. The storm drain connects to a larger culvert at SR-60. To increase the street width, excavation of the hillside will result in a reinforced 10 foot slope with a gradient of 4:1 (horizontal: vertical). The open channel was impacted by large trees and over-growth of plant material. Verdantas provided the city with the geotechnical recommendations for design, plan review, and geotechnical observation and testing. During construction, excavation seepage was observed under the existing storm drain. Recommendations were to install a subdrain to collect seepage water and be tied into the storm drain at the location of its upstream connection to the existing storm drain. ON-CALL GEOTECHNICAL AND MATERIALS TESTING SERVICES Rancho Cucamonga, CA Verdantas has worked on a number of DSA projects on various Chaffey Community College District campuses, including modernization/ renovation efforts and also new construction. Some recent projects include the following: Chaffey College Campus Boiler Retrofit: This ongoing project involves the construction of 26 stand-alone boilers at various buildings throughout the existing Chaffey College Rancho Cucamonga campus. From the total number of boilers, 22 were new boilers and 4 were from the existing Central Plant. Improvements included equipment housing pads, new enclosures, controls, associated utilities and landscape improvements. Constructed boiler equipment pads include masonry wall enclosures supported on shallow foundations. Verdantas acted as the Geotechnical Engineer of Record and Materials Testing Lab during construction of this project, providing geotechnical, materials testing, and special inspection services during construction. Chaffey College New Fontana Campus: In 2022, Verdantas performed a geotechnical investigation for the proposed new college campus in an approximately 14.3-acre undeveloped site. The proposed new campus is planned to include four (4) new buildings, of which three (3) buildings would have future expansions. The proposed development will also include a large parking areas that wrap around the campus buildings, vehicular drop-off routes, a campus quad, pedestrian walkways, and associated flatwork, landscaping, and utilities. Our geotechnical field exploration included nineteen (19) borings, four (4) infiltration tests for design of dry-well infiltration systems, and geophysical Multi-channel Analysis of Surface Wave (MASW) surveys for site characterization. The geotechnical study incorporated the California Geologic Survey’s (CGS) Note 48 requirements, and was approved by CGS Chaffey College Campus Swimming Pool Renovation: This ongoing project involves the full renovation of the existing swimming pool facilities on the Chaffey College campus. Improvements will include two new single-story buildings totaling 2,566 sq. ft., a new 400-seat bleacher system with a shade canopy, new perimeter landscaping, a renovated pool and deck, and new mechanical equipment. Client Name City of Industry Contact Josh Nelson City Engineer 626.333.2211 jnelson@cityofindustry.org Length of Services Provided Since 1991 Team Members Involved Jason Hertzberg; Steven Okubo; Roderick Marcia Client Name Chaffey Community College District Contact Bill Winslow Senior Project Manager 909.652.6170 bill.winslow@chaffey.edu Length of Services Provided Since 2006 Team Members Involved Jason Hertzberg; Steven Okubo; Roderick Marcia Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 10 Verdantas is acting as Geotechnical Engineer of Record for this project, providing geotechnical and materials services including observation, testing and inspection. The site is occupied by existing swimming pool facilities, bounded by a pedestrian walkway and a gymnasium building to the north; by a descending slope, several mature trees and Panther Drive to the south; by a relatively level area, retaining wall, and College Drive to the west; and a parking lot to the east. Existing artificial fill within the building footprint areas for the pool equipment and bleacher structures was encountered and will be excavated and properly compacted for foundation support. 4.5 Third Party/Subcontractors Verdantas will perform the majority of the proposed services in-house, but we will be adding an environmental subcontractor for hazardous materials evaluations and testing. Verdantas has included Vista Environmental Consulting (Vista) on our team to provide comprehensive hazardous materials services (i.e. mold, lead, and asbestos surveys). Verdantas has worked closely with Vista on many hazardous materials building surveys for the several surrounding cities and municipalities. Since 2007, Vista has successfully provided their core services which involves hazardous materials surveys/ investigations, abatement specifications and contract documents, bid support, abatement monitoring and observation services, and final clearance certification for building related hazardous materials removal. Vista also provides indoor air quality, fungal investigation, and industrial hygiene consulting services. Vista’s references are included on their own Exhibit H References Worksheet, immediately following ours in the separate Exhibit package. For design-phase geotechnical investigations, Verdantas utilizes various subcontractors for field data collection depending on the project needs, which typically include geophysical surveys, private utility locating, backhoe test pits, geotechnical drilling, and cone penetration test soundings. Subcontractors utilized depend on the project need, budget, availability, and schedule. Verdantas has been utilizing subcontractors for geotechnical investigations in the past for on-call geotechnical services with the City. Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 11 4.6 Staff Resumes & Organization Chart Verdantas’ staff for this contract is comprised of the individuals presented below, who are all supported by our talented team in Rancho Cucamonga and Verdantas staff across southern California and nationwide. Each of our key personnel has extensive experience working on projects for a number of local cities, including Rancho Cucamonga. Verdantas’ key personnel are presented below, including their current/ongoing projects and projected availability to the City. Our team’s Organizational Chart on the next page provides a snapshot of our team’s proposed roles and responsibilities. Each key personnel’s resumes follow the organization chart. Staff Name Current/Ongoing Projects Projected Availability Jason Hertzberg, PE, GE HNTB SBCTA Ontario Connector Tunnel – 20% SBVC Technical Building – 20% SBVC East Wing – 15% Various Other Projects – 15% 30% Luis Perez-Milicua, PE, GE City of Rancho Cucamonga Pavement Rehabilitation – 15% SBCTA Barstow North 1st Avenue Bridge – 20% Chaffey CCD – Library Learning Commons & MACC Building – 20% Various Other Projects – 15% 30% Meredith Church, PG Long Beach Unified School District Jordan High School – 20% City of Anaheim Elm Street Project – 25% McDonald’s Phase I ESAs – 20% 35% Roderick Marcia, PE SGVCOG SR57 SR60 Confluence Chokepoint Relief – 25% City of Indio Avenue 44 Bridge – 15% LBUSD Hamilton MS Gymnasium – 10% Various Other Projects – 15% 25% Steven Okubo, PG, CEG Various City of Industry Geotechnical Projects – 15% Yucaipa Valley Water District Reservoir R 16.2 Construction – 20% Beaumont USD Fault Investigations – 15% Various Other Projects – 10% 40% Jose Tapia, PE City of Chino Steet and Sidewalk ADA Improvements – 15% City of Ontario Reservoir 925-1A Transmission Line - 20% SBCDPW Lake Gregory Regional Park Sediment Management – 10% 50% Jeffrey Olson Chaffey Joint Unified School District Projects – 15% San Bernardino County Ceres Ave and Other Roads – 10% RAH Victorville 238 Project – 10% Chino Ranch Dam – 15% 50% Andrew Schmidt (Vista) All Projects w/ Verdantas City of Anaheim, Various Projects – 20% Chaffey Community College District, Various Projects – 20% Long Beach Community College District, Various Projects – 15% 45% Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 12 Organization Chart Project Manager Luis Perez-Milicua, PE, GE* Associate Engineer Engineering Support Jose Tapia, PE* Senior Project Engineer Engineering Geology Support Jeffrey Olson*Field Operations Manager Brandon ThomasSenior Engineering Technician Jose LopezSenior Engineering Technician Adam CockrillSenior Engineering Technician Stacy WeimerSenior Special Inspector James “Bo” FlackSenior Special Inspector Project Principal Jason Hertzberg, PE, GE* Principal Engineer/ Department Leader Laboratory & Field Personnel Steven Okubo, PG, CEG* Associate Geologist Laboratory Support Roderick Marcia, PE* Materials Engineer/Laboratory Manager Environmental Support Meredith Church, PG*Prinicpal Geologist Andrew Schmidt (Vista)*HAZMAT/Remediation Tracy Roberts, GITStaff Geologist Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Education BS, Civil Engineering, University of Texas, San Antonio Licenses/Certifications CA – Geotechnical Engineer - #3281 CA – Civil Engineer - #89389 Years of Experience 12 Years of Industry Experience 6 Years at Verdantas Luis Perez-Milicua, PE, GE Project Manager / Associate Engineer Verdantas.com Mr. Luis Perez-Milicua has 12 years of geotechnical engineering experience in California and Texas. Mr. Perez-Milicua’s experience includes forensic analysis of disturbed foundations and expansive soils, geotechnical investigations for transportation and water infrastructure, power generation, as well as new commercial, industrial and education developments. His expertise includes highway bridge foundation design, mechanically stabilized earth walls, slope stability analyses, embankment settlement analyses and highway pavement design. Project Experience Fire Station No. 172 Rancho Cucamonga, CA Project Manager/Project Engineer for geotechnical evaluation and construction of the proposed fire station replacement. This evaluation included subsurface geotechnical exploration; review of available pertinent maps, reports, and aerial photographs; laboratory testing; geotechnical analysis of collected data, and providing geotechnical recommendations for design and construction. The project constructs a new 16,274-square- foot public safety facility which includes Fire Station No. 172, a police substation, fuel island, carport canopy, site improvements, onsite and offsite underground utilities, and a detached storage garage. The project site is approximately 2.4 acres. As-Needed Geotechnical Services, San Bernardino County Department of Public Works Unincorporated San Bernardino County, CA. Project Engineer for design-phase geotechnical exploration and construction-phase material testing and inspections. Provided management of various geotechnical field exploration and laboratory testing activities for existing roadway rehabilitation projects. Our team addresses the County’s task orders including challenging projects with limited access issues, underground utilities, working on or adjacent to active roadways, traffic control coordination, and difficult drilling through gravel and hard rock. In addition to transportation projects, on-call services are also provided for the County Flood Control, Special Districts, and Real Estate departments. 13 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 LUIS PEREZ-MILICUA, PE RESUME CONT. Verdantas.com Chino Valley USD New Preserve II K-8 School Chino, California Associate Engineer overseeing geotechnical testing, material testing and special inspections during construction of the New Preserve II School campus is located on East Preserve Loop, between Academy Street and Market in the City of Chino, California. The proposed development consists of a new K-8 campus that consists of four (4) buildings (Buildings A through D), with Building A divided into three separate buildings. The proposed buildings primarily consist of concrete shallow foundation systems, caisson foundations for overhang sections, HSS steel columns, and wood-framed roof structure with glue-laminated beams. Street Overlay and Reconstruction Projects A and B Rialto, CA Project Engineer for geotechnical and pavement exploration on existing roadways, to provide pavement engineering recommendations. Pavement design recommendations are provided for each roadway segment based on existing pavement conditions, geotechnical data, traffic index, and desired performance level. Where possible, recommendations for various types of pavement rehabilitation are provided along with thorough pavement analysis, which can lead to significant cost savings. This project consists of pavement rehabilitation design for street overlays or full depth reconstruction for approximately 29 miles of arterial, collector, and local streets. Streets identified for pavement rehabilitation have Pavement Condition Index (PCI) ranging from 10 to 70. Major roads included in the pavement rehabilitation program includes Riverside Avenue from I-210 to Foothill Boulevard, and Riverside Avenue from I-10 to Center Street. Pavement Rehabilitation, Magnolia Avenue Riverside, CA Project Engineer overseeing geotechnical testing of asphalt, base material, and PCC testing per Caltrans test methods. Project documentation met federal highway audit standards. This City of Riverside project widened Magnolia Avenue within the existing median to create an additional traffic lane in both directions of the 2.8-mile segment between Buchanan Street and Banbury Drive and leading to the State Route 91 ramps on Magnolia. Pavement rehabilitation consisted of resurfacing the existing asphalt with cold mill and overlay. Other improvements included traffic signal, striping, signing, storm drain, electric, telecommunication, landscape, and irrigation modifications as well as replacement of existing concrete sidewalk, curb, gutter, and pedestrian ramp repairs. SBCTA Barstow North 1st Avenue Bridge over the BNSF Railroad Barstow, CA. Project Manager for construction-phase services including geotechnical, materials testing and inspections for replacement of an existing bridge built around 1930 that was considered structurally deficient and functionally obsolete. The project includes the demolition of the old bridge and the construction of new approach roadways, a soil nail wall, and a new seven-span post-tensioned concrete box girder bridge over 17 BNSF railroad tracks. 14 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Education MS, Civil Engineering, California State University, Long Beach BS, Civil Engineering, California State Polytechnic University, Pomona Licenses/Certifications CA – Civil Engineer - #61778 CA – Geotechnical Engineer - #2711 Years of Experience 26 Years of Industry Experience 26 Years at Verdantas Jason Hertzberg, PE, GE Project Principal / Principal Engineer Verdantas.com Mr. Hertzberg has a comprehensive understanding of the design and construction process, and the civil and geotechnical aspects of projects related to public infrastructure and facilities. He has provided public agencies throughout San Bernardino and Riverside counties with expert geotechnical engineering and consulting services for local streets and highways, storm drain lines, potable and recycled water pipelines, open spaces such as parks and nature reserves, civic buildings, and essential facilities. His expertise includes geotechnical site investigations, shallow and deep foundation design, buttress, and structural landslide mitigation. Project Experience Fire Station No. 172 Rancho Cucamonga, CA Project Engineer for geotechnical investigation and geotechnical testing during construction. He managed the geotechnical investigation that included subsurface borings and laboratory testing. Also performed percolation testing for design of onsite sewage disposal to help save project construction costs by avoiding construction of connections tothe public disposal system. The project constructs a new 16,274-square-foot public safety facility which will be the new home to Fire Station No. 172 and will also include a police substation, fuel island, carport canopy, site improvements, onsite and offsite underground utilities, and an alternate 4,297 square feet detached storage garage. The project site is approximately 2.4 acres. Rancho Cucamonga Sports Center Rancho Cucamonga, CA This new 31,500-square-foot gym is next to the Epicenter, the minor league ballpark. Sports enthusiasts have access to three indoor courts and three outdoor courts, and community use rooms. Verdantas provided a geotechnical report with infiltration rates based on San Bernardino County guidelines. This new 31,500-square-foot gym is next to the Epicenter, the minor league ballpark. Sports enthusiasts have access to three indoor courts and three outdoor courts, and community use rooms. Verdantas provided a geotechnical report with infiltration rates based on San Bernardino County guidelines. 15 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 JASON HERTZBERG, PE, GE RESUME CONT. Verdantas.com On Call Geologic and Geotechnical Consultant San Bernardino, CA Project Manager responsible for all task orders, including budget, schedules, and deliverables. This contract with San Bernardino County Special Districts includes geotechnical engineering, soils observation and testing and materials inspection and testing. Projects have been distributed throughout the County from the High Desert to Big Bear, Bloomington, and Needles. During his tenure the contract has been uninterrupted for more than 12 years, projects have included capital improvements such as water and sewer pipelines, improvements at county parks, and other utility upgrades: Big Bear Alpine Zoo Improvements; Calico Regional Park Sewer Improvements; Gilbert Juvenile Hall Waterline Replacement; Spring Valley District Huerta Reservoir; Valley Boulevard Sewer Improvements; Lytle Creek North WRP Sludge Drying Beds; and Muscoy Fire Station are some examples. Fire Station No. 228 San Bernardino, CA Project Engineer for geotechnical investigation and design recommendations. The new fire station was constructed adjacent to an active wash, with potential for soil erosion. Significant seismic shaking was a geotechnical issue, due to the presence of regional active faults. Street Overlay and Reconstruction Projects A and B Rialto, CA Project Manager for pavement engineering recommendations. Design recommendations were provided for roadway segments based on existing pavement conditions, geotechnical data, traffic index, and desired performance level. Where possible, recommendations for various types of pavement rehabilitation are provided along with thorough pavement analysis, which can lead to significant cost savings. This project consists of pavement rehabilitation design for street overlays or full depth reconstruction for approximately 29 miles of arterial, collector, and local streets. Streets identified for pavement rehabilitation have Pavement Condition Index (PCI) ranging from 10 to 70. Major roads included in the pavement rehabilitation program includes Riverside Avenue from I-210 to Foothill Boulevard, and Riverside Avenue from I-10 to Center Street. 3rd Street Rehabilitation Yucaipa, CA Principal-in-Charge for this street improvement project requiring complete replacement of existing materials, replacement of subgrade, placement of geo grid, and asphalt placement. Verdantas provided all quality assurance testing for the City. 16 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Education M.S., Geology, Loma Linda University, Loma Linda, CA BS, Biology, Chemistry Minor, Southwestern College, Keene, TX Licenses/Certifications Professional Geologist CA 8326 CFR 1910.120 OSHA 40-Hour Training CFR 1910.120 OSHA 8-Hour Supervisor and Refresher Training Years of Experience 21 Years of Industry Experience 18 Years at Verdantas Meredith Church, PG Environmental Lead / Principal Geologist Verdantas.com Meredith has experience in all aspects of environmental assessment investigations including drilling soil borings, installing groundwater monitoring wells, reviewing oil well records, oversight of Underground Storage Tank (UST) removals and associated remedial excavations. She has managed numerous Phase I and Phase II site assessments, as well as the design, installation, operation, and maintenance of various soil/groundwater remediation systems utilizing vapor extraction and multiple phase extraction. Meredith has utilized Risk Based Corrective Action to achieve regulatory closure with in-place soil and groundwater contamination. Project Experience Domain North Assessment, Mitigation, and Monitoring Anaheim, CA Project Manager for the investigation of a commercial and light industrial area, including a former train station, lumberyard, and gas station, in preparation for a new residential development. Investigations have included soil and soil vapor sampling, decommissioning of an auto station, including removal of the hydraulic hoists and clarifier, and removal of subsurface ink pits associated with a printing facility. A large offsite source of tetrachloroethylene (PCE) was identified in this area, and the Department of Toxic Substances Control (DTSC) oversaw the Remedial Action Workplan (RAW) and installation of vapor barriers for a new multi- family development. Semi-annual vapor monitoring continues. Domain South Assessment Anaheim, CA Project Geologist for a Phase I and II ESA of an approximately 1.5-acre property that was occupied by an auto repair facility, a former electrical substation, and a former gasoline station. Three undocumented USTs were removed from the Site prior to redevelopment with condominiums. An offsite PCE plume was identified to have not significantly impacted the Site and mitigation was not required by DTSC. 17 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 MEREDITH CHURCH, PG RESUME CONT. Verdantas.com Elm Street Soil and Groundwater Remediation Anaheim, CA A historical drycleaners was identified to have impacted groundwater and soil with PCE and the subsequent auto body shop was identified to have also impacted soil with heavy metals. A RAW has been submitted and approved to DTSC and to date, a soil vapor extraction (SVE) pilot study has been conducted, sixteen groundwater monitoring wells have been installed and are being monitored, and indoor air testing of adjoining residences has been conducted. Upcoming activities include soil excavation, a groundwater pilot study, and implementation of a full-scale SVE system. Foothill Gold Line Phase 2A Arcadia, CA Project Geologist for Phase II Environmental Site Assessment (ESA) along 11-miles of railroad right-of-way. Ms. Church prepared a work plan to investigate previously unassessed potential contaminant sources from the Phase I ESA, as well as to delineate previously identified areas of elevated contamination from the Phase II ESA. The results of the Phase II ESA will identify whether contamination is present in the subsurface soil that may be encountered during construction in the railroad right-of-way. The revised 2A option required an updated Phase I ESA, and a Phase II within the railroad right-of-way to investigate previously unassessed potential contaminant sources from the Phase I ESAs, and to delineate previously identified areas of elevated contamination from our earlier Phase II. Borings were located based on the earlier study, stepping out to expand the data pool within areas of concern. Soil samples were analyzed for TPH, volatile organic compounds VOCs, SVOCs, PAHs, metals, cyanide, perchlorate, pH, pesticides, and PCBs. Gold Line I-210 Bridge Arcadia, CA Principal Investigator for an Initial Site Assessment (ISA) for the construction of a new Santa Anita Underpass at the SR-210 Freeway, in order to connect to the existing tracks in the median between the east and westbound lanes. Ms. Church completed the site inspection, evaluated a regulatory database report, and reviewed Verdantas's previous Phase I and Phase II ESA documents of the 24-mile alignment for the Gold Line Foothill Extension. Boere Ranch Residential Development Menifee, CA Principal Investigator for a Phase I and II ESA of a 708-acre ranch property proposed to be redeveloped for residential purposes. The Phase I ESA identified environmental concerns including for agricultural use, dairy operations, former and existing underground storage tanks (USAs), undocumented stockpiles, transite pipe, and maintenance areas. Areas of concern were assessed during a Phase II ESA and recommendations were made for removing soils impacted with diesel petroleum hydrocarbons from the Site prior to redevelopment. 18 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Education BS, Civil Engineering, California State University, Long Beach Licenses/Certifications CA – Civil Engineer – 70150 CFR 1910.120 OSHA 40-Hour Training CFR 1910.120 OSHA 8-Hour Refresher Training CPN Nuclear Gauge Certification Confined Space Entry Training Years of Experience 26 Years of Industry Experience 18 Years at Verdantas Roderick Marcia, PE Materials Engineer Verdantas.com Mr. Marcia has extensive experience reviewing project scope, specifications, and plans as it relates to materials. He coordinates with the client, batch plants, testers and inspectors and conducts arbitrary supervision of inspection and testing at batch plants and project sites to ensure compliance. He also conducts quality assurance reviews of mix designs, laboratory results, field reports, and prepares appropriate Caltrans forms. Project Experience Fire Station No. 172 Rancho Cucamonga, CA Materials Testing Engineer for construction of a new 16,274-square-foot public safety facility including a 4,297-square-foot detached storage garage. The project constructs a new 16,274-square-foot public safety facility which will be the new home to Fire Station No. 172 and will also include a police substation, fuel island, carport canopy, site improvements, onsite and offsite underground utilities, and an alternate 4,297 square feet detached storage garage. The project site is approximately 2.4 acres. I-15/Base Line Interchange Improvements Rancho Cucamonga, CA As the Structural Materials Representative, Mr. Marcia was responsible for quality assurance of the methods and frequencies for performing testing and inspection; field testing of soils, concrete, asphalt concrete, aggregates to verify contractor compliance with Caltrans specifications. He reviewed test results, provided consultation as needed related to materials and methods, provided source inspection of precast prestressed concrete girders, verifying compliance with project Source Inspection Quality Manual Plan. The I-15/Baseline improvements realigned and widened both south and northbound diamond ramps, and added a southbound loop on-ramp, and acceleration and deceleration lanes on I-15. Baseline Road and East Ave both increase capacity by two additional lanes. Verdantas was part of the Construction Management team, providing quality assurance geotechnical and materials testing, and source inspection. 19 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 RODERICK MARCIA, PE RESUME CONT. Verdantas.com Rancho Wash Detention Basin Rancho Cucamonga, CA Staff Engineer for Verdantas as they provided geotechnical observation and testing during overexcavation and backfill of the retaining walls and basin floor, and sampling and testing of the fresh concrete, and compressive strength testing of the molded concrete samples. Meridian Park South Campus Riverside, CA Project Engineer for the 450-acre campus with office, commercial, mixed use, business park, and industrial uses; and 100 acres of park/recreational and open space areas. Site development included grading, several water quality retention basins, and extensive offsite improvements including widening of Van Buren Boulevard, Barton Road, and Village West Drive. Alabama Street Widening at I-10 Redlands, CA Structural Materials Representative during quality assurance testing for the widening of Alabama Street and associated on- and off-ramps including new retaining walls. Verdantas’ services consist of geotechnical testing support services during construction, sampling and testing of structural concrete and compaction testing of structural fill. Test methods and frequencies follow the contract documents and as required by Caltrans' Quality Assurance Manual. Construction management team for widening Alabama Street in both the southbound and northbound directions to accommodate turn pockets onto I-10, and build ADA compliant curb ramps, pedestrian push buttons and signals, and detectable warning surfaces at intersections where crosswalks are included. I-215 / Scott Road Interchange Improvement Menifee, CA Quality Assurance review of test results for compliance of materials per project specifications. Required knowledge of Caltrans Quality Assurance Manual for frequencies of materials and soil quality assurance testing. Verdantas’ services consisted of sampling and testing of structural concrete and pavement materials including JPCP, lean concrete, HMA and subgrade soils. Project widened the overcrossing from two to four lanes and northbound on-ramp realigned and widened to three lanes with HOV metering. Metrolink Perris Valley Line Riverside to Perris, CA Lead Materials Engineer/Laboratory Engineer. Mr. Marcia was responsible in communicating and coordinating with Resident Engineers and their representatives for material quality assurance/acceptance sampling and testing of soils, while also directing, reviewing, and monitoring, all work performed by the personnel. 20 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Education MS, Geology, University of California, Los Angeles BS, Geology, California State University, Fullerton Licenses/Certifications CA – Geologist - #9366 CA – Engineering Geologist - #2706 CFR 1910.120 OSHA 40-Hour Training CFR 1910.120 OSHA 8-Hour Refresher Training OSHA 30-Hour Training Years of Experience 22 Years of Industry Experience 9 Years at Verdantas Steven Okubo, PG, CEG Associate Geologist Verdantas.com Steven’s experience extends across a variety of geological and geotechnical issues for public works infrastructure, commercial and residential development, civic buildings, and schools. He has extensive experience conducting geotechnical investigations, which include geologic field mapping; logging (both at the surface as well as down-hole) and sampling of boreholes, test pits, and trenches; aerial photograph analysis; investigating site histories; developing laboratory testing programs; interpreting tectonic geomorphology and surface processes; and providing conclusions and recommendations for geotechnical issues. These geotechnical issues include seismic hazards, slope stability, subdrain system design, fill settlement, pavement section design, retaining wall construction parameters, and foundation recommendations. He also has experience in forensic investigations as it relates to geological and geotechnical issues including residential and commercial building distress, landsliding, flood hazards, and earthquake damage. Project Experience Fire Station No. 172 Rancho Cucamonga, CA Steven served as Project Manager for a geotechnical evaluation of the proposed fire station replacement. This evaluation included subsurface exploration; review of available pertinent maps, reports, and aerial photographs; laboratory testing; geotechnical analysis of collected data, and providing geotechnical recommendations for design and construction The project constructs a new 16,274-square-foot public safety facility which will be the new home to Fire Station No. 172 and will also include a police substation, fuel island, carport canopy, site improvements, onsite and offsite underground utilities, and an alternate 4,297sf detached garage. Public Works Service Center Southwestern Warehouse Rancho Cucamonga, CA Steven served as Project Manager for the geotechnical exploration of a proposed warehouse at the Rancho Cucamonga Public Works Service Center. This study included drilling, logging, and sampling two hollow-stem auger borings and infiltration testing at one location. The purpose of this study was to provide site-specific geotechnical recommendations for the design and construction of the proposed warehouse. 21 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 STEVEN OKUBO, PG, CEG RESUME CONT. Verdantas.com On-Call Geotechnical Services, City of Corona, DPW Corona, CA Steven served as Project Manager providing geotechnical services for the City of Corona Department of Public Works. Geotechnical services included those during construction of the City’s waterline replacement along Hayden Avenue from Howe Street to Nelson Street and the construction of a new water reservoir tank and associated buried utilities and paved roadways at the intersection of Keith and Nelson Streets. Industry Business Center Industry, CA Project Geologist. During rough grading the geologic conditions required evaluation and analysis of conditions continually due to slope failures and ancient landsliding. Geotechnical issues addressed during this project include remedial removals, slope stability, materials suitability, monitoring of cut slopes and potential landslide areas during excavation activities, installation of sub drains, downhole logging, fault trench logging, and test pit logging. Industry Business Center is a 600-acre site encumbered with surficial deposits including compressible alluvium, colluvium and landslide debris. The project required detailed recommendations for compressible soil removal, installation of an extensive subterranean water removal system, placement of deep fills, settlement monitoring and design recommendations for construction. Significant geotechnical issues include stabilization of numerous planned cut and fill over cut slopes in excess of 150 feet in height as well as stabilization of several large landslides. Spring Valley Lake Road Overlay Project San Bernardino County, CA Project Geologist. The project included pavement rehabilitation improvements at various streets in the Spring Valley Lake area. Pavement rehabilitation activities were performed on 118 streets, which included cold plane asphalt concrete pavement, asphalt rubber binder seal coats, tack coats, chip seal, asphalt concrete leveling courses, and rubberized asphalt concrete caps. Pavement improvements were primarily performed in residential streets. The project also included ADA ramp improvements. Leighton provided inspection and testing services in general accordance with the California Department of Transportation (Caltrans) standard specifications and project special provisions for the pavement improvements. Laboratory binder testing included tests on aggregate properties, hot mix, rubber binder, asphalt modifiers, crumb rubber modifiers, and tack coat. Field density testing was performed via nuclear density gauge. Close coordination was performed between the project team and San Bernardino County resident engineer. Material quantities for the project included 13,832 tons of asphalt leveling course and 47,016 tons of rubberized asphalt concrete. Grand Avenue Bridge Widening over San Jose Creek Channel Industry, CA The project includes widening of the existing Grand Avenue over San Jose Creek. The bridge will be widened approximately 13 feet along the southbound lanes. Geotechnical field exploration included performing two borings to depths of 70 feet at each side of the bridge. Geotechnical laboratory testing was performed on the recovered samples. Design recommendations were provided for the proposed bridge widening to be supported on 24-inch-diameter, cast-in-drilled-hole (CIDH) foundations. 22 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Education MS, Civil Engineering, California State University, Los Angeles BS, Civil Engineering, California State University, Los Angeles Licenses/Certifications CA Civil Engineering #91630 CFR 1910.120 OSHA 40-Hour Training CFR 1910.120 OSHA 8-Hour Refresher Training Confined Space Entry Training CPN Nuclear Gauge Certification Years of Experience 8 Years of Industry Experience 7 Years at Verdantas Jose Tapia, PE Senior Project Engineer Verdantas.com Mr. Tapia has experience in geotechnical engineering, construction observation, testing, and data analyses. His responsibilities as a Staff Engineer include subsurface explorations and develop cross sections by logging and sampling hollow-stem auger borings and rotary wash borings and supervising Cone Penetrometer Testing (CPT), preparation of geotechnical laboratory assignment, analyze computer models to predict slope stability, perform earthquake-induced liquefaction and settlement analysis and identify the potential hazards. Study expansion potential of soils, develop remediation alternatives, overseeing full displacement cast in-situ (DeWaal) pile installation and testing. Project Experience Industry Business Center City of Industry, CA Project Engineer for a 600-acre site encumbered with surficial deposits including compressible alluvium, colluvium and landslide debris. The project required detailed recommendations for compressible soil removal, installation of an extensive subterranean water removal system, placement of deep fills, settlement monitoring and design recommendations for construction. Fire Station #205 Rialto, CA Project Engineer for Verdantas as they provided geotechnical observation and testing services during rough grading and construction of the fire station building. Observation and testing were provided on a full-time basis for building pad grading and on an on-call basis for testing of footing excavations, subgrade and aggregate base placement for rear and front building driveway approaches. Street Overlay and Reconstruction Projects A and B Rialto, CA Project Engineer. This project consists of pavement rehabilitation design for street overlays or full depth reconstruction for approximately 29 miles of arterial, collector, and local streets. Streets identified for pavement 23 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 JOSE TAPIA, PE RESUME CONT. Verdantas.com rehabilitation have Pavement Condition Index (PCI) ranging from 10 to 70. Major roads included in the pavement rehabilitation program includes Riverside Avenue from I-210 to Foothill Boulevard, and Riverside Avenue from I-10 to Center Street. 9/11 Memorial Fontana, CA Performed a geotechnical exploration for the proposed City of Fontana 9/11 Memorial Project to be located within the roundabout at the intersection of Wheeler Avenue and Seville Avenue. This development will repurpose an existing water feature at the roundabout in addition to ancillary improvements including utility infrastructure, pavement, flatwork, and landscaping. Norwalk Transit Oriented Development (Former Correctional Youth Authority Facility) Norwalk, CA Project Engineer. The proposed project plans to redevelop 32 acres of the former correctional youth facility into a mixed-use TOD giving rise to 56,000 square feet of retail/office space, 955 apartments and townhomes including 400 affordable units, a 3- to 4-story hotel, and a community park. Pavement Rehabilitation Magnolia Ave Riverside, CA Project Engineer. This City of Riverside project widened Magnolia Avenue within the existing median to create an additional traffic lane in both directions of the 2.8-mile segment between Buchanan Street and Banbury Drive, and leading to the State Route 91 ramps on Magnolia. Pavement rehabilitation consisted of resurfacing the existing asphalt with cold mill and overlay. Other improvements included traffic signal, striping, signing, storm drain, electric, telecommunication, landscape, and irrigation modifications as well as replacement of existing concrete sidewalk, curb, gutter, and pedestrian ramp repairs. Goodman Commerce Center at Eastvale Eastvale, CA Project Engineer. New 200-acre industrial and commercial center. Set against the I-15, twin +1 million sf Amazon warehouses anchor the development. Extensive infrastructure was required including 10 storm water detention basins for low flow infiltration. 24 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Education B.S., Geology, University of California, Riverside Licenses/Certifications CFR 1910.120 OSHA 40-Hour Training CFR 1910.120 OSHA 8-Hour Refresher Training CPN Nuclear Gauge Certificate Years of Experience 9 Years of Industry Experience 8 Years at Verdantas Jeff Olson Field Operations Manager / Staff Geologist Verdantas.com Mr. Olson has a variety of experience in the geotechnical and environmental consulting field, including hydro geologic, geologic, and hazardous waste investigations on commercial, residential, and public projects. Mr. Olson has conducted soil, subsurface and groundwater assessment investigations including drilling soil borings by hollow-stem auger, CPT, bucket auger, continuous soil coring, Becker hammer, and hydraulic drill methods, well installation and sampling, geologic mapping, downhole geology, test pits, trenching, fault investigations and stream channel analysis. He has conducted Phase I investigations, has some experience with soil vapor sampling, and has provided oversight and inspection on soil vapor barrier installation and environmental cleanup. Mr. Olson also has experience in a wide variety of geotechnical observation and testing, during preliminary investigations, rough grading and post grading stages of development. Project Experience Fire Station No. 172 Rancho Cucamonga, CA Field Supervisor and Soils Technician for construction of a new 16,274- square-foot public safety facility, including the fire station, a police substation, fuel island, carport canopy, and a 4,297-square-foot detached storage garage. The project constructs a new 16,274-square-foot public safety facility which will be the new home to Fire Station No. 172 and will also include a police substation, fuel island, carport canopy, site improvements, onsite and offsite underground utilities, and an alternate 4,297 square feet detached storage garage. The project site is approximately 2.4 acres. Fire Station #205 Rialto, CA Staff geologist for Verdantas as they provided geotechnical observation and testing services during rough grading and construction of the fire station building. Observation and testing were provided on a full-time basis for building pad grading and on an on-call basis for testing of footing excavations, subgrade and aggregate base placement for rear and front building driveway approaches. 25 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com JEFF OLSON RESUME CONT. Los Amigos Park Los Amigos Park, CA Staff geologist for the new 3.4-acre community park with a water feature and a special skate park area. For the proposed infiltration basin, Verdantas performed percolation tests. Rancho Cucamonga Sports Center Rancho Cucamonga, CA This new 31,500-square-foot gym is next to the Epicenter, the minor league ball park. Sports enthusiast have access to three indoor courts and three outdoor courts, and community use rooms. Verdantas provided a geotechnical report with infiltration rates based on San Bernardino County guidelines. Industry Business Center City of Industry, CA Industry Business Center is a 600-acre site encumbered with surficial deposits including compressible alluvium, colluvium and landslide debris. The project required detailed recommendations for compressible soil removal, installation of an extensive subterranean water removal system, placement of deep fills, settlement monitoring and design recommendations for construction. Significant geotechnical issues include stabilization of numerous planned cut and fill over cut slopes in excess of 150 feet in height as well as stabilization of several large landslides. Spring Valley Lake Road Overlay Project San Bernardino County, CA Staff Geologist for the pavement rehabilitation improvements that were performed on 118 streets--totaling approximately 34 miles of roadway--in the Spring Valley Lake area. The rehabilitation work involved cold plane asphalt concrete pavement, asphalt rubber binder seal coats, tack coats, chip seal, asphalt concrete leveling courses, and rubberized asphalt concrete caps. Pavement improvements were primarily performed on residential streets; however, the project also included ADA ramp improvements. Verdantas provided inspection and testing services in general accordance with Caltrans standard specifications and project special provisions for the pavement improvements. Laboratory binder testing included tests on aggregate properties, hot mix, rubber binder, asphalt modifiers, crumb rubber modifiers, and tack coat. Field density testing was performed via nuclear density gauge. Project work was closely coordinated between the project team and San Bernardino County resident engineer. Highland Hills San Bernardino, CA Mr. Olson performed geologic mapping and downhole geology used for slope stability for hillside investigation for planned residential development. In addition, conducted sampling and analysis for a stream channel grain size distribution for onsite stream and neighboring river channel. 26 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Yvan “A ndrew ” Schmidt Senior Project Manager Experience Mr. Schmidt will be the project manager for all hazardous materials projects, including investigations and testing, specification and work plan preparation, abatement monitoring and industrial hygiene issues. Since 1988, Mr. Schmidt has served as the project manager on over one thousand hazardous materials surveys, including educational facilities, commercial, industrial, military, and municipal. He’s also provided abatement design and project management oversight during more than one thousand hazardous materials abatement projects. Mr. Schmidt is experienced performing indoor air quality assessments, hazardous waste management, industrial hygiene, biological and source emissions testing. During his career he has served as the laboratory manager for a NVLAP- and Cal/ELAP-accredited asbestos laboratory, and was the International Environmental Health and Safety Service Line Leader for a multinational corporation. City of Anaheim, Various Sites, California, Senior Project Manager (sub to Leighton/Verdantas, 2023- current) •901 East Vermont Avenue Project. Pre-construction comprehensive assessment with testing and reporting for asbestos and lead-based paints. •1075 West Lincoln 901 East Vermont Avenue Project. This project involved the assessment of a car wash that was to be acquired by the City as part of a Verdantas Phase I investigation. This assessment included assessing, testing and reporting for asbestos, lead-based paints, refrigerants and Universal Waste Rule items. •City Utility Exposure Monitoring Testing. Performed asbestos exposure monitoring during city utility staff impacting asbestos- cement water pipes under the auspices of the city utility’s program. Reporting included the calculation of permissible exposure calculations and eight-hour time-weighted average calculations. Chaffey Community College District, Senior Project Manager (with Verdantas, 2020-current) •Campus-wide Hazardous Materials Investigation for Rancho Cucamonga Campus. •Campus-wide Hazardous Materials Investigations for Chino and Fontana Campuses. •Chaffey College Boiler Replacement Project, prepared HazMat Removals specification section, performed abatement monitoring, including clearance testing. •Chaffey College Library Addition Project, prepared HazMat Removals specification section, performed abatement monitoring, including clearance testing. Project ongoing. •Fontana Remote Site, performed HazMat Investigation for three SFRs and land in advance of Site Clearance for new campus. Prepared SCAQMD Procedure 5 Work Plan, HazMat Removals specification section and performed abatement monitoring. Proposed Responsibility Senior Project Manager Education BA in History, University California, Los Angeles (UCLA), 1994 Hazardous Materials Management Certificate, Northrop Univ. 1992 Certifications Cal/OSHA Certified Asbestos Consultant (CAC) #05-3791 CDPH Lead-Related Construction Inspector/Assessor #00000814, Project Monitor #00000813, Project Designer #00000815 Training OSHA 40-Hour Hazardous Waste Operations and Emergency Response (HAZWOPER) NIOSH 582-Sampling and Evaluating Airborne Asbestos Dust SCAQMD Fugitive Dust Control Confined Space Training Rocketdyne Safety Training: Radiation, Sodium & Radioactive Materials Disposal Facility AHERA Asbestos: -Building Inspector -Management Planner -Contractor Supervisor -Project Designer Lead Training: -NITON and VIKEN XRF Spectrum Analyzer and Radiation Safety Other CPR & First Aid 27 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 28 Geotechnical Engineering Support Staff Staff | Role Qualifications Tracy Roberts, GIT Staff Geologist 3 years of experience CA Geologist In Training - #1387CFR 1910.120 OSHA 40-Hour Training Brandon Thomas Senior Engineering Technician 21 years of experience Caltrans Testing Methods: 231 CFR 1910.120 OSHA 40-Hour Training & 8-Hour Refresher CPN Nuclear Gauge Certification Confined Space Entry Training Contractor Safety Orientation Jose Lopez Senior Engineering Technician 19 years of experience Caltrans Testing Methods: 105, 125 AGG, 201, 216, 226, 231, 504, 518, 523.1, 539, 540, 543, 556, 557 CPN Nuclear Gauge Certificate Adam Cocrkrill Senior Engineering Technician 20 years of experience CPN Nuclear Gauge Certification Stacy Weimer Special Inspector 28 years of experience AWS – Certified Inspector – Welding ICC- Reinforced Concrete, Structural Masonry, Structural Steel and Welding, and Structural Steel and Bolting Respirator Fit Test James “Bo” Flack Special Inspector 19 years of experience AWS – Certified Inspector – Welding ICC – Special Inspector – Structural Steel and Bolting Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 29 4.7 Project Management Approach As mentioned previously, the Verdantas team will work closely with your staff, appropriate regulatory agencies and other stakeholders to help ensure your priorities and expectations are fully realized. Through previous successful on- call contracts, including with the City, we have found the most important management tool to ensure project success is proactive communication. Effective Communication & Cost Controls The Verdantas Team holds internal weekly management meetings to forecast our personnel resource utilization. We discuss current workload and anticipated “notices to proceed” for all on-going and new contracts. All of our offices are interconnected with Microsoft Teams to allow for all of our staff to work effectively on projects regardless of where the work is. GIS/CADD functions are centralized for improved productivity and reduced costs. This benefits the City in that we can efficiently work on your projects regardless of location, and we can quickly mobilize to meet your schedules. Further, data can be rapidly posted on our secure web-based client portals. Supported with our deep bench of California-licensed professionals here in southern California, our office is located in Ranch Cucamonga enabling quick response to your needs and can perform site visits on short notice. Using real-time accounting, our Project Managers can have a snapshot of costs on a daily basis. Project Managers will work closely with the City to manage costs, and keep City personnel informed about our progress and remaining budget for a given project. To the extent desired by the City, we will also communicate with you to keep you aware of our progress, including schedule and budget projections (as appropriate). Project Management As part of our philosophy, we believe in creating a “true partnership” with our clients to meet or exceed their objectives and expectations. We do this by collaborating closely with our public clients through proactive and effective communication practices. This includes schedule and budget control measures, responsiveness, and implementing our internal quality control and assurance of our services and deliverables. Our approach is to work closely with the City, inspectors and your consultants, including architects and construction managers, to discuss project requirements and proactively address issues in a timely manner. Verdantas uses MetaField as a networked and integrated Field Information Management System (FIMS) and Laboratory Information Management System (LIMS). This eliminates the need for paper in the field, laboratory and/or office; although we produce printed copies of any documents you need or want, at any time. Our field staff is equipped with company-provided cell phones, networked laptops, tablets and wireless (Bluetooth®) printers for those regulators and clients who still require paper. This system allows us in real time to email data typically as a PDF, or post data on a web page for your independent and secure access. Field staff will be mobilized from our nearby Rancho Cucamonga office, with support from our other Southern California offices, as needed. Field staff personnel are dispatched using MetaField, which e-mails their assignments to their phone and/or tablet, so they can see the site location, site-specific contact persons, and prior data acquired for that site. All data acquisition is stored and transmitted electronically, using a secure cellular network and the Cloud. QA/QC Program and Procedures Diligent quality control and quality assurance are essential for the technical excellence of engineering services and reports. Verdantas’ quality assurance program consists ultimately of principal review of deliverables before submittal to our clients, a practice long proven to be successful. Accordingly, the success of our quality control program rests Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 30 upon the integrity of our principal engineers and geologists. In this regard, our bench of principal professionals has demonstrated unwavering commitment to quality and professional integrity through their long tenure with Verdantas. On each project, Verdantas employs several layers of quality assurance procedures to ensure adherence to the project’s goals, budgets, and schedules, and to maintain the highest quality technical data. Budget status, work progress, and the results of data collected in the field are conveyed in regular communication from Verdantas’ Project Manager to the City’s designated point(s) of contact. Documents for agency submittal, including their associated tables and figures, undergo a two- to three- tiered internal review, depending on size and complexity. Data tables and figures are initially drafted by junior staff under the guidance of the Project Manager. Once complete, these work products are combined with the report text to form a complete document for review by the Principal in Charge. The QC officer checks both the data points and the broader conclusions of the report prior to submitting a draft report to the City’s for review. Our quality control approach includes the following steps as illustrated in the accompanying flowchart (see previous page). ‣Identification of specified task objectives ‣Selection of qualified personnel for specified tasks ‣Compliance with field procedures, as documented in Verdantas field procedures manual ‣Selection and application of systematic data acquisition and analysis techniques ‣Review of data during the project to conform appropriateness and adequacy of techniques in meeting task objectives ‣Application of quality control measures during data collection and analysis ‣Formal project review in which conduct and the work products are critically reviewed and evaluated by senior personnel who have extensive experience and seasoned judgment ‣Documentation of the Above Terms Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Submitted to Submitted by 10532 Acacia Street, Suite B-6 Rancho Cucamonga, CA 91730 formerly Leighton Consulting, inc. SOQ SECTION 5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING January 13, 2025RFQ #24/25-501 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 2 SOQ Section 5.2 Geotechnical Engineering and Material Sampling/Testing GEOTECHNICAL INVESTIGATION Our geotechnical investigations for your City’s projects will be performed in general accordance with California Geological Survey (CGS) Note 48 requirements and will be mobilized and managed out of our Rancho Cucamonga Office. We will prepare a detailed proposal that will be tailored to meet each individual project’s goals. The proposal will present our proposed scope of work, the anticipated schedule, and a breakdown of associated fees. Each proposal will be crafted with a focus on providing expedient and cost-effective engineering solutions. Verdantas has successfully completed a variety of geotechnical investigation projects for the City and is familiar with the geotechnical challenges of various locations within the City. Research and Studies: A task that begins during proposal preparation, our initial Research and Studies for the project will consist of performing a review of existing available documents, geologic maps, and plans relevant to the project that will provide a useful understanding of existing site conditions and site history. Field Exploration: Prior to executing our field investigation scope as generally summarized below, a member of the Verdantas technical staff under the direct supervision of a Certified Engineering Geologist will visit the site ascertain equipment access and determine suitable exploration methods. Our geotechnical scope of work will be partially controlled by CGS Note 48, which specifically requires one (1) boring or exploration shall per 5,000 ft2, with a minimum of two (2) explorations for any one building. Field exploration will include soils and geologic exploration with a wide range of available methods, depending on site conditions and the project. Depending on project requirements, our field exploration can utilize an array of available exploration and field testing techniques, including hollow-stem auger drilling, Cone Penetrometer Test (CPT) soundings, air- and mud-rotary drilling, rock coring, downhole logging of large-diameter borings, geophysical surveys, test pits, infiltration testing, installation of field monitoring instrumentation, and others. The Verdantas Team has successfully completed many specialty exploration and testing in difficult conditions including limited access issues, underground utilities, working on or adjacent to active roadways or rail, and difficult drilling through gravel and hard rock. We will manage and coordinate implementation of the exploration plan vetted for each project. Laboratory Testing: Selected soil samples obtained from our subsurface exploration will be tested at our in-house Temecula (LEA approved) geotechnical laboratory in general accordance with applicable ASTM standards. Sample procurement and handling is performed per ASTM. We have the capabilities to perform a full spectrum of geotechnical soil testing in-house. Report and Findings: We will prepare a geotechnical design report in general accordance with the current California Building Code and CGS Note 48 guidelines and requirements. The report will contain graphics and discussions presenting our findings, conclusions, and recommendations for the project. The report will be signed by both a California Certified Engineering Geologist (CEG) and a Geotechnical Engineer (GE) from our firm. Our geotechnical investigation report would include a summary of our findings including site subsurface conditions, geologic hazards and site seismic parameters. Geotechnical recommendations would include earthwork recommendations for structure pad and site preparation, foundation design parameters, lateral earth pressures, slab on grade recommendations, pavement designs, temporary excavation, and other project-specific geotechnical recommendations. Our report will also include construction considerations such as rippability, discussion of ground Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 3 improvement alternatives, temporary excavations, corrosivity and sulfate/chloride attack potential of site soils, and others. A/E Team Coordination and Review: We will provide geotechnical support for the design team during preparation of the project drawings and specifications. We will review the project drawings and specifications for compliance with our geotechnical recommendations. General Contractor Bidding Phase Services: Respond to bid questions including requests for information (RFIs) as they relate to geotechnical items; and attend project meetings and participate in conference calls with the design team. GEOTECHNICAL OBSERVATION AND TESTING SERVICES The purpose of our geotechnical field observation and testing during construction will be to document that the work performed by the contractor is in compliance with the applicable plans and specifications and in accordance with applicable sections of the current California Building Code. Our geologist and/or soils technician will inspect excavations to verify that the conditions anticipated based on the approved project geotechnical report have been encountered, and to provide corrective recommendations as deemed appropriate. It is not our intent to provide supervision or direction from the contractor or the contractor’s subcontractors. We will dispatch to the project site qualified engineering technicians to perform field observation and testing of earthwork operations. Our field testing and observation activities will be performed on an “on-call” basis upon request by the project superintendent at the appropriate times during construction. However, we do require that our field representative be present continuously during the earthwork associated with remedial grading and/or preparation of building pads so that we may properly document the depth overexcavation and geotechnical characteristics of the compaction of the fill. Based on our understanding of the proposed projects, the anticipated tasks for our scope of services will consist of the following field, laboratory and office work, generally presented in chronological order: Pre-Construction Plan Review: We will perform a technical review of the grading plans and foundation plans for the project by our Geotechnical Engineer (GE) and Certified Engineering Geologist (CEG). We will prepare a letter documenting our review of each plan set, including signature and stamp, as needed. In addition, we will provide responses to contractors’ requests for information (RFIs) as requested. Pre-Construction Meeting: Our project manager and/ or field operations manager will attend pre-construction meetings with representatives of the contractors/sub-contractors and construction management team to establish any site access restrictions, points of contact, protocol for scheduling our services, and distribution list for Daily Field Reports (DFRs) and test results. Geotechnical Field Observation and Testing: We will provide soil technicians for periodic and continuous geotechnical observation and testing during site preparation, overexcavation, and fill placement during earthwork construction, and general site grading. The frequency of observation and testing required will be established by the governing agency and the project inspector at the pre-construction meeting. In-situ density testing will be performed using a nuclear moisture/ density gauge (ASTM D 6938). Geotechnical Laboratory Testing: Geotechnical (soil) laboratory testing of selected onsite or import soil samples will be performed to evaluate their geotechnical characteristics. On-Call Engineering Support: We will respond to requests for information (RFIs), attend meetings, and support value engineering efforts on an as-needed basis. Project Management: This scope of work will consist of reviewing DFRs and laboratory test results and preparing these reports for distribution. Geotechnical concerns encountered in the field and noted in the daily reports, and any material Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 4 tested and found to not conform to project specifications, will be brought to the attention of the City’s designated representative and your Project Inspector. Supervision, quality review and project management will be provided by our Certified Engineering Geologist. Hard copies of our DFRs can be made available upon request. MATERIALS TESTING AND SPECIAL INSPECTION SERVICES Understanding the relevant codes and providing field staff with both the appropriate certifications and experience are what sets Verdantas apart. Our special inspectors prepare neat, clear, and detailed inspection reports, as well as maintain both daily inspection reports and a daily diary of inspection activities. Their practical experience includes recognition of whether work in progress conforms to the approved plans, specifications, and generating job memorandums for review and approval by the Project Inspector. Verdantas understands the City needs experienced material testing staff that will provide reliable test results efficiently coordinated and reported to you and your staff. In our laboratory, a quality assurance plan is in place for reliable tests results, that are communicated in a timely manner, with proper documentation for project close-out. Typical materials testing and special inspection tasks are described as follows: Concrete Testing and Inspection: We will provide experienced inspectors during concrete batch plant operations. The batch plant inspection will consist of monitoring the batch weights and periodic inspection of the aggregate stockpiles and cement bins. Written reports of all inspections will be provided on a daily basis and at the completion of the work. This scope of services will also include material testing of Portland concrete cement (PCC) cylinders. Compression testing of concrete specimens, sampled by our representative or the City’s Project Inspector, will be performed in accordance to ASTM C39. Written reports of all tests presenting applicable information will be prepared at the completion of testing and distributed as required by the City. Asphaltic Concrete: Where required, we will provide inspectors during asphaltic concrete plant operations. Written reports of the inspections will be provided on a daily basis and at the completion of the work. Expansion and Adhesive Anchors, Dowels: This scope of services will include providing special inspection of powder driven concrete anchors, expansion anchors, adhesive anchors and dowels. Our inspector will examine the installation of these anchors in accordance with ICC research report for the specific anchor to be used. We will also provide proof testing in tension for the installed anchors per the testing frequencies stated in the approved contract documents. Structural Masonry Inspection: We will provide inspectors that have been certified as a special inspector for structural masonry. Their work will consist of inspection of placement of all reinforcing steel and masonry units during the construction of the structures for compliance of the approved plans and job specifications. This scope of services will also include material testing of mortar and grout. Compression testing of composite masonry prisms, mortar cylinders and grout prism test specimens molded by our representative would be performed in accordance to ASTM E447, C780 and C1019. Written reports of all tests presenting applicable information as required by the City. Structural Steel: Our services will consist of inspection of welding procedures and welds for conformance to approved plans, specifications, and building codes. This inspection is on a continuous basis during all shop structural welding. The inspector may use gamma ray, sonic or any other aid for visual inspection that he may deem necessary to assure the adequacy of the welding. During welding inspection, our inspector will also examine installation of high-strength bolts for conformance to the job specifications. Our inspector will check the materials, equipment, and details of construction and installation procedure. Daily reports of the inspections and weekly summary reports will be provided to the City’s designated representative. Fireproofing: We will provide inspectors that have been certified as special inspectors for the installation of spray- applied fireproofing. During installation of spray-applied fireproofing, our inspector will check thickness, perform Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 5 adhesion testing in the field, and sample applied material for testing in the laboratory. Roofing Inspection: If needed in our projects, a subconsultant will provide roofing inspection services which will typically include a review of roofing specifications, addressing any issues, and agreement on corrective actions prior to the start of installation. Our inspector will perform full-time inspection, assuring adherence to roof specifications, and provide close- out documents. Laboratory Testing: Verdantas’ laboratories are assessed and certified by Caltrans, AASHTO resource (formerly AMRL), City of Los Angeles Department of Building and Safety (LADBS), DSA, Cement and Concrete Reference Laboratory (CCRL), U.S. Army Corps of Engineers, City of San Diego, and the U.S. Department of Agriculture. As part of our Quality Assurance (QA) program, our laboratories participate in the reference sample program (RSP) and proficiency sample program (PSP) of Caltrans, AASHTO, and CCRL. All tests will be performed in accordance with the respective ASTM test method and California test method as appropriate, in accordance with all requirements. ENVIRONMENTAL ENGINEERING SERVICES From the regulatory processes through site remediation, our environmental specialists are here to help you with your projects from the ground down. Our experienced managers and staff are experts in geology, environmental engineering, occupational health & safety, regulatory compliance and permitting, and litigation support. Phase I Environmental Site Assessment: Phase I ESAs will be performed and completed in compliance with the newly updated ASTME E1527-21, as well as ASTM E1527-13 which, for the time-being, includes the “All Appropriate Inquiry (AAI - 40 CFR Part 312)” Rule requirements promulgated by the USEPA. This work involves the records review, site reconnaissance, historical site usage review, interviews, and report preparation. Asbestos & Lead-Based Paint Surveys: Asbestos and lead-based paint surveys will be managed and overseen by Verdantas and conducted by trusted subcontractors. Structures undergoing renovation or demolition may contain hazardous building materials and Verdantas works closely with our certified subcontractors to survey buildings and onsite structures for asbestos, lead-based paint, PCB-containing materials, and universal waste, and to abate these materials as needed. Our subcontractors have California Licensed Asbestos and Lead Inspectors who have performed hundreds of building inspections and have worked closely with Verdantas on many successful projects in the past. Phase II Environmental Site Assessment: Phase II ESAs will be performed in accordance with ASTM Standard E1903-19. Sampling materials and the method of sampling will be dependent on the findings from the Phase I ESA and existing site conditions and constraints. We can pull encroachment permits and implement traffic control measures as required. We will select the appropriate and capable environmental driller(s) to perform site subsurface investigation on time and within budget. Common chemicals of concern include: total petroleum hydrocarbons (TPH), volatile organic compounds (VOCs), Semi-VOCs, Polychlorinated Biphenyls (PCBs), Organochlorine Pesticides (OCPs), and heavy metals. Potential emerging COCs also include per- and polyfluoroalkyl substances (PFAS). Remediation Support: During remediation work, we will continue working closely with you and in coordination with the governing regulatory agency(ies) such as DTSC, RWQCB, USEPA, and any private residential or commercial developer. Our goal is to ensure projects remain in compliance with all involved regulatory agencies, not only for the health and safety of the workers, the environment, and surrounding community, but also to help you achieve funding assistance and/or reimbursement, especially as it relates to the Polanco Act or AB 440. Groundwater Well Installation & Monitoring: For projects that require groundwater well installation and monitoring, we have significant experience in the City of Anaheim and understand the highly varied nature of the local subsurface geologic and hydrogeologic conditions and can select the most appropriate drilling methods for each project based upon this knowledge. Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 6 We have installed thousands of groundwater monitoring wells from single completions in shallow water table aquifers to multi-nested completions in confined and multilayered aquifers. We have designed and installed monitoring wells intended for the recovery of various petroleum hydrocarbons, VOCs, various light non-aqueous phase liquid (LNAPL – floating product), dense non-aqueous phase liquid (DNAPL), and other dissolved compounds. Prior to any monitoring well installation, Verdantas will obtain all necessary permits from the appropriate regulatory agency and register wells with the Department of Water Resources (DWR) as required. All drilling will be performed under the oversight of a Professional Geologist of Professional Civil Engineer registered in the State of California. Hazardous Materials Evaluations & Testing (Vista Environmental) Our HAZMAT environmental subcontractor, Vista Environmental, perceives the project work to be performed as standard three-phase construction projects, including: ‣ The first phase will be the investigative phase, and will include data confirmation, and additional sampling work (Vista already has access to prior testing data at all locations). This shall primarily include assessments and testing for asbestos-containing materials, lead-based paints and, potentially, other materials (Universal Waste Rule items, refrigerants, PCBs, at the client’s request) as part of a Phase I environmental site assessment. ‣ The second phase will be on-call support, to be performed during the bidding/planning phase. If requested, this is the phase when specifications or cost estimating for abatement would take place. ‣ Finally, the third phase will be support and field activities during construction activities. This would generally include contractor submittal review, abatement monitoring and clearance testing. The following is a basic description of the services to be provided during the course of this contract. Phase I – Site Investigation, Assessment and Testing: Prior to the site visit, Vista will review any existing historic testing data against project plans and site conditions. Vista will ensure comprehensive assessments of the entire project scope has been performed, to satisfy regulatory requirements. Upon completion of this work, Vista will prepare a sampling plan in the field, if required. This will allow Vista to ensure that adequate sampling has been performed to satisfy current regulatory requirements. As part of the Phase I investigation, Vista will perform a walk-through of each space associated with each in-scope project scope area or structure, to ensure that any materials or finishes that have not been assessed are properly characterized and sampled. Where no historic testing data is available, all materials and finishes will be assessed and tested. Following the initial walk-through, Vista will collect bulk samples for the determination of asbestos content as necessary to satisfy all regulatory requirements. Samples will be submitted to a NVLAP-accredited laboratory and analyzed by Polarized Light Microscopy, as required by the United States Environmental Protection Agency (USEPA), Cal/OSHA and the South Coast Air Quality Management City (SCAQMD). Vista will perform a lead construction screening assessment, which will include measurements of representative painted and coated surfaces for evaluation of lead levels. Measurements shall be accomplished via an X-Ray Fluorescence (XRF) lead-testing device. Positive readings for Lead-Based Paints (LBPs) and Lead-Bearing Substances (LBSs) will be quantified. Where inconclusive results are obtained by XRF analysis, lead paint chip samples may be utilized to make a final determination of the subject coating’s status as a LBP. Vista will perform a walk-through investigation of “other” hazardous materials which are present within the subject buildings, and are expected to be impacted by proposed demolition and/or repurposing renovation work, as required by the client. This shall include such items as: Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing • Universal Waste Rule items, such as non-incandescent lighting tubes and bulbs, digital ballasts, Mercury switches or batteries within emergency lighting and lighted exit signs. • Refrigerants, especially for water coolers, HVAC equipment, or walk-in coolers. • Fire suppression systems in kitchens, including Halon or Ansul systems. • Potential lighting ballasts that may contain Polychlorinated Biphenyls (PCBs). • Other potential PCB Bulk Products, such as caulkings or transformer oils. Where it is anticipated that subsurface asbestos cement pipes will be encountered, Vista may prepare a Draft Procedure 5 Work Plan in accordance with the SCAQMD’s Rule 1403, if requested. Upon completion of the investigation, Vista will prepare a Report of Findings for this phase of the project, outlining means and methods employed, the findings of the testing episodes, and recommendations for pre-construction abatement. It is understood that comments to deliverables may occur. If they do, Vista will incorporate all reasonable comments. Phase II – Design and Bid Support: Vista will be available, as-needed, to meet with the design team, to discuss deliverables and their comments as well as to discuss scope changes or any other topics, as-needed. Most importantly, Vista will be prepared to adjust to the Project Design Team, as their needs change. Flexibility, and the ability to develop elegant and cost-effective responses to unforeseen conditions and unanticipated findings has been a hallmark of Vista Environmental since our inception. Every Vista manager who could be assigned to this task order, including not only the Project Manager, but also the two back-up project managers (a Principal and our Operations Manager) has more than 30 years of industry experience, going back to the original AHERA Asbestos-in- schools surveys, in 1988, and has managed major bond programs or performed services for both large and small municipalities with needs similar to this contract’s needs. Phase III – Construction Services – Abatement Oversight: Vista will review the selected contractor’s pre-construction abatement-related submittals, including, but not limited to, worker documentation, worker certifications and regulatory notifications, as identified in the specifications for this project. Vista will perform observation and monitoring of the removal of the identified hazardous materials, including asbestos, lead-based paints and Universal Waste Rule items, if identified. Monitoring shall include the collection of process air samples, and clearance air, wipe and soil samples, as deemed necessary. Vista will review the installation of proper containments, removal techniques and compliance with applicable regulations and contract specifications pertaining to the removal and proper disposal of the identified hazardous materials. At the completion of each abatement activity, Vista will perform a final visual inspection of the subject abatement area to confirm that the contractor has removed these materials in accordance with the project scope of work. Since there are anticipated to be multiple work areas, this shall be repeated at each abatement work area. Vista will conduct air monitoring utilizing Phase Contrast Microcopy for asbestos, with sampling and analysis performed in accordance with NIOSH Method 7400. Vista will take up to 8 of these samples per shift and analyzed on- site via PCM. Vista will conduct air monitoring for Lead, with sampling and analysis performed in accordance with NIOSH Method 7082 or NIOSH Method 7303, as appropriate. Vista will take up to 5 of these samples per shift (on average), when lead- related work is being performed, with sample analysis to be performed by a third-party laboratory certified for Lead analysis. Vista will record daily activity on field forms that inform the client of what occurred on the site as it pertains to the abatement. The Daily Field Log each day can be provided to the construction manager by the beginning of the next work shift. Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 Verdantas.com Qualifications to Provide Various On-Call Services SOQ Section 5.2: Geotechnical Engineering and Material Sampling/Testing 8 Vista will issue written Clearance Speed Memos for each abatement work area, upon successful completion of remediation, visual inspection, and required clearance testing, so that follow-on activities may proceed without delay. This will serve as written proof of adequate abatement or remediation completion, until such time as the project closeout report is delivered. Upon completion of each abatement activity, Vista will provide a final closeout document for this project, in the form of a closeout report appended with field documentation and applicable lab reports. Vista can also perform a wide array of biological and industrial hygiene testing, such as mold assessments, testing for various chemical contaminants, or assessing unknown odors, as needed. Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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. Kristen Williams, PG Current Vendor Area Leader 12/20/2024 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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. X Kristen Williams, PG Area Leader 12/20/2024 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 10532 Acacia St., Suite B6 Rancho Cucamonga, CA 91730 +1 909-484-2205 Verdantas.com EXCEPTION SUMMARY - Section 7.1 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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. Kristen Williams, PG Area Leader/Vice President Verdantas Inc. Kristen Williams, PG Area Leader/Vice President 12/20/2024 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 City of Rancho Cucamonga Request for Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services __________________________________________________________________________________________________ ____________________________________________________________________________________________________________ Page 26 of 30 “EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT The Consultants hereby acknowledges the following Addenda Number(s) to this SOQ have been received, if any. Consultants understands failure to acknowledge any addenda issued may cause the SOQ response to be considered non-responsive. It is the Consultants’ responsibility to log into the Bid System to identify and download the number of addenda that have been posted. •__________________ •__________________ •__________________ •__________________ ___________________________________ Signature ___________________________________ Printed Name ___________________________________ Title ___________________________________ Date Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A – G. 001 - December 12, 2024 Kristen Williams, PG Area Leader/Vice President 12/20/2024 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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. Kristen Williams, PG Area Leader/Vice President 12/20/2024 Verdantas Inc. Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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. 90 x Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 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. Verdantas Inc.10532 Acacia St.,Ste. B6, Rancho Cucamonga, CA 91730 909-484-2205 949-250-1114 kwilliams@verdantas.com www.verdantas.com Kristen Williams, PG Area Leader/Vice President 12/20/2024 Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 West 1/29/2025 Staff-10v1 AggPW+veh 2025 AMENDED BILLING RATE SCHEDULE (Verdantas West) Professional Services Hourly Rate Support Cont’d Hourly Rate Senior Consultant I, Associate $245.00 Administrative//Technical $90.00 Senior Consultant II, Principal $280.00 Editor/ Project Coordinator I Senior Consultant III, Sr. Principal $330.00 Administrative//Technical $120.00 Project Manager $205.00 Editor/Project Coordinator II Senior Project Manager $230.00 Operations / Laboratory Manager $195.00 Field/Lab Supervisor $155.00 Staff Engineer/Scientist/Geologist $160.00 Senior Staff Engineer/Scientist/Geologist $175.00 CAD/GIS/Data Management Hourly Rate Project Engineer/Scientist/Geologist $205.00 CAD Designer I $145.00 Senior Engineer/Scientist/Geologist $230.00 CAD Designer II $160.00 Project Designer $165.00 Support Hourly Rate Senior Project Designer $185.00 Field/Lab Technician I $95.00 CAD Technician I $125.00 Field/Lab Technician II/Special Inspector $105.00 CAD Technician II $140.00 Field/Lab Technician III/Special Inspector II $115.00 CAD Technician III $150.00 Senior Technician/Senior Special Inspector $125.00 Source Inspector $155.00 GIS Analyst I $150.00 System Operation & Maintenance Specialist $165.00 GIS Analyst II $160.00 Non-Destructive Testing (NDT) Specialist $175.00 Senior GIS Analyst $210.00 Prevailing Wage (Group 1) * $155.00 GIS Technician I $125.00 Prevailing Wage (Group 2) * $165.00 GIS Technician II $145.00 Prevailing Wage (Group 3) * $170.00 City of Los Angeles Deputy Building/ $170.00 Data Manager $165.00 Grading Inspector Senior Data Manager $185.00 NOTES: 1. Standard Billing Rates: Our standard billing rates are reviewed no less than annually and may be adjusted at those times. 2. Proposal Expiration: Proposals are valid for at least 30 days, subject to change after 30 days; unless otherwise stated in an attached proposal. 3. *Prevailing Wages: Our fees for prevailing wage work are based upon California prevailing wage laws and wage determinations. Unless specifically indicated in our proposal, costs for apprentice are not included. If we are required to have an apprentice on yo ur project, additional fees will be charged. Prevailing wage rates will increase by $8 on July 1st of each year. 4. Expert Testimony: Litigation, expert witness, and all other legal and court related appearances will be billed at twice the standard fee schedule rate. There is a minimum eight-hour charge per day and a minimum overall fee of $2,000.00 per case. 5. Higher Hourly Rates: Certain services, such as emergency/rapid response consulting, may be subject to higher hourly billing rates as agreed upon on a project-specific basis. 6. Overtime: Standard overtime rate is per California Labor Law and is billed at 1.5 or 2 times their hourly billing rate. Overtime rate for non- exempt field personnel working on a Verdantas observed holiday is billed at 2 times their hourly billing rate. Overtime rate for Prevailing wage work is per the California Department of Industrial Relations (DIR) determination and is multiplied at 1.5 to 2 times their hourly billing rate for overtime and double-time, respectively. 7. Field Equipment and Supplies: Field equipment and in-house supplies will be billed at fixed unit prices, subject to periodic updates. 8. Subcontractors and Project Expenses: Heavy equipment, subcontractor fees and expenses, project-specific permits and/or licenses, project-specific supplemental insurance, travel, subsistence, project-specific parking charges, shipping, reproduction, and other reimbursable expenses will be invoiced at cost plus 20%, unless billed directly to and paid by client or in accordance with the specific project agreement. 9. Mileage: The mileage for personal vehicles will be billed at the current United States Internal Revenue Service reimbursement rate. 10. Minimum Field Hourly Charges: For Field Technicians, Special Inspectors, or any on-site (field) materials testing services: 2 hours: 2-hour minimum charge will be applied to any field visit for technicians or to any service canceled on the same day of service. 4 hours: 4-hour minimum charge up to the first four hours of work. 8 hours: 8-hour minimum charge for over four hours of work, up to eight hours. Project time accrued includes portal to portal travel time for technicians. For projects outside a 50-mile radius from the nearest Verdantas office location, excess mileage and travel time will be charged for special inspectors. 11. Client Disclosures: Client agrees to provide all information in Client’s possession about actual or possible presence of buried utilities and hazardous materials on the project site, prior to fieldwork, and agrees to reimburse Verdantas for all costs related to unanticipated discovery of utilities and/or hazardous materials. Client is also responsible for providing safe and legal access to the project site f or all Verdantas field personnel. 12. Insurance & Limitation of Liability: These rates are predicated on standard insurance coverage and a limit of Verdantas’ liability equal to our total fees for a given project. Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 West 1/29/2025 Staff-10v1 AggPW+veh GEOTECHNICAL LABORATORY TESTING METHOD $/TEST METHOD $/TEST Classification & Index Properties Soil Chemistry & Corrosivity cont’d Photograph of sample 15 Sulfate content - by ion chromatograph (CTM 417 Part 2) 85 Moisture content (ASTM D2216) 25 Sulfate screen (Hach®) 35 Moisture & density (ASTM D2937) ring samples 37 Chloride content (AASHTO T291/CTM 422) 75 Moisture & density (ASTM D2937) Shelby tube or cutting 45 pH + minimum resistivity (CTM 643) 140 Atterberg limits 3 points (ASTM D4318) 160 Chloride content – by ion chromatograph (AASHTO 85 - Single point, non-plastic 90 T291/CTM 422) - Atterberg limits (organic ASTM D2487 / D4318) 195 Corrosion suite: minimum resistivity, sulfate, chloride, 285 - Visual classification as non-plastic (ASTM 15 pH (CTM 643) D2488) Particle size: Organic matter content (ASTM D2974) 70 - Sieve only 1½ inch to #200 (AASHTO T27/ASTM 155 Consolidation & Expansion/Swell Tests C136/ASTM D6913/CTM 202) Consolidation (ASTM D2435): 210 - Large sieve 6 inch to #200 (AASHTO T27/ASTM 195 Each additional time curve. 50 C136/ASTM D6913/CTM 202) Each additional load/unload w/o time reading 45 - Hydrometer only (ASTM D7928) 120 Expansion Index (ASTM D4829) 140 - Sieve + hydrometer ≤3 inch sieve, (ASTM D7928) 200 Relative compaction of untreated/treated soils/ 270 - Percent passing #200 sieve, wash only (ASTM D1140) 75 aggregates (CTM 216) Specific gravity and absorption of fine aggregate 140 Relative density 0.1 ft mold (ASTM D4253, D4254) 250 (AASHTO T84/ASTM C128/ASTM D854/CTM 207) California Bearing Ratio (ASTM D1883) - 3 point 535 Specific gravity and absorption of coarse aggregate 110 California Bearing Ratio (ASTM D1883) - 1 point 200 (AASHTO T85/ASTM C127/CTM 206) R-Value untreated soils/aggregates (AASHTO T190/ 335 Total porosity - on Shelby tube sample (calculated) 180 ASTM D2844/CTM 301) Total porosity - on other sample (calculated) 165 R-Value lime or cement treated soils/aggregates 365 Shrinkage limits wax method (ASTM D4943) 135 (AASHTO T190/ ASTM D2844/CTM 301) Pinhole dispersion (ASTM D4647) 225 Swell collapse Method A up to 10 load/unloads w/o 310 Total porosity - on other sample (calculated) 165 time curves (ASTM D4546-A) Dispersive characteristics (double hydrometer ASTM 215 Single load swell/collapse - Method B (ASTM 115 D4221) D4546-B, seat, load & inundate only) As-received moisture & density (chunk/carved sample) 65 Triaxial Tests Sand Equivalent (AASHTO T176/ASTM D2419/CTM 217) 115 Unconfined compression strength of cohesive soil 145 Sieve + hydrometer ≤3-inch sieve, (ASTM D7928) 200 (with stress/strain plot, ASTM D2166) Shear Strength Unconsolidated undrained triaxial compression test 185 Pocket penetrometer 20 on cohesive soils(UU, ASTM D2850, USACE Q test, Direct shear (ASTM D3080, mod., 3 points): per confining stress) - Consolidated undrained - 0.05 inch/min (CU) 320 Consolidated undrained triaxial compression test 400 - Consolidated drained - <0.05 inch/min (CD) 385 for cohesive soils, (CU, ASTM D4767, USACE R-bar test) Residual shear EM 1110-2-1906-IXA (price per each 55 with back pressure saturation & pore water pressure additional pass after shear) measurement (per confining stress) Remolding or hand trimming of specimens (3 points) 95 Consolidated drained triaxial compression test (CD, Oriented or block hand trimming (per hour) 70 USACE S), with volume change measurement. Price Single point shear 115 per soil type below EM 1110-21906(X): Torsional shear (ASTM D6467 / ASTM D7608) 880 - Sand or silty sand soils (per confining stress) 400 Compaction & Pavement Subgrade Tests - Silt or clayey sand soils (per confining stress) 535 Standard Proctor compaction, 4 points (ASTM D698) - Clay soils (per confining stress) 755 - 4-inch diameter mold (Methods A & B) 170 - Three-stage triaxial (sand or silty sand soils) 700 - 6-inch diameter mold (Method C) 230 - Three-stage triaxial (silt or clayey sand soils) 935 Modified Proctor compaction 4 points (ASTM D1557): - Three-stage triaxial (clay soils) 1,320 - 4-inch diameter mold Methods A & B 235 - Remolding of test specimens 70 - 6-inch diameter mold Method C 265 Hydraulic Conductivity Tests Check point (per point) 70 Triaxial permeability in flexible-wall permeameter with 335 Relative compaction of untreated/treated 270 backpressure saturation at one effective stress (EPA soils/aggregates (CTM 216) 9100/ASTM D5084, falling head Method C): Relative density 0.1 ft mold (ASTM D4253, D4254) 250 Each additional effective stress 130 California Bearing Ratio (ASTM D1883) - 3 point 535 Hand trimming of soil samples for horizontal K 65 California Bearing Ratio (ASTM D1883) - 1 point 200 Remolding of test specimens 70 R-Value untreated soils/aggregates (AASHTO T190/ 335 Permeability of granular soils (ASTM D2434) 145 ASTM D2844/CTM 301) Soil-Cement R-Value lime or cement treated soils/aggregates 365 Moisture-density curve for soil-cement mixtures (ASTM 260 (AASHTO T190/ ASTM D2844/CTM 301) D558) Soil Chemistry & Corrosivity Wet-dry durability of soil-cement mixtures (ASTM D559) ¹ 1,290 pH Method A (ASTM D4972 or CTM 643) 50 Compressive strength of molded soil-cement cylinder 65 Electrical resistivity – single point – as received moisture 50 (ASTM D1633)¹ Minimum resistivity 3 moisture content points (ASTM 95 Soil-cement remolded specimen (for shear strength, 250 G187/CTM 643) consolidation, etc.) ¹ pH + minimum resistivity (CTM 643) 140 ¹Compaction (ASTM D558 maximum density) should Sulfate content - gravimetric (CTM 417 B Part 2) 75 also be performed – not included in above price Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 West 1/29/2025 Staff-10v1 AggPW+veh CONSTRUCTION MATERIALS LABORATORY TESTING METHOD $/TEST METHOD $/TEST Concrete Strength Characteristics Aggregate Properties cont’d Concrete cylinders compression (ASTM C39) (6” x 12” 40 Flat & elongated particles in coarse aggregate (ASTM 230 and 4” x 8”) D4791/CTM 235) Compression, concrete or masonry cores (testing only) 45 Cleanness value of coarse aggregate (CTM 227) 225 ≤6 inch (ASTM C42) Soundness, magnesium (AASHTO T104/ASTM 240 Trimming concrete cores (per core) 25 C88/CTM 214) Flexural strength of concrete (simple beam-3rd pt. loading, 90 Soundness, sodium (AASHTO T104/ASTM C88/ 695 ASTM C78/CTM 523) CTM 214) Flexural strength of concrete (simple beam- center pt. 90 Masonry loading, ASTM C293/CTM 523) Mortar cylinders 2” x 4” (ASTM C780) 35 Non shrink grout cubes (2 inch, ASTM C109/C1107) 30 Grout prisms 3” x 6” (ASTM C1019). 35 Drying shrinkage - four readings, up to 90 days, 3 bars 430 Masonry cores compression, ≤6” diameter - testing 45 (ASTM C157) only (ASTM C42) Length of concrete cores (CTM 531) 45 Masonry core shear testing (Title 24) 85 Hot Mix Asphalt (HMA) Veneer bond strength, cost for each - 5 required 60 Resistance of compacted HMA to moisture-induced 2,250 (ASTM C482) damage (AASHTO T283/CTM 371) CMU compression to size 8” x 8” x 16” - 3 required 60 Hamburg Wheel, 4 briquettes (modified) (AASHTO T324) 965 (ASTM C140) Superpave gyratory compaction (AASHTO T312/ ASTM 375 CMU moisture content, absorption & unit weight - 6 55 D6925) required (ASTM C140) Extraction by ignition oven, percent asphalt (AASHTO 160 CMU linear drying shrinkage (ASTM C426) 190 T308/ASTM D6307/CTM 382) CMU grouted prisms compression test ≤8” x 8” x 16” 215 Ignition oven correction/correlation values 1,445 (ASTM C1314) (AASHTO T308/ASTM D6307/CTM 382) CMU grouted prisms compression test > 8” x 8” x 16” 270 Extraction by centrifuge, percent asphalt (ASTM D2172) 160 (ASTM C1314) Gradation of extracted aggregate (AASHTO T30/ ASTM 145 Fasteners/Bolts/Rods D5444/CTM 202) F1554 Bolts, tensile test, ≤ up to 1-1/4” diameter, 110 Stabilometer, S-Value (ASTM D1560/CTM 366) 285 plain (ASTM A370) Bituminous mixture preparation (AASHTO R30/ CTM 304) 85 F1554 Bolts, tensile test, ≤ up to 1-1/4” diameter, 130 Moisture content of HMA (AASHTO T329/ASTM D6037 65 galvanized (ASTM A370) /CTM 370) F3125 GR A307, A325 Bolts, tensile test, ≤ up to 1 - 70 Bulk specific gravity of compacted HMA, molded 55 1/4” diameter, plain (ASTM A370) specimen or cores, uncoated (AASHTO T166/ ASTM F3125 GR A307, A325 Bolts, tensile test, ≤ up to 1 - 80 D2726/CTM 308) 1/4” diameter, galvanized (ASTM A370) Bulk specific gravity of compacted HMA, molded 60 A490 Bolts, tensile test, ≤ up to 1-1/4” diameter, 70 specimen or cores, paraffin-coated (AASHTO T275/ plain (ASTM A370) ASTM D1188/CTM 308) A490 Bolts, tensile test, ≤ up to 1-1/4” diameter, 80 Maximum density - Hveem (CTM 308) 215 galvanized (ASTM A370) Theoretical maximum density and specific gravity of 140 A593 Bolts, tensile test, ≤ up to 1-1/4” diameter, 70 HMA (AASHTO T209/ASTM D2041/CTM 309) stainless steel (ASTM A370) Thickness or height of compacted bituminous paving 45 Reinforcing Steel and Prestressing Strands Mixture specimens (ASTM D3549) Rebar bend test, up to No. 11 (ASTM A370) 70 Wet track abrasion of slurry seal (ASTM D3910) 160 Rebar bend test, ≥ No. 14 & over (ASTM A370) 215 Rubberized asphalt (add to above rates) +25% Resistance butt-welded hoops/bars, tensile test, ≤ up 70 Brick to No. 10 (CTM 670) Compression - cost for each, 5 required (ASTM C67) 55 Resistance butt-welded hoops/bars, tensile test, ≥ No. 90 Absorption - cost for each, 5 required (ASTM C67) 55 11 & over (CTM 670) Aggregate Properties Mechanical rebar splice, tensile test, ≤ up to No. 11 70 Bulk density and voids in aggregates (AASHTO T19/ 55 (CTM 670) ASTM C29/ CTM 212) Mechanical rebar splice, slip test, ≤ up to No. 11 45 Organic impurities in fine aggregate sand (AASHTO T21/ 65 (CTM 670) ASTM C40/CTM 213) Mechanical rebar splice, tensile test, ≥ No. 14 & 215 LA Rattler-smaller coarse aggregate <1.5” (AASHTO 215 over (CTM 670) /ASTM C131/ CTM 211) Mechanical rebar splice, slip test, ≥ No. 14 & over 215 LA Rattler-larger coarse aggregate 1-3” (AASHTO T96/ 270 (CTM 670) ASTM C535/CTM 211) Headed rebar splice, tensile test, ≤ up to No. 11 70 Apparent specific gravity of fine aggregate (AASHTO T84/ 140 (CTM 670) ASTM C128/CTM 208) Headed rebar splice, tensile test, ≥ No. 14 & over 215 Specific gravity and absorption of coarse aggregate (ASTM 110 (CTM 670) C127/CTM 206) >#4 retained Epoxy coated rebar/dowel continuity (Holiday) 70 Clay lumps, friable particles (AASHTO T112/ASTM C142) 190 (ASTM A775/A934) Durability Index (AASHTO T210/ASTM D3744/ CTM 229) 215 Epoxy coated rebar flexibility/bend test, up to No. 50 Moisture content of aggregates by oven drying (AASHTO 45 11 (ASTM A775/A934) T255/ASTM C566/CTM 226) Prestressing wire, tension (ASTM A416) 190 Uncompacted void content of fine aggregate (AASHTO 140 Sample preparation (cutting) 55 T304/ ASTM C1252/ CTM 234) Epoxy coated rebar/dowel film thickness (coating) 50 Percent of crushed particles (AASHTO T335/ ASTM 145 test (ASTM A775/ A934) D5821/CTM 205) Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1 West 1/29/2025 Staff-10v1 AggPW+veh CONSTRUCTION MATERIALS LABORATORY TESTING METHOD $/TEST METHOD $/TEST Streetlights/Signals Bearing Pads/Plates and Joint Seal LED Luminaires / Signal Modules / Countdown By Elastomeric bearing pads (Caltrans SS 51-3) 1,060 Pedestrian Signal Face Modules (Caltrans RSS 86) Quote Elastomeric bearing pad with hardness and 1,315 Spray Applied Fireproofing compression tests (Caltrans SS 51-3) Unit weight (density, ASTM E605) 65 Type A Joint Seals (Caltrans SS 51-2) 1,735 Sample Transport Type B Joint Seals (Caltrans SS 51-2) 1,640 Pick-up and delivery (weekdays, per trip, <50 mile 110 Bearing plates (A536) 770 radius from our office) Notes 1. Earth Material Samples: Quoted testing unit rates are for soil and/or rock (earth) samples free of hazardous materials. Additional costs will accrue beyond these standard testing unit rates for handling, testing and/or disposing of soil and/or rock containing hazardous mate rials. Hazardous materials will be returned to the site or the site owner’s designated representative at additional cost not included in listed unit rat es. Standard turn-around time for geotechnical-laboratory test results is 10 working days. Samples will be stored for 2 months following completion of assigned tests, after which they will be discarded. Prior documented notification is required if samples need to be stored for a longer time. A monthly storage fee of $15 per bag and $6 per sleeve or tube will be applied. Quoted unit rates are only for earth materials sampled in California. There may be additional cost for handling imported samples. 2. Construction Material Samples: After all designated breaks for a given sample set meet specified compressive at design age or other client- designated strength, all “hold” cylinders or specimens will be automatically disposed of, unless specified in writing prior t o the 28-day break. Unless specifically requested otherwise, all other construction materials will be disposed of after completion of testing and report ing. EQUIPMENT LISTING CLASSIFICATION $/UNIT CLASSIFICATION $/UNIT 1/4 inch Grab plates 5/ each Global Positioning System/Laser Range Finder 80/day 1/4 inch Tubing (bonded) 0.60/foot Hand auger set 90/day 1/4 inch Tubing (single) 0.40/foot HDPE safety fence (≤100 feet) 40/roll 3/8 inch Tubing, clear vinyl 0.60/foot Horiba U-51 water quality meter 135/day 4-Gas meter (RKI Eagle or similar)/GEM 2000 140/day Light tower (towable vertical mast) 150/day Air flow meter and purge pump (200 cc/min) 55/day Magnehelic gauge 15/day Box of 24 soil drive-sample rings 130/box Manometer 25/day Brass sample tubes 11/each Mileage (will adjust with IRS published rate) 0.70/mile Caution tape (1000-foot roll) 22/each Moisture test kit (excludes labor to perform test, ASTM 65/test Combination lock or padlock 15/each E1907) Compressed air tank and regulator 55/day Nuclear moisture and density gauge 88/day Concrete coring machine (≤6-inch-dia) 160/day Electrical moisture and density gauge 88/Day Consumables (gloves, rope, soap, tape, etc.) 40/day Pachometer 50/day Core sample boxes 30/each Particulate Monitor 135/day Crack monitor Two-Dimensional 30/each pH/Conductivity/Temperature meter 60/day Crack monitor Thee-Dimensional 40/each Photo-Ionization Detector (PID) 150/day Cutoff saws, reciprocating, electric (Sawzall®) 80/day Pump, Typhoon 2 or 4 stage 55/day D-Meter Walking Floor Profiler 110/day QED bladder pump w/QED control box 175/day Disposable bailers 25/each Quire fee – Phase I only 250/each Disposable bladders 20/each Resistivity field meter and pins 200/day Dissolved oxygen meter 75/day Slip / threaded cap, 2-inch or 4-inch diameter, 20/each DOT 55-gallon containment drum with lid 85/drum PVC Schedule 40 Double-ring infiltrometer 135/day Slope inclinometer 250/day Dual-stage interface probe 85/day Soil sampling T-handle (Encore) 10/day Dynamic Cone Penetrometer 430/day Soil sampling tripod 40/day Generator, portable gasoline fueled, 3,500 watts 90/day Speedy (R) moisture tester 10/day Stainless steel bailer 60/day Vapor sampling box 65/day Submersible pump with controller 180/day Vehicle usage (carrying equipment) 16/hour Submersible pump/transfer pump, 10-25 gpm 65/day VelociCalc 40/day Support service truck usage (well installation) 250/day Visqueen (20 x 100 feet) 130/roll Survey/fence stakes 10/each Water level indicator (electronic well sounder) 100/day Tedlar® bags 25/each <300 feet deep well Traffic cones (≤25)/barricades (single lane) 55/day ZIPLEVEL®. 40/day Turbidity meter 80/day Other specialized geotechnical and environmental testing Tyvek® suit (each) 25/each and monitoring equipment are available, and priced per site Docusign Envelope ID: 98368B00-4206-488D-86A8-F166BAA1CCBFDocusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1