HomeMy WebLinkAboutCO 2025-179 - WestLAND Group, IncPSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 1
AGREEMENT FOR
DESIGN PROFESSIONAL SERVICES
THIS AGREEMENT is made and entered into this 4th day of
September, 2025, by and between the City of Rancho Cucamonga, a municipal
corporation and the Rancho Cucamonga Fire Protection District (“City”) and
WestLand Group, Inc.., a California Corporation (“Consultant”).
RECITALS
A.City has heretofore issued its request for proposals to perform the following
design professional services: on-call survey and mapping services (“the Project”).
B.Consultant has submitted a proposal to perform the professional services
described in Recital “A”, above, necessary to complete the Project.
C.City desires to engage Consultant to complete the Project in the manner set
forth and more fully described herein.
D.Consultant represents that it is fully qualified and licensed under the laws
of the State of California to perform the services contemplated by this Agreement in a good
and professional manner.
AGREEMENT
NOW, THEREFORE, in consideration of performance by the parties of the mutual
promises, covenants, and conditions herein contained, the parties hereto agree as follows:
1.Consultant’s Services.
1.1 Scope and Level of Services. Subject to the terms and conditions
set forth in this Agreement, City hereby engages Consultant to perform all technical and
design professional services described in Recitals “A” and “B” above, including, but not
limited to on-call survey and mapping services all as more fully set forth in the Request
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
2025-179
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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 Glenn Chung, President 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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 4
6. Consultant’s Personnel.
6.1 All Services shall be performed by Consultant or under Consultant’s
direct supervision, and all personnel shall possess the qualifications, permits, and licenses
required by State and local law to perform such Services, including, without limitation, a
City business license as required by the City’s Municipal Code.
6.2 Consultant shall be solely responsible for the satisfactory work
performance of all personnel engaged in performing the Services and compliance with the
standard of care set forth in Section 1.4.
6.3 Consultant shall be responsible for payment of all employees’ and
subcontractors’ wages and benefits, and shall comply with all requirements pertaining to
employer’s liability, workers’ compensation, unemployment insurance, and Social
Security. By its execution of this Agreement, Consultant certifies that it is aware of the
provisions of Section 3700 of the California Labor Code that require every employer to be
insured against liability for Worker's Compensation or to undertake self-insurance in
accordance with the provisions of that Code, and agrees to comply with such provisions
before commencing the performance of the Services.
6.4 Consultant shall indemnify, defend and hold harmless City and its
elected officials, officers and employees, servants, designated volunteers, and agents
serving as independent contractors in the role of City officials, from any and all liability,
damages, claims, costs and expenses of any nature to the extent arising from Consultant’s
violations of personnel practices and/or any violation of the California Labor Code. City
shall have the right to offset against the amount of any fees due to Consultant under this
Agreement any amount due to City from Consultant as a result of Consultant’s failure to
promptly pay to City any reimbursement or indemnification arising under this Section 6.
7. Ownership of Work Product.
7.1 Ownership. All documents, ideas, concepts, electronic files,
drawings, photographs and any and all other writings, including drafts thereof, prepared,
created or provided by Consultant in the course of performing the Services, including any
and all intellectual and proprietary rights arising from the creation of the same (collectively,
“Work Product”), are considered to be “works made for hire” for the benefit of the City.
Upon payment being made, and provided Consultant is not in breach of this Agreement,
all Work Product shall be and remain the property of City without restriction or limitation
upon its use or dissemination by City. Basic survey notes, sketches, charts, computations
and similar data prepared or obtained by Consultant under this Agreement shall, upon
request, be made available to City. None of the Work Product shall be the subject of any
common law or statutory copyright or copyright application by Consultant. In the event of
the return of any of the Work Product to Consultant or its representative, Consultant shall
be responsible for its safe return to City. Under no circumstances shall Consultant fail to
deliver any draft or final designs, plans, drawings, reports or specifications to City upon
written demand by City for their delivery, notwithstanding any disputes between
Consultant and City concerning payment,
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 5
performance of the contract, or otherwise. This covenant shall survive the termination of
this Agreement. City’s reuse of the Work Product for any purpose other than the Project,
shall be at City’s sole risk.
7.2. Assignment of Intellectual Property Interests: Upon execution of this
Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, the
Consultant shall be deemed to grant and assign to City, and shall require all of its
subcontractors to assign to City, all ownership rights, and all common law and statutory
copyrights, trademarks, and other intellectual and proprietary property rights relating to the
Work Product and the Project itself, and Consultant shall disclaim and retain no rights
whatsoever as to any of the Work Product, to the maximum extent permitted by law. City
shall be entitled to utilize the Work Product for any and all purposes, including but not
limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and
publicizing the Project or any aspect of the Project.
7.3 Title to Intellectual Property. Consultant warrants and represents that
it has secured all necessary licenses, consents or approvals to use any instrumentality, thing
or component as to which any intellectual property right exists, including computer
software, used in the rendering of the Services and the production of the Work Product
and/or materials produced under this Agreement, and that City has full legal title to and the
right to reproduce any of the Work Product. Consultant shall defend, indemnify and hold
City, and its elected officials, officers, employees, servants, attorneys, designated
volunteers, and agents serving as independent contractors in the role of City officials,
harmless from any loss, claim or liability in any way related to a claim that City’s use is
violating federal, state or local laws, or any contractual provisions, relating to trade names,
licenses, franchises, patents or other means of protecting intellectual property rights and/or
interests in products or inventions. Consultant shall bear all costs arising from the use of
patented, copyrighted, trade secret or trademarked documents, materials, software,
equipment, devices or processes used or incorporated in the Services and materials
produced under this Agreement. In the event City’s use of any of the Work Product is held
to constitute an infringement and any use thereof is enjoined, Consultant, at its expense,
shall: (a) secure for City the right to continue using the Work Product by suspension of any
injunction or by procuring a license or licenses for City; or (b) modify the Work Product
so that it becomes non- infringing. This covenant shall survive the termination of this
Agreement.
8. Status as Independent Contractor. Consultant is, and shall at all times
remain as to City, a wholly independent contractor. Consultant shall have no power to
incur any debt, obligation, or liability on behalf of City or otherwise act as an agent of City.
Neither City nor any of its agents shall have control over the conduct of Consultant or any
of Consultant’s employees, except as set forth in this Agreement. Consultant shall not, at
any time, or in any manner, represent that it or any of its officers, agents or employees are
in any manner employees of City. Consultant shall pay all required taxes on amounts paid
to Consultant under this Agreement, and to defend, indemnify and hold City harmless from
any and all taxes, assessments, penalties, and interest asserted against City by reason of
the independent contractor relationship created by this Agreement.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: WestLand Group, Inc.
8885 Haven Avenue
Suite 100
Rancho Cucamonga, CA 91730
Attn: Glenn Chung, President
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 14
24. Entire Agreement. This Agreement consists of this document, and any
other documents, attachments and/or exhibits referenced herein and attached hereto, each
of which is incorporated herein by such reference, and the same represents the entire and
integrated agreement between Consultant and City. This Agreement supersedes all prior
oral or written negotiations, representations or agreements. This Agreement may not be
amended, nor any provision or breach hereof waived, except in a writing signed by the
parties which expressly refers to this Agreement.
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
Consultant Name: WestLand Group, Inc.
By: ______________________________
Name Glenn Chung Date
______________________________
Title
City of Rancho Cucamonga
By:________________________________
Name Date
_________________________________
Title
By: ______________________________
Name Matthew Okubo Date
______________________________
Title
(Two signatures required if corporation)
Rancho Cucamonga Fire Protection District
By:________________________________
Name Date
_________________________________
Title
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051E
9/4/2025 | 12:25 PM MDT
President / Principal
9/4/2025 | 10:17 AM PDT
President/Principal
Docusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
9/10/2025 | 5:45 AM PDT
Mayor/President
9/10/2025 | 7:11 AM PDT
Fire Chief
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 15
EXHIBIT A
REQUEST FOR STATEMENT OF QUALIFICATIONS
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 16
EXHIBIT B
CONSULTANT PROPOSAL
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
01/13/2025
Various On-Call Services
SOQ #24/25-501
Survey & Mapping, & General Engineering
Services
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 1
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
4.1 Cover Letter
January 13, 2025
Marlena Perez | Principal Engineer
City of Rancho Cucamonga | Purchasing Division
10500 Civic Center| Rancho Cucamonga, CA 91730 Re: Statement of Qualifications (SOQ) 24/25-501 for Survey and
Mapping and General Engineering Services
WestLAND Group, Inc. (WLG) submits this Statement of
Qualifications (SOQ) to the City of Rancho Cucamonga in response to SOQ #24/25-501 for Various On-Call Services,
specifically in Survey and Mapping and General Engineering Services. With more than 25 years of experience
providing high-quality geospatial and engineering services to public agencies across Southern California, WLG is well-
equipped to support the City’s infrastructure projects, including its ongoing Capital Improvement Program (CIP).
Expertise in Surveying, Mapping, & Engineering Services| WLG offers comprehensive services in both surveying,
mapping, and civil engineering. In surveying and mapping, WLG is a regional leader with extensive experience in
land surveying, including terrestrial, aerial, and bathymetric surveys, as well as high-resolution 3D laser scanning
(LiDAR) and unmanned aerial systems (UAS). The firm's expertise in these areas, combined with a commitment
to cutting-edge technology, allows WLG to provide highly accurate and efficient survey services for public works
and CIP projects.
In civil engineering, WLG brings a depth of experience in providing a range of services, including engineering
PS&E (preliminary and final design plans and specifications), project management, utility and agency research,
construction support, and Quality Assurance/Quality Control (QA/QC). The firm is committed to delivering
timely, cost-effective, and innovative solutions while adhering to the City’s standards and requirements. WLG
has a proven track record of meeting design deadlines while maintaining cost-efficiency in engineering solutions.
Local, Responsive, and Experienced Team | WLG has significant experience working directly with the City of
Rancho Cucamonga. WLG currently provides services to the City of Rancho through an on-call contract for As-
Needed Design and Construction Survey Services. This gave WLG a solid understanding of the City’s standards
and requirements. With its headquarters in Rancho Cucamonga, CA, the firm is ideally situated to be highly
responsive and accessible to the City’s staff and project needs. Several key team members have worked directly
with the city and have strong ties to the community. The combined experience of these team members, totaling
over 140 years, strengthens WLG’s ability to provide timely and effective surveying and engineering services.
Work will be led by, or under the direct supervision of, qualified, licensed professionals, including a California
Professional Engineer (PE) and a California Professional Land Surveyor (PLS). These professionals will ensure that
all services are delivered with the highest level of quality, safety, and compliance.
Commitment to Quality & Timely Delivery| WLG is committed to delivering services that meet or exceed the
City’s expectations. With its experienced team and local presence, WLG can manage multiple projects
simultaneously, ensuring on-time delivery, safety, and compliance with all applicable regulations. The firm has
CONTACT INFORMATION
COMPANY NAME: WestLAND Group, Inc. LOCAL OFFICE ADDRESS: 8885 Haven Ave, Suite 100, Rancho Cucamonga, CA 91730 DIR #: 1000030034 MBE #: 10090156 PRINCIPALS IN CHARGE/AUTHORIZED SIGNATURES: Matthew H. Okubo, PLS, President/Principal Glenn M. Chung, PE, QSD, President/Principal CONTRACT MANAGER/CONTACT PERSON: Matt Kunkle, Vice President of Land Development, 8885 Haven Ave, Suite 100, Rancho Cucamonga, CA 91730, 888.787.1668, mkunkle@westlandgroup.net
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 2
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
successfully provided on-call contract services to many public agencies, including the Cities of Dana Point,
Ontario, Fontana, and San Gabriel Valley Water Company, with surveying and engineering services, further
demonstrating its ability to provide high-quality service to the City of Rancho Cucamonga.
WLG has extensive experience in delivering engineering solutions that meet strict project deadlines and budgets,
ensuring cost-effective project completion without compromising on quality. The firm’s focus on quality
assurance, project management, and client collaboration allows it to maintain a strong track record of
successfully executed projects.
WLG acknowledges receipt of all RFP addenda, including Addendum No. 1 posted December 12, 2024. WLG’s
proposal will remain valid for a period of not less than 180 days from the date of submittal on 01/13/2025. WLG has
not had any prior or ongoing contract failures, any civil or criminal litigation or investigation pending nor has been
judged guilty or liable.
By signing this SOQ, WLG confirms its ability and willingness to comply with all provisions stated in the Request for
Statement of Qualifications. The undersigned is authorized to represent WLG and to bind the firm to the terms of
this proposal. WLG thanks the City for the opportunity to provide survey and mapping, and general engineering
services. Please don’t hesitate to contact Matt Kunkle directly by phone at 888.787.1668 or by e-mail at
mkunkle@westlandgroup.net.
Sincerely | WestLAND Group, Inc.
Matthew H. Okubo, PLS | President/Principal Glenn M. Chung, PE, QSD/P, President/Principal
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 3
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
4.2 Table of Contents
4.1 Cover Letter ...................................................................................................................................... 1
4.2 Table of Contents .............................................................................................................................. 3
4.3 Executive Summary ........................................................................................................................... 4
4.4 Firm Experience/Qualifications.......................................................................................................... 5
Firm Profile .................................................................................................................................................... 5
Financial Status ............................................................................................................................................. 7
WLG Services Overview ................................................................................................................................. 8
Specialized Services Offered ......................................................................................................................... 9
Relevant Experience/References ................................................................................................................ 11
4.5 Third Party/Subcontractors ............................................................................................................. 19
4.6 Staff Resumes and Organization Chart ............................................................................................. 21
Organizational Structure ............................................................................................................................. 21
Organizational Chart ................................................................................................................................... 22
Staff Resumes .............................................................................................................................................. 23
4.7 Project Management Approach ....................................................................................................... 48
General Project Understanding and Alignment with City Goals ................................................................. 48
Integrated Engineering and Survey Coordination ....................................................................................... 48
Project Methodology/Controls ................................................................................................................... 51
Quality Assurance/Quality Control (QA/QC) .............................................................................................. 53
Safety ........................................................................................................................................................... 55
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 4
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
4.3 Executive Summary
WestLAND Group, Inc. (WLG) submits this Statement of Qualifications (SOQ) to the City of Rancho Cucamonga for
Various On-Call Services under SOQ #24/25-501, focusing on Survey and Mapping and General Engineering Services.
With over 25 years of experience in providing high-quality geospatial and engineering services to public agencies
across Southern California, WLG is well-positioned to support the City’s infrastructure development and
maintenance needs.
WLG’s local office in Rancho Cucamonga, CA, positions the firm to respond quickly and effectively to the City’s
project demands. The firm’s team includes seasoned professionals with extensive experience in land surveying and
civil engineering, combined with a deep understanding of public agency standards and procedures. This expertise
enables WLG to contribute significantly to the success of the City’s ongoing Capital Improvement Program (CIP) and
other public works initiatives.
Matt Kunkle, Contract and QA/QC Manager, ensures that all work is completed to the highest standards, under the
direct supervision of licensed professionals. Scott Bennet, PLS, Project Manager for Survey and Mapping, has a
proven track record managing similar projects for the City of Rancho Cucamonga, providing him with valuable insight
into the City’s goals and expectations. David Stuetzel, PE, Civil Engineering Project Manager, brings over 38 years of
experience overseeing public works engineering services, ensuring seamless integration of services and high-quality
results.
WLG’s capacity to handle a diverse and substantial workload is demonstrated by its team of over 200 professionals,
many with extensive experience in public projects. The firm’s commitment to local partnerships, including
collaborations with Bess Testlab, Inc., Rende Consulting Group, Inc., Segura Associates, and Aerotech Mapping, Inc.
(ATM), ensures the ability to meet specialized project needs while promoting community engagement.
This proposal underscores WLG’s technical expertise and availability to meet the City’s needs for both surveying and
engineering services. WLG is confident in its ability to provide exceptional support for the City’s infrastructure
projects, with a continued focus on quality, safety, and timely project delivery.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 5
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
4.4 Firm Experience/ Qualifications
Firm Profile
WestLAND Group, Inc. (WLG) is a California S-Corporation
certified as a Minority-Owned Business Enterprise (MBE) by the
California Public Utilities Commission (CPUC). Founded in 2000,
WLG has grown to employ over 200 professionals and has
provided engineering and surveying services in Southern
California for more than 25 years. The company’s headquarters is
in Rancho Cucamonga, CA, with additional offices in Hesperia,
San Marcos, Valencia, Bakersfield, Sacramento, and Duncan, OK.
WLG offers a broad range of geospatial and engineering services
for public and private clients across various industries, including
cities, counties, water districts, power and energy agencies, and
more. The firm’s multidisciplinary team, which includes
engineers, designers, surveyors, and project managers, provides
comprehensive solutions to address a wide range of project
challenges.
Why WLG for General Engineering Services?
WLG’s engineering team delivers cost-effective, high-quality
solutions for civil infrastructure projects. Specializing in the
design and implementation of off-site infrastructure improvements, including street, water, sewer, and facilities
projects for public agencies, WLG’s engineering services cover all aspects of project development, from concept to
completion
Preliminary and Final Design Plans and Specifications: Engineering PS&E for public works projects.
Project Management and Coordination: Including scheduling, budgeting, milestones, and progress
monitoring.
Utility and Agency Research: Including environmental assessments and coordination with subconsultants.
Construction Support: Including QA/QC, meeting attendance, and engineering oversight.
Responsible Professional Engineer Oversight: Signing and stamping of plans by a licensed engineer-in-
charge.
WLG has extensive experience collaborating with utility companies, regulatory agencies, and stakeholders, such as
Southern California Gas Company (SoCalGas), Southern California Edison (SCE), U.S. Army Corps of Engineers
(USACE), Department of Water Resources (DWR), Caltrans, telecommunications companies, and local government
departments. These established relationships enable WLG to navigate project complexities with efficiency, ensuring
seamless communication and timely, high-quality service delivery.
FIRM HIGHLIGHTS
COMPANY NAME: WestLAND Group, Inc. YEAR FOUNDED: 2000 YEARS IN BUSINESS: 25 TYPE OF CORPORATION: California S Corporation OFFICE LOCATIONS/STAFF AMOUNTS:
Rancho Cucamonga, CA (Corporate)
Hesperia, CA
San Marcos, CA
Valencia, CA
Bakersfield, CA
Sacramento, CA
Duncan, OK
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 6
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
WLG understands that all projects and assignments authorized by the city are different and pose unique challenges
and complexities. WLG will adapt our project approach, including communication format and meeting checkpoints
to accommodate the specific projects and Client’s requirements. WLG’s project management approach includes
communication/coordination plans, team and client meetings, staff selection, research, project status reports,
schedule and budget controls, and QA/QC implementation reviews.
WLG's civil design services are flexible and tailored to meet the needs of each assigned project. The general
functions of the WLG task order design services include:
Due Diligence Services
WLG will perform a review of the project constraints to familiarize the design team with property titles, record
easement encumbrances, zoning regulations, geotechnical site conditions, environmental reports, and site
conditions, survey data and site controls, utility operators within the project limits, drainage patterns, traffic
conditions, and potential construction challenges. Data and findings obtained from these reviews will be utilized by
the team to prepare the scope, project approach, and all reports and engineering plans.
Construction Permits
Prior to starting any design, WLG will review and research the project area to determine the potential need for
construction permits and Agreements that may be required to be obtained prior to final plan approvals and the start
of construction. These permits could be issued by Caltrans, Local Agencies, funding authorizers, and local property
owners. WLG will assist the City/Client in submittals and processing all applications to receive required construction
permits.
ADA Accessibility Reviews/Compliance
The design of all projects will include a review of existing site conditions to determine compliance with current ADA
federal and state compliance with ADA access. Proposed designs for all curb ramps, walks, driveways, parking lots
and assorted street and site improvements will be designed with full compliance with ADA guidelines and access
requirements.
Conceptual Studies
WLG will provide specialized design studies and exhibits for review by the city/client for any special or non-standard
design conditions. The exhibits will be presented to the city/client during the preliminary design phases of work to
provide alternatives to site designs. The exhibits will be provided with supporting documentation for review prior to
selecting the preferred alternative.
Hydrology Studies
WLG engineers will prepare focused hydrology and hydraulic studies for projects including drainage improvements.
The reports will be prepared in accordance with the San Bernardino County Hydrology Manual. The services will
include a site review of the drainage patterns, potential for street flooding, inlet sizing and locations and
determination of the required pipe and channel improvements.
Consensus/Coordination Meetings
WLG will schedule project meetings with the city/client to review the project design services and tasks at specific
milestone periods. WLG’s design team will present the details of the project and the information gathered to
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 7
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
support the design layouts, findings, and recommendations for the completion of the project design. These
meetings will allow the WLG team to collaborate with the city/client to obtain a consensus on the project objectives
and fulfillment of the project expectations.
What Makes WLG a Leader in Survey and Mapping Services?
In addition to its engineering expertise, WLG is recognized as a regional leader in surveying services. The company
has a deep understanding of public works and utility design standards and construction processes. WLG’s surveying
team is well-versed in a variety of field surveying techniques, including:
Terrestrial, Aerial, and Bathymetric Surveying: Including staking, layout, boundary, and topographic surveys.
High-Resolution 3D Laser Scanning (LiDAR): Used for precise mapping and data collection.
Unmanned Aerial Systems (UAS): Providing aerial UAV photogrammetry and LiDAR.
Geodetic Survey Control: With comprehensive knowledge of National Mapping Standards, The Greenbook,
Subdivision Map Act, and other applicable regulations.
WLG invests in cutting-edge technology to improve productivity and accuracy across its surveying services. The firm
utilizes advanced tools like Ground Penetrating Radar (GPR) and Geographic Information System (GIS) integration to
enhance the quality and precision of its work.
Proven Expertise and Client-Centered Approach
WLG has earned a reputation for delivering reliable and innovative solutions tailored to client needs. The firm is
committed to maintaining strong relationships with utility companies, regulatory bodies, and local agencies,
ensuring a collaborative approach to every project. By leveraging its multidisciplinary team and advanced
technology, WLG is able to streamline project delivery, optimize costs, and ensure high-quality results.
For over 25 years, WLG has provided engineering and surveying services that exceed expectations, combining deep
technical expertise with a client-focused approach that ensures the successful completion of every project.
Financial Status
WLG has the administrative and fiscal capability to provide and manage the proposed services under the City’s on-
call contract. WLG is a fiscally stable firm providing services throughout California. WLG is in good standing and has
no pending litigation, contract defaults, planned office closures, impending mergers, bankruptcies, or other
conditions related to the poor financial health of this company that may affect this on-call contract with the City.
WLG has no outstanding or pending complaints as determined through the Better Business Bureau, State of
California Department of Consumer Affairs, or other pertinent agencies.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 8
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
WLG Services Overview
General Engineering
WLG offers a full spectrum of civil engineering services for an
extensive list of public and private-sector clients throughout
California. WLG’s professionals provide innovative and high-quality
engineering design services to clients in the commercial/retail,
industrial, municipal, institutional, and residential markets. A
sample of the types of small and large-scale projects WLG’s team
members have been involved with have included:
Business/Commerce Centers
Commercial/Retail
Educational Facilities (New, Modernizations, Renovations)
Industrial/Industrial Parks
Mixed-use Development
Parks/Recreation (Trails, Bike/Ped)
Public Works (New Facilities, Infrastructure,
Improvements)
Residential (Master Planning, Community Planning)
Transportation (Bridges, Multimodal, Roadways, Streets,
Rail)
Utilities (Sewer, Water, Storm Drains, & Electrical
Infrastructure; Improvements; New Facilities)
WLG is comprised of engineers and designers with extensive
technical expertise and can provide comprehensive and cost-
efficient solutions to address several potential project
development issues. WLG is up to date on the latest regulatory
requirements and design software available. Team members
actively collaborate with the client, involved agencies, community
stakeholders, and other in-house department professionals to
deliver on-time quality services that achieves client’s ultimate
vision successfully.
CIVIL ENGINEERING SERVICES OFFERED:
Alternatives Analysis
Construction Management
Construction Support
Cost Estimating
Drainage
Due Diligence
Feasibility Studies
Entitlements
Grading Plans/Certification
GIS
Land Use Planning
Legal Descriptions
Low Impact Development (LID)
Mechanical Plans
Peer Reviews
Permit Processing
Preliminary/Final Design
Preliminary Studies
Public Outreach
Retaining Walls
Right of Way Engineering
Sediment/Erosion Control
Site Design
Site Investigation/Research
Streets/Roadways
Stormwater Management
Structural Plans
Surveying/Mapping
Sustainability
Tentative/Final Maps
Traffic Control Plans
Utilities
Water Resources/Quality
Water, Sewer, Storm Drains
Value Engineering
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 9
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Survey & Mapping Services
WLG’s surveying and mapping capabilities are second to none.
The firm offers complete and accurate information that lays the
foundation for solid design and construction work moving
forward. WLG is a leader in providing cutting-edge, technology
such as High-Definition Laser Scanning Unmanned Aerial Systems
(UAS). Some of the types of surveying and mapping projects
WLG’s team members have been involved with have included:
Business/Commerce Centers
Commercial/Retail Centers
Educational Facilities (New, Modernizations, Renovations)
Energy (Natural Gas, Renewable, Hydrogen)
Hospitals and Detention Centers
Mixed-Use Development
On-Call/As-Needed Contract Services
Parks/Recreation
Power (Transmission, Distribution, Wildfire Hardening,
Underground, Engineering Design, etc.)
Public Works (New Facilities, Infrastructure,
Improvements)
Residential (Master Planning, Community Planning)
Transportation (Bridges, Highways, Rail, Roadways,
Streets, Traffic Control)
Utilities (Sewer, Water, Storm Drains, Electrical
Infrastructure, Improvements, New Facilities)
WLG’s surveying and mapping department is comprised of numerous licensed surveyors and analysts with extensive
understanding of the planning and engineering sides. This allows us to address any potential project issues and
formulate solutions early on. Staff are hazardous material certified, railroad worker certified, and have desert
species training. Team members offer high caliber expertise, equipment, and communication that results in efficient,
effective value to our clients.
Specialized Services Offered
Utility Locating Services
WLG offers Ground Penetrating Radar (GPR) locating services to perform field locating services and reconnaissance
services to further refine the utility locations along the roadway. This service is an alternate service and can be
tailored to specific areas along the roadway where utility markings are unavailable, or receipt of utility atlas maps is
inconclusive. Additional utility locating services include electromagnetic locator services, and pulse wave generator
technology.
WLG would like to present the City with specialized field investigation services including UAS/UAV utilizing
terrestrial, aerial, or mobile LiDAR services. WLG recently completed a similar project for the San Gabriel Valley
Water District’s (SGVWD) Utility Locating/GPR and Report project. WLG presented SGVWD with the deliverable of
GEOSPATIAL SERVICES OFFERED:
3D Modeling
LiDAR
ALTA Surveys
As-Built Surveys/Mapping
Boundary/Property Surveys/Analysis
Construc�on Staking
Design Surveys
Environmental Mapping
Exhibits
Geode�c Surveys
GIS Data Collec�on/Database Design
GPS/GNSS Surveys
High-Precision Control Surveys
Horizontal/Ver�cal Control
Hydrographic Surveys
Land Base Mapping
Laser Scanning
Legal Descrip�ons/Plats
Monument Preserva�on
Plats/Legal Descrip�ons
R/W Acquisi�on Surveys
Records of Survey
Rights Check/Ownership Analysis
Tenta�ve/Final Maps
Topographic Surveys
UAS/UAV
U�lity Loca�ng
U�lity Research/Inves�ga�on
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 10
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
accurately identifying both existing and abandoned utilities on Citrus Avenue, facilitating the smooth installation of
an 8-inch steel pipeline, and avoiding potential conflicts.
UAS, UAV, and Terrestrial/Aerial/Mobile LiDAR
Aerial photogrammetry has evolved tremendously over the past few years and WLG has held true to its commitment
of embracing this technology to increase production, reduce costs, increase safety, and ultimately provide added
benefits. WLG has a small fleet of UAVs with multiple sensor options depending on the need. These range from
photogrammetry, LiDAR, and even zoom lens video for inspection purposes where access may be limited or
prohibited.
WLG pilots have the necessary FAA’s Part 107 license to
ensure compliance to operate UAS for geospatial services. To
date, WLG has performed projects for a wide range of public-
sector clients such as municipalities, water authorities, and gas
and electric companies. These services have included
topographic mapping (planimetry and contours), quantity
analysis, pre/post-construction inspection, on-site video
inspection, construction progress, and videography used in
public meetings.
In locations where dense vegetation exists and
photogrammetry is not a viable option, WLG has a Riegl miniVUX-2UAV sensor with a Sony A-6000 digital camera
integration for the ultimate LiDAR/photogrammetry solution. Should the City have any “security sensitive” projects,
WLG has also invested in non-DJI platform UAVs and mobile scanning. The firm’s RIEGL VZ-400i is mounted onto a
Ford Escape via Lift-and-Go Mobile scanning mount. The ability to raise this scanner 20’ into the air provides a lot of
versatility and aids in overcoming having to enter sensitive areas such as Caltrans R/W, railroad R/W,
environmentally sensitive areas, etc. WLG has also recently acquired the new Trimble MX9 mobile mapper which
collects 360-degree real-time data.
WLG’s current fleet collectively produces extremely high-resolution imagery with high-accuracy positions, both of
which are necessary to produce a quality deliverable. This platform is scalable and able to accommodate various
sensors that WLG is evaluating including infrared/thermal detection, LiDAR, and UHD zoom video camera. Having
these data collection alternatives provides great flexibility when challenged with difficult scheduling, budgeting, and
safety requirements.
WLG’s new mobile mapper truck with mounted
MX9.
WLG’s accurately identified both existing and abandoned utilities on Citrus Avenue.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 11
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Relevant Experience/References
WLG has extensive city public works projects within the last five (5) years providing the same or similar services
enumerated in the City’s RFP. Provided on the following pages are detailed contract and project examples
including the role of the firm, dates of services, key team personnel members and their roles, as well as agency
references/contact information.
Survey & Mapping Projects:
Epicenter LLA Project | Rancho
Cucamonga, CA
WLG provided a four-parcel Lot Line
Adjustment (LLA) at the Rancho
Cucamonga Sports Complex (Quakes
Stadium), including a new Offer of
Dedica�on legal descrip�on and exhibit
for Rochester Avenue. The project
required a comprehensive field survey
for boundary monument reloca�on and
included aerial photogrammetry to
establish new lot lines based on exis�ng
improvements. A full boundary analysis and retracement was
performed, and the true boundary lines were established. In
cra�ing the new lot lines, WLG worked closely with the City’s
Engineering Team to ensure that the exact specifica�ons were
met for the City’s future land planning of the area. WLG
delivered a 16-page highly detailed LLA with an accompanying
Offer of Dedica�on to the City, both signed & stamped by a Professional Land Surveyor.
RANCHO CUCAMONGA
HIGHLIGHTS
FIRM’S ROLE: Prime
DATES: 06/04/2024 to 10/03/2024
PROJECT TEAM MEMBERS INVOLVED:
Matthew H. Okubo, President/Principal
Scott Bennett, Project Manager
Bryan Hernandez, Project Surveyor/Survey Analyst
Joseph Cardillo, Field Surveyor
Kevin Presba, Field Surveyor
Esteban Flores-Cantu, Crew Man
Matthew Carter, Project Surveyor
Phil Tidwell, Survey Analyst/Mapping
REFERENCE/CONTACT: Cesar Guevara, Associate Engineer,
City of Rancho Cucamonga, 10500 Civic Center Dr., Rancho
Cucamonga, CA 91729, 909.774.4057,
Cesar.Guevara@cityofrc.us
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 12
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Rancho Quakes Stadium Project | Rancho Cucamonga, CA
WLG provided
comprehensive
topography, surveying,
and mapping services at
Rancho Cucamonga Quakes Stadium. The scope of work
included strategic planning and professional review to ensure
an efficient approach to these services. WLG performed
underground u�lity loca�ng using electromagne�c and GPR
methods to iden�fy both known and detectable u�li�es. A
detailed underground u�lity report was produced,
documen�ng all u�li�es discovered during the survey. Field
surveys and terrestrial scans were conducted across the
project area, from the bot om of the stadium steps inside the
concourse to the edge of the concrete near the adjoining
prac�ce fields. WLG delivered a combined topographic and
u�lity basemap in AutoCAD format, along with survey points
and a comprehensive u�lity report.
Library Relocation
Project | Rancho
Cucamonga, CA
WLG has successfully
completed the Library
Reloca�on
Topographic Services
project. The work involved conduc�ng research at the
relevant city, county, and various online agencies to gather
necessary records and survey control informa�on. This phase
also included se�ng up the ini�al field package and project
coordina�on, quality assurance, and professional review. In
the field, WLG established site control and ver�cal datum
(based on City of Rancho Cucamonga benchmarks), surveyed
exis�ng centerline monuments, performed a topographic
ground survey and terrestrial scanning of the specified site
survey extents, and conducted manhole dips along Base Line
Road. Finally, WLG processed the survey data, established a
boundary based upon record informa�on, created a design-
quality topographic base map in AutoCAD format, and produced a large PDF print of the survey at a 20-scale.
RANCHO CUCAMONGA
HIGHLIGHTS
FIRM’S ROLE: Prime
DATES: 07/12/2024 to 10/21/2024
PROJECT TEAM MEMBERS INVOLVED:
Matthew H. Okubo, President/Principal
Scott Bennett, Project Manager
Joseph Cardillo, Project Surveyor
Hector Pardo, Project Surveyor
Bryan Hernandez, Project Surveyor
Derrick Sepulveda, Field Surveyor
Eric Lopez, Field Surveyor
Esteban Flores-Cantu, Field Surveyor
Chelsea Robinson, Mapping Technician
Dianna Hernandez, Mapping Technician
Rick Kelly, Utility Locating Analyst
Phillip Lagos, Utility Locating Analyst
Robert Gonzales, Utility Locating Analyst
REFERENCE/CONTACT: Grant Riddle, Vice President-
General Manager, Rancho Cucamonga Quakes,
8408 Rochester Ave., Rancho Cucamonga, CA 91729,
509-263-6907, griddle@rcquakes.com
RANCHO CUCAMONGA
HIGHLIGHTS
FIRM’S ROLE: Prime
DATES: 11/21/2023 to 03/08/2024
PROJECT TEAM MEMBERS INVOLVED:
Matthew H. Okubo, President/Principal
Scott Bennett, Project Manager
Joseph Cardillo, Project Surveyor
Bryan Hernandez, Project Surveyor
Hector Prado, Project Surveyor
Esteban Flores-Cantu, Field Surveyor
James Ali, Field Surveyor
Eric Lopez, Field Surveyor
Kevin Presba, Field Surveyor
James Ali, Field Surveyor
Chelsea Robinson, Mapping Technician
REFERENCE/CONTACT: Romeo David, Associate Engineer,
City of Rancho Cucamonga,
10500 Civic Center Dr., Rancho Cucamonga, CA 91729,
909.774.4070, romeo.david@cityofrc.us
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 13
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Lemon Ave Pavement
Rehabilitation | Rancho
Cucamonga, CA
As part of an on-call contract, WLG
provided surveying and mapping
services for the Lemon Avenue
Pavement Rehabilita�on Project
from Haven Avenue to Marbella
Drive for 3,000 linear feet in Rancho
Cucamonga, CA. WLG established centerlines and right-of-
ways, and iden�fied monuments for preserva�on. WLG
surveyed along Lemon Avenue from Marbella Drive through
the Haven Avenue, and included the intersec�ons at
Valinda Avenue, Barsac Place, Semillon Place, and Terracina
Avenue. The survey also included a topography of the
street improvements up to the back of walk; exis�ng
u�li�es including water and gas valves, water meters, pull
boxes, meters, clean out, streetlights, power poles and guy
wires, and catch basins; driveways, ramps, curbs, street signs and trees; and striping. WLG established control and
�ed into City benchmarks and surveyed exis�ng centerline monuments for restora�on. Deliverables included an
AutoCAD topographic basemap depic�ng the men�oned features and post construc�on Corner Records for the
preserved survey monuments.
General Engineering Projects:
ORBP Off-site
Improvements | Ontario,
CA
WLG provided
comprehensive final off-site
engineering services for
street and utility improvements, and construction support.
A key focus is the extensive street improvement work along
Euclid Avenue (Caltrans SR 83), Merrill Avenue, Eucalyptus
Avenue, and Sultana Avenue. Euclid Avenue and Merrill
Avenue were widened to ultimate master plan widths while
requiring traffic signal modifications or new traffic signals at
all intersections. The ADA ramps and crosswalks were
analyzed at all intersections, and the designed for fully
accessible intersection curb ramps and crosswalks were
provided as part of the design. The project design included
final plan preparation for underground utility installation of
domestic and recycled water lines ranging from 8” to 24” in diameter, 30”-36” sewer mains, and a master plan of
RANCHO CUCAMONGA
HIGHLIGHTS
FIRM’S ROLE: Prime
DATES: 07/19/2022 to 04/25/5024
PROJECT TEAM MEMBERS INVOLVED:
Matthew H. Okubo, President/Principal
Scott Bennett, Project Manager
Joseph Cardillo, Project Surveyor
Karl Rettig, Project Surveyor
Esteban Flores-Cantu, Field Surveyor
Kevin Presba, Field Surveyor
Bryan Hernandez, Survey Analyst
Matthew Carter, Survey Analyst
Phil Tidwell, Survey Analyst
Chelsea Robinson, Surve Analyst/ Mapping Technician
REFERENCE/CONTACT: Romeo David, Associate Engineer,
City of Rancho Cucamonga, 10500 Civic Center Dr., Rancho
Cucamonga, CA 91729, 909.477.2740 ext. 4040,
rdavid@ci.rancho.cucamonga.ca.us
FIRM’S ROLE: Prime
DATES: 6/2021 TO PRESENT
PROJECT TEAM MEMBERS INVOLVED:
Glenn M. Chung, President/Principal
Matt Kunkle, Contract Manager
David Stuetzel, Project Manager
Siara MacKinney, Project Manager
Jeff Leung, Project Engineer
Rihame Sawiris, Project Engineer
Peyman Kiafar, Project Engineer
Robert Medina, Project Engineer
Brent King, Design Engineer
Richmond Trinh, Design Engineer
Bryan Hernandez, Survey Analyst
Duane Balderston, Field Surveyor
Esteban Flores-Cantu, Crew Man
REFERENCE/CONTACT: Raymond Lee, PE, Assistant City
Engineer, City of Ontario, 303 E B St, Ontario, CA, 91764,
909.395.2104, rlee@ontarioca.gov
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 14
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
drainage storm drain mains ranging from 56” RCP to double 10’x10’ RCBs. WLG's survey department provided final
construction survey services for field control and layout of all street and utility construction. Survey services include
setting centerline ties and preparing corner records for review and processing through the San Bernardino County
Survey Division.
Merrill Commerce Off-
Site | Ontario, CA
WLG recently completed
the final off-site
engineering for Merrill
Commerce Center, a 100-
acre industrial site located west of Vineyard Avenue,
bounded by Merrill Avenue to the south, Eucalyptus
Avenue to the north, and Grove Avenue to the west. The
offsite plan design included the design of new public
streets for Vineyard Ave, Grove Ave, and Baker Ave
between Merrill Ave. and Eucalyptus Ave. The offsite
traffic engineering services included the design of new
master-planned traffic signals and street lighting. The
project design and plan preparation include the design of
regional master planned storm drain piping and culverts,
sewer trunk lines, and steel transmission water lines. WLG
prepared hydrology and hydraulic reports for sizing and
locating new storm drain inlets. The City of Ontario and
Chino engineering departments processed the project plan
sets for final plan approvals.
WLG survey department provided topographic surveys, and aerial mapping services for the preparation of the
preliminary and final construction plans. The survey team prepared a final parcel map for the street dedications and
off site private property development. The survey department also provided construction staking and as-built field
verification for all off site street and utility improvements.
FIRM’S ROLE: Prime
DATES: 11/2019 TO PRESENT
PROJECT TEAM MEMBERS INVOLVED:
Glenn M. Chung, Principal-In-Charge
Matthew Kunke, Contract Manager/QA/QC
David Stuetzel, Project Manager
Siara MacKinney, Project Manager
Peyman Kiafar, Project Engineer
Rihame Sawiris, Project Engineer
Jeff Leung, Project Engineer
Brent King, Design Engineer
Robert Medina, Project Engineer
Manuel Bonilla, Survey Analyst
Bryan Hernandez, Survey Analyst
Matt Carter Survey Analyst
Scott Bennett, Project Manager
Derrick Sepulveda, Field Surveyor
Duane Balderston, Field Surveyor
Ken Paz, Survey Crew
Kevin Presba, Survey Crew
James Ali, Survey Crew
REFERENCE/CONTACT: Miguel Sotomayor, PE, Senior
Associate Engineer, City of Ontario, 303 E B St, Ontario, CA,
91764, 909.395.2108, msotomayor@ontarioca.gov
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 15
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Adelanto Road,
Innovation Way, and
Momentum (Innovation
Way to Momentum) |
Adelanto/Victorville, CA
WLG provided final street and utility design plans for the
Public Streets of Adelanto Road, Innovation Way, and
Momentum in the City of Victorville at the Southern
California Logistics Center (SCLA). The street improvements
included over 4,000 feet of street realignments and new
pavement construction. Adelanto Road street design
included the design of a new curb gutter, pavement
replacement, and new median curbs to allow new street
construction in Victorville while maintaining the existing
street grades on Adelanto Road in the City of Adelanto. The
design of new storm drain inlets and infiltration dry wells
was completed as part of the street design. Utility design
included new domestic and recycled water pipelines and
sewer lines. Traffic striping and street lighting plan design were provided for the project. To minimize utility impacts
to existing fuel oil pipelines, off-site street designs were permitted through the Cities of Adelanto and Victorville and
Kinder Morgan’s Pipeline (KMP) group. The street plan preparation included the design of ADA-accessible
intersections and ADA modifications to sidewalk and driveway crossings.
WLG survey team provided topographic field and aerial survey mapping for the proposed street widening and onsite
improvements. WLG prepared all right-of-way dedication and vacation documents and prepared a final parcel map
for the proposed site development. WLG provided construction field survey services and final ALTA record
documents for certification of as-built construction.
FIRM’S ROLE: Prime
DATES: 8/2022 to 9/2023
PROJECT TEAM MEMBERS INVOLVED:
Glenn M. Chung, Principal-In-Charge
Matthew Kunke, Contract Manager/QA/QC
David Stuetzel, Project Manager
Siara MacKinney, Project Manager
Peyman Kiafar, Project Engineer
Richmond Trinh, Design Engineer
Duane Balderston, Field Surveyor
Joseph Cardillo, Field Surveyor
Kevin Presba, Crew Man
Esteban Flores- Cantu, Crew Man
James Ali, Crew Man
Manuel Bonilla, Survey Analyst
Eric Lopez, Survey Analyst
Madison Gruginski, Survey Analyst
Bryan Hernandez, Survey Analyst
Kenneth Gervais, Mapping Technician
REFERENCE/CONTACT: Freddy Bonilla, PE, City Engineer,
City of Victorville,14343 Civic Drive, Victorville, CA 92392
760.955.5170, fbonilla@victorvilleca.gov
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 16
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Hesperia Commerce Center
II | Hesperia, CA
WLG is under contract with
Covington Development to
prepare offsite engineering
plans for the development of
a 200-acre site in the City of Hesperia. The project design
included civil engineering and surveying services for over
8000 LF of offsite street improvements, including the design
and plan preparation of the City of Hesperia master planned
sewer and domestic water improvements. The offsite street
plans included the design of ADA-accessible intersections
and sidewalks within the public streets. The project
improvements included the preparation of an offsite
hydrology and hydraulic study to size and design a new
public 48” storm drain collection system. The hydrology
report was utilized to locate and size public catch basins to
relieve street flooding. Final design plans were permitted
through the City of Hesperia, Caltrans, and San Bernardino
County for construction permits.
Traffic engineering services included the design of new street lights, traffic signs and striping, and new traffic signals
at Phelan Rd and Caliente Rd. For all permit reviews and approvals, final plans were processed through the City of
Hesperia, Caltrans District 8, and San Bernardino County Transportation Division.
WLG’s survey department prepared all street dedication documents for the dedication of new public streets,
easements, and land development, including corner cut offsets, IODs, street vacations, and parcel maps for on-site
project development. WLG provided survey services for preliminary and final designs and is currently providing
construction surveys for the final construction of the street, highway, and utility improvements.
FIRM’S ROLE: Prime
DATES: 9/2020 TO PRESENT
PROJECT TEAM MEMBERS INVOLVED:
Glenn M. Chung, Principal-In-Charge
Matthew Kunke, Contract Manager/QA/QC
David Stuetzel, Project Manager
Siara MacKinney, Project Manager
Peyman Kiafar, Project Engineer
Rihame Sawiris, Project Engineer
Jeff Leung, Project Engineer
Brent King, Project Engineer
Robert Medina, Design Engineer
Manuel Bonilla, Project Surveyor
Bryan Hernandez, Project Surveyor
Scott Bennett, Project Manager
Derrick Sepulveda, Field Surveyor
Duane Balderston, Field Surveyor
Joseph Carillo, Field Surveyor
Ken Paz, Field Surveyor
Kevin Presba, Survey Crew
James Ali, Survey Crew
REFERENCE/CONTACT: Cassandra Sanchez, PE, Director of
Public Works/City Engineer, City of Hesperia, 9700 Seventh
Avenue, Hesperia, CA, 92345, 760.947.1059.,
csanchez@cityofhesperia.us
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 17
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Edison & Grove Street
Improvements | Ontario,
CA
WLG is currently working on a
redevelopment project in the
City of Ontario, focusing on
the street and u�lity design
for Walker Avenue, Grove Avenue, Bon View Avenue,
Campus Avenue, and Edison Avenue from Campus Avenue
to Walker Avenue. The street design and plan prepara�on
included over 15,000 LF of public street improvements,
including curb, gut er, accessible sidewalks, street ligh�ng,
and raised medians with street landscaping. Street
improvements included the design of concrete intersec�ons
and approaches to handle the high truck traffic in the
project area. Hydrology and hydraulic analyses were
conducted to manage drainage and ensure compliance with
city standards.
Baseline Road & Alder
Intersection |
Fontana/Rialto, CA
WLG is under contract with
San Gabriel Valley Water
Company (SGVWC) to
prepare off-site street widening plans for the Baseline Road
and Alder Avenue Intersection in the City of Fontana for the
F10 water plant project. The project design included civil
engineering design and topographic field services for the
intersection improvements to add dedicated right turn
lanes, traffic signal modification, traffic signing and striping,
and street lighting plans. The design services include
preparing and recording a parcel map for the ultimate street
dedications, new curb gutter, sidewalks, asphalt concrete
pavement widening, and overlays of the existing roadway
surface. Final plans were reviewed and permitted through
the City of Fontana and the City of Rialto for construction permits.
WLG’s survey department provided all topographic surveys and field mapping services for the preparation of the
preliminary and final construction plans. The survey team prepared a final parcel map for the Water Department to
consolidate the site properties into one-lot development and street right-of-way dedications.
FIRM’S ROLE: Prime
DATES: 06/2024 TO PRESENT
PROJECT TEAM MEMBERS:
Glenn M. Chung, Principal-In-Charge
Matthew Kunkle, Contract Manager/QA/QC
David Stuetzel, Project Manager
Siara MacKinney, Project Manager
Rihame Sawiris, Project Engineer
Brent King, Project Engineer
Peyman Kiafar, Project Engineer
Richmond Trinh, Project Engineer
Robert Medina, Project Engineer
Jeff Leung, Project Engineer
Hector Prado, Project Surveyor
Bryan Hernandez, Survey Analyst
Duane Balderston, Field Surveyor
Joe Cardillo, Project Surveyor
Ken Paz, Survey Crew
Kevin Presba, Survey Crew
Esteban Flores- Cantu, Survey Crew
Dianna Hernandez, Mapping Technician
Chelesea Robinson, Mapping Technician
REFERENCE/CONTACT: Miguel Sotomayor, PE, Senior
Associate Engineer, City of Ontario, 303 E B St, Ontario, CA,
91764, 909.395.2108, msotomayor@ontarioca.gov
FIRM’S ROLE: Prime
DATES: 11/2019 TO PRESENT
PROJECT TEAM MEMBERS INVOLVED:
Glenn M. Chung, Principal-In-Charge
Matthew Kunkle, Contract Manager/QA/QC
David Stuetzel, Project Manager
Rihame Sawiris, Project Engineer
Richmond Trinh, Project Engineer
Robert Medina, Project Engineer
Brent King, Design Engineer
Bryan Hernandez, Survey Analys
Duane Balderston, Field Surveyor
Joseph Cardillo, Field Surveyor
Kevin Presba, Crew Man
Esteban Flores- Cantu, Crew Man
James Ali, Crew Man
REFERENCE/CONTACT: Miguel Sotomayor, PE, Senior
Associate Engineer, City of Ontario, 303 E B St, Ontario, CA,
91764, 909.395.2108, msotomayor@ontarioca.gov
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 18
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Caliente Road
Improvements |
Hesperia, CA
WLG provided civil
engineering design
services for the widening
of Caliente Road from the Union Pacific Railroad (UPRR)
Bridge crossing to Cedar Street in the City of Hesperia. The
project length was over 5000 feet and was completed as
part of the Hesperia Commence Center Phase 1 site
improvements. WLG prepared plans and profile street
plans for the ultimate roadway widening. Improvements
included the design of a new San Bernardino County
Special District Department 12-inch water line, including
new fire hydrants, water services, and Fire Department
service connections. The street improvements included
new traffic signals, signing and striping, and street lighting
per City of Hesperia standards. The City of Hesperia, San
Bernardino County SDD, and Caltrans District 8 reviewed and permitted the final street plans for all permit and plan
approvals.
The street design included new street drainage improvements to alleviate street flooding within depressed roadway
sections. Hydrology and hydraulic reports were prepared to size the inlets and construct a new storm drain pipe.
WLG’s survey department provided topographic surveys and aerial mapping services to prepare the preliminary and
final construction plans. The survey team also prepared a final parcel map for the street dedications and off-site
private property development.
FIRM’S ROLE: Prime
DATES: 11/2019 TO PRESENT
PROJECT TEAM MEMBERS INVOLVED:
Glenn M. Chung, Principal-In-Charge
Matthew Kunkle, Contract Manager/QA/QC
David Stuetzel, Project Manager
Jeff Leung, Project Engineer
Joseph Cardillo, Project Surveyor
Derrick Sepulveda, Crew Man
Duane Balderston, Field Surveyor
Esteban Flores-Cantu, Crew Man
Ken Paz, Crew Man
Kevin Presba, Survey Crew
James Ali, Crew Man
Bryan Hernandez, Survey Analyst
Manuel Bonilla, Survey Analyst
Eric Lopez, Survey Analyst
Chelsea Robinson, Mapping Technician
REFERENCE/CONTACT: Miguel Sotomayor, PE, Senior
Associate Engineer, City of Ontario, 303 E B St, Ontario, CA,
91764, 909.395.2108, msotomayor@ontarioca.gov
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 19
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
4.5 Third-Party/Subcontractors
WLG plans to engage four subconsultants on an as-needed basis for the City’s SOQ. The firm has partnered with
Segura Associates, Inc., Rende Consulting Group, Inc., Bess Testlab, Inc., and Aerotech Mapping, Inc. for public works
projects. Together, these firms have successfully completed a variety of projects, demonstrating a strong,
collaborative track record in delivering quality services. Each partner brings specialized expertise, ensuring that WLG
can provide comprehensive, efficient solutions for the City’s needs.
Segura Associates, Inc. |
Landscape and Irrigation
Segura Associates Inc.,
celebrating 40 years as landscape architects, specializes in
designing and renovating medians and streetscapes across
California. With extensive experience in updating outdated and
deteriorating landscapes, the firm excels in enhancing safety,
community identity, and pride through modern, water-efficient,
and drought-tolerant designs. Their goal is to create
comprehensive, low-maintenance, and sustainable landscaping
solutions using advanced irrigation systems and state-of-the-art
technology. Segura Associates Inc. has numerous years of experience working within the City of Rancho Cucamonga.
They have a strong understanding of the City’s importance and requirements of maintaining community and
neighborhood levels of hierarchy within surrounding City’s.
Rende Consulting Group, Inc. (RCG) | Structural
Established in 2006, Rende Consulting Group Inc. (RCG) is a civil
engineering consulting firm based in Orange County. RCG
specializes in designing public works structures, including
bridges, retaining walls, sound walls, and unique drainage and
flood control systems.
Since its inception, RCG has delivered engineering services for a
range of projects, serving both public agencies and private
clients. The firm’s work includes structural plan-check services
for cities and counties as well as preparing complete Caltrans
Structures PS&E for new bridges and interchange improvements along California’s interstate highways.
SUBCONSULTANT INFORMATION COMPANY NAME: Segura Associates, Inc.
PROJECT FUNCTION: Landscape and Irrigation
ADDRESS: P.O. Box 964, La Verne, CA 91750
CONTACT PERSON: Tom Segura, Landscape Architect
TELEPHONE NUMBER: 909.624.2700
EMAIL ADDRESS: tsegura@segurala.com
DBE CERTIFICATION NUMBER: N/A
DIR NUMBER: N/A
SUBCONSULTANT INFORMATION COMPANY NAME: Rende Consul�ng Group, Inc.
PROJECT FUNCTION: Structural
ADDRESS: 22431 Antonio Parkway, Suite B160-470,
Rancho Santa Margarita, CA 92688
CONTACT PERSON: Greg Rende, President
TELEPHONE NUMBER: 949.713.6780
EMAIL ADDRESS: grende@rendeconsulting.com
DBE CERTIFICATION NUMBER: SBE #1800698
DIR NUMBER: N/A
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 20
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Bess| Excavation/Potholing
WLG has retained BessTest Lab, Inc. as
its subconsultant to provide excavation
and potholing services on an as-needed basis for the City of
Rancho Cucamonga’s on-call projects. Established in 1967,
BessTest Lab, Inc. (Bess) is a certified Minority Business
Enterprise (MBE) and union underground utility service
company. The company offers comprehensive underground
utility designation and mapping services across California,
Nevada, and Arizona.
Bess is committed to exceeding client expectations by utilizing advanced technologies, including electromagnetic
and acoustic pipe locators, ground-penetrating radar (GPR), vacuum excavation (potholing) equipment, CCTV pipe
inspection crawlers, and survey tools. These technologies enable Bess to effectively address challenging subsurface
utility projects, specializing in locating hard-to-find utilities and conducting blind search investigations.
With a focus on safety and reliability, Bess ensures all services are performed by trained professionals in the safest
possible manner. The company’s experience includes partnerships with agencies like CALTRANS, BART, the cities of
Tulare and Fremont, and PG&E, giving it valuable insight for managing projects such as the City of Rancho
Cucamonga On-Call Project. Bess operates with 160 employees and has no history of lawsuits or litigation.
Aerotech Mapping, Inc. (ATM) |
Aerial Photogrammetry
WLG will partner with ATM, a
certified DBE, for complex aerial mapping services. ATM, which
employs five certified photogrammetrists, provides a range of
services, including aerial photography acquisition, airborne GPS,
analytical aerotriangulation, planimetric and topographic
mapping, DTM, CADD surface generation, DTM volume
computation, digital orthophotography, oblique photography,
and LiDAR mapping.
ATM has collaborated with WLG on several on-call public works projects, including the firm’s current on-call design
and construction surveying services contract with the City of Rancho Cucamonga. ATM has demonstrated strong
photogrammetric expertise and a proven track record of delivering high-quality mapping services.
SUBCONSULTANT INFORMATION
COMPANY NAME: Aerotech Mapping, Inc.
PROJECT FUNCTION: Aerial Photogrammetry
ADDRESS: 200 Spectrum Center Drive, Suite 300,
Irvine, CA 92618
CONTACT PERSON: Mike Dauer
TELEPHONE NUMBER: 619.606.5020
EMAIL ADDRESS: mdauer@atmlv.com
DBE CERTIFICATION NUMBERS: CUCP #40435
DIR NUMBER: 1000032491
SUBCONSULTANT INFORMATION COMPANY NAME: Bess Testlab, Inc.
ADDRESS: 1508 E. Francis St. Ontario, CA 91761
CONTACT PERSON: Donald Whitman
TELEPHONE NUMBER: 909.510.5535
EMAIL ADDRESS: donald@besstestlab.com
MBE CERTIFICATION NUMBER: MBE #12080095
DIR NUMBER: 1000007058
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 21
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
4.6 Staff Resumes and Organization Chart
Organizational Structure
At WLG, workload management is prioritized to ensure efficient project execution and timely delivery. Once a
project is awarded, the project manager collaborates with the team to review the project scope and tasks, assigning
team members based on experience, skill set, and availability. This approach ensures the right resources are
allocated from the start. Throughout the project, the team works closely with City staff to keep the project on track,
making adjustments as necessary to meet timelines and deliverables. Staffing needs are evaluated during weekly
project management meetings, and resources are adjusted to address changes in scope, deadlines, or overlapping
tasks. In-house resources are available to meet expedited timelines or additional work requirements.
David Stuetzel, PE, will serve as the project manager for civil engineering services. With over 38 years of experience
working with municipal agencies and public utility companies throughout Southern California, Stuetzel will lead the
civil engineering team, managing resources, work plans, schedules, and budgets. He will coordinate closely with City
personnel to ensure project objectives are met.
Scott Bennett, PLS, will manage survey and mapping services. With 22 years of experience in land surveying and civil
engineering, Bennett has a proven track record of completing a variety of projects on time and within budget. His
expertise includes title investigation, utility research, boundary surveys, topographic surveys, railroad surveys,
construction design and staking, and pipeline design. Bennett will lead the survey team, ensuring that tasks are
completed efficiently and in compliance with project requirements while adjusting staffing as needed to meet
deadlines and deliverables. Bennett is currently managing the WLG on-call survey contract for Rancho Cucamonga.
The organizational chart below reflects the team's workflow, illustrating how responsibilities are distributed to
facilitate effective project execution. The staff listed in this proposal will work on the contract, and each team
member is committed for the project’s duration, with the capacity to handle all tasks under the on-call contract.
Staff changes will not occur before work begins or during a task order project without the City’s specific approval
and a two-week notice. Any replacement candidates will have the same or higher level of experience, and their
resumes will be submitted to the City for approval prior to the start of work.
Adequacy of Labor Resources
WLG has assembled a team for the City’s Survey and Mapping and General Engineering services contract. The team
is fully equipped to provide the services outlined in the city’s scope of work as specified in the Statement of
Qualifications (SOQ). Additionally, WLG has in-house technical professionals available to provide support if
additional resources are needed for multiple or overlapping project assignments.
WLG’s team of professional engineers and land surveyors will oversee all reports, plans, specifications, and cost
estimates. The team has extensive experience with public works projects, including storm drains, street
improvements, and other infrastructure projects typically required by the city’s Public Works Department. This
expertise will support the city’s requests to review, recommend, and update specific contract specifications.
Located at WLG’s Rancho Cucamonga headquarters, the project team is ready to provide both Survey and Mapping
and General Engineering services as needed. WLG is committed to delivering high-quality, tailored services to ensure
the efficient and timely completion of all projects under this on-call agreement.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 22
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Organizational Chart
PRINCIPAL IN CHARGE FOR
SURVEY & MAPPING
Matt Kunkle
TASK ORDER LEADER David Stuetzel, PE
TECHNICAL SUPPORT STAFF
CONTRACT MANAGER/QA/QC
Resumes are located on the following pages
Subconsultants: 1) Rende Consulting Group, Inc., 2) Segura Associates, Inc., 3) BessTest Lab, Inc., 4) AeroTech Mapping, Inc.
GENERAL ENGINEERING
PROJECT MANAGER
Scott Bennett, PLS
Project Surveyors/
Survey Analysts
Hector Pardo, sUAS
Manny Bonilla, LSIT, sUAS
Madison Gruginski, LSIT
Matthew Carter
Bryan Hernandez
Mapping
Kenneth Gervais
Diana Hernandez
Chelsea Robinson, sUAS
Phil Tidwell
Legal Descriptions/Plats
Scott Bennett, PLS
Aerial Photography/UAS
Karl Rettig, LSIT, sUAS
Joseph Cardillo, PLS, EIT, sUAS
Eric Lopez, sUAS
Field Surveying/LiDAR/
Construction Staking
Duane Balderston
Joseph Cardillo, PLS, EIT, sUAS
Ken Paz
Eric Lopez
Derrick Sepulveda
Kevin Presba
Esteban Cantu-Flores
Ryan Adkison
James Ali
Glenn Chung, PE, QSD
PRINCIPAL IN CHARGE FOR
GENERAL ENGINEERING
Matthew H. Okubo, PLS
SURVEY & MAPPING
PROJECT MANAGER
General Engineering
Siara MacKinney, PE
Rihame Sawiris, PE
Peyman Kiafar, PE
Richmond Trinh,PE
Jeff Leung, PE
Robert Medina
Brent King, EIT
Utility Locating
Rick Kelly
Robert Gonzalez
Phillip Lagos
Licenses & Certifications :
PE – Professional Engineer
PLS – Professional Licensed Surveyor
RLA – Registered Landscape Architect
EIT – Engineer in Training
LSIT – Land Surveyor in Training
sUAS – Small Unmanned Aircraft Systems
Structural Engineer
Greg Rende, PE 1
Landscape Architect
Thomas J. Segura, RLA 2
Potholing/Excavation
Donald Whitman 3
Aerial Photogrammetry
Eric Phan 4
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 23
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Staff Resumes
Matt Kunkle | Contract Manager/QA/QC
Mr. Kunkle has more than 25 years of experience in development
engineering and management for industrial, commercial, and retail
projects. As Director of WLG’s Land Development Department, he
oversees project and budget management, team supervision, and
company growth strategies. His expertise includes feasibility studies,
entitlements, permits, water quality documentation, and
coordination with project teams and municipal agencies. He
specializes in the design of onsite and offsite streets, storm drains,
grading, hydrology, sewer, and water systems. Proficient in CADD,
Mr. Kunkle effectively communicates with his team and provides
strong leadership, responding to client and team needs.
Relevant Experience
ORBP Off-Site Improvements | Ontario, CA: Contract Manager. WLG provided off-site engineering for street and
utility improvements on Euclid, Merrill, Eucalyptus, and Sultana Avenues. Euclid and Merrill Avenues were
widened, with traffic signal upgrades, ADA-compliant ramps, and utilities including water, sewer, and storm
drains. WLG's survey team managed construction layout. The project was overseen by Contract Manager, Mr.
Kunkle.
Merrill Commerce Off-Site | Ontario, CA: Contract Manager. WLG completed off-site engineering for the 100-
acre Merrill Commerce Center, including new public streets, traffic signals, and street lighting. The project also
involved regional storm drains, sewer lines, and steel water transmission lines. Hydrology and hydraulic reports
were prepared for storm drain inlets. Final plans were approved by the City of Ontario and Chino. Mr. Kunkle
served as Contract Manager for this project.
Adelanto Road Innovation Way & Momentum | Adelanto/Victorville, CA: Contract Manager. WLG designed
street and utility improvements for Adelanto Road, Innovation Way, and Momentum at the Southern California
Logistics Center. The project included over 4,000 feet of realignments, pavement replacement, storm drain inlets,
and utility systems. Traffic striping, lighting, and ADA modifications were also part of the plan. WLG’s survey team
handled field mapping and right-of-way documents. The project was managed by Mr. Kunkle as Contract
Manager.
Hesperia Commerce Center II | Hesperia, CA: Contract Manager. WLG is preparing off-site engineering plans for
a 200-acre site in Hesperia, including over 8,000 feet of street improvements, sewer and water system designs,
and a 48-inch storm drain system. The project also includes new streetlights, traffic signals, and ADA-compliant
intersections. WLG’s survey team handled street dedications and parcel maps. Mr. Kunkle oversaw the project as
Contract Manager, ensuring timely completion.
Edison & Grove Street Improvements | Ontario, CA: Contract Manager. WLG is working on street and utility
design for several streets in Ontario, including Walker, Grove, Bon View, Campus, and Edison Avenues. The
project includes 15,000 feet of street improvements with curbs, sidewalks, street lighting, and landscaping.
Hydrology analyses were conducted to manage drainage. Mr. Kunkle is responsible for managing this project as
Contract Manager.
TOTAL YEARS OF EXPERIENCE: 25
YEARS AT WLG: 8
EDUCATION:
BS, Civil Engineering, California State
Polytechnic University, Pomona
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 24
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Matt Okubo, PLS | Principal in Charge - Survey & Mapping
Mr. Okubo is a President and Principal Partner at WLG. His
experience spans 28 years in geomatics practice throughout
California. Throughout those years, he has worked on many energy,
utilities, municipal, transportation, educational, commercial, and
residential projects and served roles such as Principal, Project
Manager, and QA/QC. He is adept at leading teams and building
consensus on highly complex projects working on the client’s behalf.
Relevant Experience
Epicenter LLA Project | Rancho Cucamonga, CA: Principal in
Charge. WLG completed a four-parcel Lot Line Adjustment (LLA)
for the Rancho Cucamonga Sports Complex, including a new Offer
of Dedication legal description for Rochester Avenue. The project
involved a comprehensive field survey, boundary monument
relocation, and aerial photogrammetry to establish new lot lines.
WLG collaborated with the City’s Engineering Team to meet land
planning specifications. The final deliverable included a detailed
16-page LLA and Offer of Dedication, signed and stamped by a
Professional Land Surveyor. Mr. Okubo served as Principal-In-Charge.
Rancho Quakes Stadium Project | Rancho Cucamonga, CA: Principal in Charge. WLG provided topography,
surveying, and mapping services at Rancho Cucamonga Quakes Stadium, including underground utility locating
using electromagnetic and GPR methods. The project included field surveys, terrestrial scans, and the production
of a combined topographic and utility base map in AutoCAD format. A comprehensive utility report documented
all discovered utilities. Mr. Okubo served as Principal-In-Charge.
Library Relocation Project | Rancho Cucamonga, CA: Principal in Charge. WLG completed topographic services
for the Library Relocation Project, involving research, site control setup, and field surveys. The project included
the establishment of control, surveying of centerline monuments, and a topographic ground survey. WLG
delivered a design-quality base map and a large PDF print of the survey. Mr. Okubo was the Principal-In-Charge of
the project.
Lemon Ave Pavement Rehabilitation | Rancho Cucamonga: Principal in Charge. As part of an on-call contract,
WLG provided surveying and mapping services for the Lemon Avenue Pavement Rehabilitation Project from
Haven Avenue to Marbella Drive for 3,000 linear feet in Rancho Cucamonga, CA. WLG established centerlines and
rights-of-way and identified monuments for preservation. WLG surveyed Lemon Avenue from Marbella Drive
through Haven Avenue and included the intersections at Valinda Avenue, Barsac Place, Semillon Place, and
Terracina Avenue. The survey also included a topography of the street improvements up to the back of the walk;
existing utilities, including water and gas valves, water meters, pull boxes, meters, clean out, streetlights, power
poles and guy wires, and catch basins; driveways, ramps, curbs, street signs, and trees; and striping. WLG
established control and tied into City benchmarks and surveyed existing centerline monuments for restoration.
Deliverables included an AutoCAD topographic base map depicting the mentioned features and post-construction
Corner Records for the preserved survey monuments.
TOTAL YEARS OF EXPERIENCE: 28
YEARS AT WLG: 8
LICENSES/REGISTRATIONS/CERTIFICATIONS:
PLS, CA, #8686
Certification, GPS Technology, University of
California, Riverside
Certification, Management Development for
Entrepreneurs, UCLA
EDUCATION:
Coursework, Civil Engineering, University of
Hawaii
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 25
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Glenn M. Chung, PE, QSD/P | Principal in Charge –
General Engineering
Mr. Chung is a President and Principal at WLG. As Principal, Mr.
Chung is responsible for overseeing all facets of the business and the
overall performance of the company. He brings a wealth of
knowledge to engineering and is directly responsible for engaging
across the civil engineering division as well as the firm’s client base
including public and private-sector clients. In his over 28 years of
experience, Mr. Chung has led teams through highly visible,
signature projects and he plays a key role in mentoring staff on the
requirements of these large-scale projects. Mr. Chung has held
several executive positions throughout his career and effectively
communicates with WLG team members, consultants, and clients to
bring projects from vision to reality.
Relevant Experience
ORBP Off-Site Improvements | Ontario, CA: Principal-In-Charge. WLG provided off-site engineering for street
and utility improvements on Euclid, Merrill, Eucalyptus, and Sultana Avenues. Euclid and Merrill Avenues were
widened, with traffic signal upgrades, ADA-compliant ramps, and utilities including water, sewer, and storm
drains. WLG's survey team managed construction layout.
Merrill Commerce Off-Site | Ontario, CA: Principal-In-Charge. WLG completed off-site engineering for the 100-
acre Merrill Commerce Center, including new public streets, traffic signals, and street lighting. The project also
involved regional storm drains, sewer lines, and steel water transmission lines. Hydrology and hydraulic reports
were prepared for storm drain inlets. Final plans were approved by the City of Ontario and Chino.
Adelanto Road Innovation Way & Momentum | Adelanto/Victorville, CA: Principal-In-Charge. WLG designed
street and utility improvements for Adelanto Road, Innovation Way, and Momentum at the Southern California
Logistics Center. The project included over 4,000 feet of realignments, pavement replacement, storm drain inlets,
and utility systems. Traffic striping, lighting, and ADA modifications were also part of the plan. WLG’s survey team
handled field mapping and right-of-way documents.
Hesperia Commerce Center II | Hesperia, CA: Principal-In-Charge. WLG is preparing off-site engineering plans for
a 200-acre site in Hesperia, including over 8,000 feet of street improvements, sewer and water system designs,
and a 48-inch storm drain system. The project also includes new streetlights, traffic signals, and ADA-compliant
intersections. WLG’s survey team handled street dedications and parcel maps.
Edison & Grove Street Improvements | Ontario, CA: Principal-In-Charge. WLG is working on street and utility
design for several streets in Ontario, including Walker, Grove, Bon View, Campus, and Edison Avenues. The
project includes 15,000 feet of street improvements with curbs, sidewalks, street lighting, and landscaping.
Hydrology analyses were conducted to manage drainage.
TOTAL YEARS OF EXPERIENCE: 28
YEARS AT WLG: 8
LICENSES/REGISTRATIONS/CERTIFICATIONS:
PE, CA, #62794
EDUCATION:
BS, Civil Engineering, California State
University, Long Beach
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 26
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Scott T. Bennett, PLS | Project Manager – Survey &
Mapping
Mr. Bennett has 22 years of experience providing land surveying
and civil engineering services. He is a competent team player who
effectively completes a multitude of survey and engineering
projects on time and within budget. His proficiencies include title
investigation; utility research; boundary surveys, analysis, and
mapping; topographic surveys and mapping; railroad surveys and
safety; construction design, calculations, and staking; pipeline
design; as-built data collection and mapping; and close-out
procedures for municipalities and utility companies.
Relevant Experience
Epicenter LLA Project | Rancho Cucamonga, CA: Project
Manager. WLG completed a four-parcel Lot Line Adjustment
(LLA) for the Rancho Cucamonga Sports Complex, including a
new Offer of Dedication legal description for Rochester Avenue.
The project involved a comprehensive field survey, boundary
monument relocation, and aerial photogrammetry to establish new lot lines. WLG collaborated with the City’s
Engineering Team to meet land planning specifications. The final deliverable included a detailed 16-page LLA and
Offer of Dedication, signed and stamped by a Professional Land Surveyor.
Rancho Quakes Stadium Project | Rancho Cucamonga, CA: Project Manager. WLG provided comprehensive
topography, surveying, and mapping services at Rancho Cucamonga Quakes Stadium. The scope of work included
strategic planning and professional review to ensure an efficient approach to these services. WLG performed
underground utility locating using electromagnetic and GPR methods to identify both known and detectable
utilities. A detailed underground utility report was produced, documenting all utilities discovered during the
survey. Field surveys and terrestrial scans were conducted across the project area, from the bottom of the
stadium steps inside the concourse to the edge of the concrete near the adjoining practice fields. WLG delivered
a combined topographic and utility basemap in AutoCAD format, along with survey points and a comprehensive
utility report.
Library Relocation Project | Rancho Cucamonga, CA: Project Manager. WLG has successfully completed the
Library Relocation Topographic Services project. The work involved conducting research at the relevant city,
county, and various online agencies to gather necessary records and survey control information. This phase also
included setting up the initial field package and project coordination, quality assurance, and professional review.
In the field, WLG established site control and vertical datum (based on City of Rancho Cucamonga benchmarks),
surveyed existing centerline monuments, performed a topographic ground survey and terrestrial scanning of the
specified site survey extents, and conducted manhole dips along Base Line Road. Finally, WLG processed the
survey data, established a boundary based upon record information, created a design-quality topographic base
map in AutoCAD format, and produced a large PDF print of the survey at a 20-scale.
Lemon Ave Pavement Rehabilitation | Rancho Cucamonga: Project Manager. As part of an on-call contract, WLG
provided surveying and mapping services for the Lemon Avenue Pavement Rehabilitation Project from Haven
Avenue to Marbella Drive for 3,000 linear feet in Rancho Cucamonga, CA. WLG established centerlines and rights-
TOTAL YEARS OF EXPERIENCE: 22
YEARS AT WLG: 13
LICENSES/REGISTRATIONS/CERTIFICATIONS:
PLS, CA, #9708
EDUCATION:
General Studies, Riverside Community
College
Certificate, Railway Safety, Metrolink,
BNSF, UPRR
Certificate, Worker Environmental
()
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 27
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
of-way and identified monuments for preservation. WLG surveyed Lemon Avenue from Marbella Drive through
Haven Avenue and included the intersections at Valinda Avenue, Barsac Place, Semillon Place, and Terracina
Avenue. The survey also included a topography of the street improvements up to the back of the walk; existing
utilities, including water and gas valves, water meters, pull boxes, meters, clean out, streetlights, power poles
and guy wires, and catch basins; driveways, ramps, curbs, street signs, and trees; and striping. WLG established
control and tied into City benchmarks and surveyed existing centerline monuments for restoration. Deliverables
included an AutoCAD topographic base map depicting the mentioned features and post-construction Corner
Records for the preserved survey monuments.
Merrill Commerce Off-Site | Ontario, CA: Survey Project Manager. WLG recently completed the final off-site
engineering for Merrill Commerce Center, a 100-acre industrial site located west of Vineyard Avenue, bounded
by Merrill Avenue to the south, Eucalyptus Avenue to the north, and Grove Avenue to the west. The offsite plan
design included the design of new public streets for Vineyard, Grove, and Baker between Merrill Ave. and
Eucalyptus Ave. The offsite traffic engineering services included the design of new master-planned traffic signals
and street lighting. The project design and plan preparation include the design of regional master planned storm
drain piping and culverts, sewer trunk lines, and steel transmission water lines. WLG prepared hydrology and
hydraulic reports for sizing and locating new storm drain inlets. The City of Ontario and Chino engineering
departments processed the project plan sets for final plan approvals.
Hesperia Commerce Center II | Hesperia, CA: Survey Project Manager. WLG’s survey department prepared all
street dedication documents for new public streets, easements, and land development, including corner cut
offsets, IODs, street vacations, and parcel maps for on-site development. Survey services were provided for
preliminary and final designs, and WLG is currently conducting construction surveys for the final street, highway,
and utility improvements.
WLG is under contract with Covington Development to prepare offsite engineering plans for a 200-acre site in
Hesperia. The project includes over 8,000 feet of street improvements, design of ADA-accessible intersections,
and planning for sewer and water systems. A hydrology study was conducted to design a new 48-inch storm drain
system, addressing street flooding with catch basins. Traffic engineering services include new street lighting,
signage, striping, and traffic signals at Phelan and Caliente roads. Final plans were permitted through the City of
Hesperia, Caltrans, and the County of San Bernardino.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 28
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
David Stuetzel, PE | Project Manager – General
Engineering
Mr. Stuetzel has over 38 years of experience managing and
designing public works infrastructure rehabilitation and new
construction contracts. He has strong technical skills in the design of
public works improvements and has excellent communication and
inter-relational skills with clients, public agencies, utility companies,
and subconsultants. Mr. Stuetzel possesses a key understanding of
the project development process and issues required to work within
the schedule, budgets, and scope of the project to meet and satisfy
the needs of the client.
Relevant Experience
ORBP Off-Site Improvements | Ontario, CA: Project Manager.
WLG provided off-site engineering for street and utility
improvements on Euclid, Merrill, Eucalyptus, and Sultana Avenues. Euclid and Merrill Avenues were widened,
with traffic signal upgrades, ADA-compliant ramps, and utilities including water, sewer, and storm drains. WLG's
survey team managed construction layout.
Merrill Commerce Off-Site | Ontario, CA: QA/QC Manager. WLG completed off-site engineering for the 100-acre
Merrill Commerce Center, including new public streets, traffic signals, and street lighting. The project also
involved regional storm drains, sewer lines, and steel water transmission lines. Hydrology and hydraulic reports
were prepared for storm drain inlets. Final plans were approved by the City of Ontario and Chino.
Adelanto Road Innovation Way & Momentum | Adelanto/Victorville, CA: Project Manager. WLG provided final
street and utility design plans for the Public Streets of Adelanto Road, Innovation Way, and Momentum in the
City of Victorville at the Southern California Logistics Center (SCLA). The street improvements included over 4,000
feet of street realignments and new pavement construction. Adelanto Road street design included the design of a
new curb gutter, pavement replacement, and new median curbs to allow new street construction in Victorville
while maintaining the existing street grades on Adelanto Road in the City of Adelanto. The design of new storm
drain inlets and infiltration dry wells was completed as part of the street design. Utility design included new
domestic and recycled water pipelines and sewer lines. Traffic striping and street lighting plan design were
provided for the project. To minimize utility impacts to existing fuel oil pipelines, off-site street designs were
permitted through the Cities of Adelanto and Victorville and Kinder Morgan’s Pipeline (KMP) group. The street
plan preparation included the design of ADA-accessible intersections and ADA modifications to sidewalk and
driveway crossings.
WLG survey team provided topographic field and aerial survey mapping for the proposed street widening and
onsite improvements. WLG prepared all right-of-way dedication and vacation documents and prepared a final
parcel map for the proposed site development. WLG provided construction filed survey services and final ALTA
record documents for certification of as-built construction.
Hesperia Commerce Center II | Hesperia, CA: Project Manager. WLG is under contract with Covington
Development to prepare offsite engineering plans for the development of a 200-acre site in the City of Hesperia.
The project design included civil engineering and surveying services for over 8000 LF of offsite street
TOTAL YEARS OF EXPERIENCE: 38
YEARS AT WLG: 4
LICENSES/REGISTRATIONS/CERTIFICATIONS:
PE, CA, #47886
EDUCATION:
BS, Civil Engineering, California State
University, Fullerton
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 29
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
improvements, including the design and plan preparation of the City of Hesperia master planned sewer and
domestic water improvements. The offsite street plans included the design of ADA-accessible intersections and
sidewalks within the public streets. The project improvements included the preparation of an offsite hydrology
and hydraulic study to size and design a new public 48” storm drain collection system. The hydrology report was
utilized to locate and size public catch basins to relieve street flooding. Final design plans were permitted
through the City of Hesperia, Caltrans, and the County of San Bernardino for construction permits. Traffic
engineering services included the design of new Street lights, traffic signs and striping, and new traffic signals at
Phelan Rd and Caliente Rd. For all permit reviews and approvals, final plans were processed through the City of
Hesperia, Caltrans District 8, and San Bernardino County Transportation Division.
Edison & Grove Street Improvements | Ontario, CA: Project Manager. WLG is currently working on a
redevelopment project in the City of Ontario, focusing on the street and utility design for Walker Avenue, Grove
Avenue, Bon View Avenue, Campus Avenue, and Edison Avenue from Campus Avenue to Walker Avenue. The
street design and plan preparation included over 15,000 LF of public street improvements, including curb, gutter,
accessible sidewalks, street lighting, and raised medians with street landscaping. Street improvements included
the design of concrete intersections and approaches to handle the high truck traffic in the project area.
Hydrology and hydraulic analyses were conducted to manage drainage and ensure compliance with city
standards.
Baseline Road & Alder Intersection | Fontana/Rialto, CA: Project Manager. WLG is under contract with San
Gabriel Valley Waer Company (SGVWC) to prepare off-site street widening plans for the Baseline Road and Alder
Avenue Intersection in the City of Fontana for the F10 water plant project. The project design included civil
engineering design and topographic field services for the intersection improvements to add dedicated right turn
lanes, traffic signal modification, traffic signing and striping, and street lighting plans. The design services include
preparing and recording a parcel map for the ultimate street dedications, new curb gutter, sidewalks, asphalt
concrete pavement widening, and overlays of the existing roadway surface. Final plans were reviewed and
permitted through the City of Fontana and the City of Rialto for construction permits. WLG’s survey department
provided all topographic surveys and field mapping services for the preparation of the preliminary and final
construction plans. The survey team prepared a final parcel map for the Water Department to consolidate the
site properties into one-lot development and street right-of-way dedications.
Caliente Road Improvements | Hesperia, CA: Project Manager. WLG provided civil engineering design services
for widening Caliente Road from the Union Pacific Railroad (UPRR) Bridge crossing to Cedar Street in the City of
Hesperia. The project length was over 5000 feet and was completed as part of the Hesperia Commence Center
Phase 1 site improvements. WLG prepared plan and profile street plans for the ultimate roadway widening.
Improvements included the design of a new San Bernardino County Special District Department 12-inch water
line, including new fire hydrants, water services, and Fire Department service connections. The street
improvements included new traffic signals, signing and striping, and street lighting per City of Hesperia standards.
The City of Hesperia, San Bernardino County SDD, and Caltrans District 8 reviewed and permitted the final street
plans for all permit and plan approvals. The street design included new street drainage improvements to alleviate
street flooding within depressed roadway sections. Hydrology and hydraulic reports were prepared to size the
inlets and construct a new storm drain pipe.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 30
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Siara MacKinney, PE | Project Engineer
Ms. MacKinney is a professional engineer with 19 years of
experience in design and analysis for both public and private-sector
clients. Her expertise includes preparing bidding and construction
documents, technical reports (Hydrology, Low Impact
Development, SUSMP), and designing site layouts, grading, utilities,
and erosion control plans. As a Project Manager at WLG, she
oversees client coordination, project supervision, and technical
design, ensuring compliance with municipal codes and design
standards. She also manages quality control procedures, cost
estimates, and project budgets and schedules.
Relevant Experience
ORBP Off-Site Improvements | Ontario, CA: Project Manager.
Merrill Commerce Off-Site | Ontario, CA: Project Manager.
Adelanto Road Innovation Way & Momentum | Adelanto/Victorville, CA: Project Engineer.
Hesperia Commerce Center II | Hesperia, CA: Project Engineer.
Edison & Grove Street Improvements | Ontario, CA: Project Manager.
Rihame Sawiris, PE | Project Engineer
Ms. Sawiris has over 13 years of engineering experience. She is
knowledgeable in the design of street, water, sewer, storm drains,
grading, signing and striping plans. She has prepared Water Quality
Management Plans (WQMP) and Hydrology Reports. She has
worked on various private and public works projects including parks
and recreation facilities, roadways, sidewalks/curbs/gutters, as well
as single-family and multi-family residential developments. She
communicates and coordinates with staff and project managers
regularly to complete project assignments.
Relevant Experience
ORBP Off-site Improvements | Ontario, CA: Project Engineer.
Merrill Commerce Off-Site | Ontario, CA: Project Engineer.
Hesperia Commerce Center II | Hesperia, CA: Project Engineer.
Edison & Grove Street Improvements | Ontario, CA: Project Engineer.
TOTAL YEARS OF EXPERIENCE: 19
YEARS AT WLG: 8
LICENSES/REGISTRATIONS/CERTIFICATIONS:
PE, CA, #85559
Envision Sustainability Professional (ENV SP)
EDUCATION:
MS, Structural Engineering, California State
University, Northridge
BS, Civil Engineering, California State
University, Northridge
TOTAL YEARS OF EXPERIENCE: 13
YEARS AT WLG: 7
LICENSES/REGISTRATIONS/CERTIFICATIONS:
PE, CA, #89204
EDUCATION:
BS, Civil Engineering, Ain Shams University,
Egypt
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 31
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Peyman Kiafar, PE | Project Engineer
Mr. Kiafar has over 10 years of engineering experience in multiple
fields including engineering for heavy construction and land
development industries. Mr. Kiafar is a results-oriented and highly
skilled professional with a proven track record in Quality
Assurance/Quality Control (QAQC), project engineering, and
management. He has over a decade of diverse experience, including
ensuring adherence to industry standards and regulatory
requirements; demonstrating proficiency in grading and designing
large-scale projects, including landfills and mines; leading
comprehensive land development initiatives, encompassing
grading, piping, and water treatment processes.
Relevant Experience
ORBP Off-Site Improvements | Ontario, CA: Project Engineer.
Merrill Commerce Off-Site | Ontario, CA: Project Engineer.
Hesperia Commerce Center II | Hesperia, CA: Project Engineer.
Adelanto Road Innovation Way & Momentum | Adelanto/Victorville, CA: Project Engineer.
Edison & Grove Street Improvements | Ontario, CA: Project Engineer.
Richmond Trinh, PE | Project Engineer
Mr. Trinh is a Project Engineer with over 10 years of experience
providing engineering and project management services for various
private and public works projects. His expertise includes water line
design, program management, and sewer analysis studies.
Relevant Experience
ORBP Off-Site Improvements | Ontario, CA: Project Engineer.
Adelanto Road Innovation Way & Momentum |
Adelanto/Victorville, CA: Project Engineer.
Edison & Grove Street Improvements | Ontario, CA: Project
Engineer.
Baseline Road & Alder Intersection | Fontana/Rialto, CA: Project Engineer.
TOTAL YEARS OF EXPERIENCE:10
YEARS AT WLG: 5
LICENSES/REGISTRATIONS/CERTIFICATIONS:
PE, CA, #90625
EDUCATION
BS, Civil Engineering, Iran University
MS, Civil Engineering in Construction
Management, California State University,
Fullerton
TOTAL YEARS OF EXPERIENCE: 10
YEARS AT WLG: 6
LICENSES/REGISTRATIONS/CERTIFICATIONS:
PE, CA, #94276
EDUCATION:
BS, Environmental Engineering, University of
California, Irvine
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 32
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Jeff Leung, PE | Project Engineer
Mr. Leung has 7 years of experience in Land Development with a
strong background in industrial developments. Mr. Leung is
knowledgeable in hydrology and WQMP report preparation, precise
grading design, off-site street improvements, and wet utility design.
His responsibilities include preparing construction documents,
analyzing hydrology and hydraulics calculations, and
communicating with clients and other consultants.
Relevant Experience
ORBP Off-Site Improvements | Ontario, CA: Project Engineer.
Merrill Commerce Off-Site | Ontario, CA: Project Engineer.
Hesperia Commerce Center II | Hesperia, CA: Project Engineer.
Edison & Grove Street Improvements | Ontario, CA: Project Engineer.
Caliente Road Improvements | Hesperia, CA: Project Engineer.
Robert Medina | Project Engineer
Mr. Medina is a design engineer with 24 years of experience
providing engineering drafting and design for public and private-
sector projects such as infrastructure improvements, industrial,
commercial, and residential. He is knowledgeable in the design of
onsite and offsite street improvements, site grading, public utility
design and details. He regularly mentors junior staff in drafting
standards and related software, coordinates regularly with the
Project Manager and completes project assignments. Robert’s roles
within the company include maintaining the CAD and drafting
standards for the engineering team.
Relevant Experience
ORBP Off-Site Improvements | Ontario, CA: Project Engineer.
Merrill Commerce Off-Site | Ontario, CA: Project Engineer.
Hesperia Commerce Center II | Hesperia, CA: Project Engineer.
Edison & Grove Street Improvements | Ontario, CA: Project Engineer.
Baseline Road & Alder Intersection | Fontana/Rialto, CA: Project Engineer.
TOTAL YEARS OF EXPERIENCE: 7
YEARS AT WLG: 4
LICENSES/REGISTRATIONS/CERTIFICATIONS:
PE, CA, #91924
EDUCATION:
BS, Civil Engineering, California State
University of Pomona
TOTAL YEARS OF EXPERIENCE: 24
YEARS AT WLG: 8
EDUCATION:
Phoenix Institute of Technology –
Architectural Drafting
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 33
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Brent King, EIT | Project Engineer
Mr. King has 10 years of experience working as a staff engineer. Mr.
King is knowledgeable in the design of onsite and offsite street
improvements, site grading, utility alignment and design, Water
Quality Management Plans (WQMP), and Storm Water Pollution
Prevention Plan (SWPPP) report preparation. He coordinates with
municipal staff for site research and communicates regularly with
the Project Manager and clients to complete project design.
Relevant Experience
ORBP Off-Site Improvements | Ontario, CA: Project Engineer.
Hesperia Commerce Center II | Hesperia, CA: Project Engineer.
Edison & Grove Street Improvements | Ontario, CA: Project Engineer.
Merrill Commerce Off-Site | Ontario, CA: Project Engineer.
Baseline Road & Alder Intersection | Fontana/Rialto, CA: Project Engineer.
Hector Pardo | Project Surveyor/Survey Analyst
Mr. Pardo has 8 years of experience providing services within the
A/E/C industry. Mr. Pardo currently provides support services for
public works, industrial, gas, and electric projects for public and
private clients throughout California. Typical services Mr. Pardo
provides daily include utility research, topographic surveys and
mapping, boundary mapping, preparing legal descriptions and
exhibits, preparing DSDD exhibits, monitoring budgets, and obtaining
Caltrans encroachment permits.
Relevant Experience
Rancho Quakes Stadium Project | Rancho Cucamonga, CA: Project
Surveyor/Survey Analyst.
Library Relocation Project | Rancho Cucamonga, CA: Project
Surveyor/Survey Analyst.
Edison & Grove Street Improvements | Ontario, CA: Project Surveyor/Survey Analyst.
TOTAL YEARS OF EXPERIENCE: 10
YEARS AT WLG: 7
LICENSES/REGISTRATIONS/CERTIFICATIONS:
EIT, CA, #147691
EDUCATION:
BS, Civil Engineering, California State
Polytechnic University, Pomona
TOTAL YEARS OF EXPERIENCE: 8
YEARS AT WLG: 8
EDUCATION:
AA, Visual Arts, Citrus College
REGISTRATIONS/CERTIFICATIONS:
Certificate, Civil 3D and Plant 3D Training
Certificate, Engineering and Architectural
AutoCAD
sUAS FAA Part 107, Remote Pilot, #Pending
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 34
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Manny Bonilla, LSIT, sUAS | Project Surveyor/Survey
Analyst
Mr. Bonilla has just over six years of experience working in the
Geospatial Department at WLG providing legal boundaries and
exhibits for properties based on field data, record documents, and
title reports. Exhibits include design survey drawings, base maps, and
plans and profiles using AutoCAD. He has worked on various projects
for public and private clients including SoCalGas, BNSF, PG&E,
SGVWC, and the cities of Dana Point and Rancho Cucamonga.
Relevant Experience
Merrill Commerce Off-Site | Ontario, CA: Project Surveyor/Survey
Analyst.
Adelanto Road Innovation Way & Momentum |
Adelanto/Victorville, CA: Project Surveyor/Survey Analyst.
Hesperia Commerce Center II | Hesperia, CA: Project Surveyor/Survey Analyst.
Caliente Road Improvements | Hesperia, CA: Project Surveyor/Survey Analyst.
Madison Gruginski, LSIT | Project Surveyor/Survey Analyst
Ms. Gruginski has over four years of experience providing technical
and project management services within the A/E/C industry across
residential, commercial, industrial, and jurisdictional projects. Ms.
Gruginski obtained her Certified Survey Technician (CST) certification
through the National Society of Professional Surveyors (NSPS). In
addition to a strong background in land development, Ms. Gruginski
currently provides support services for public works improvements/
facilities, industrial, gas, and electric projects for clients throughout
California. Typical services Ms. Gruginski provides daily include utility
research, mapping, preparing legal descriptions and exhibits,
preparing DSDD exhibits, and obtaining Caltrans encroachment
permits.
Relevant Experience
Adelanto Road Innovation Way & Momentum |
Adelanto/Victorville, CA: Project Surveyor/Survey Analyst.
Enhance Infrastructure Financing District (EIFD) Map | Rancho
Cucamonga, CA: Project Surveyor/Survey Analyst.
Rancho Cucamonga - Base Line Rd Pavement Rehab | Rancho Cucamonga, CA: Project Surveyor/Survey Analyst.
TOTAL YEARS OF EXPERIENCE: 6
YEARS AT WLG: 4
EDUCATION:
BS, Crime Analysis, California State University,
San Bernardino
REGISTRATIONS/CERTIFICATIONS:
LSIT, CA #9253
TOTAL YEARS OF EXPERIENCE: 4
YEARS AT WLG: 4
EDUCATION:
Coursework, Surveying/Geospatial Science,
Renton Technical College
REGISTRATIONS/CERTIFICATIONS:
LSIT, CA, #9447
Certified Survey Technician (CST), #0319-6507
Certification Program, Project Management
Professional (PMP)
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 35
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Matthew Carter | Project Surveyor/Survey Analyst
Mr. Carter has 24 years of experience in survey and mapping,
preparing numerous maps from record calculations to finished
products. He is proficient with research, title investigation, boundary
analysis, as-builts, design topo surveys, plan and profiles, and ALTA
surveys. His responsibilities typically include land base mapping,
substructure research, and mapping, as-built surveys, preparing
tentative and final maps, legal descriptions and plats, final R/W maps,
and preparing final as-built plan and profile drawings. Mr. Carter has
completed various boundary and topographic design surveys that
include creating and editing surfaces and creating cross-sections and
contours.
Relevant Experience
Epicenter LLA Project | Rancho Cucamonga, CA: Project Surveyor/Survey Analyst.
Lemon Ave Pavement Rehabilitation | Rancho Cucamonga: Project Surveyor/Survey Analyst.
Merrill Commerce Off-Site | Ontario, CA: Project Surveyor/Survey Analyst.
Bryan Hernandez | Project Surveyor/Survey Analyst
Mr. Hernandez has over 7 years of experience supporting surveying
and mapping projects for public and private clients. He prepares
drawings for construction staking, alignments, and profiles; interprets
survey data; reviews plans; prepares estimates and schedules;
identifies priorities and deliverables to the project team to complete
tasks; and aids and training, as needed. He also aids in creating
reports and calculations and prepares forms for the technical team.
Relevant Experience
Epicenter LLA Project | Rancho Cucamonga, CA: Project
Surveyor/Survey Analyst.
Rancho Quakes Stadium Project | Rancho Cucamonga, CA: Project Surveyor/Survey Analyst.
Library Relocation Project | Rancho Cucamonga, CA: Project Surveyor/Survey Analyst.
Lemon Ave Pavement Rehabilitation | Rancho Cucamonga: Project Surveyor/Survey Analyst.
TOTAL YEARS OF EXPERIENCE: 24
YEARS AT WLG: 12
EDUCATION:
Coursework, Land Surveying Fundamentals,
Riverside Community College
TOTAL YEARS OF EXPERIENCE: 7
YEARS AT WLG: 7
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 36
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Duane Balderston | Field Surveying /LiDAR/Construction
Staking
Mr. Balderston has over 35 years of surveying experience and is
currently responsible for coordinating with clients, surveying, and
engineering staff to provide daily field construction survey work. He
is a GPS expert in data collection and post-processing. Internally, he
provides QA/QC, survey calculations for field crews, processes
incoming data, and prepares outgoing field packages for field crews.
He has trained and mentored survey staff, meets with clients
regularly, and oversees project details. He has worked on many
highway and interstate projects within Orange and San Bernardino
Counties, providing field and office surveying services, and
understands the procedures therein.
Relevant Experience
ORBP Off-Site Improvements | Ontario, CA: Field Surveyor.
WLG provided off-site engineering for street and utility
improvements on Euclid, Merrill, Eucalyptus, and Sultana
Avenues. Euclid and Merrill Avenues were widened, with traffic
signal upgrades, ADA-compliant ramps, and utilities, including
water, sewer, and storm drains. WLG's survey team managed
the construction layout.
Merrill Commerce Off-Site | Ontario, CA: Field Surveyor. WLG completed off-site engineering for the 100-acre
Merrill Commerce Center, including new public streets, traffic signals, and street lighting. The project also
involved regional storm drains, sewer lines, and steel water transmission lines. Hydrology and hydraulic reports
were prepared for storm drain inlets. Final plans were approved by the City of Ontario and Chino.
Adelanto Road Innovation Way & Momentum | Adelanto/Victorville, CA: Field Surveyor. WLG designed street
and utility improvements for Adelanto Road, Innovation Way, and Momentum at the Southern California Logistics
Center. The project included over 4,000 feet of realignments, pavement replacement, storm drain inlets, and
utility systems. Traffic striping, lighting, and ADA modifications were also part of the plan. WLG’s survey team
handled field mapping and right-of-way documents.
Hesperia Commerce Center II | Hesperia, CA: Field Surveyor. WLG is preparing off-site engineering plans for a
200-acre site in Hesperia, including over 8,000 feet of street improvements, sewer and water system designs, and
a 48-inch storm drain system. The project also includes new streetlights, traffic signals, and ADA-compliant
intersections. WLG’s survey team handled street dedications and parcel maps.
Edison & Grove Street Improvements | Ontario, CA: Project Surveyor/Survey Analyst. WLG is currently working
on a redevelopment project in the City of Ontario, focusing on the street and utility design for Walker Avenue,
Grove Avenue, Bon View Avenue, Campus Avenue, and Edison Avenue from Campus Avenue to Walker Avenue.
The street design and plan preparation included over 15,000 LF of public street improvements, including curb,
gutter, accessible sidewalks, street lighting, and raised medians with street landscaping. Street improvements
included the design of concrete intersections.
TOTAL YEARS OF EXPERIENCE: 35
YEARS AT WLG: 5
EDUCATION:
Coursework, Land Surveying, CA Coordination
Systems, GPS, Map Projections, University of
California, Riverside
Coursework, Microstation including GPS,
Westech College
Coursework, Plane Surveying, Coordinate
Geometry, Major Construction Plans &
Survey, US Public Lands Surveys, Property
Surveys, and Legal Descriptions, Santiago
Canyon College
Coursework, Plane Surveying, Legal
Descriptions, CAD, Riverside Community
College
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 37
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Joseph Cardillo, PLS, EIT, sUAS | Field
Surveying/LiDAR/Construction Staking/Aerial
Photography/UAS
Mr. Cardillo has over 10 years of experience in the public and private
sectors, focusing on engineering and surveying projects. He has
successfully completed projects with various water districts,
demonstrating proficiency in research and development, LiDAR
technology, data processing, and implementing new engineering and
surveying software. Mr. Cardillo also holds an FAA license for small
UAS operations, enabling aerial surveys for infrastructure projects. His
strong interpersonal skills contribute to effective project management
and client relations within the water sector.
Relevant Experience
Epicenter LLA Project | Rancho Cucamonga, CA: Field Surveyor.
WLG completed a four-parcel Lot Line Adjustment (LLA) for the Rancho Cucamonga Sports Complex, including a
new Offer of Dedication legal description for Rochester Avenue. The project involved a comprehensive field
survey, boundary monument relocation, and aerial photogrammetry to establish new lot lines. WLG collaborated
with the City’s Engineering Team to meet land planning specifications. The final deliverable included a detailed
16-page LLA and Offer of Dedication, signed and stamped by a Professional Land Surveyor.
Rancho Quakes Stadium Project | Rancho Cucamonga, CA: Field Surveyor. WLG provided comprehensive
topography, surveying, and mapping services at Rancho Cucamonga Quakes Stadium. The scope of work included
strategic planning and professional review to ensure an efficient approach to these services. WLG performed
underground utility locating using electromagnetic and GPR methods to identify both known and detectable
utilities. A detailed underground utility report was produced, documenting all utilities discovered during the
survey. Field surveys and terrestrial scans were conducted across the project area, from the bottom of the
stadium steps inside the concourse to the edge of the concrete near the adjoining practice fields. WLG delivered
a combined topographic and utility basemap in AutoCAD format, along with survey points and a comprehensive
utility report.
Library Relocation Project | Rancho Cucamonga, CA: Field Surveyor. WLG has successfully completed the Library
Relocation Topographic Services project. The work involved conducting research at the relevant city, county, and
various online agencies to gather necessary records and survey control information. This phase also included
setting up the initial field package and project coordination, quality assurance, and professional review. In the
field, WLG established site control and vertical datum (based on City of Rancho Cucamonga benchmarks),
surveyed existing centerline monuments, performed a topographic ground survey and terrestrial scanning of the
specified site survey extents, and conducted manhole dips along Base Line Road. Finally, WLG processed the
survey data, established a boundary based upon record information, created a design-quality topographic base
map in AutoCAD format, and produced a large PDF print of the survey at a 20-scale.
TOTAL YEARS OF EXPERIENCE: 10
YEARS AT WLG: 8
LICENSES/REGISTRATIONS/CERTIFICATIONS:
PLS, CA, #9774
EIT, CA, #164538
sUAS FAA Pilot, #4064947
EDUCATION:
BS, Civil Engineering, California State
Polytechnic University, Pomona
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 38
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Ken Paz | Field Surveying /LiDAR/Construction Staking
Mr. Paz brings over 8 years of extensive surveying experience,
specializing in field operations using advanced survey equipment such
as GPS, Total Station, digital levels, and laser scanners. He excels in
conducting various surveys including boundary and control surveys,
R/W surveys, centerline surveys, construction staking, and
topographic surveys. His expertise ensures consistently reliable results
in diverse surveying environments and project scopes.
Relevant Experience
Merrill Commerce Off-Site | Ontario, CA: Field Surveyor.
Hesperia Commerce Center II | Hesperia, CA: Field Surveyor.
Edison & Grove Street Improvements | Ontario, CA: Field Surveyor.
Caliente Road Improvements | Hesperia, CA: Field Surveyor.
Eric Lopez, LSIT, EIT, sUAS | Field Surveying/LiDAR/
Construction Staking/Aerial Photography/UAS
Mr. Lopez has worked in the surveying industry for over two years.
He provides surveying support in the office and as a chainman for the
field crews. Typical services Mr. Lopez provides include record
research, UAS and LiDAR processing, topographic mapping, and
assistance with DSDD in exhibits.
Relevant Experience
Rancho Quakes Stadium Project | Rancho Cucamonga, CA: Field
Surveyor.
Library Relocation Project | Rancho Cucamonga, CA: Field
Surveyor.
Adelanto Road Innovation Way & Momentum |
Adelanto/Victorville, CA: Field Surveyor.
Caliente Road Improvements | Hesperia, CA: Field Surveyor.
TOTAL YEARS OF EXPERIENCE: 8
YEARS AT WLG: 4
TOTAL YEARS OF EXPERIENCE: 2
YEARS AT WLG: 2
EDUCATION:
BS, Civil Engineering, Geospatial Engineering
Specialty, California State University, Pomona
CERTIFICATION(S):
Land Surveyor in Training, CA, #9173
EIT, CA, #181510
sUAS FAA Pilot, #4868455
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 39
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Derrick Sepulveda | Field Surveying/LiDAR/Construction
Staking
Mr. Sepulveda has 6 years of experience with surveying equipment
(GPS, Total Station, digital levels, digital mapping, and laser scanning)
and methods used to obtain consistently reliable results. He is
competent in performing boundary and control surveys, R/W,
centerline, construction staking, and topographic surveys.
Relevant Experience
Rancho Quakes Stadium Project | Rancho Cucamonga, CA: Field
Surveyor.
Merrill Commerce Off-Site | Ontario, CA: Field Surveyor.
Hesperia Commerce Center II | Hesperia, CA: Field Surveyor.
Caliente Road Improvements | Hesperia, CA: Field Surveyor.
Kevin Presba | Field Surveying/LiDAR/Construction
Staking
Mr. Presba has 18 years of surveying experience. He is proficient with
the use of modern survey equipment (GPS, Total Station, digital
levels, and laser scanners) and methods used to obtain consistently
reliable results. He is competent in performing boundary and control
surveys, R/W, centerline, construction staking, and topographic
surveys.
Relevant Experience
Epicenter LLA Project | Rancho Cucamonga, CA: Field Surveyor.
Library Relocation Project | Rancho Cucamonga, CA: Field
Surveyor.
Lemon Ave Pavement Rehabilitation | Rancho Cucamonga: Field Surveyor.
Merrill Commerce Off-Site | Ontario, CA: Field Surveyor.
Hesperia Commerce Center II | Hesperia, CA: Field Surveyor.
TOTAL YEARS OF EXPERIENCE: 6
YEARS AT WLG: 6
EDUCATION:
BS, Civil Engineering, Geospatial Engineering
Specialty, California State University, Pomona
TOTAL YEARS OF EXPERIENCE: 18
YEARS AT WLG: 10
EDUCATION:
Associates of Science, Computer Aided
Drafting & Design ITT Technical Institute, San
Bernardino, CA
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 40
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Esteban Cantu-Flores | Field Surveying/LiDAR/
Construction Staking
Mr. Flores-Cantu has over four years of surveying experience. He is
proficient with the use of modern survey equipment such as GPS,
Total Station, digital levels, and laser scanners, all of which are
methods to obtain consistently liable results. He is competent in
performing boundary and control surveys, R/W, centerline,
construction staking, and topographic surveys.
Relevant Experience
Epicenter LLA Project | Rancho Cucamonga, CA: Field Surveyor.
Rancho Quakes Stadium Project | Rancho Cucamonga, CA: Field Surveyor.
Library Relocation Project | Rancho Cucamonga, CA: Field Surveyor.
Lemon Ave Pavement Rehabilitation | Rancho Cucamonga: Field Surveyor.
Ryan Adkison | Field Surveying/LiDAR/Construction
Staking
Mr. Adkison has three years of surveying experience. He is proficient
with the use of modern survey equipment (GPS, Total Station, digital
levels, and laser scanners) and methods used to obtain consistently
reliable results. He is competent in performing boundary and control
surveys, R/W, centerline, construction staking, and topographic
surveys.
Relevant Experience
Merrill Commerce Off-Site | Ontario, CA: Field Surveyor.
RCFPD Fire Station 171 Rebuild | Rancho Cucamonga, CA: Field Surveyor.
Hermosa Pavement Rehabilitation | Rancho Cucamonga, CA: Field Surveyor.
Etiwanda Grade Separation Project| Rancho Cucamonga, CA: Field Surveyor.
TOTAL YEARS OF EXPERIENCE: 4
YEARS AT WLG: 4
TOTAL YEARS OF EXPERIENCE: 3
YEARS AT WLG: 3
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 41
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Karl Rettig, LSIT, sUAS | Aerial Photography/UAS
Mr. Rettig has 21 years of experience providing field and office
surveyor services. His field experience includes collecting boundary
and topographic features with the aid of GPS, laser scanning, and
conventional survey equipment. Mr. Rettig performs field
calculations for construction staking, bathymetric surveys, boundary
surveys, and topographic maps. He has extensive experience working
with field survey equipment and computers and possesses a UAV
pilot license for aerial photogrammetry, inspections, and
construction site progress photos.
Relevant Experience
Lemon Ave Pavement Rehabilitation | Rancho Cucamonga:
Project Surveyor. WLG provided surveying and mapping services
for the Lemon Avenue Pavement Rehabilitation Project, covering
3,000 feet from Haven Avenue to Marbella Drive. The survey
included establishing centerlines, rights-of-way, and preserving
monuments. WLG mapped street improvements, utilities, driveways, curbs, and striping. Control was established
and tied to City benchmarks, and centerline monuments were surveyed for restoration. Deliverables included an
AutoCAD topographic base map.
RCFPD Fire Station 171 Rebuild | Rancho Cucamonga, CA: Project Surveyor. Under an on-call contract, WLG
provided task order boundary, topographic, design surveys, and construction staking for four fire station
improvement projects for the Rancho Cucamonga Fire Protection District (RCFPD) in Rancho Cucamonga, CA. For
Fire Station 171, WLG provided site control, boundary, utility locating, a topographic survey, and mapping for a
station rebuild. For Station 173, WLG provided site control, boundary, utility locating, topographic survey, and
mapping for building an urban park in front of the station that will provide a rest space for resident utilizing the
adjacent Pacific Electric Trail. For Fire Station #176, WLG provided a design survey and construction staking for a
proposed new retaining wall and slope. The survey included locating existing wall alignments ground elevations
adjacent to existing walls, and adjacent finish surface elevations for slope grading. For Fire Station #178, WLG
performed site control, a boundary survey, utility locating, a topographic survey, legal descriptions and plats,
Record of Survey, mapping, and coordinating exhibits for a new station.
Base Line Road Pavement Rehabilitation| Rancho Cucamonga: Project Surveyor. As part of an on-call contract,
WLG provided boundary survey services for the Base Line Road Pavement Rehabilitation Project from Day Creek
Boulevard to west of Interstate 15 (I-15) for 6,000 lf in Rancho Cucamonga, CA. WLG established boundary and
identified monuments for preservation, control crossing street centerlines, as well as right of ways.. WLG
surveyed along Base Line Road through the Day Creek Boulevard, Durness Place, San Carmela Court, Victoria Park
Lane, Swanson Place, Wanona Place, Etiwanda Avenue, Emmett Way, Shelby Place, Forester Place intersections;
through the back of walk; existing utilities including water and gas valves, water meters, pull boxes, meters, clean
out, street lights, power poles and guy wires, street signs, and catch basins; driveways, ramps, curbs, and trees;
centerline monuments for restoration; and striping. WLG established control and tied in to benchmarks and
surveyed existing centerline monuments for restoration. WLG's deliverable was an AutoCAD topographic
basemap depicting the mentioned features. WLG also prepared Corner Records for the monuments.
TOTAL YEARS OF EXPERIENCE: 21
YEARS AT WLG: 13
LICENSES/REGISTRATIONS/CERTIFICATIONS:
LSIT, CA, #7423
Certificate, UAS 107 FAA Remote Pilot,
#3696700
EDUCATION:
Certificate, Land Surveying, Santa Rosa Junior
College
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 42
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
James Ali | Field Surveying/LiDAR/Construction Staking
Mr. Ali has 8 years of surveying experience. He is proficient with the
use of modern survey equipment (GPS, Total Station, digital levels,
and laser scanners) and methods used to obtain consistently reliable
results. He is competent in performing boundary and control surveys,
R/W, centerline, construction staking, and topographic surveys. Mr.
Ali has performed boundary and topographic surveying services to
private and public clients.
Relevant Experience
Hesperia Commerce Center II | Hesperia, CA: Field Surveyor.
Library Relocation Project | Rancho Cucamonga, CA: Field Surveyor.
Merrill Commerce Off-Site | Ontario, CA: Field Surveyor.
Adelanto Road Innovation Way & Momentum | Adelanto/Victorville, CA: Field Surveyor.
Baseline Road & Alder Intersection | Fontana/Rialto, CA: Field Surveyor.
Kenneth Gervais | Mapping Technician
Mr. Gervais has seven years of experience analyzing survey data and
calculations, collecting record maps, preparing DSDD exhibits, and
processing data. He has provided these services to a variety of public
and private sector clients such as private developers, the cities of
Rancho Cucamonga and Victorville, SoCalGas, SCE, Inland Empire
Utilities Agency (IEUA), and PG&E. He has completed approximately
100 permits.
Relevant Experience
Overlay Monument Rehabilitation | Rancho Cucamonga, CA:
Mapping Technician.
Adelanto Road Innovation Way & Momentum | Adelanto/Victorville, CA: Mapping Technician.
TOTAL YEARS OF EXPERIENCE: 7
YEARS AT WLG: 7
EDUCATION:
BS, Geography, GIS emphasis, San Diego State
University
TOTAL YEARS OF EXPERIENCE: 8
YEARS AT WLG: 8
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 43
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Diana Hernandez | Mapping Technician
Ms. Hernandez is a Survey Analyst for both the Subsurface Utility
Engineering (SUE) and Underground Utility Locating teams. She is
responsible for utility research, topographic surveys and mapping,
boundary mapping, preparing underground utility locating exhibits,
and processing data. Ms. Hernandez’s expertise has been utilized on a
variety of project types for public and private clients such as
SoCalGas, PG&E, SDG&E, the cities of Ontario and Dana Point, and
private developers. She has completed approximately 100 permits
with WLG.
Relevant Experience
Rancho Quakes Stadium Project | Rancho Cucamonga, CA:
Mapping Technician
Overlay Monument Rehabilitation | Rancho Cucamonga, CA:
Mapping Technician.
Edison & Grove Street Improvements | Ontario, CA: Mapping Technician.
Chelsea Robinson, sUAS | Mapping Technician
Ms. Robinson has four years of experience providing services within
the A/E/C industry. Ms. Robinson currently provides both field and
office services for various public and private agencies performing field
crew surveying, in-house mapping, and survey analysis and
engineering. Projects have ranged from public works including sewer
and roadway improvements to industrial developments and electrical
facilities throughout California. Typical services Ms. Robinson
provides include utility research, topographic surveys and mapping,
boundary mapping, preparing DSDD exhibits, and processing data.
Relevant Experience
Rancho Quakes Stadium Project | Rancho Cucamonga, CA:
Mapping Technician
Library Relocation Project | Rancho Cucamonga, CA: Mapping
Technician
Lemon Ave Pavement Rehabilitation | Rancho Cucamonga, CA: Mapping Technician
TOTAL YEARS OF EXPERIENCE: 4
YEARS AT WLG: 4
EDUCATION:
BS, Civil Engineering (Geospatial Option),
California State Polytechnic University,
Pomona
CERTIFICATIONS:
Adult CPR/AED & First Aid
BNSF eRailSafe
OSHA 10
TOTAL YEARS OF EXPERIENCE: 4
YEARS AT WLG: 4
EDUCATION:
BS, Environmental Science, San Diego State
University
Graduate Certificate, GIS, Oregon State
University
CERTIFICATIONS:
sUAS
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 44
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Phil Tidwell | Mapping Technician
Mr. Tidwell has 10 years of experience in both survey and mapping, as
well as land development and utility design, preparing numerous
types of maps from record calculations to finished product. He is
proficient with research, title investigation, boundary analysis, as-
builts, design topo surveys, plan and profiles, and ALTA surveys. His
responsibilities typically include, land base mapping, substructure
research and mapping, as-built surveys, preparing tentative and final
maps, legal descriptions and plats, final right-of-way maps, and
preparing final as-built plan & profile drawings. Phil has completed
various boundary and topographic design surveys that include
creating and editing surfaces and creating cross-sections and contours
and his proficiency with various software platforms such as, AutoCAD
LDD, Civil 3D and MicroStation makes him a very efficient and
effecting survey/mapping technician.
Relevant Experience
Epicenter LLA Project | Rancho Cucamonga, CA: Mapping Technician
Lemon Ave Pavement Rehabilitation | Rancho Cucamonga, CA: Mapping Technician
Rick Kelly | Utility Locating
Mr. Kelly is well-versed in all manners of utility locating, including
electromagnetic, magnetic, sonic, and GPR. With 31 years of locating,
managing, and consulting experience, My. Kelly has worked on
projects for both private and public sectors, including cities,
railroads, universities, hospitals, and military bases. He also has
extensive experience with the USA system, directly servicing and
managing on-call requests for energy and telecommunication
companies. As a Project Manager, Mr. Kelly will oversee all utility
locating activities and coordinate task orders produced from the on-
call services, as well as the estimated fees, schedule coordination,
and ensuring that standards and time goals are being met.
Relevant Experience
Rancho Quakes Stadium Project | Rancho Cucamonga, CA:
Utility Locating
Hesperia Commerce Center II | Hesperia, CA | Utility Locating
Waterman Avenue and E. Newman Road | San Bernardino, CA: Utility Locating
Sherman Avenue Improvements | City of Corona, CA: Utility Locating
TOTAL YEARS OF EXPERIENCE: 10
YEARS AT WLG: 10
EDUCATION:
AA, Electrical Engineering, ITT Technical
Institute
YEARS AT WLG: 2
TOTAL YEARS OF EXPERIENCE: 31
LICENSES/REGISTRATIONS/CERTIFICATIONS:
BNSF eRailSAFE
ASHA 10-Hour General Industry
First Aid /CPR/AED
NUCA Confined Space Entry Certified
EDUCATION:
AA, General Education, Rio Hondo
Community College
BA, Industrial Technology, California State
University, Long Beach
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 45
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Robert Gonzalez | Utility Locating
Mr. Gonzales is an experienced Utility Locating Supervisor with 19
years of experience. He has performed standard locating and marked
out following on-call system procedures while prioritizing/routing
tickets using Smartsheets. Mr. Gonzales’s experience includes
working on projects for public clients including cities, utilities, and
energy (gas and oil). He is well-versed in reading and understanding
utility maps, prints, and aerial imagery to assist in identifying
underground utility assets. He works in all types of conditions,
including heavy terrain, hazards, confined spaces, and adverse
weather conditions, using OSHA safety, Dig Alert, and APWA
W.A.T.C.H. guidelines and practices. He is proficient with GPR and
structure scanning equipment that is used to scan surfaces for
underground unlocatable utilities such as hand boxes, pull boxes,
and valve lids via conductive means, including Pulse Wave
Generator.
Relevant Experience
Rancho Quakes Stadium Project | Rancho Cucamonga, CA:
Utility Locating
Phillip Lagos | Utility Locating
Mr. Lagos is an experienced locator with 13 years of experience
working in the field. He is well-versed in all manners of utility locating
practices, including electromagnetic, CCTV, magnetic, sonic, and GPR.
He has two plus years of experience performing CCTV inspections and
operating Cues and IBAK CCTV trucks. As a Utility Locating Technician
at WLG, Mr. Lagos performs utility locating and data collection
services for various projects and for both private and public sector
clients, including municipal agencies (cities, counties, and utilities),
railroad authorities, universities, hospitals, communications
companies, and military branches. He has extensive experience with
the Underground Service Alert (USA) alert system, directly servicing
and managing on-call requests and reading and understanding utility
maps and prints.
Relevant Experience
Rancho Quakes Stadium Project | Rancho Cucamonga, CA: Utility
Locating
YEARS AT WLG: 2
TOTAL YEARS OF EXPERIENCE: 19
LICENSES/REGISTRATIONS/CERTIFICATIONS:
OSHA 10-HOUR General Industry Certified
OSHA 10-HOUR Construction Safety Course
First Aid/CPR/AED
DOT Flagger Training Course
Advanced Infrastructure Technologies
NASSCO
PACP, LACP, MACP
Metro, BNSF ERailSAFE
UPRR Property Access Training
WCT Products (Vivax) Locator
YEARS AT WLG: 2
TOTAL YEARS OF EXPERIENCE: 13
LICENSES/REGISTRATIONS/CERTIFICATIONS:
OSHA 10 HR General industry certified
First Aid/CPR/AED
NASSCO
PACP, LACP, MACP
Metro, BNSF ERailSAFE
UPRR Property Access Training
DOT Flagger Training Course
WCT Products (Vivax) Locator
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 46
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Donald Whitman | Potholing/Excavation
Mr. Whitman has managed numerous utility locating projects over
the past 23 years for various DOTs, municipalities, and public and
private sector clients. He will be responsible for managing and
coordinating utility services pertaining to potholing. He will develop
the potholing team’s schedules and maintain those schedules
throughout the duration of the project. He will prepare staff hours
and fee estimates for the combined project teams. He will review
the progress of services to ensure that the standards, time goals,
and budget requirements are met.
Relevant Experience
LA County Department of Public Works On-Call Potholing
Serviced Contract | LA County: Project Manager
Coachella Valley District Irriga�on Lateral 119.64-7.5
Improvement Project | Coachella Valley, CA: Project Manager.
Eric Phan | Aerial Photogrammetry
Mr. Eric Phan is the General Manager of our Las Vegas office and
has been with AeroTech Mapping, Inc. (ATM) since 2013. Eric has
been working in the surveying and photogrammetric industries for
over 24 years and brings a wealth of knowledge and professional
experience to the company. Well versed in all disciplines of
surveying and photogrammetry. Eric has successfully managed
over 2,100 surveying mapping projects during his distinguished
career. His software experience includes: Trimble GPS Equipment
and Software, ESRI's ArcGIS/Info, Intergraph’s Microstation Site
Works, Autodesk Civil 3D products, UltraCAM Essential
AeroTriangulation & Orthophotography, Summit Evolution Softcopy
System.
Relevant Experience
Specialty Minerals Reduced Area Lucerne Valley: Certified
Photogrammetrist.
Wilson Street | Costa Mesa, CA: Certified Photogrammetrist.
American Society of Photogrammetry and Remove Sensing (ASPRS) | Certified Photogrammetrist.
TOTAL YEARS OF EXPERIENCE: 23
EDUCATION:
U.S. Marine Corps, MCRD San Diego, CA 1
CERTIFICATIONS:
40-hour HAZPOWER
Confined Spaces Safety
Project Management
San Diego Work Zone
Traffic Control
TOTAL YEARS OF EXPERIENCE: 25
LICENSES/REGISTRATIONS/CERTIFICATIONS:
CP, #1589
PLS, AZ, #60371
PLS, NV, (RLS) #22408
PLS, NM, #22505
EDUCATION:
BS, Geomatics Engineering, California State
University, Fresno
BS, Survey Engineering, California State
University, Fresno
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 47
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Gregory Rende, PE | Structural Engineer
Mr. Rende has more than 32 years of experience in all phases of
project development for major highway, flood control and public
works structures projects. Mr. Rende provides project
management, preliminary and final engineering design, plan
preparation, specification writing, agency permit processing, plan
checking, and construction engineering in a wide variety of
projects involving public works structures. In 2006, Mr. Rende
founded Rende and serves as President and Principal Engineer of
the firm.
Relevant Experience
Ethanac Road Bridge over the San Jacinto River | Riverside
County, CA: Principal Engineer.
Limonite Avenue Bridge over Cucamonga Creek Channel| Eastvale, CA: Principal Engineer.
South Palm Canyon Drive Bridge over Murray Canyon Creek | Palm Springs, CA: Principal Engineer.
South Palm Canyon Drive Bridge over Andreas Canyon Creek | Palm Springs, CA: Principal Engineer.
Dunlap Avenue Bridge over the Wilson Creek | Yucaipa, CA: Principal Engineer.
Thomas Segura, RLA | Landscape Architect
Mr. Segura is a principal landscape architect with over 40 years of
experience. He has contributed to numerous private, public, and
educational projects in Rancho Cucamonga, collaborating with
architects, developers, and city departments. His expertise includes
AB 1881 drought-tolerant irrigation and planting, ADA compliance,
and water-efficient landscape design in accordance with MWELO
and WULCOS standards.
Relevant Experience
Rancho Cucamonga High School | Rancho Cucamonga, CA:
Principal Landscape Architect.
Chevron Gas Station (Archibald Ave & Arrow Hwy) | Rancho
Cucamonga, CA: Principal Landscape Architect.
Central Elementary School | Rancho Cucamonga, CA: Principal Landscape Architect.
Etiwanda High School | Rancho Cucamonga, CA: Principal Landscape Architect.
Strathmore Association (Church St. & Day Creek Blvd) | Rancho Cucamonga, CA: Principal Landscape Architect.
TOTAL YEARS OF EXPERIENCE: 32
LICENSES/REGISTRATIONS/CERTIFICATIONS:
PE, CA, #54529
EDUCATION:
BS, Civil Engineering, University of California,
Berkeley
TOTAL YEARS OF EXPERIENCE: 40
LICENSES/REGISTRATIONS/CERTIFICATIONS:
RLA, CA, #2328
RLA, NV, #1127
EDUCATION:
BS, Landscape Architecture, California State
Polytechnic University, Pomona,
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 48
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
4.7 Project Management Approach
General Project Understanding and Alignment with City Goals
WLG understands the importance of the City in providing essential core services that support long-term
infrastructure, planning, and operational needs. The City’s mission is to build infrastructure that fosters a thriving
community, ensuring it remains a great place to live, work, and play. Through strategic design, well-planned
maintenance, and fiscal and environmental sustainability, the City plays a crucial role in shaping its future.
WLG recognizes the significance of the City’s long-term goals and aligns with its mission to enhance the community
through a range of critical infrastructure projects. From the development of key industrial sites and transportation
improvements to the expansion of bicycle and pedestrian infrastructure, WLG is well-equipped to support the City’s
projects that drive economic growth and improve residents’ quality of life.
As a company invested in the economic growth and well-being of the community, WLG is proud to have its
headquarters in the City. This local presence enables the company to directly support the City’s ongoing efforts and
actively participate in regional development. WLG’s team is committed to providing high-quality civil engineering
and surveying services that are essential to the successful execution of the City’s projects. These services include
engineering design, project management, utility coordination, survey, mapping, and construction services.
In survey and mapping, WLG offers key services such as boundary surveys, construction staking, utility locating, and
geodetic control. Using advanced technologies like GPS, LiDAR, and UAVs (drones), WLG ensures that all work is
performed with precision and under the supervision of licensed California professionals, ensuring compliance with
industry standards and best practices.
WLG’s approach to each project is centered on collaboration with the City’s project management team to ensure
seamless coordination and alignment with the City’s goals. WLG’s flexibility and responsiveness allow it to effectively
manage the unique challenges of each project, ensuring timely completion while adhering to the highest standards
of safety, quality, and environmental sustainability. With extensive experience working on large-scale infrastructure
projects, WLG is committed to supporting the City’s ongoing efforts to enhance its infrastructure and create a
sustainable, vibrant future.
Integrated Engineering and Survey Coordination
WLG’s approach emphasizes a strong working relationship with the City’s project management team from the
outset. Early coordination with both the agency staff and project team ensures alignment on project goals,
scheduling commitments, and communication protocols. The project manager, supported by project engineers and
additional staff as needed, will review and refine project objectives, adjust schedules as necessary, and establish
clear communication channels throughout the project.
Recognizing that every project has unique challenges, WLG adapts its approach to meet the specific needs of each
design project. This flexibility includes modifying communication formats and meeting checkpoints to suit the
project’s requirements. Key elements of WLG’s project management approach include communication and
coordination plans, kickoff meetings, staffing plans, field and office survey operations, project status reports,
schedule and budget controls, health and safety standards, and quality assurance/quality control (QA/QC)
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 49
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
procedures. These elements are maintained throughout the project to ensure the efficient and accurate completion
of the work.
Upon receiving Notification to Proceed (NTP), WLG’s assigned project manager begins coordination and survey
planning. After an initial kickoff meeting with the City, the field crew submits facility request letters to utility
providers—including water agencies, electric companies, and gas providers—to obtain documentation for any
facilities in the project area. This task depends on timely responses from utility companies, and WLG follows up
weekly until the necessary facility records are obtained.
The field survey will utilize precise GPS methods to establish horizontal control (NAD83, Epoch 2017.5), tied into
county vertical control. Survey data will be processed and adjusted using Trimble Business Center (TBC). Following
the control setup, the field crew will continue the survey, locating existing monuments to establish centerlines and
right-of-way for street projects. While most records are available online, some road dedication documents may
require in-person visits to county and city offices.
Ground surveys following the initial GPS control will be conducted using conventional methods, primarily with a
total station. These surveys will gather data on topographical features within the public right-of-way, including high
and low points, curbs, gutters, driveways, sidewalks, trees, utility lines, poles, and signs. For street projects,
topographic data will be collected in 50-foot cross sections, with tighter spacing where needed.
After gathering the topographic data, office technicians will map the planimetric data, generate a TIN surface with
one-foot contours, and note elevations along the centerline for plotting profiles and cross-sections in AutoCAD Civil
3D. The plan view will include existing elevations labeled at 100-foot intervals, as requested by the City. Utility
records received during the survey investigation will be analyzed and incorporated alongside visible above-ground
evidence. Before final delivery to the City’s project manager, WLG conducts a thorough QA/QC review of the
mapping and deliverables to ensure that all design elements and requested features are accurately reflected in the
CAD deliverables.
WLG’s commitment to combining engineering expertise with precise survey coordination ensures the efficient and
high-quality completion of both engineering and survey components, meeting the City’s needs for public works and
capital improvement projects.
Staffing
Once a project is awarded, the Contract Manager will review the project scope and tasks. The tasks will be assigned
to the appropriate staff based upon their experience, skill level, and availability. Staffing demands are discussed at
weekly project management meetings. If a project needs additional resources to meet a target deliverable date,
staffing is adjusted accordingly. The staff listed in this proposal are the staff who will work on this contract. WLG
currently has the appropriate staff available and will maintain sufficient staff levels to accommodate City project
needs. Should any staffing change during the contract, WLG will submit it in writing to the City and ensure that an
appropriate staff member is approved with the City.
Project Kickoff Meeting
Before commencing any office or fieldwork, WLG’s Project Manager will request a project kickoff meeting with City
personnel, which can take place via telephone, on-site, or at a specified office location. The goal of this meeting is to
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 50
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
ensure a complete understanding of the project requirements, deliverables, and scope. This includes identifying key
elements such as project constraints, research needs, permits, documentation, facility records, deeds, record maps,
benchmarks, centerline tie notes, and construction plans. WLG’s team will then analyze the client’s needs and the
project’s scope of work before executing any tasks in-house. The team may also suggest cost-saving methods and
apply the appropriate equipment and methodology to achieve the required accuracies. Quality control is a critical
component of the WLG process, ensuring that all task order projects are managed efficiently and meet the highest
standards.
General Engineering Services Design Projects
At the outset of the project, WLG’s Project Manager will initiate a kickoff meeting with the City’s project
management team to establish clear goals, timelines, and expectations. This meeting will also serve to identify
project constraints, required permits, available documentation, and utility information. The goal is to ensure that all
project elements are fully understood and that the team is aligned in meeting the City’s objectives.
Design and Engineering Tasks WLG’s team will execute the engineering design for the street improvement project,
ensuring compliance with all City, County, and State standards. Key tasks include:
Preliminary and Final Design: Developing the design of roadways, curbs, gutters, sidewalks, and other
infrastructure elements, ensuring compliance with ADA and environmental standards.
Project Management: Overseeing the project’s scope, budget, and schedule, ensuring timely completion and
cost-effective solutions.
Utility Coordination: Researching and coordinating with utility companies for necessary adjustments,
relocations, or improvements. This includes preparing utility plans and coordinating with stakeholders.
Traffic Control and Safety Plans: Designing traffic control plans for construction phases, ensuring safe
operations for workers and the public.
Quality Assurance/Quality Control (QA/QC): Implementing a strict QA/QC process to ensure design accuracy,
safety, and compliance with all specifications.
Engineering Design Deliverables:
Preliminary and Final Plans and Specifications (PS&E)
Construction Drawings and Traffic Control Plans
Cost Estimates and Project Schedules
Utility Relocation Plans
Evaluate resources needed to
meet scope and schedule
Provide work plan and cost
proposal for City approval
Receive Notice to Proceed (NTP)
and execute task order
Project kick-off meeting
Research existing materials, visit site, and
talk with client/stakeholders
Gain any needed approvals/permits
Perform surveys and investigations
Develop documents for City review and
comments
Prepare final deliverables
Project closeout
QA oversight by experienced
professionals
Peer review of deliverables
City approvals
Review deliverables with City’s
Project Manager
TASK ORDER REQUEST TASK ORDER OVERSIGHT & DELIVERABLES
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 51
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Survey and Mapping Services
Utility Research
WLG project staff will research all utilities within the project area and provide copies of all utility plans to the City.
Field Survey Operations
When a field survey is required, a crew(s) will conduct operations
with a competent party chief and a rodman or survey technician.
Periodic site safety inspections are conducted to ensure efficiency
and effectiveness while always maintaining a safe working
environment. Modern survey equipment will be used in addition
to standard surveying practices to ensure consistently accurate
survey data collection. WLG survey crews are educated and
trained using the Caltrans Manual of Survey Standards, which
covers a wide range of proven survey procedures and will be
implemented on all city projects. WLG will implement any traffic control needed according to approved City
standards.
Processing and Mapping
All field survey work will be reviewed, processed, and certified by the survey analyst under the direction of the
Project Manager. Survey data will be downloaded in the field via a laptop computer and reviewed for completeness
to avoid unnecessary additional trips to the field. Field crews are also equipped with digital cameras and are
instructed to take an abundance of photos to assist office mapping technicians in drafting topographic maps and
exhibits. WLG will work closely with the City’s Project Manager when performing boundary surveys that may require
a record of the survey to be filed per section 8762 of the Land Surveyors Act. All records of surveys and legal
descriptions will be submitted to the City for review before agency submittal and recordation.
Exhibit and Document Preparation
In preparation for mapping exhibits, staff have a full suite of CAD software to meet client needs. Current and
previous years' versions of Autodesk Civil 3D and Microstation have been utilized as primary drafting software. All
final exhibits and document preparation will be subject to a thorough review by a California-licensed professional
land surveyor prior to submission for recordation.
Base Maps:
Plot survey data to create a typical street improvement base drawing
Draw the street’s existing center line and flowlines profiles and cross-sections
Affix existing elevations in the plotted profiles and cross-sections
Deliverables will include complete survey data and construction base drawings in both hard copy and digital
AutoCAD format
Project Methodology/Controls
Overview
WLG understands that all projects are different and pose unique challenges and complexities. WLG will adapt its
project approach, including communication format and meeting checkpoints to accommodate the specific project's
needs. The main aspects of WLG’s project management approach include communication/coordination plans,
STRICT SURVEYING & R/W STANDARDS
WLG has adopted strict surveying procedures
and practices utilizing various resources such as
the California Professional Land Surveyors Act,
Caltrans’ Manual of Survey standards, City and
County standards, instructional videos, live
seminars, tailored checklists and sign offs, and
the experience of our survey personnel.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 52
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
kickoff meetings, staffing plans, standard field and office survey operations, project status reports, project
(schedule/budget) controls, health and safety standards, and QA/QC plans that will remain in place from start to
finish of the project.
Communication/Coordination
WLG’s Project Manager will coordinate directly with the City and maintain close communication throughout the
project to ensure adherence to the schedule and budget. Weekly or bi-weekly status reports will be submitted via
email to keep the City informed on project activities and progress. The Project Manager will contact City personnel
as needed for clarification or to address any issues that arise during the project.
Communication is a critical component of the project’s success. Project team communication will flow from the City
to WLG’s Project Manager, with updates and coordination occurring regularly to ensure alignment with project
goals. The Project Manager will meet with the City regularly to discuss project status, address any issues, and review
the project’s progress, budget, and schedule to meet project needs.
WLG’s Project Manager will ensure that the City is kept up to date with written progress reports that include, at a
minimum:
Schedule status
Field work
scheduled for the
upcoming week
Progress to date on
each specific task
List of issues which
may affect individual
task orders
Status Reports
Weekly or bi-weekly status reports will be submitted via email to keep the City’s Project Manager informed on
project activities and progress. These written progress reports will include, at a minimum:
Schedule Status
Work Scheduled for the Upcoming Week
Progress to Date on Each Specific Task
List of Issues Which May Affect Individual Task Orders
Schedule Controls
WLG is committed to maintaining the project schedule and meeting all target deliverable dates. To accomplish this,
weekly internal project management meetings are held to review all current work activities and upcoming
deadlines. At these meetings, the Project Manager supplies a weekly progress report for all active tasks with the
percentage of work completed. This information is entered into Ajera, the firm’s project management software,
which tracks the percentage of completion, the percentage of time allotted that has passed, and project costs. The
information is organized into reports that specifically highlight any project where the percentage of completion,
Rancho
Cucamonga's
Project
Manager
WLG Contract
Manager
WLG Projject Manager
(General Engineering)
WLG Technical
Support Staff
WLG Project Manager
(Survey & Mapping)
WLG Technical
Support Staff
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 53
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
percentage of time, and percentage of budget deviate by more than 5%. These reports help the Project Manager
reallocate resources to get a project back on schedule. They include:
A prepared and updated project schedule
A schedule for additional service requests, if any
A schedule of deviations, approved by the agency, if any
Budget Controls
Once a final price and budget is established, costs are assigned to each task. The task costs are then loaded into our
project management software, Ajera. Individual job and task costs are reviewed at least twice a week, once at the
end of the week when all employees have entered their time and again before the weekly project management
meeting. If additional services are requested, a budget for these services will be prepared for approval by the City.
Budget adherence will be the responsibility of the Project Manager, who will be the point of communication on
these matters. The Project Manager will review all invoices and ensure they conform to City standards. See the
flowchart below for a visual representation of this process.
Quality Assurance/Quality Control (QA/QC)
WLG’s Quality Assurance/Quality Control (QA/QC) process begins with personal responsibility, a commitment to
excellence, and pride in our work, both individually and collectively. The core of WLG’s QA/QC process an internal
peer review of work performed within each department of the company. Internal peer review, conducted before
professional review, promotes collaboration and maximizes the use of collective knowledge and resources. This
approach improves conformance to survey and mapping procedures and standards, as well as ensures consistency in
deliverables.
To maintain the highest standards, WLG's Project Managers adhere to a set of established processes and procedures
designed to ensure organization and thorough documentation throughout the project. These processes include:
Project-specific work plan and scope
Initial project research checklist
Set Budget Assign Costs to
Task
Enter Costs into
Software
Review Costs
Twice a Week
Prepare Budget
for Extra Services
Project Manager
Oversees Budget
Project Manager
Reviews Invoices
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 54
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Field survey request form
Daily field data assessment form
Survey data processing and adjustment form
Project scope assessment checklist
Automated CAD standards checker
Project transmittal form
WLG’s Project Manager is ultimately responsible for
overseeing the overall quality of the product. Each
deliverable undergoes a thorough review before being sent
to the City. The Project Manager prepares and signs the
transmittal to the client, certifying that the final deliverable
was prepared in accordance with the project requirements.
Multi-Step QA/QC Process
WLG has implemented a multi-step approach to QA/QC to
provide the best possible services and products for clients. This ongoing process begins during the initial project
scoping phase and continues through final project development. The first step in this process is understanding the
client's expectations and requirements, ensuring that a complete and quality product is delivered.
WLG’s internal QA/QC program is flexible and tailored to meet the needs of each assigned project. Some of the
general functions of a standard civil engineering QA/QC plan include:
Clear Project Expectations: Before starting design work, a Project Kick-Off Meeting is held with the key team
members, including design disciplines, subconsultants, and geomatics, to discuss the client’s expectations,
project schedule, workflow, and deliverables.
Site Visit for Better Project Understanding: A site visit is scheduled before any design or investigation work
begins to ensure that the project components and constraints are fully understood. After the field
investigation, a back-check is performed to ensure completeness.
Preliminary Design Report: Once the field investigation and preliminary site studies are complete, WLG
often prepares a Preliminary Design Report. This document presents project findings, key issues, budget
scenarios, and preliminary site plans, and is used to refine the project scope, tasks, and objectives.
Design Workshops: Depending on the project scope, WLG may coordinate a Design Workshop to ensure
quality in design and coordination among various disciplines. This may include internal QA/QC audits or
"over-the-shoulder" reviews on all plan sets, with an independent QA/QC contractor or peer reviewer
retained as necessary.
QA/QC Review: A formal review of project deliverables is conducted prior to all milestones. The review
includes plan checking of designs and revisions against City standards, specifications, and the project scope
for technical accuracy and presentation. All previous milestone reviews are backchecked and verified for
completeness before the final submittal.
Constructability Review: Prior to bid, WLG performs a comprehensive constructability review, including
cross-checking design elements to ensure there are no conflicts between components, such as underground
utilities and existing or proposed infrastructure.
QUALITY
MGMT. PLAN
QUALITY
ASSURANCE
QUALITY
CONTROL
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 55
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
WLG’s Project Manager is ultimately responsible for the overall product quality. All deliverables undergo a final
review before being delivered to the City. The Project Manager prepares and signs the transmittal to the client,
ensuring that the final deliverable meets the project requirements and is ready for submission. The QA/QC process
ensures that WLG consistently provides high-quality results that align with client expectations and project goals. Safety
WLG has not committed any serious violations within the
last two (2) years or any willful violations of federal or state
OSHA regulations within the last five (years). Please see
WLG’s Safety Record Form for review. Please see WLG’s
uploaded Safety Record Form for details.
Health & Safety Plan
WLG’s Health & Safety Plan aims to minimize and reduce
accidents and the likelihood of potentially serious events. WLG’s Project Manager will coordinate with City
personnel at the beginning of each project for all necessary safety and environmental training to ensure that all field
survey crews have completed any site-specific training or certification that may be required.
WLG has an Injury and Illness Prevention Program (IIPP) in place
that is followed while working in the field and has adopted a
comprehensive safety plan that complies with Caltrans, OSHA,
and ISN requirements. The IIPP is intended to prepare all parties
for their respective responsibility in carrying out, in full, their
respective duties and establish a safe and healthy work
environment at the project sites. The Project Manager is
responsible for the activities to be performed by the Field Crew.
WLG has provided OSHA 30-hour training and certification for all
team leads and holds these individuals accountable for
enforcement, implementation, execution, and supervision of field
survey activities in conjunction with all applicable local, state, and
federal regulations, standards, codes, and rules etc. All assistants who work in the field have completed their OSHA
10-hour safety training. WLG employees can stop work for unsafe acts or potential environmental damage.
WLG’s Health and Safety Plan (HSP) may be superseded by a Site-Specific Safety Plan (SSSP) that is active on sites
where the firm is contracted to work. The SSSP exceeds WLG safety requirements. WLG has established a detailed
HSP to delineate specific safety requirements for the activities to be performed. Safe working conditions can be
achieved when all personnel take responsibility for their own and others' safety.
The project plan consists of some of the following safety items:
A Job Specific Safety Plan (JSSP)
Vehicle Safety Plan
Safe Plan of Action (SPA) Including:
Roadside Safety
Construction Site Safety
Off the Beaten Path
Seasonal Needs
A SOLID SAFETY PROGRAM
WLG takes the safety of our field crews, and the
community very seriously. Over the years, WLG
has adopted and incorporated the Caltrans
Survey Manual and Code of Safe Survey
Practices into WLG’s safety program.
Photo 5: WLG’s field surveyors conducting a site-
specific project and safety meeting at an industrial job
site.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
2023
8885 Haven Ave, Suite 100 | Rancho Cucamonga, CA 91730
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 1
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
5.1 Survey and Mapping
Project Understanding
Land Surveying will include an array of services including legal descriptions, plats, and maps; research; boundary line
adjustments; monument perpetuation/preservation; setting boundary monuments; boundary retracement;
property line/boundary location, relocation, establishment reestablishment, or retracing; Records of Survey; review
of exhibits, title reports/existing easements, improvement plans, and maps/surveys (Parcel, Final, Tentative Maps);
redline check prints; check letter; construction staking; setting of line and grade stakes; investigate discrepancies;
alignment/elevation locating, relocating, establishment, reestablishment, or retracing; determine contours; and
photogrammetric/aerial surveying/photographs.
All work will be performed by or under the direct supervision of a qualified, licensed California Professional Land
Surveyor (PLS). All fieldwork will be conducted with safety and quality as the highest priority and following proven
survey procedures and standards and will conform to the requirements of National Mapping Standards, The
Greenbook, Subdivision Map Act, California Professional Land Surveyors Act, Caltrans Survey Manual, and Orange
County Standards. WLG is well equipped with state-of-the-art technology, including GPS, LiDAR, UAVs (drones),
utility locating equipment, Geodetic Control Surveys, and GIS/CADD Integration.
Horizontal Control will be based on the 1983 North American Datum (NAD83), tied to a minimum of two proximate
County control points. Project coordinate values will be provided in U.S. Survey Feet. The County control points will
determine the Basis of Bearing for the project. Vertical control will be based on the North American Vertical Datum
of 1988 (NAVD88), tied to a minimum of two proximate County benchmarks. Project elevations will be provided in
U.S. Survey Feet. The project's horizontal alignment(s) will be tied to the survey centerline monuments within the
project area.
WLG has put together a strong surveying team who are experienced and qualified to provide all specific services as
enumerated in the SOQ The senior staff assigned to this contract are professionals experienced with on-call services
and understand the importance of flexibility in scheduling and prompt responses to task requests. All work will be
performed by or under the direct supervision of a qualified, licensed California PLS. All fieldwork will be performed
with safety as the highest priority and following proven survey procedures and standards and will conform to the
requirements of the California Professional Land Surveyors Act, Caltrans Survey Manual, San Bernardino County
Standards, and any others that may apply.
Recognizing that each project presents unique challenges, WLG will tailor its project management approach to fit
the specific needs of each survey and mapping project. The flow chart on the following page outlines the essential
steps for WLG’s survey and mapping services under the on-call contract with City/Client. The outline, which may be
adjusted based on specific project tasks and schedule requirements as requested by the City/Client, ensures a clear
and efficient approach to supporting the City’s capital improvement and development projects. From task order
initiation to final delivery, each stage is designed for accuracy, compliance, and timely execution. This streamlined
flow helps both City and WLG staff quickly understand the service process and set clear expectations for successful
project completion.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 2
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Task Order
Request
•City identifies project and requests task order.
•WLG reviews and accepts task order.
Project
Planning
•Confirm project scope, schedule, and resources.
•Contract administration set up.
Field Work
•Conduct surveys (boundary, topographic, construction staking).
•Gather data for record drawings and GPS coordinates.
Data
Analyzing &
Drafting
•Process and analyze survey data.
•Prepare detailed plots and legal descriptions.
Review &
Revisions
•Submit drafts for City feedback.
•Make necessary revisions based on input.
Final
Delivery
•Provide completed survey maps and documents.
•Ensure compliance with project and agency standards.
Project
Closeout
•Address final questions or minor adjustments.
•Archive completed project files.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 3
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Project Approach
Utility Research
Upon Notification to Proceed (NTP), WLG’s project manager will begin coordination and planning of the survey of the
project. Following an initial kickoff meeting with the City, the Field Crew will start submitting facility request letters
to all utility purveyors, including, but not limited to, the City, outside water agencies, electric companies, telephone
and cable providers, gas companies, etc. to obtain documentation for any of their facilities in the project area. This
task depends on timely responses from the utility companies to facilitate this effort. WLG staff send follow-up
correspondence every week until the facility records are obtained.
Field Survey Operations
The field survey will use precise GPS methods for the primary control across the site to establish the horizontal
control (NAD83, Epoch 2017.5) and tie into County vertical control and the survey data will be processed and
adjusted in Trimble Business Center (TBC). Team members will then continue the field survey on the adjusted
control. They will locate existing monuments to establish the centerline and R/W for street projects. While most
records are available online, some road dedication documents may require visits to the County and City. Survey
control is then set for conventional topographic surveying and the stationing layout.
All ground surveys following the initial GPS control will be conducted using conventional methods, primarily a total
station will be used to collect all the designated elements needed for the topographic survey for street, concrete, and
water improvements by locating all visible features, such as high points, low points, curbs and gutters, concrete
cross gutters, driveways, sidewalks, mailboxes, trees, utility lines, utility boxes, power poles, guy wires, signing,
striping, and any other existing topographical features within the public R/W. The roadway topographic data will be
collected at a minimum of 50 feet cross sections, with tighter spacing in areas where appropriate.
Topographical, Boundary and Control Surveys
Each survey task will be planned and performed appropriately to achieve the level of accuracy required to meet the
City’s needs. At a minimum, all topographic surveys will include surface elevations sufficient to develop one-foot
contours and all other elements that are usual and customary for a topographic survey (as listed in this RFP). In
providing superior surveying and mapping services, WLG utilizes proven survey methods, modern survey equipment
(GPS, robotic total Station, and 3D laser scanners), and current versions of AutoCAD Civil 3D and all other supporting
software platforms.
Topographic surveys, boundary and ownership identification surveys, and surveys related explicitly to engineering
design projects typically begin with extensive research to gather record maps, deeds, and title documents necessary
to plan the survey effectively and to assist WLG’s crews in the field with locating existing survey control and
monumentation. Once the research is completed and reviewed, team members prepare record boundary plots with
calculated coordinates for all primary and secondary boundary monuments required to establish street centerlines,
R/W, and any parcel lines or corners required for the project. A survey package with all pertinent research,
calculations, and detailed project instructions is prepared and provided to field crews before moving on to the site
and commencing work. Topographic field surveys generally consist of:
Establishing horizontal and vertical control
Locating R/W boundaries
Locating visible existing topographical features within the public R/W
Determining horizontal location and elevation points of concrete flow line for data plotting profile and
determining limits of concrete repairs and construction
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 4
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Locating the street centerline and mark stations on the curb or curb line projections
Determining elevations along and across the centerline for plotting profile and cross-sections
Plotting the centerline profile and cross-sections using current versions of AutoCAD Civil3D.
Aerial LiDAR and Photogrammetry
WLG provides in-house aerial LiDAR and photogrammetry services for a variety of jobs. Aerial operations are done in
conjunction with typical survey ground crews to help with safety, efficiency, and accuracy for many types of
surveying applications. For projects beyond the feasibility of small unmanned aerial systems (sUAS), WLG works with
trusted traditional manned aerial photogrammetry/LiDAR firms to capture the necessary data. As with all aerial
operations, a tight ground control network of aerial targets is imperative for accurate topographic mapping. WLG’s
surveyors set the aerial targets using both RTK and Static GPS observations depending on the level of detail required
for the job. Not every job needs, or should have, an aerial component. Therefore, WLG’s aerial managers verify with
both local and federal agencies, as well as with the client, for the feasibility and safety of aerial operations. All aerial
operations shall comply with both local and federal (FAA) rules and regulations. WLG processes all survey and aerial
data in house, on local computers, utilizing check shots from the ground survey for accuracy verification. WLG meets
and exceeds the typical ASPRS Mapping Standards of half a contour interval of vertical accuracy, typically achieving
0.2 feet +/- vertically and 0.05 feet +/- horizontally. Once the aerial data has been processed, adjusted, and QC’d to
the survey control network, it can be utilized in a CAD based program for mapping, reference, and analysis for the
project. It can also be utilized as a snapshot of the current site conditions of a project for later use.
Construction and Demo
WLG has a wealth of knowledge & experience with a wide variety of construction services offered that include
Rough, Mass & Precise Grading, Utilities Improvements (Storm Drain, Sewer Domestic Water, Fire Water, Re-
Claimed Water, Lift & Pump Stations, Edison & Electrical Staking), Offsite Street Improvements, On Site
Improvements & hardscape, Retaining & Screen Walls, Curbs & transitions, High-Rise building layout lines, Bridge
improvement layout lines, Construction limits, Demo Limits, Removals & Saw Cut Line Layouts.
Base Maps and Sheet Layouts
Topographical data and boundary data collected in the field will be provided to WLG’s office technicians to begin
mapping the planimetric data, establish boundary linework and information, generate a TIN surface with one-foot
contours, and note elevations along the centerline for plotting profile and cross-sections in AutoCAD Civil 3D v2020
(or current). WLG will show the street’s existing conditions in a profile view and generate cross-sections every 100
feet. The plan view will have existing elevations labeled at 100-foot intervals and notated in parentheses per the
City’s request. The utility records information received during the investigation will be analyzed and considered in
conjunction with above-ground visible evidence collected during the survey to plot utility information. Sheet layouts
will include a title page displaying a vicinity map, overall boundary information, survey notes, and a sheet index.
Subsequent sheets will have the plan view, cross sections, and details. Plan views and cross sections will be at a
standard engineering scale most commonly 1”=20’. Larger scales may be used if required. Before delivering to the
City’s Project Manager, staff will conduct a thorough QA/QC of the mapping and deliverables to ensure that all
design elements and requested features have been incorporated into the CAD deliverable.
Monument Preservation & Corner Records
The process for monument preservation involves several key steps to ensure that survey monuments, which mark
boundaries or significant reference points, remain intact and functional for long-term use. Here’s an outline of the
process:
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 5
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Identification and Documentation
o The first step in monument preservation is identifying and documenting existing monuments.
Surveyors assess the condition, location, and historical significance of these markers. Detailed
records are made, noting their physical characteristics, tie-outs to monument ties, GPS coordinates,
and any relevant references to surrounding landmarks or natural features.
Re-establishing Survey Monuments
o In cases where monuments are disturbed or destroyed (e.g., during construction), surveyors may
need to re-establish the monument’s original position. This is done by re-surveying the area using
modern equipment (like GPS or total stations or even pulling invar tape to existing ties) to accurately
pinpoint the location of the original monument.
Documentation and Recordkeeping of Coner Records
o After any preservation, reconstruction, or maintenance work, surveyors update public land records
(Corner Records) and local authorities to reflect the status of the monuments. This ensures that
anyone referencing the monuments in future surveys has access to accurate, up-to-date
information.
Legal Descriptions & Plat Maps for Right-of-Way Acquisitions
Research and analyze recorded deeds to gather necessary property information.
Perform boundary analysis, including review of underlying and adjacent surveys, to establish property limits.
If necessary, tie property boundaries to existing monumentation and map any necessary facilities.
Prepare a clear and precise legal description that describes the property and area in question in compliance
with client or jurisdictional requirements.
Prepare accompanying exhibits, such as plats or maps, to visually depict the property boundary boundaries
and provide context for the legal description.
Conduct a thorough quality control (QC) review to verify the accuracy and completeness of the legal
description and exhibits before final delivery.
Provide final legal description and plat in PDF format.
Records of Survey
WLG will perform a diligent search for all record maps, deeds, and corner records recorded with the city and county
affecting the parcel(s) in question. Once all record documents have been gathered, the boundary department will
create a search plan for the survey crews. This search plan will help guide the survey crews to perform an extensive
search for all recoverable monuments. With the Field notes and the field data obtained by the survey crew, the
boundary department will reestablish the property lines of the parcel(s) in question. After the reestablished
boundary has been reviewed by a PLS, the mapping department will create a Record of Survey. All records of survey
will be created using the standards provided by the county on the county surveyors website. Once the final mapping
is complete, the Record of Survey will be reviewed by a PLS. A copy of the Record of Survey will be submitted to the
City for review. With approval from the City, WLG will create a digital deliverable package including the Record of
Survey, all pertinent record maps, and a closure report will be created and uploaded to the county surveyor. After
the county surveyor has revised the map, they will send WLG a Record of Survey Number, along with any changes to
the map, or requests for additional information. The stamped and signed copy will be submitted after a final PLS
review.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 6
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Tentative and Final Tract Maps, Parcel Maps
Prepare a Tentative Map and related Application Documents for one (1) parcel per San Bernardino County’s
requirements including the following:
Review agency criteria for tentative maps.
o Obtain Parcel Map Number from the County of San Bernardino.
o Name(s), addresses and phone numbers of owner applicant.
o Project Identification, such as, assessor parcel number, street addresses, legal description and
vicinity map.
o Project site and surrounding properties zoning and land uses.
Obtain site boundary and topographic base map. Boundary information shall be compiled from previously
gathered research material or from current field surveys. Base map shall include elements required by the
Agency, and:
o Property lines of the site and adjacent properties.
o Existing utilities and drainage facilities.
o Existing buildings, either on-site or off-site within 50 feet (50’) of property boundaries.
o Existing roads, curbs and driveways.
o Title information, easements and other encumbrances.
o Trees and significant vegetation.
o Limits of significant slopes.
Show proposed development plan on base map. Proposed improvements to be shown on the plan shall
include:
o Proposed lot lines, street right-of-way dedications and easements, if applicable.
o Proposed grades with key spot elevations and general grade patterns.
o Proposed storm drain, sanitary sewer and water lines.
Prepare a Final Tract or Parcel Map based on the approved Tentative Map. During this phase, WLG will prepare the
Final Parcel Map in accordance with the City of Rancho Cucamonga mapping standards and County of San
Bernardino requirements to record a final map. WLG’s final map processing is based on the assumption that the
owners of record and deeds of trust noted in the Subdivision Guarantee Report will be substantially similar to those
contained in the Preliminary Title Report used for the development of the Tentative Tract or Parcel Map.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 1
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
5.3 General Engineering
Project Scoping Phase -On Call Services
After the City releases the Civil Design RFP project for receipt of Technical and Fee based proposals, WLG’s project
team will perform a complete review of the project specific tasks and goals as set by the City. This work will include
tasks performed by the WLG team to familiarize our team with the RFP, project design requirements, site conditions,
and the specific team requirements for completing the project design. WLG will request a meeting with the City
Project Manager to review the schedule, budget, funding requirements, and other specific controls tied to the
project.
WLG will review available record plans, technical reports, project conditions, permitting requirements to allow our
design team to provide a concise and formatted approach to project completion. WLG will review our staff
resources and assign our in-house design engineers and supporting consultant team members to provide a complete
and experienced team to fulfill the project requirements.
WLG’S Workflow for Design Project Execution
WLG is committed to establishing a strong working relationship with the City’s project management team from the
outset. Our approach involves engaging with both the agency staff and the project team to fully understand project
goals and scheduling commitments before entering the contract phase.
WLG Project Manager will lead this effort, supported by project engineering team and any consultants as needed.
Together, they will review project goals and objectives, adjust the schedule as necessary, and set up effective
communication channels for the project's duration.
Recognizing that each project presents unique challenges, WLG will tailor its project management approach to fit
the specific needs of this design project. The outline below highlights the WLG standard management approach that
is utilized on all projects. The outline, which may be adjusted based on specific project tasks and schedule
requirements as requested by the City/Client, outlines the actions and deliverables necessary to effectively manage
the design project, ensuring a clear and structured approach from start to finish.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 2
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Project Approach – Sample
Our approach is to establish a strong working relationship with the City’s project management team prior to the
start of the contract phase with City staff and project team to obtain an understanding of the City’s goals and
scheduling commitments for project services. We review the goals and objectives the client has set for each project,
review and make additions or adjustments to the schedule, and constructively use this time to establish the lines of
communication for the duration of the project. Below is WLG’s sample scope of work utilized on many Civil
Engineering Contract Assignments. The actual project management and design services outline will be reviewed and
tailored to fulfill the Client and project-specific requirements.
Phase A Project Administration
Task 1A- Project Management: WLG’s Project Manager will meet with the city during the field review and design
for general coordination discussion and review of design tasks, issues, technical reports, and plan check submittals.
Listen &
Understand
•WLG will meet with the City’s staff and key stakeholders to review goals, scope, and schedule.
Team
Readiness &
Alignment
•WLG's Project Manager, Engineers, and supporting staff are fully briefed and aligned with the
project requirements. They will ensure all team members are prepared to start work effectively.
Work Closely
with the City
•WLG will regularly communication through meetings, email, and phone. WLG will provide
professional and technical design services for completion of the contract services.
Team
Coordination
•WLG will schedule meetings and communicate with subconsultants, stakeholders, and the City to
exchange ideas and information.
QA/QC
•WLG will implement in-house checkpoints and reviews to ensure high-quality deliverables.
Maintain
Schedule
•WLG will have internal meetings to track progress, address delays, and adjust staffing if needed.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 3
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Project coordination meetings are scheduled and held at key times for each project timeline and as needed, to
resolve and review items of concern. The Project Manager will be the main point of contact for the duration of the
contract and will provide project controls, coordination, staffing, and scheduling of the WLG design team and
consultants. This will include tracking project progress, permitting requirements, advising the city on schedule
status, and coordination with outside agencies. This work will include technical and cursory reviews of deliverable
documents prepared by WLG’s team and subconsultants.
The Project Manager will prepare and submit monthly progress reports summarizing the actual work performed,
project issues, and status of the project schedule and budget. At a minimum, the reports will reflect the following:
Highlights of accomplishments
Current project status
Actual vs. scheduled percentages complete by task
Explanation of schedule deviations
Accomplishments planned for the next reporting period
Deliverables: Monthly Progress Reports, Progress Schedule Updates
Task 2A Project Meetings: During the field review and project design, meetings will be established to provide time
for WLG and the City to meet and review the project’s investigation process, specific designs, and presentation of
critical information. Meetings will be at the City’s offices, via Zoom team meetings, or in the field, as necessary, to
discuss and resolve the project designs.
Deliverables: Meeting Minutes
Task 3A Quality Control/Quality Assurance: During the project design and management services performed for
the project, a WLG quality control engineer with recent and relevant project experience in public works engineering
designs and construction operations will perform regularly scheduled meetings with the design team to review plan
design, and discuss quality reviews on plan preparation, details, and general plan development. Comments received
from the QA/QC process will be reviewed with the city and included in the final plan designs. The QA/QC process
includes a review of all subconsultant tasks, plans, and reports provided as part of the contract services.
Deliverables: Technical Memorandums
Phase B Preliminary Field Investigations
Task 1B Field Investigations: WLG will perform site investigations to conduct a thorough site inspection of the
project areas to investigate and appraise the condition of all existing project conditions including utility
improvements, street drainage patterns, pavement conditions, and parkway and sidewalk access configurations.
Inspections will include a site evaluation and verifications of street widths, project condition, and the visible
condition of the roadway pavement surfacing, parking improvements, and utility facilities within the project
location.
Deliverables: Field Investigation Memorandum
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 4
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Task 2B Topographic Survey: WLG will utilize the City’s current benchmark elevations for vertical design control.
Horizontal control for the survey will be tied into found survey monuments and centerline control within the project
limits. Survey centerlines will be tied to the State Plane Coordinate System or into existing City GPS/County and state
plane control points.
Survey research will include existing City, County, and Caltrans or other agency right-of-way information found from
record maps and boundary descriptions. The completion of the field survey will include street and project limit
topography for existing street improvements. Data will be obtained from ground shots, aerial imagery, and survey
imaging scanning. Topography will obtain control elevations for all existing curbs, pavement surfaces, and critical
grade points for use in project designs. Supplemental topography will be obtained to complete and verify design
parameters, join elevations, and site-specific controls upon determining the final project limits.
WLG’s survey team will compile the field survey data using both static field and GPS instruments, and the use of
Mobile Lidar laser scanning. The laser scanning will provide a comprehensive topo base for use in preparing the
survey design of surfaces and topographic features. The laser scanning provides a high-definition digital base for use
by the design team in the new street-accessible construction. The use of static topography will be utilized for
smaller site construction improvements where scanning equipment is not required.
WLG will notify USA Dig-Alert Services to notify and obtain a listing of all known utility operators with current
facilities along the roadway and request marking of the roadway for all utility locations. Upon USA marking, the
WLG survey teams will survey the marked locations for inclusion on the project base maps.
All topographic data will be obtained digitally and converted for use in AutoCAD 3D design software.
Deliverables: Digital Topographic Survey, Project Survey Notes
Task 3B As-Built Data Collection and Utility Research: WLG will compile a comprehensive project database,
starting with city provided documents for the project locations. These documents will be reviewed and cataloged,
then supplemented with record drawings for streets, drains, sewer, water, and record right of way and tract maps
for the project area. WLG will submit a notification request to the city water, sewer, electric, telephone, CATV, gas,
and other non-utility companies within the city to request record atlas and conduit maps for use in basemap
preparation.
The plans will include information obtained from the right-of-way and utility research task, including the utility lines
size, type, and ownership as determined by the research phase.
Deliverables: Utility Correspondence Log, Record Plans, Right of Way Documents
Task 4B Prepare Project Base Maps: WLG will prepare plans and profile sheets for the project locations based on
the locations listed in the City’s RFP. The project plans will be prepared in AutoCAD 2023 compatible drawing
software and include the project title, construction details, and typical section sheets for use in the project reviews
and formal designs. These base sheets will be utilized by the subconsultants retained for the duration of the project
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 5
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
contract. Base plans will include available underground utility alignments, existing topography features, and related
roadway information required for plan designs. When required WLG team will utilize enhanced project details to
provide specific design level information for during construction to provide additional control and design
information to the construction team.
Deliverable: Project Base maps in AutoCAD format
Phase C Preliminary Design
Task 1C Civil Engineering Plans: WLG will prepare preliminary design-level drawings at the 35% completion stage
with sufficient detail for the city to review and approve the concepts and project requirements prior to proceeding
to final design development. The plans will provide conceptual alignments, layouts of curb alignments, sidewalk and
access ramp improvements, and recommendations for utility relocations or adjustments.
The preliminary design plans will utilize the survey information and base maps completed under previous project
tasks. The plans submitted to the city will highlight the recommended design alignments, improvements, and
alternatives to determine how to meet the project's goals and objectives.
WLG will provide preliminary budget-level cost estimates for each project location for the city to review. The
estimates will utilize current industry cost rates for similar construction work and include quantity take-offs based
on the civil design plans.
Deliverables: Preliminary Civil Plan Layout Sheets/Preliminary Cost Estimates
Task 2C Conceptual Utility Engineering Plans: WLG Engineers will prepare preliminary design-level drawings for
the layout and alignment of the proposed utility improvements, including conceptual designs for the wet and dry
pipeline. The pipeline alignment and sizing will be determined on optimal fit for the existing street improvements,
utility facilities, and City standard alignment recommendations.
Deliverables: Preliminary Utility Design Concepts
Task 3C- Utility Pothole Locating Services: WLG will provide field locating and potholing services at locations
approved by the City based on preliminary civil designs and potential utility relocation requirements. Potholing
services will be performed with the use of vacuum excavation equipment. The potholing services will include no fee
permits issued by the City, and final pavement restoration will include concrete surfacing and/or cold mix asphalt
concrete patching.
Deliverables: Utility Pothole Location Report
Phase D Final Design PS&E
Task 1D Street Civil Plans: The project improvement plans will be prepared based on the approved alignments,
budgets, and scheduled improvements as outlined in the original scope of the service proposal and any additions or
changes to the scope of work. The final design will include a plan and profile, grading plans, and other civil-related
improvement plans required to correctly show the limits of work, the type of work proposed, and the required
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 6
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
controls to allow the contractor to construct the scheduled work. Plans will be prepared in approved plan scales and
dimensions, with additional enhanced details as required to reflect the improvements. Plans will include all known
underground utilities and aboveground surface features affecting the site construction. Specific project-related
construction notes will be provided to direct the construction work to be completed.
Deliverables: Engineering Street/ Design Plans
Task 2D Traffic Engineering Plans:
Traffic plans will be prepared based on the approved median layout and approved striping alterations to the existing
intersection configuration. Plans will utilize the City standard title block format and be prepared at 1” =20 scale
sheets. Plans will include quantity listing and details of all signs for use in construction bidding.
Traffic signing and striping modifications will be provided for each intersection or roadway based on the final design
and layout of the new curb ramps. Pavement striping and signage will be shown on the Civil plans with specific
details and notes to reflect the proposed traffic engineering improvements.
Deliverables: Traffic Engineering Plans/Details/Notes
Task 3D Street Lighting Plans
WLG will provide highway safety lighting designs for roadways, parking lots, and open areas based on the City’s
lighting design requirements. The lighting designs will include SCE type LS1, LS2 and LS3 service requirements.
Lighting circuit designs will be provided for non-SCE designed installations. Foundation plan design and calculations
will be provided for custom light standards.
Deliverables: Street Lighting Plans/Circuit designs
Task 4D Structural Engineering
WLG’s consultant, Rende Consulting, Inc., will provide structural engineering design services for all project
assignments as required by specific project design. This service will include providing structural reports,
calculations, and plan details required to provide the necessary plans and details to complete the project.
Deliverables: Structural Engineering Plans/Calculations/Reports
Task 5D Landscape Architecture: WLG consultant Segura and Associates will provide landscape architecture
design services for all project assignments. Services will include conceptual designs, studies, title 24 and MWELO
supporting reports to complete the project and receive project approvals.
Deliverables: Landscape/Irrigation Plans and Reports
Task 6D Contract Specifications/Bid Schedule Outline: WLG will review the city standard bid specifications and
provide special provisions related to the proposed improvements. This work will also include reviewing all State and
Federal guidelines for public bidding of public works projects and incorporation of all required technical and special
contract provisions.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
\
Page | 7
VARIOUS ON-CALL SERVICES
Statement of Qualifications (SOQ) #24/25-501
Survey & Mapping and General Engineering Services
Provide bid schedule outline with engineering estimate.
Deliverables: Draft Contract PS&E Bid Documents
Phase E Final Plan Submittals
WLG and our team of subconsultants will provide final signed bid documents upon the City final approval. Prior to
the final plan submittal, the plans will address all outstanding plan check reviews and comments received for the
city.
Deliverables: Final Signed Construction Plans/ Contract PS&E Bid Documents/Engineers Estimate.
Phase F Phase Construction Services
Task 1F Bid Support Services
WLG will provide the following services to the city to facilitate construction bidding:
Responding to Contractor RFI’s
Preparation of Bid Addendums
Provide plans interpretation and Consultation
Attendance at Pre-Bid Conferences
Deliverables: Technical Bulletins/Addendums/Bid Support Services
Task 2F Construction Support Services
WLG will provide the following services in support of the project design plans during the construction phase:
Review of Contractor shop drawings/submittals
Review Contractor issued Change orders
Review and respond to construction issues
Prepare As-built drawings
Deliverables: Construction Support Services
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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.
Matthew H. Okubo, PLS
None
President/Principal
______________________________________
______________________________________01/13/2025
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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.
Matthew H. Okubo, PLS
President/Principal
01/13/2025
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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.
President/PrincipalMatthew H. Okubo, PLS
WestLAND Group, Inc.
Matthew H. Okubo, PLS
President/Principal
01/13/2025
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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.
Matthew H. Okubo, PLS
President/Principal
01/13/2025
Addendum No. 001
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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.
WestLAND Group, Inc.
Matthew H. Okubo, PLS
President/Principal
01/13/2025
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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.
180
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
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.
WestLAND Group, Inc.
888-787-1668
8885 Haven Ave, Suite 100
Rancho Cucamonga, CA 91730
https://westlandgroup.net/
01/13/2025
mokubo@westlandgroup.net
Matthew Okubo President/Principal, PLS
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
1
Leading the Way Through Superior Client Service, Innovation, and a Commitment to Excellence 8885 Haven Ave., Suite 100, Rancho Cucamonga, CA 91730 | P: 909.989.9789 | F: 909.989.9660 | www.westlandgroup.net
Engineering | Geospatial | Land Planning
WESTLAND GROUP, INC.
RATE SHEET
City of Rancho Cucamonga
Various On-Call Services, SOQ #24/25-501
WLG rates are valid for the full term of the agreement, from 2025 to 2030.
GENERAL CIVIL ENGINEERING / SURVEY & MAPPING - OFFICE SERVICES
Principal ................................................................................................................................................... $300/hr
Senior Project Manager ........................................................................................................................... $220/hr
Project Manager ...................................................................................................................................... $200/hr
QA/QC Specialist ...................................................................................................................................... $190/hr
Project Engineer/Surveyor/Senior Designer ........................................................................................... $180/hr
Designer/Staff Engineer .......................................................................................................................... $155/hr
Mapping/Survey/GIS Analyst .................................................................................................................. $145/hr
Mapping/Survey/Engineering/GIS Technician ........................................................................................ $135/hr
Administration ........................................................................................................................................... $95/hr
Engineering Aide/Intern ............................................................................................................................ $80/hr
FIELD SERVICES
Geospatial (Surveying, UAV, LiDAR, etc.)
1-Man Survey Crew with Equipment .............................................................................................. $185/hr ($240/hr PW*)
2-Man Survey Crew with Equipment .............................................................................................. $285/hr ($360/hr PW*)
3-Man Survey Crew with Equipment .............................................................................................. $365/hr ($440/hr PW*)
Utility Locating (Wet, Dry, CCTV, Manhole Dips, etc.)
1-Man Utility Locating Crew with Equipment ................................................................ $175/hr ($195/hr PW*)
2-Man Utility Locating Crew with Equipment ................................................................ $270/hr ($330/hr PW*)
Utility Locating Project Manager ............................................................................................................ $175/hr
Utility Locating Analyst………………………………………………………………………………………………………………………$140/hr
Drafter/Mapper…………………………………………………………………………………………………………………………………$125/hr
* PW = Prevailing Wage
Note(s):
Hourly rates for field crews include normal usage of field equipment and are fully equipped rates,
including vehicle.
There is a four (4) hour minimum call out.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35
2
Leading the Way Through Superior Client Service, Innovation, and a Commitment to Excellence 8885 Haven Ave., Suite 100, Rancho Cucamonga, CA 91730 | P: 909.989.9789 | F: 909.989.9660 | www.westlandgroup.net
Engineering | Geospatial | Land Planning
Rate Adjustment Provisions:
WLG acknowledges and agrees to the following rate adjustment provisions:
Commencing July 1, 2026, and on each July 1 thereafter, WLG shall notify the City by May 15 of each year if it
intends to request an increase to the annual contract rates. Any such request will be subject to good faith
negotiations with the City.
WLG further acknowledges that any proposed rate adjustment exceeding the percentage increase in the U.S.
Department of Labor, Bureau of Labor Statistics’ Consumer Price Index for All Urban Consumers (CPI) for the
Riverside-San Bernardino-Ontario area, for the twelve-month period ending on the immediately prior April 30,
will require prior approval by the City Council. In no event shall rates increase by more than five percent (5%) in
any given year without City Council approval, regardless of the CPI increase.
REIMBURSABLE EXPENSES
Mileage incurred by office employees is charged at current IRS rates. Out-of-town stays will be billed at cost per
person per night with client approval. Prints, maps, documents, messenger service, air travel, rental equipment,
and other direct expenses (material/supplies) will be charged at cost plus 10%. The services of outside
consultants will be charged at cost plus 15%.
Docusign Envelope ID: E513AB78-52DA-409C-99CA-0E7944D0051EDocusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35