Loading...
HomeMy WebLinkAboutCO 2025-180 - 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 civil engineering design 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 civil engineering design 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 2025-180 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 $1,000,000 (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 President / Principal 9/4/2025 | 12:25 PM MDT President/Principal 9/4/2025 | 10:17 AM PDT Docusign Envelope ID: BCF10FD2-1A90-4A8F-967F-09CEBBE8FE35 9/10/2025 | 5:45 AM PDT Mayor/President Fire Chief 9/10/2025 | 7:11 AM PDT 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