Loading...
HomeMy WebLinkAboutCO 2025-144 - Gillis and Panichapan ArchitectsPSA 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 Gillis and Panichapan Architects., a California Corporation (“Consultant”). RECITALS A.City has heretofore issued its request for proposals to perform the following design professional services: on-call architectural engineering 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 architectural engineering 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 2025-144 Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 2 percent (10%) of the total compensation specified in Section 3, may be approved in writing by the City’s City Manager without amendment. 1.3 Time for Performance. Consultant shall perform all services under this Agreement in a timely, regular basis consistent with industry standards for professional skill and care, and in accordance with any schedule of performance set forth in the Scope of Work, or as set forth in a “Schedule of Performance”. 1.4 Standard of Care. As a material inducement to City to enter into this Agreement, Consultant hereby represents that it has the experience necessary to undertake the services to be provided. In light of such status and experience, Consultant hereby covenants that it shall follow the customary professional standards in performing the Services. 1.5 Familiarity with Services. By executing this Agreement, Consultant represents that, to the extent required by the standard of practice, Consultant (a) has investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c) understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Consultant represents that Consultant, to the extent required by the standard of practice, has investigated any areas of work, as applicable, and is reasonably acquainted with the conditions therein. Should Consultant discover any latent or unknown conditions, which will materially affect the performance of services, Consultant shall immediately inform City of such fact and shall not proceed except at Consultant’s risk until written instructions are received from the City Representative. 2. Term of Agreement. The term of this Agreement shall be five (5) years and shall become effective as of the date of the mutual execution by way of both parties’ signature (the “Effective Date”). No work shall be conducted; service or goods will not be provided until this Agreement has been executed and requirements have been fulfilled. Parties to this Agreement shall have the option to renew in one (1) year increments to a total of two (2) years, unless sooner terminated as provided in Section 14 herein. Options to renew are contingent upon the City Manager’s approval, subject to pricing review, and in accordance to all Terms and Conditions stated herein unless otherwise provided in writing by the City. 3. Compensation. 3.1 Compensation. City shall compensate Consultant as set forth in Exhibit A, provided, however, that full, total and complete amount payable to Consultant shall not exceed $200,000 (per year), including all out of pocket expenses, unless additional compensation is approved by the City Council. City shall not withhold any federal, state or other taxes, or other deductions. However, City shall withhold not more than ten percent (10%) of any invoice amount pending receipt of any deliverables reflected in Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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 Jack Panichapan, 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: Gillis and Panichapan Architects, Inc. 1101 Quail Street Newport Beach, CA 92660 Attn: Jack Panichapan, 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 13 18 Compliance with Laws. Consultant shall comply with all applicable federal, state and local laws, ordinances, codes and regulations in force at the time Consultant performs the Services. Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on “public works” and “maintenance” projects. If the Services are being performed as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Consultant shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Consultant’s principal place of business and at the Project site. Consultant shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to Consultant constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Consultant, and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default. 20. Attorney’s Fees. In the event that either party to this Agreement shall commence any legal action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney’s fees and costs of experts. 21. Exhibits; Precedence. All documents referenced as exhibits in this Agreement are hereby incorporated in this Agreement. In the event of any material discrepancy between the express provisions of this Agreement and the provisions of any document incorporated herein by reference, the provisions of this Agreement shall prevail. 22. Applicable Law and Venue. The validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California. Venue for any action relating to this Agreement shall be in the San Bernardino County Superior Court. 23. Construction. In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. 24. Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 14 25. 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: Gillis Panichapan Architects By: ______________________________ Name Jack Panichapan Date ______________________________ Title City of Rancho Cucamonga By:________________________________ Name Date _________________________________ Title By: ______________________________ Name Linda Panichapan Date ______________________________ Title (Two signatures required if corporation) Rancho Cucamonga Fire Protection District By:________________________________ Name Date _________________________________ Title Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7 President 9/4/2025 | 12:56 PM EDT 9/4/2025 | 11:57 AM PDT Secretary Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Mayor/President 9/16/2025 | 8:55 PM PDT Fire Chief 9/16/2025 | 9:44 PM PDT PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 15 EXHIBIT A REQUEST FOR STATEMENT OF QUALIFICATIONS Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 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: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 16 EXHIBIT B CONSULTANT PROPOSAL Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 1 www.gparchitects.org JACK PANICHAPAN, AIA, LEED AP PRINCIPAL/CEO REQUEST FOR STATEMENT OF QUALIFICATIONS #24/25-501 for On-Call Architectural Design Services City of Rancho Cucamonga Gillis + Panichapan Architects, Inc. 1101 Quail St., Newport Beach, 92660 January 13, 2025 jack@gparchitects.org Tel. 714.668.4260 www.gparchitects.org Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 2 www.gparchitects.org 1 / COVER LETTER 1101 Quail St| Newport Beach, California 92660 | P. 714.668.4260 F. 714.668.4265 | www.gparchitects.org January 13, 2025 City of Rancho Cucamonga Re: On-Call Design Consulting Services (Architectural Design Services) To Marlena Perez, We are pleased to submit our Statement of Qualifications for on-call architectural design services with the City of Rancho Cucamonga. Gillis + Panichapan Architects, Inc. (GPa) is a full-service Architecture, Planning, and Interior Design firm with over 30 years of experience. Our office is located at 1101 Quail Street, Newport Beach, CA 92660. For this proposal, our designated point of contact is Vic Nguyen, who can be reached at (714) 668-4260 or via email at vnguyen@gparchitects.org. As a trusted partner to municipalities and public agencies, GPa has a proven track record of delivering innovative, sustainable, and cost-effective solutions for civic centers, public safety facilities, community hubs, and infrastructure projects. We bring a deep understanding of the complexities involved in municipal projects, from conceptual planning to construction support, ensuring designs that are tailored to meet each community's unique needs. The City of Rancho Cucamonga’s vision for enhancing community facilities aligns perfectly with our mission of creating spaces that are functional, sustainable, and inspiring. Our experience includes managing multi-phase projects with an emphasis on stakeholder engagement, adherence to schedules and budgets, and compliance with ADA and building codes. We are confident that our expertise positions us to provide the City with high-quality design services that advance your goals. Thank you for considering GPa for this opportunity. We are excited about the possibility of collaborating with the City of Rancho Cucamonga and bringing our creativity, technical expertise, and passion to your future projects. Respectfully, Jack Panichapan, AIA, LEED AP, President, CEO jack@gparchitects.org 714-668-4260 Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 3 www.gparchitects.org TABLE OF CONTENTS Table of Contents 3 Firm Experience & Qualifications 3.1 Firm Experience 3.2 Firm Qualifications 02 06 07 5 Staff Experience and Organization 6 Project Management Approach 5.1 List of Staff 5.3 Resumes 19 21 5.4 Organizational Chart 30 7 Scope of Services - 5.7 Architectural Engineering 03 31 5.2 Third Party / Subcontractors 20 1 Cover Letter 042 Executive Summary 114 Reference Projects 8 Exhibits A-H See Separate Files See Separate File Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 4 www.gparchitects.org 2 / EXECUTIVE SUMMARY At Gillis + Panichapan Architects, Inc. (GPa), we specialize in delivering comprehensive architectural and interior design services tailored to meet the unique needs of each client. With over three decades of experience, our firm has successfully completed diverse projects ranging from conceptual design and master planning to needs assessments for new buildings, as well as retrofits and renovations of existing structures. Jack Panichapan, CEO and Principal, leads a talented team of professional architects and interior designers dedicated to delivering innovative and cost-effective solutions. Our full-service approach spans from the early stages of programming and planning to project completion and beyond, ensuring that every aspect of the project aligns with the client’s vision and goals. Our Approach Our collaborative design methodology ensures an open line of communication with the client throughout every phase of the project. This process fosters a shared sense of ownership and pride while maintaining alignment with the project's direction, objectives, and budget. Key elements of our approach include: • Preliminary Design and Planning: GPa provides initial architectural concepts, sketches, renderings, and material boards to explore alternative designs and develop creative solutions. We also prepare accurate cost estimates to help clients make informed decisions from the outset. • Design Development and Budget Control: As the design progresses, our team delivers updated cost estimates using both in-house expertise and professional cost estimating services. This iterative process ensures that all major project decisions are evaluated for their cost implications, keeping the project within budget. • Documentation and ADA Compliance: GPa prepares detailed plans, technical specifications, and cost estimates that conform to ADA requirements and all applicable standards. We also assist in preparing permit applications for Planning and Building Departments, streamlining the approval process. • Client Workshops and Communication: At each stage of the project, we conduct workshops to share progress, gather feedback, and refine designs. Using detailed drawings, exhibits, and 2D/3D renderings, we effectively communicate ideas and ensure that the client’s vision is realized in conceptual, entitlement, and construction phases. Construction Support Services Our services extend beyond the design phase to include architectural construction support and preparation of record drawings. By maintaining close collaboration with contractors and stakeholders, we help ensure that the project is executed seamlessly and adheres to the approved plans and standards. Commitment to Excellence At GPa, we are committed to excellence in every project. By combining technical expertise, creative problem-solving, and client-focused service, we deliver results that meet the City of Rancho Cucamonga’s needs for on-call architectural services. Our dedication to sustainable design, ADA compliance, and effective budget management positions us as a trusted partner for the City’s future projects. Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 5 www.gparchitects.org FIRM EXPERIENCE & QUALIFICATIONS 3 / Ci t y o f R a n c h o C u c a m o n g a Re q u e s t f o r S t a t e m e n t o f Qu a l i f i c a t i o n s f o r O n - C a l l Ar c h i t e c t u r a l D e s i g n S e r v i c e s Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 6 www.gparchitects.org Gillis + Panichapan Architects, Inc. (GPa) is a full-service Architecture, Planning, and Interior Design firm with over 30 years of experience. Based in Newport Beach, CA, we have built a reputation for delivering innovative and sustainable solutions for a diverse range of public projects, including municipal offices, community centers, public safety facilities, and infrastructure developments. Our portfolio spans new construction, campus master planning, renovations, and retrofits of existing buildings, reflecting our versatility and depth of experience. Notable local clients include the University of California, Irvine (UCI), Southern California Edison (SCE), and the Cities of Long Beach, Costa Mesa, Santa Ana, Westminster, and Seal Beach. These projects exemplify our ability to create functional, aesthetically pleasing, and cost-efficient spaces tailored to the needs of the communities we serve. At GPa, sustainability is a cornerstone of our practice. Every architect in our firm is LEED-accredited, and we have achieved certification levels up to LEED Platinum. Our designs prioritize passive building strategies that optimize local climate conditions, reduce energy consumption, and lower long-term maintenance costs. Whether pursuing formal certification or integrating sustainable features, we work to balance environmental stewardship with cost efficiency and project schedules. Our work is driven by a commitment to enhancing the spaces where people live, work, and gather. We take pride in our ability to collaborate effectively with clients, stakeholders, and communities to deliver projects that foster connection and reflect shared values. At GPa, every project begins with a deep understanding of our client’s goals, visions, and unique needs. We believe that successful outcomes are achieved through collaboration, communication, and thoughtful guidance throughout the design process. Our approach emphasizes clear, step-by-step decision-making, helping clients navigate complex projects without feeling overwhelmed. Principal-in-charge Jack Panichapan remains personally engaged at every stage, ensuring hands-on leadership and continuity from concept to completion. This personalized approach fosters a sense of ownership and pride in the final product for all stakeholders. We recognize that no two projects are alike, even within similar building types. Our designs reflect the distinct character of the community, the specific operational needs of the facility, and the regional context. Interactive workshops are integral to our process, offering clients opportunities to review progress, provide feedback, and refine the design. These workshops incorporate drawings, exhibits, and renderings to effectively communicate ideas and bring the client’s vision to life. Budget management is central to our design philosophy. We understand the unique challenges of public works projects, including cost fluctuations and funding constraints. To address this, we provide detailed cost estimates at each design phase and evaluate all major project decisions for their financial implications. This proactive approach allows us to make informed adjustments early in the process, minimizing concessions while maintaining project quality. Regular cost statements are provided to ensure transparency, enabling clients to track expenditures and maintain budget alignment at every stage. By integrating thoughtful design, effective cost control, and a collaborative process, GPa delivers public facilities that meet the highest standards of functionality, sustainability, and community impact. 3.1 / FIRM EXPERIENCE GPa’s PHILOSOPHY BUDGET MANAGEMENT GPa FIRM DESCRIPTION Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 7 www.gparchitects.org • Disadvantaged Business Enterprise (DBE), California Unified Certification Program • Small Business Enterprise (SBE), DGS California Department of General Services • Minority Business Entity (MBE), The Supplier Clearinghouse Jack Panichapan - Principal/CEO • Professional Architect, CA, 29344 • Professional Architect, IL, 001-018109 • LEED Accredited Professional Vic Nguyen - Project Architect/Design Director • Professional Architect, CA, C-30250 • LEED Accredited Professional Kent Klueter - Project Architect • Professional Architect, CA, 25189 • LEED Accredited Professional CERTIFICATIONS LICENSED PROFESSIONALS 3.2 / FIRM QUALIFICATIONS Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 8 www.gparchitects.org INTERIOR DESIGN, INCLUDING SELECTION AND/OR DESIGN OF FURNITURE, FIXTURES AND EQUIPMENT GPa can provide design and/or recommend selection of furniture, fixture and equipment. We have extensive experience and expertise in office planning and interior design and can provide these services. We foresee the coordination of workstations, and general equipment and furniture that correlate to interior design. • Furniture Evaluation, Selection and Implementation • Define selection criteria and guideline specifications • Define panel, electrical and component requirements • Develop Detailed Office and Workstation Plans • Oversee Development of Final Furniture Shop Drawings • Oversee the Final Purchase Order Requirement • Prepare Furniture Installation Punch List MOVE MANAGEMENT SERVICES Our team has a lot of experience in regards to move management services. Many of our projects involve construction during occupancy where we have assisted the client temporarily relocate from one area to another. SUSTAINABLE DESIGN AND/OR LEED DOCUMENTATION SERVICES Our standard practice is sustainable design. Our staff is LEED accredited and are experienced with helping the project attain LEED certification when necessary. COORDINATION WITH OTHER CONSULTANTS, AGENCIES, AND UTILITY PURVEYOR We have a wealth of experience in orchestrating consultants and the team to ensure integrity remains in the function and intent of design throughout the development of the Project. PROGRAMMING & REVIEW OF PREVIOUSLY DEVELOPED ARCHITECTURAL PROGRAMS We help the client to review and assess previous studies of their existing facilities and develop a solid program that initiates the physical building design process. SITE ANALYSIS AND FEASIBILITY STUDIES Our site studies regard the community, codes, zoning, ease of circulation, department infrastructure, urban infrastructure, and transportation. They are often aligned with maximizing passive sustainable strategies. Our in- depth site analysis regards the community context, codes, zoning, ease of circulation, department infrastructure, urban infrastructure and transportation, and are often aligned with maximizing passive sustainable strategies for Urban Design and Master Planning. SPACE PLANNING Stemming from our expertise and experience with office planning, we would develop design schemes for workstation layouts needed for optimal function of the client within a given space. CONCEPTUAL/SCHEMATIC STUDIES We work closely with the client developing ideas and the program to ensure that the design from beginning to end is an expression of the client’s needs and budget while having the design enhance connectivity within the surrounding community. 3-D MODELING AND RENDERING SERVICES We render buildings and spaces to convey to our clients the surrounding community through vivid 3-dimensional characteristics of the proposed design from schematic design to design development. SERVICES WE OFFER 3.2 / FIRM QUALIFICATIONS Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 9 www.gparchitects.org SCHEMATIC DESIGN; NEW LAYOUT, EXISTING PLANS, RENOVATION AND RESTORATION PLANS, AND DEMOLITION PLANS We work closely with the City developing ideas and the program to ensure that the design from beginning to end is an expression of the client’s needs and budget while having the design enhance function and safety of the facility while maintaining connectivity within the surrounding community. DESIGN DEVELOPMENT OF FACILITIES AND PARKS, INCLUDING ELECTRICAL, PLUMBING, HEATING AND AIR CONDITIONING (HVAC) PLANS Above and Beyond working to develop Mechanical, Electrical and Plumbing systems for Facilities and Parks, we work with many additional disciplines as well including Structural Engineering, Landscape Architects and Civil Engineer. PROJECT ADMINISTRATION & MANAGEMENT SERVICES We have a wealth of experience in orchestrating consultants and the team to ensure integrity remains in the function and intent of design throughout the process. ENTITLEMENT PROCESSING We have experience with CEQA and California Coastal Commission procedures, as well as local city planning and plan check procedures throughout California. In every step of the way we are there to communicate solutions to community sensitivities and facilitate an expedient entitlement. SITE DEVELOPMENT PLANNING Our experience ranges from designing master plans for complex city yard facilities, campuses for water districts, to smaller urban infill projects and projects that involve challenging topological conditions. HISTORIC PRESERVATION PLANNING, REVIEW, AND DESIGN Restoring historic city buildings (including the Irving Gill designed Oceanside City Hall), members on our team have had a rich experience with work on renovation of sensitive historical landmark buildings, and working with historical landmarks preservation committees. ADA COMPLIANCE REVIEW PLANNING AND RETROFITS Many of our projects have involved older existing buildings often with tight and complex conditions in which we resolve and retrofit for ADA compliance. SCHEDULE DEVELOPING We have a wealth of experience scheduling and phasing projects for design and construction, including for existing facilities, many which allow for continuous occupancy during construction. CONSTRUCTION DOCUMENT DEVELOPMENT, SPECIFICATION WRITING Our office provides precise construction document work, often leading to minimal change orders resulting in projects that have a high likelihood of on time and on budget. COST ESTIMATING SERVICES We can provide the client with good conceptual cost estimates based on our experience and history with working on a large range and variety of municipal project types. For in-depth cost analysis during design development, we work with an experienced team of cost estimators that can give specific construction costs to help us meet the budget during design. 3.2 / FIRM QUALIFICATIONS SERVICES WE OFFER Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 10 www.gparchitects.org CONSTRUCTION MANAGEMENT INCLUDING INSPECTIONS We work closely with Griffin Structures- A construction management company that has decades of experience in the construction of Civic projects. We also have an abundant experience in orchestrating consultants and the team to ensure integrity remains in the function and intent of design throughout the process. CONTRACT BIDDING AND/OR NEGOTIATIONS SERVICES, I.E. CHANGE ORDERS, ETC. During construction, there could be added value in spotting solutions that can improve the building and save costs which results in change orders during construction. We would be there to rectify the situation and clarify this with the client and the team to ensure the project remains on schedule and on budget. CONSTRUCTION CONTRACT ADMINISTRATION In order to ensure quality, we recommend being retained for construction administration. We are there to verify that the building meets the design intent, quality, as well as code and energy issues as depicted on the construction documents. 3.2 / FIRM QUALIFICATIONS SERVICES WE OFFER Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 11 www.gparchitects.org REFERENCE PROJECTS 4 / Ci t y o f R a n c h o C u c a m o n g a Re q u e s t f o r S t a t e m e n t o f Qu a l i f i c a t i o n s f o r O n - C a l l Ar c h i t e c t u r a l D e s i g n S e r v i c e s Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 12 www.gparchitects.org 4 / REFERENCE PROJECT 20,000 sf EACH FLOOR COMPLETION DATE: 2023 PROJECT SIZE: Schematic Design/Orange,CA UCI HEALTH JACK PANICHAPAN – Mr. Panichapan acted as the Principal in Charge and was responsible for the design of this project for the exterior and interior including furnishing. KENT KLUETER – Mr. Klueter was the Project Architect and was in charge of the construction documents and construction administration for the project which also included coordinating documents between all discplines. CHARLENE KING WRD Associate Engineer Construction & Operations (567) 275-4252 cking@wrd.org This was a phased renovation of Chapman Pavilion, spanning the 7th, 6th, 3rd, and 2nd floors, was driven by the critical need for lease relocation due to the expiration of leases at city tower. Each floor encompassed approximately 20,000 sf. This comprehensive build out project supported the transition of various departments into newly designed spaces across multiple floors. Each floor’s design is tailored to meet the specific needs of its occupants while maintaining a cohesive approach to functionality and efficiency. The renovations include the creation of new restrooms, shared and private office spaces, conference rooms, break area and enhanced HVAC infrastructure to ensure a modern and sustainable working environment. The 2nd floor renovation at Chapman Pavilion involves the design and build out of office spaces tailored for medical staff, admin, pediatrics, GME, marketing, patient experience, and clinical affairs departments. CLIENT REFERENCE: KEY PERSONNEL: UCI / MUNICIPAL HEALTH CENTER Plan View Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 13 www.gparchitects.org 5 / PROJECT REFERENCES 7,140 sf COMPLETION DATE: 2020 PROJECT SIZE: MUNICIPAL / CIVIC CENTER The Town of Yucca Valley was required to re-assess and revise organizational and infrastructural changes to its master plan study, as the last needs assessment was completed approximately ten years ago. GPa had proposed a plan and devel- oped a report determining a compatible new program to occupy the infrastructure of the existing mid-20th century bank fa- cility located at 57271 Twenty-nine Palms Highway, Yucca Valley, CA. The report provided programming and architectural/ engineering assessments of the existing building. GPa presented three separate schemes: a community library, a combination of a hi-desert museum along with a California welcome center, and a hi-desert muse- um. The community library program was de- termined as the most optimal fit. A con- ceptual plan of renovations of the bank were developed to depict its library use as one of three schemes. GPa then pro- ceeded with schematic design through construction administration for the Archi- tectural and Engineering for the renova- tion of the former Bank Building to the County Library. CLIENT REFERENCE: KEY PERSONNEL: 4 / REFERENCE PROJECT Town of Yucca Valley / Schematic Design / Yucca Valley, CA YUCCA VALLEY LIBRARY JACK PANICHAPAN – Mr. Panichapan acted as the Principal in Charge and was re- sponsible for the design of this project for the exterior and interior including furnishing. VIC NGUYEN – Mr. Nguyen was the Project Architect and was in charge of the PDR, design, rendering, entitlements, construction documents and construction adminis- tration for the project which also included coordinating documents between all the disciplines. SHANE R. STUECKLE Deputy Town Manager Town of Yucca Valley (760) 369-1265 ext. 305 sstueckle@yucca-valley.org View 3 View 2 Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 14 www.gparchitects.org Built in the 1960s, the pre-existing facility composed of the city council chambers, lobby, and restroom area, which needed a significant amount of work to meet current ADA/ acces- sible requirements. This was achieved through modifying the floor, ramps, stairs, doors, seating, and toilet rooms for improved accessibility. GPa completed the conceptual design stage, providing the City of Redondo Beach with a CASp Report, conceptual design, and statement of probable cost for review and approval. The next steps involved taking the established conceptual design scheme into further design develop- ment to the Construction Document through Construction Administration services. GPa provided a strategic design to meet ADA / accessible requirements, alongside an overall aesthetic archi- tectural update. We provided design schemes and renderings as a part of an interactive process with the City’s input and collaboration, while staying on a restrictive budget as noted on our original PDR early in the project development. 4 / PROJECT EXAMPLES & REFERENCES COMPLETION DATE: PROJECT SIZE: TOTAL COST OF COMPLETED PROJECT: CLIENT REFERENCE: KEY PERSONNEL: JACK PANICHAPAN – Mr. Panichapan acted as the Principal in Charge and was responsible for the design of this project for the exterior and interior including furnishing. VIC NGUYEN – Mr. Nguyen was the Project Architect and was in charge of the PDR, design, rendering, entitlements, construction documents and construction administration for the project which also included coordinating documents between all the disciplines. REDONDO BEACH / CITY COUNCIL CHAMBERS 2020 REDONDO BEACH CITY COUNCIL CHAMBERS City of Redondo Beach / Schematic Design / Redondo Beach, CA 2,900 sf $610K CLIENT REFERENCE: ANDREW WINJE Engineering Services Division (310) 318-0661 x 2431 andrew.winje@redondo.org View 2 Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 15 www.gparchitects.org WRD is developing an advanced reclaimed water treatment campus ($100 million construction cost) that includes an approximately 45,000 sf treatment plant process building and an approx. 24,150 sf two story Administration and Visitors Building. During the course of development, GPa developed the general architectural aesthetic of the buildings and site landscape concepts and theme through several phases of public outreach input with the surrounding community. The goal was to have a building and a campus that facilitated a welcome connection to the community. The Design was developed through stages of Design-Build with an architectural philosophy which is consistent with the theme and character that has been established by WRD in terms of outdoor connections, views, and transparency. We worked interactively with WRD in order to ensure that the implementation of the final design aligns with the established budget, needs, and goals for the architecture of new facility. Throughout the development of the project this can be implemented with workshops. This project achieved USGB LEED Platinum in 2020. STEVE TEDESCO Senior Vice President Tetra Tech (949) 809-5153 steve.tedesco@tetratech.com 69,150 sf COMPLETION DATE: 2019 PROJECT SIZE: Water Replenishment District / Schematic Design / Pico Rivera, CA WRD - GRIP ADVANCEMENT TREATMENT JACK PANICHAPAN – Mr. Panichapan acted as the Principal in Charge and was responsible for the design of this project for the exterior and interior including furnishing. KENT KLUETER – Mr. Klueter was the Project Architect and was in charge of the construction documents and construction administration for the project which also included coordinating documents between all discplines. WATER DISTRICT / TREATMENT PLANT 4 / REFERENCE PROJECTS CLIENT REFERENCE: KEY PERSONNEL: View 2 View 2 View 5 View 3 View 4 Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 16 www.gparchitects.org 4 / REFERENCE PROJECTS 30,000 sf COMPLETION DATE: 2019 PROJECT SIZE: CLIENT REFERENCE: KEY PERSONNEL: JACK PANICHAPAN – Mr. Panichapan acted as the Principal in Charge and was responsible for the design of this project for the exterior and interior including furnishing. VIC NGUYEN – Mr. Nguyen was the Project Architect and was in charge of the PDR, design, rendering, entitlements, construction documents and construction administration for the project which also included coordinating documents between all the disciplines. JEFF TOWNSEND Associate Engineer City of Buena Park (714) 562-3680 JTownsend@buenapark. com City of Buena Park / Exterior Renovation & Retrofit / Buena Park, CA EHLERS EVENT CENTER MUNICIPAL / COMMUNITY CENTER The Ehlers Event Center is a 30,000 sf facility composed of community buildings, a senior citizen’s center, and banquet facilities catered towards large audiences. Built in the 1960s, the communal space suffers from issues of dry rot due to deterioration, deferred main- tenance, and lack of security. For example, many of the mid-century exposed wood details were in need of restoration and additive protec- tive measures. GPa provided an assessment of damage, conceptual design, and cost estimate of the retrofits in a PDR. A construction document was then provided through GPa’s Con- struction Administration services. A strategic design update that improved security, while simulta- neously renovating the facility was provided. The design schemes and renderings were presented as an interactive and collaborative design process with the city and community’s input. GPa was able to address concerns and needs of the community and city on a re- strictive budget that was noted on the original PDR early in the product development. Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 17 www.gparchitects.org This project involves the seismic retrofit and interior renovation of the five-story 700,000 sf executive headquarters for Southern California Edison (SCE) called GO-1. The project scope involves space planning and interior design for a complete refresh of their corporate offices. This project is being done through phases floor by floor, with the last phase being the 4th floor executive office suite. General Scope of GO-1 renovation: • Remove and replace existing ceiling. • Remove and replace lighting and controls • Remove and replace HVAC ductwork, registers, diffusers and VAV’s back to main duct and install new ductwork, registers, diffusers and VAV’s. • Remove and replace systems furniture with SCE standard. (Space Planning) • Interior Design for Cafe Central and Executive Offices • Design of Collaboration Spaces SCE / Retrofit & Renovation / Rosemead, CA SCE HEADQUARTERS COMPLETION DATE: UNDER CONSTRUCTION MARTHA MACPHERSON Project Manager (626) 676-4100 martha.macpherson@SCE.com SOUTHERN CALIFORNIA EDISON / OFFICE PROJECT SIZE: 700,000 sf CLIENT REFERENCE: 4 / REFERENCE PROJECTS View 2 View 3 View 1 View 4 View 5 View 6 Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 18 www.gparchitects.org STAFF EXPERIENCE & ORGANIZATION 5 / Ci t y o f R a n c h o C u c a m o n g a Re q u e s t f o r S t a t e m e n t o f Qu a l i f i c a t i o n s f o r O n - C a l l Ar c h i t e c t u r a l D e s i g n S e r v i c e s Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 19 www.gparchitects.org Jack Panichapan, CEO/Principal Gillis and Panichapan Architects, Inc. Jack Panichapan will be the project manager and the main point of contact and coordinator throughout the entire project for the City. He will coordinate and track of all processes with the client and sub-consultants. • Jack Panichapan, 20 years with GPa, 30 years of experience • Bachelor and Master in Architecture, Iowa State University • Professional Architect, CA #29344, LEED Accredited Professional • Professional Architect, IL 001-018109 Kent Klueter, Project Architect Gillis and Panichapan Architects, Inc. As project architect, Kent will develop working drawings, coordinating with engineering consultants, producing of construction documents, bidding process, construction administration, as well as coordinating with building department. • Kent Klueter, 29 years with GPa, 35 years of experience • Bachelor in Architecture, California Polytechnic State University, San Luis Obispo • Professional Architect, CA #25189, LEED Accredited Professional Vic Nguyen, Design Director Gillis and Panichapan Architects, Inc. Mr. Nguyen is responsible for design presentation and quality control. With graphic, 3-D modeling and BIM expertise, he can assure quality project team coordination in every step of the design process. Moreover, he is in charge of project approvals at all stages from planning to building entitlement. • Vic Nguyen, 14 years with GPa, 24 years of experience • Bachelor in Architecture, University of Arizona • Professional Architect, CA #30250, LEED Accredited Professional Cynthia Perez, Project Coordinator/Designer Gillis and Panichapan Architects, Inc. Ms. Perez works closely with the Project Architect and Principal with the coordination of team members. She handles product research, color/material for furniture selection, and 3-D renderings. In addition, she is also involved in the coordinating production of construction documents, administration of the bidding process, and construction administration. • Cynthia Perez, 16 years with GPa, 16 years of experience • Bachelor in Architecture, University of California, Berkeley KEY PERSONNEL 5.1 / LIST OF STAFF Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 20 www.gparchitects.org Hiten Sheth P.E., LEED® AP, Principal Mechanical Engineer H2S Engineers Inc. Years of Collaboration: 11 H2S specializes on electrical and mechanical, as well as managing the whole picture of the project. They design and consult on HVAC, electrical and plumbing system design. Their duties include the specification and optimization of cost effective HVAC, electrical and plumbing solutions. H2S is also responsible for the calculation and verification of energy compliance with the State Energy Code. Relevant Recent Projects with GPa: • City of Buena Park – Ehlers Community Center • UC Irvine Health – On-Call A/E Services • OCFA Building Addition and Retofits Richard Suzuki, P.E., S.E. Structural Engineer Dale Christian Structural Engineer (DCSE) Years of Collaboration: 18 DCSE Structural Engineers are involve with us on the project from the conceptual design all the way though construction by performing site visits during construction as well as the review of various structural submittals. DCSE’s team experienced in all phases of structural engineering and design analysis for different types of structures including mixed-use multi story facility, retail buildings, tilt-up industrial buildings, restaurants, police and fire stations, steel office building and subterranean parking structures. Relevant Recent Projects with GPa: • UC Irvine Health – On-Call A/E Services • City of San Gabriel – Municipal Yard Facility • City of Westminster – Maintenance Corporate Yard and Police Department Training Facility Monita Verma, LEED® AP, Principal Electrical Engineer H2S Engineers Inc. Years of Collaboration: 11 H2S specializes on electrical and mechanical, as well as managing the whole picture of the project. They design and consult on HVAC, electrical and plumbing system design. Their duties include the specification and optimization of cost effective HVAC, electrical and plumbing solutions. H2S is also responsible for the calculation and verification of energy compliance with the State Energy Code. Relevant Recent Projects with GPa: • City of Buena Park – Ehlers Community Center • UC Irvine Health – On-Call A/E Services • OCFA Building Addition and Retofits 5.2 / THIRD PARTY / SUBCONTRACTORS Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 21 www.gparchitects.org Experience: »Years of Experience: 30 »Years with GPa: 20 Registration: Professional Architect - »CA, 29344 »IL, 001-018109 »LEED Accredited Professional »CA DSW Volunteer, #89402 Cal OES- Safety Assessment Program Education: »M. Arch, 1997, Architecture, Iowa State University »B. Arch, 1996, Architecture, Iowa State University Professional Affiliations: »American Institute of Architects »National Council of Architecture Registration Board Jack Panichapan, AIA, NCARB, LEED® AP CEO/Principal BIOGRAPHY Jack Panichapan has over thirty years of experience, ranging from interior design, brand new buildings, and the renovation of existing buildings to complete master planning of city campuses. He has extensive experience attested throughout his career with assembling the need’s assessment, site survey, and ADA analysis in all types of civic and public facilities. This includes but isn’t limited to: schools, municipal, water district, corporate yard, and health care facilities. RELEVANT EXPERIENCE • San Gabriel Corporate Yard Facility | San Gabriel, CA Located on a 3.5-acre narrow sloping parcel of land bordering a wash on one side and homes on another, the new Maintenance Facility for the city of San Gabriel had programmatic challenges with vehicular circulation, and noise mitigation that GPa was able to resolve architecturally on a narrow, challenging site. The facility exhibits sustainable design features such as window shading strategies, recycled materials, and north-south fenestration orientation. As the Lead Design Principal, Jack oversaw the programming development and schematic design through construction administrative efforts for the new facility. • Water Replenishment District (WRD) ARC Advanced Water Treatment Facility | Pico Rivera, CA The new 5-acre garden campus of Albert Robles Center (ARC), is a Water Treatment Facility that contains two main buildings among its variety of structures: A 45,000sf water treatment process building, and a 24,000sf Visitors Learning Center topped with a roof garden. The facility provides delivery of purified recycled water to replenish aquifers creating a sustainable water supply while serving as an immersive learning environment for the community. It provides a tribute to the San Gabriel River’s presence and purpose in the region. This facility achieved LEED Platinum certification. As the Lead Design Principal, Jack oversaw the schematic design and community outreach efforts through construction administrative efforts for the new facility. • Westminster Corporate Yard and Police Training Facility | Westminster, CA The existing facility built in the early 1960s, was overcrowded, inefficient, and no longer sufficient enough to implement the city’s needs as a maintenance facility. GPa was deployed to update and expand the current facility. The new corporate yard has a canopy, fuel station, new administration building, and warehouse facilities. The renovation and other additional programs take place within the existing site of the city’s current municipal facility along with an adjacent site the city has obtained for a police training facility with a Firing Range that GPa also designed. One of the challenges of this project was that the facility was required to be operational during the course of renovation. The new building has many notable sustainable features and reflect the scale of the surrounding residential neighborhood. As the Lead Design Principal, Jack worked with the city for a phasing plan to relocate staff and keep it operational during the construction phase. 5.3 / RESUMES Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 22 www.gparchitects.org Jack Panichapan, AIA, NCARB, LEED® AP CEO/Principal One-Stop Shop (Public Works) Concept Studies| Huntington Beach, CA WRD GRIP- Treatment Facility and Visitors Center| Pico Rivera, CA City Council Chambers Improvements Project | Redondo Beach, CA LADWP Van Nuys Office Building Renovation |Van Nuys, CA LB_MUST Facility |Long Beach, CA Long Beach Oil and Gas Facility Assessment | Long Beach, CA Police Department/ Indoor Firing Range Tenant Improvement | Costa Mesa, CA UCI Health, 3800 Chapman (4 Phase Building 140k sf Renovation) | Orange County, CA Southern California Edison – GO-1 Headquarters Renovation (350k sf) |Rosemead, CA Public Works Facilities and CNG Station | Fullerton, CA Need Assessment, Maintenance and Water District Facility | Escondido, CA Police Department Lobby Concept | Redondo Beach, CA Manhattan Beach Public Works Renovation | Manhattan Beach, CA Temecula Community Recreation Center Renovation| Temecula, CA Temecula Fire Station 84 Renovation | Temecula, CA Yorba Linda Water District Headquarters |Temecula, CA OCFA Fire Station Renovations | Orange County, CA Seal Beach Civic Center Renovations | Seal Beach, CA Yucca Valley Civic Center Renovations | Yucca Valley, CA Temecula Fire Station 84 Tenant Improvements | Temecula, CA Mojave Water District Headquarters and Operations Center | Apple Valley, CA Additional Projects 5.3 / RESUMES Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 23 www.gparchitects.org Experience: »Years of Experience: 24 »Years with GPa: 14 Registration: »Registered Architect CA, C-30250 »LEED Accredited Professional Education: »B. Arch. 2000 Architecture, University of Arizona Professional Affiliations: »American Institute of Architects »National Council of Architecture Registration Board »USGBC Orange County Vic Nguyen, AIA, LEED® AP Design Director/Project Manager BIOGRAPHY Vic Nguyen has over twenty years of experience, ranging from development of complex mixed use, civic, and transportation-oriented projects, to highly detailed interiors of residential, retail, health care, and office environments. He has a wealth of experience working with cities and the community directly to attain consensus for project design and development. RELEVANT EXPERIENCE • Ehlers Community Center | Buena Park, CA The existing 30,000 square foot facility is composed of a campus of Community Buildings, Senior Citizens’ Center, and Banquet Facilities that is currently a major community gathering place. Built in the 1960s, the facility had a great deal of deterioration including dry rot along with deferred maintenance that was in need of updating. It also had issues of security and homeless accessing private courtyard areas of the facility. Many of the mid-century modern exposed wood details needed to be repaired and protected. GPa was selected to provide a strategic design to enhance security while also giving the facility a restoration and architectural update. Details were developed to repair and prevent future dry rot and deterioration. As the Design Director, Vic lead the development of design schemes and renderings as a part of an interactive process to design the Facility with the City and the Community’s input and collaboration while staying on a restrictive budget. • Orange County Public Works Administrative Office Renovation | Santa Ana, CA The project scope required consolidating 8 distinct County Departments with over 100 employees spread among various floors of a midrise building into a single 14,000sf floor that was continuously occupied during the process. We provided full space planning as well as architectural services. We also developed a phasing plan for the move. During the process, we found many opportunities for shared optimized spaces among the various departments leading to less space requirements than when the Departments were separated. By understanding specific function and layouts required specifically for each department, it helped to standardize work stations and offer an optimum work layout for everyone while utilizing space much more efficiently and effectively. Vic was the Design Director and Project Architect in charge of the design, phasing, entitlements, construction documents, and construction administration for the project which also included move phasing for the stakeholders. • San Gabriel Corporate Yard Facility | San Gabriel, CA Located on a 3.5-acre narrow sloping parcel of land bordering a wash on one side and homes on another, the new Maintenance Facility for the city of San Gabriel had programmatic challenges with vehicular circulation, and noise mitigation that GPa was able to resolve architecturally on a narrow challenging site. The facility maximizes sustainable design features such as window shading strategies, recycled materials, and north-south fenestration orientation. As Design Director, Vic led the overall Master Planning and Design Guideline effort for City entitlements and future development opportunities. 5.3 / RESUMES Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 24 www.gparchitects.org Vic Nguyen, AIA, LEED® AP Design Director/Project Manager One-Stop Shop (Public Works) Concept Studies | Huntington Beach, CA City Council Chambers Improvements Project |Redondo Beach, CA Town of Yucca Valley Library Renovation | Town of Yucca Valley, CA UCI Health- 3800 Chapman (4 Phase Building Renovation) | Orange County, CA Need Assessment, Maintenance and Water District Facility | Escondido, CA WRD GRIP- Treatment Facility and Visitors Center| Pico Rivera, CA LB_MUST Facility |Long Beach, CA | Long Beach, CA Police Department/ Indoor Firing Range Tenant Improvement | Costa Mesa, CA UCI Health, 3800 Chapman (4 Phase Building 140k sf Renovation) | Orange County, CA Southern California Edison – GO-1 Headquarters Renovation (350k sf) | Rosemead, CA Public Works Facilities and CNG Station | Fullerton, CA Need Assessment, Maintenance and Water District Facility | Escondido, CA Police Department Lobby Concept | Redondo Beach, CA Manhattan Beach Public Works Renovation | Manhattan Beach, CA Temecula Community Recreation Center Renovation | Temecula, CA Temecula Fire Station 84 Renovation | Temecula, CA OCFA Fire Station Renovations | Orange County, CA Yucca Valley Civic Center Renovations | Yucca Valley, CA Temecula Fire Station 84 Tenant Improvements | Temecula, CA Additional Projects 5.3 / RESUMES Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 25 www.gparchitects.org Experience: »Years of Experience: 35 »Years with GPa: 29 Registration: »Professional Architect CA, 25189 »LEED Accredited Professional Education: »B. Arch, 1990, Architecture, California Polytechnic State University, San Luis Obispo Professional Affiliations: »American Institute of Architects »National Council of Architecture Registration Board Kent Klueter, AIA, LEED® AP Project Architect ROLE IN THE PROJECT Mr. Klueter is experienced in project coordination and management including developing working drawings, coordinating with engineering consultants, coordinating production of construction documents and building department, administration of the bidding process, ADA compliance, building code requirement, specification, and construction administration. EXPERIENCE WITH THE REQUIREMENT AND TASKS With 35 years of experiences, and 29 years with GPA, Mr. Klueter has been working with varies types of project, such as municipal, water district, police facility, corporate yard, pump station, maintenance facility, civic facilities and training center (dispatch centers and essential facilities). RELEVANT EXPERIENCE y Mojave Water Agency | Need Assessment, New Agency Headquarters Facility y Mojave Water Agency | Need Assessment, Central Operation Facility y Moulton Niguel Water District | Need Assessment on Administration Building y University of California, Irvine, Health | On-Call A/E Services y Southern California Edison | On-Call A/E Services y City of Long Beach | On-Call A/E Services y Inland Empire Utilities Agency | On-Call A/E Services y Water Replenishment District of Southern California | Administration Needs Assessment and Tenant Improvement y City of Long Beach | Municipal Urban Stormwater Treatment Facility y Southern California Edison | GO-1 Tenant Improvement y Water Replenishment District of Southern California | Administration Needs Assessment and Tenant Improvement y Water Replenishment District of Southern California | Advanced Water Treatment Facility- GRIP y Bellflower Somerset Mutual Water Company | Leahy Avenue Water Well Facility y City of Anaheim | Linda Vista Reservoir and Pump Station y City of Riverside | Pyrite Canyon Water Treatment Facility 5.3 / RESUMES Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 26 www.gparchitects.org Cynthia Perez Project Coordinator/Designer ROLE IN THE PROJECT Ms. Perez works closely with the Project Architect and Principal with the coordination of team members. She handles product research, color/material for furniture selection, and 3-D renderings. In addition, she is also involved in coordinating construction administration, production of construction documents, and administration of the bidding process. EXPERIENCE WITH THE REQUIREMENT AND TASKS Ms. Perez has experience working through all project stage processes. Moreover, she worked on many types of projects, such as municipal, administration office, pump station, maintenance facility, firing range, training facility, and corporate yard. RELEVANT EXPERIENCE Experience: »Years of Experience: 16 »Years with GPa: 16 Education: »B. Arch., 2006, Architecture, University of California, Berkeley y Mojave Water Agency | Need Assessment, New Agency Headquarters Facility, and Central Operation Center y Marine Corporation Community Services | Indoor Firing Range y Yorba Linda Water District | New Administration Facility y Moulton Niguel Water District | Need Assessment on Administration Building y City of San Gabriel | Maintenance Facility Yard y City of Riverside | Pyrite Canyon Water Treatment Facility y City of Westminster | Corporate Yard, Maintenance Facilities, Police Department, and Boy and Girl Club y City of Fullerton | Public Facility and CNG Station y City of Stanton | Municipal Corporate Facility Yard y City of Barstow | Needs Assessment & Conceptual Design for City Hall Campus y Palmdale Water District | Master Plan & CMU Wall for District Headquarters Facility y Water Replenishment District of Southern California | Administration Needs Assessment and Tenant Improvement, Long Beach, CA y University of California, Irvine, Health | On-Call A/E Services y University of California, Irvine, Health | Gottschalk Exterior Façade Renovation y City of Burbank | Master Plan for Corporate Yard 5.3 / RESUMES Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 27 www.gparchitects.org Richard Suzuki, P.E., S.E. Director of Engineering, Structural Engineer, DCSE ROLE IN THE PROJECT Director of Engineering (previously Staff Engineer then Senior Engineer) 199l to present DCSE Associates, Inc. – Structural Engineers • Responsible for day-to-day supervision and management of 7 engineers, CAD operator • Responsible for all phases of structural engineering (design analysis, client meetings, submissions, contractor, etc.) for industrial/commercial buildings, civil infrastructure, retail buildings, police and fire stations, office buildings, and automobile dealerships. • Responsible for job scheduling (including assignments to engineers), site visits, plan checks, quality control, client relationships, etc. EXPERIENCE WITH THE REQUIREMENT AND TASKS Mr. Suzuki is experienced in all phases of structural engineering and design analysis for different types of structures including mixed-use multi story facilities, retail buildings, tilt-up industrial buildings, restaurants, police and fire stations, steel office building, and subterranean parking structures. He is involved with the projects from the conceptual design phase all the way though the construction phase. He also performs site visits during construction as well as the review of various structural submittals. RELEVANT EXPERIENCE y Municipal Maintenance Yard Complex, City of San Gabriel | New administration, vehicle repair garage, storage buildings, in team with Gillis- Panichapan Architects y Municipal Maintenance Yard Complex, City of Stanton | New administration, vehicle repair garage, storage buildings, in team with Gillis-Panichapan Architects y Yorba Linda Water District, Yorba Linda, CA | New administration building, approx.. 20,000 sq. ft., in team with Gillis-Panichapan Architects y Mojave Water Agency | New Agency Headquarters Facility–LEED Gold y Palmdale Water District | Master Plan & CMU Wall for facility y Water Replenishment District of Southern California | Administration Needs Assessment and Tenant Improvement y South Coast Water District | Operations Center Facility y Yorba Linda Water District | New Administration Facility y Bridgepark Plaza | Wood Framed Retail, Ladera Ranch, CA y Progress Park | (park structures, activity buildings, retaining walls, trellis) Irvine, CA y City of Santa Ana | Santa Ana, California (Multiple projects including Fire Station and Community Center Remodel) Experience: »Years of Experience: 33 Registration: »2006, Structural Engineering Certification,CA, S4971 »1992, Registered Professional Engineer CA, CE-49775 Education: »B.S. Civil Engineering, May, 1987 University of California, Irvine »M.S. Structural Engineering, December 2004 Irvine Institute of Technology References: »Timothy Bundy Bundy-Finkel Architects 1120 Bristol St. #120 Costa Mesa, CA 92626 (714)850-7575 tbundy@ bundyfinkelarchitects.com »Brandon Waernli KTGY 17911 Von Karman Ave. Suite 200 Irvine, CA 92614 (949)797-8366 bwernli@ktgy.com »Alex Catala DLR Group 700 Soth Flower St. 22nd Floor Los Angeles, CA 90017 (213)373-6935 acatala@dlrgroup.com 5.3 / RESUMES Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 28 www.gparchitects.org Hiten Sheth P.E., LEED® AP Principal Mechanical Engineer, H2S Engineers Inc. ROLE IN THE PROJECT As the Principal/Mechanical Engineer, he is committed to managing projects as MEP leader with hands on design work, in-house quality control and coordination between various trades to ensure accuracy in the delivery of every project personally for every client. EXPERIENCE WITH THE REQUIREMENT AND TASKS Hiten Sheth is a seasoned mechanical engineer and the Founder and President of H2S Engineers. With over 20 years of experience in mechanical engineering for the construction industry, he has built a reputation for excellence, predominantly serving the Southern California and Nevada regions. Hiten’s core expertise lies in HVAC system design and engineering. Over his career, he has designed HVAC systems for more than 600 projects, ranging from simple packaged systems to complex central plants and steam system retrofits. His portfolio includes collaborations with prominent clients such as UCLA, UCI, LAUSD, Dignity Health, and various counties, where he has developed infrastructure designs for both new and remodeled HVAC systems. He specializes in creating tailored HVAC solutions for diverse spaces, including Learning and research laboratories, Clean rooms and low-humidity environments, Indoor grow facilities, Large occupancy spaces, LEED-certified high-efficiency office buildings, Hotels and motels, Automotive garages and Industrial warehouses. His approach emphasizes sustainable upgrades to existing building systems, resulting in long-lasting designs with reduced maintenance and energy costs. He also has significant experience in value engineering and retrofitting HVAC systems for buildings of all sizes. Beyond HVAC, Hiten oversees plumbing design, medical gas design, and specialty plumbing systems, including compressed air, vacuum, fuel oil, and lab waste systems. Since founding H2S Engineers in 2013, Hiten has played a pivotal role in developing the company’s robust engineering capabilities and delivering high-quality solutions. His leadership has driven sustainable growth and client retention, ensuring repeat business through excellence in service and design. RELEVANT EXPERIENCE y Terminal HVAC design for | Sky Harbor International, LAX and JWA. y Classrooms, Labs, Libraries, HVAC retrofits and offices for | UCLA Westwood campus buildings, UCI, WCU (West Coast University), ACC (American Career College). y City Hall, Admin Buildings, Indoor Activity Centers and Sport Centers, and Community Center Remodels for | City of Irvine, City of Redondo Beach, City of Irvine, City of Temecula, City of Moreno Valley, Los Angeles County, City of Paris, City of Yucca Valley, City of San Marino, Eastern Municipal Water District (EMWD), Inland Empire Utility Agency (IEUA), City of Buttonwillow, East Orange County Water District (EOCWD) y Fire Station Remodel for | Orange County, City of Temecula, City of Fullerton. Experience: »Years of Experience: 20 Registration: »Professional Engineer CA, M35789 »LEED Accredited Professional Education: »M.S. Mechanical Engineering, University of Bridgeport (CT), 2006 »B.E. Mechanical Engineering, Sarder Patel University (India), 2002 Professional Affiliations: »ASHRAE Associate Member since 2006 5.3 / RESUMES Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 29 www.gparchitects.org Experience: »Years of Experience: 20 Registration: »Professional Engineer CA, E19876 »LEED Accredited Professional Education: »Master’s of Engineering (Electrical Engineering), SP University, India Monita Verma, P.E., LEED® AP Principal Electrical Engineer, H2S Engineers Inc. EXPERIENCE WITH THE REQUIREMENT AND TASKS Verma is the Co-Founder and CEO of H2S Engineers. A professional engineer with a career spanning two decades and three states (California, Arizona, and Nevada), she has collaborated with government agencies, private developers, architects, designers, contractors, and investors to create enduring infrastructure for a wide range of building types. Her extensive expertise in electrical infrastructure design encompasses public works buildings, airport terminals, K-12 schools, hospitals, medical facilities, industrial buildings, commercial offices, retail spaces, restaurants, parks, custom homes, and multifamily buildings. Monita has partnered with prominent entities such as UCLA, LAWA, UCI, Adventist Health, the City of Los Angeles, the City of Irvine, SCE, Dignity Health, LAUSD, PLYUSD, and numerous other public and private clients in Southern California. Under her leadership, H2S Engineers was recognized as one of the Top MEP providers by Construction Business Review in 2024. Monita personally oversees all engineering projects and serves as the primary point of contact for engineering coordination. Since founding H2S Engineers in 2013, Monita has built a skilled and dependable engineering team, delivering more than 100 project designs annually using REVIT and CAD. Her hands-on approach and dedication to excellence have established H2S Engineers as a trusted partner in the industry. RELEVANT EXPERIENCE • City Hall, Admin buildings and community center remodels for City of | Long Beach, City of Redondo Beach, City of Irvine, City of Temecula, City of Manhattan, City of Moreno Valley, Los Angeles County, City of Paris, City of Yucca Valley, City of San Marino, Eastern Municipal Water District (EMWD), Inland Empire Utility Agency (IEUA), City of Buttonwillow, East Orange County Water District (EOCWD), New Chlorine Injection Facility Regional Recycling Water Plant in Rancho Cucamonga, CA: RP-4 includes several treatment processes that contribute to providing a quality recycle water pursuant to the State of California Title 22 regulations. The objective of the project was to design and construct a new relocated chlorination facility consisting of new tanks, pumps, emergency spill containment areas, and site distribution piping throughout the plant. • Parks and recreation for City of | Fullerton, City of Seal Beach, City of Downey, City of San Marino • Firing Range design for City of | Costa Mesa, City of Pleasanton. • Fire station remodel for | Orange County, City of Temecula, City of Fullerton. • Higher education building remodels for | UCLA (CHS, Boelter Hall, BSRB, Young Hall, EV Charging stations for Parking structures), ACC (American Career College), WCU (West Coast University) • Medical office remodels for | UCLA (Santa Monica Medical Center, Westlake Village, Hollywood, Westwood, Porter Ranch, Pasadena, Santa Barbara, Agoura Hills, Alameda, Burbank), UCI (Orange, Santa Ana) 5.3 / RESUMES Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 30 www.gparchitects.org 5.4 / ORGANIZATIONAL CHART ARCHITECT Gillis + Panichapan Architects, Inc Jack Panichapan, AIA, LEED® AP Principal In-Charge/Project Director ARCHITECT Gillis + Panichapan Architects, Inc Cynthia Perez Project Coordinator/Designer ARCHITECT Gillis + Panichapan Architects, Inc Kent Klueter, AIA, LEED® AP Project Architect ARCHITECT Gillis + Panichapan Architects, Inc Vic Nguyen, AIA, LEED® AP Project Architect POINT OF CONTACT ELECTRICAL/MECHANICAL ENGINEER H2S Engineers STRUCTURUAL ENGINEER Dale Christian Structural Engineers Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 31 www.gparchitects.org PROJECT MANAGEMENT APPROACH 6 / Ci t y o f R a n c h o C u c a m o n g a Re q u e s t f o r S t a t e m e n t o f Qu a l i f i c a t i o n s f o r O n - C a l l Ar c h i t e c t u r a l D e s i g n S e r v i c e s Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 32 www.gparchitects.org 6 / PROJECT MANAGEMENT APPROACH Project Management At Gillis + Panichapan Architects, Inc. (GPa), our project management approach is designed to ensure the seamless delivery of high-quality, cost-effective projects that meet the City of Rancho Cucamonga’s objectives. By focusing on clear communication, rigorous quality control, and effective cost and schedule management, we consistently achieve project goals while maintaining flexibility to address evolving needs. Our office is full-service in terms of both Architecture and Interior Design. We are deeply involved in each project from space planning to construction to move-in day. At the beginning of a project, our approach is to effectively manage the project cost and schedule. Quality begins with defining the project scope and the Client’s goals, budget, and timing for completion. This information is discussed at the kick-off meeting with the Client. If the project budget and timeline are known prior to the meeting, we develop and submit the preliminary schedule denoting key milestones and deliverables for the Client to review and provide feedback at the kick-off meeting. Cost Control As the project progresses, GPa provides and updates detailed cost estimates for quantities and materials. Early awareness of costs enables adjustments to bring the project within budget with minimal concessions. We leverage both in-house expertise and professional cost estimating services to manage costs during the design phase. All major project decisions are evaluated based on their cost implications; this information is communicated transparently to assist the City in informed decision-making. Schedule Control GPa develops a comprehensive project schedule that identifies major milestones and detailed tasks necessary for project completion. This schedule is regularly updated and shared with the client and consultants, ensuring that everyone is informed of timelines and deliverables. We maintain accountability by clearly communicating expectations and addressing any schedule impacts promptly. Quality Control To ensure precision and accuracy in project delivery, GPa employs an in-house quality control (QC) program. This process includes the following: 1. Design Criteria and Programming Validation: o Collaborating with the City to define project parameters, operational needs, and aesthetic preferences. o Developing clear criteria prior to completing schematic design documents. o Conducting interactive design workshops to gather real-time feedback and refine design concepts using drawings, renderings, and reference materials. 2. Design Reviews with the City: o Preparing Design Control Documents at critical design milestones (Conceptual Design, Schematic Design, 65% Construction Documents, and 95% Construction Documents). o Collecting stakeholder comments through standardized forms and adhering to fixed deadlines for review periods. o Incorporating feedback into designs to ensure alignment with project objectives. 3. Design Review Comment Resolution: o Compiling and tracking stakeholder comments in a Design Management Log. o Meeting with the City to review and resolve comments, ensuring clear understanding and agreement. o Deferring unresolved comments to future design reviews as appropriate. 4. Internal QA/QC: o Conducting in-house quality assurance checks between formal reviews to track adherence to design criteria and address variances. o Coordinating design outputs among disciplines using electronic file sharing, face-to-face meetings, and BIM software for precise collaboration. 5. Design Deviations: o Identifying and tracking deviations to the Design Criteria on the Design Management Log for review and acceptance by the City and stakeholders. o Ensuring timely feedback to maintain the design schedule. 6. Submittal Reviews: Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 33 www.gparchitects.org 6 / PROJECT MANAGEMENT APPROACH o Reviewing contractor submittals, shop drawings, and other documentation during construction to confirm compliance with Design Control Documents and Design Criteria. Project Tracking and Performance Monitoring GPa’s performance monitoring procedures integrate ongoing tracking of schedule adherence, cost management, and milestone completion. Using project management software, we maintain real-time visibility into project progress. Any deviations from planned outcomes are identified promptly, allowing for corrective measures to keep the project on track. Progress Reporting Procedures Regular progress reports are a cornerstone of GPa’s project management approach. These reports include: • Updates on schedule and milestone achievements. • Cost tracking against the established budget. • Summary of QC activities and any design adjustments made. • Identification of potential risks and proposed mitigation strategies. By maintaining transparency and open communication, GPa ensures that the City remains fully informed throughout every stage of the project, fostering trust and collaboration. BIM software for precise collaboration. 5. Design Deviations: o Identifying and tracking deviations to the Design Criteria on the Design Management Log for review and acceptance by the City and stakeholders. o Ensuring timely feedback to maintain the design schedule. 6. Submittal Reviews: Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 1 www.gparchitects.org SCOPE OF WORK 5.7 ARCHITECTURAL ENGINEERING 7 / Ci t y o f R a n c h o C u c a m o n g a Re q u e s t f o r S t a t e m e n t o f Qu a l i f i c a t i o n s f o r O n - C a l l Ar c h i t e c t u r a l D e s i g n S e r v i c e s Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 2 www.gparchitects.org 7 / SCOPE OF WORK - ARCHITECTURAL ENGINEERING Scope of Work: 5.7 Architectural Engineering Gillis + Panichapan Architects, Inc. (GPa) is honored to provide comprehensive architectural design services to the City of Rancho Cucamonga for its on-call architectural design needs. Our scope of work encompasses a full range of services, from initial concept development to project completion, tailored to the unique requirements of each project. 1. Initial Project Engagement • Project Kick-off: Organize and facilitate a kick-off meeting to establish project goals, scope, budget, and schedule. • Preliminary Assessment: Conduct site visits and feasibility studies to understand project conditions and opportunities. • Stakeholder Collaboration: Engage with city staff and stakeholders to identify operational requirements, community needs, and design objectives. 2. Programming and Conceptual Design • Space Programming: Develop detailed space programming to align with project needs and operational goals. • Concept Development: Prepare initial design concepts, incorporating sustainable design principles, accessibility standards, and community-driven considerations. • Client Workshops: Facilitate interactive workshops to present and refine design ideas based on feedback. 3. Design Development • Detailed Design: Advance approved concepts into detailed designs, including architectural, structural, and MEP (Mechanical, Electrical, Plumbing) systems coordination. • Sustainability Integration: Implement energy-efficient systems, passive design strategies, and other sustainable features to meet city objectives and industry standards. • Design Reviews: Conduct milestone reviews (e.g., 30%, 60%, 90%) with the City and stakeholders to ensure alignment and resolve any comments. 4. Construction Documentation • Comprehensive Documentation: Prepare detailed construction drawings and specifications that meet all regulatory and code requirements. • Cost Estimating: Provide detailed cost estimates at critical phases to support budget management. • Permit Coordination: Assist in securing required permits and approvals from governing agencies. 5. Construction Administration • Bid Assistance: Support the City during the contractor bidding process, including RFI responses and bid evaluation. • Construction Oversight: Provide ongoing support during construction, including site visits, submittal reviews, and shop drawing approvals. • Quality Assurance: Monitor construction progress to ensure adherence to design intent, budget, and schedule. Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Request for Statement of Qualifications for On-Call Architectural Design Services 3 www.gparchitects.org 7 / SCOPE OF WORK - ARCHITECTURAL ENGINEERING • Final Close-out: Assist with final inspections, punch list resolution, and project close-out documentation. 6. Specialized Services • Renovation and Retrofit Expertise: Address the unique challenges of renovating and retrofitting existing facilities, with a focus on preserving functionality while modernizing systems and aesthetics. • Sustainable Design Certification: Support LEED certification processes as required, ensuring projects meet desired sustainability standards. • Interior Design and Space Planning: Provide interior design solutions, including furniture selection and procurement, ensuring cohesive and functional interior environments. 7. Ongoing Support • Post-Occupancy Services: Conduct post-occupancy evaluations to ensure project success and gather feedback for continuous improvement. • On-Call Support: Be readily available to respond to emerging project needs, provide feasibility studies, and address unforeseen challenges. By delivering these services with a commitment to quality, sustainability, and collaboration, GPa aims to support the City of Rancho Cucamonga in achieving its goals for functional, cost-effective, and community-enhancing projects. Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 01/13/2024 Jack Panichapan Principal CEO N/A Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 01/13/2024 Jack Panichapan Principal CEO X Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 01/13/2024 Jack Panichapan President/Owner Gillis + Panichapan Architects Inc. Jack Panichapan Principal CEO Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 01/13/2024 Jack Panichapan Principal CEO Addendum No.001 Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Gillis + Panichapan Architects Inc. 01/13/2024 Principal CEO Jack Panichapan Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 365 X Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 01/13/2024 1101 Quail Street, Newport Beach, CA 92660Gillis + Panichapan Architects Inc. jack@gparchitects.org Jack Panichapan Principal CEO https://www.gparchitects.org/ 714-668-4265 714-668-4260 Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 1101 quail street, Newport Beach California 92660 | P. 714.668.4260 F. 714.668.4265 | www.gparchitects.org 2025 Schedule of Rates for Services for the City of Rancho Cucamonga Professional Architecture Services GPa proposes to furnish professional architectural services based on the hourly billing rates listed below. These rates are valid for the full term of the agreement, and are subject to the annual rate adjustment terms described below. We typically contract on an “hourly not-to-exceed” basis and tailor our scope and fee proposals to align with the specific needs of each task order, with flexibility for refinement during contract negotiations. SCHEDULE OF HOURLY BILLING RATES Principal…………………………….220 Project Director…………………….195 Project Architect…………………...175 Job Captain…….….…….………...125 Designer/ CAD Tech……………….110 Clerical…………………………..….85 CONSULTANTS When additional consultants (Such as structural, civil, MEP Engineers) are needed, we will be the primary point of contact and the team leader. Our contract will include and convey all consultant fees and contracts as a subcategory of our fee and services. REIMBURSABLES In our contract we often have a reimbursable allowance. This reimbursable allowance covers fees beyond general B&W printing fees on standard ledger or tabloid size paper. Government fees, delivery costs (such as United Parcel Service charges), and the costs of special sized prints/ reproductions are not included in our fee. These items are "reimbursable" items and will be shown separately on our invoice. Mileage Mileage will be reimbursed at the current California State rate for personal vehicle use, which is updated periodically by the California Department of Human Resources (CalHR). As of July 1, 2025, the rate is $0.67 per mile (or as updated by the State). ANNUAL RATE ADJUSTMENTS Beginning July 1, 2026, and each July 1 thereafter, GPa may request an annual rate increase by notifying the City no later than May 15 of that year. Any increase will be subject to good-faith negotiation and prior City Council approval if: • The proposed increase exceeds the U.S. Bureau of Labor Statistics’ Consumer Price Index for All Urban Consumers (CPI-U) for the Riverside-San Bernardino-Ontario area for the 12-month period ending April 30, or • The increase exceeds 5% in any given year, regardless of CPI. Contract Extensions Should the City elect to exercise either of the two optional one-year extensions, GPa will submit an updated rate sheet for City review and approval at that time. Docusign Envelope ID: 987A5B1D-79E1-4F1A-841D-2B99A15508A7Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B