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