HomeMy WebLinkAboutCO 2025-146 - GO Architects, Inc.PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 1
AGREEMENT FOR
DESIGN PROFESSIONAL SERVICES
THIS AGREEMENT is made and entered into this 4th day of
September, 2025, by and between the City of Rancho Cucamonga, a municipal
corporation and the Rancho Cucamonga Fire Protection District (“City”) and GO
Architects, Inc., 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
2025-146
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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 Lisa Cox, AIA, Principal Architect/Partner 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 9
provisions of this Section 12.
12.3 Minimum Limits of Insurance. Consultant shall maintain limits no less
than:
(1) Commercial General and Auto Liability Insurance with
limits of not less than TWO MILLION DOLLARS
($2,000,000) combined single limit, bodily injury and
property damage liability per occurrence, including:
1. Non-owed, and hired vehicles;
2. Broad from property damage;
3. Products/completed operations; and
4. Personal Injury.
(2) 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.
(3) Professional Liability: $1,000,000 per claim/aggregate.
(4) 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: Go Architects, Inc.
276 North 2nd Avenue
Upland, CA 91786
Attn: Lisa Cox, AIA
Principal Architect/Planner
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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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.
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 14
24. Entire Agreement. This Agreement consists of this document, and any
other documents, attachments and/or exhibits referenced herein and attached hereto, each
of which is incorporated herein by such reference, and the same represents the entire and
integrated agreement between Consultant and City. This Agreement supersedes all prior
oral or written negotiations, representations or agreements. This Agreement may not be
amended, nor any provision or breach hereof waived, except in a writing signed by the
parties which expressly refers to this Agreement.
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
Consultant Name: GO Architects, Inc.
By: ______________________________
Name Dennis Roney Date
______________________________
Title
City of Rancho Cucamonga
By:________________________________
Name Date
_________________________________
Title
By: ______________________________
Name Lisa Cox Date
______________________________
Title
(Two signatures required if corporation)
Rancho Cucamonga Fire Protection District
By:________________________________
Name Date
_________________________________
Title
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7A
9/4/2025 | 11:44 AM PDT
Design Principal
9/4/2025 | 3:04 PM PDT
Principal Architect / Partner
Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
9/16/2025 | 8:55 PM PDT
Mayor/President
9/16/2025 | 9:44 PM PDT
Fire Chief
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 15
EXHIBIT A
REQUEST FOR STATEMENT OF QUALIFICATIONS
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
January 13, 2025
Statement of Qualifications for Various On-Call
Services SOQ #24/25-501
CITY OF RANCHO CUCAMONGA
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Section 4.1
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 1GO Architects, Inc.
www.GOArchitectsInc.com276 North Second Avenue Upland, CA 91786 P: 909-532-5590 F: 909 912-8340
January 13, 2025
Marlena Perez
Principal Engineer, Capital Management
City of Rancho Cucamonga
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
Re: Statement of Qualifications – Various On-Call Services SOQ #24/25-501
Dear Ms. Perez:
Thank you for the opportunity to present GO Architect Inc.’s (GOAI) interest for consideration to provide Architectural
Engineering Services. Section 5.7 for the City of Rancho Cucamonga. The core GO Architects team was established nearly
20 years ago, where we defined our core principles and began to implement them for our and our clients’ success. We are
committed to achieving excellence in everything we promise to do, from design, to service, to delivery and execution. To
provide fabled service. Our primary concern is always for lasting project success in practical and economic terms... a result
that will meet our clients’ needs today and tomorrow. By listening to our clients, analyzing their needs, and looking to the
future, we are proud to consistently create successful solutions while building long-term relationships. These long-term
relationships have sustained us over the years as we have become “the Architects of choice” for our clients.
On the following pages you will get a glimpse of the GOAI team and the projects we have accomplished. We believe
our qualifications show our considerable expertise and experience delivering architectural and engineering services for
projects of all types and sizes. We present our firm and our team as the most appropriate to serve you as your trusted
advisors and your architect for various reasons, including:
•We are local. GO Architects, Inc. and our consultants' offices are local to the Rancho Cucamonga community. Our
proposed team will be at-your-call to quickly provide services when and where you need them, to make the process
efficient and effective.
•We are the City of Rancho Cucamonga's planning experts. We will bring to the City of Rancho Cucamonga's
program many decades of project experience. Our level of expertise provides many benefits to our clients; we
understand the operational and maintenance aspects of facilities, we understand how your facilities must be both
safe and welcoming, we understand how your facilities are an important resource for the community.
•We are knowledgeable of the State and local Code authorities; the City's Planning, Building and Safety,
Engineering, and Fire Departments, San Bernardino County Health Department, and State agencies such as CEQA,
DTSC, and CGS, as well as local utility providers. GOAI maintains a strong working relationship with all reviewing
agencies and understands the requirements each project submittal must meet.
•Sustainability is now part of the mainstream. Green building deserves consideration not as an ‘add-on’, budget
permitting, but rather as an encompassing philosophy for the design process. An integrated design approach that
employs green building practices can provide a healthy built environment, while cutting costs and saving energy
resources. We believe a sustainable building benefits not only the environment, but also the end users. Sustainable
strategies, such as natural lighting and ventilation, improve the overall environment, boosting the well-being and
performance of those who use the buildings. As architects, we are inspired by this environmental opportunity
and value its importance. The commitment to sustainable must be one that is made by the entire project team
and considered in every decision—from site location, to finishes. By incorporating recycled, low v.o.c. and energy-
efficient materials, along with energy-saving applications and high efficiency systems, we create a place where
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 2GO Architects, Inc.
important lessons about resource responsibility are reinforced daily. Staff, and visitors can get a first-hand
look at building systems components and their operation, a ‘real world’ glimpse at reducing pollution and
waste.
•Our Principals are hands-on Architects. Our diverse group of Partners and Staff enjoy what we do, and we
relish the time spent on our projects and with our clients. Lisa Cox, AIA will lead the team for GO Architects,
Inc. and will serve as designated representative to the City. She will attend most meetings with Dennis and
Rainier attending all technical meetings. They will be involved from day one through project completion.
Our goal is to provide you with responsive service, innovative ideas and personal attention to your project’s
unique needs.
GO recognizes we must be good stewards of the public’s trust and funds, and by extension the City's. Our
ultimate obligation as architects is to provide a project on time and on budget. If we fail to do either of these, we
have failed in our capacity as your design expert. We will not fail you. Our project team works as one, reinforcing
design concepts in every drawing and detail. This process is not complete until your project is occupied, and all
close-out requirements are met. Minimizing conflicts through all phases of a project’s development results in our
satisfied clients receiving better value for their dollar, and your project completed on budget and on schedule.
Sincerely,
www.GOArchitectsInc.com276 North Second Avenue Upland, CA 91786 P: 909-532-5590 F: 909 912-8340
Lisa Cox, AIA
Principal Architect/Partner
LisaC@goarchitectsinc.com
909-532-5590 ext. 118
Godwin Osifeso, RA, CSI, LEED AP
Treasurer/Principal Architect
GodwinO@goarchitectsinc.com
Dennis Roney, RA
Secretary/Design Principal
DennisR@goarchitectsinc.com
Rainier Lopez
Creative Director/Design Team Member
RainierL@goarchitectsinc.com
Liliana Bustos
Vice-President/Managing Partner
LilianaB@goarchitectsinc.com
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Section 4.2
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 3GO Architects, Inc.
TABLE OF CONTENTS
Section Page #
4.1. Cover Letter/Introduction 1
4.2. Table of Contents 3
4.3. Executive Summary 4
4.4. Firm Experience/Qualifications 6
4.5. Third-Party / Subcontractors 13
4.6. Staff Resumes and Organization Chart 26
4.7. Project Management Approach 31
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Section 4.3
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 4GO Architects, Inc.
Approach, Qualifications, Experience
GO Architects is the synergy of an award-winning team of design professionals who have spent over twenty years working
together to provide innovative strategies and sensitive design solutions to projects throughout California and abroad.
The GO Architects team has built a reputation around the philosophy of “Fabled Service” providing each client with
responsive service, innovative ideas and personal attention to their unique needs.
Our proven “Fabled Service” philosophy enables GO Architects to provide the following benefits to our clients:
•Creative collaborative working relationships that bring together our technical and design expertise with your
operational experience to develop final solutions specific to your needs and aspirations.
•"Value + Design" that integrates functional, cost effective construction with an aesthetic that reflects your vision for
your built environment and in harmony with the context of its environment.
•Timely project delivery using our proven schedule management systems.
•Continuous project cost control.
Designing projects in 2025 requires knowledge and experience, the GO Architect’s team not only has the knowledge, skill,
experience and qualifications, but most importantly we have the passion to be your design team. Our depth of knowledge
in educational planning and design is second to none.
Our planning methodology is comprehensively simple:
•Research, investigate, listen and document (as-builts, site visits, committee meetings, staff meetings, needs
assessments, etc.).
•Document findings in a logical and organized manner.
•Propose solutions in a comprehensive manner including design, schedule and cost.
Understanding the City's Needs and Requirements
We effectively understand the scope, schedule, budget, and environment, and use these constraints as creative
opportunities.
Similarly, we understand that not every solution is perfect, and assess the cost-benefit of every decision, seeking only the
most amicable results, with solutions that would support the community both now and in the future.
GO Architects, Inc., Upland, CA
Section 4.3 | EXECUTIVE SUMMARY
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 5GO Architects, Inc.
Client School Project Status
Alta Loma SD Alta Loma ES HVAC Replacement Construction Admin.
Alta Loma SD Carnelian ES Playground Relocation Construction Admin.
Alta Loma SD District Support Center Security Project Construction Admin.
Banning USD All Schools Long Range Facilities Master Plan Site Assessments
Chaffey Joint Union HSD Etiwanda High School Modernization Closeout in process
Chaffey Joint Union HSD Etiwanda High School Classroom Building Closeout in process
Chaffey Joint Union HSD Montclair High School New Gym & Weight Room Bldg. Construction Docs.
Chaffey Joint Union HSD Chaffey High School New Gym & Weight Room Bldg. Construction Docs.
Chaffey Joint Union HSD Ontario High School Building K DSA/Agency
Chaffey Joint Union HSD Etiwanda High School Weight Room Building Construction Admin.
Chaffey Joint Union HSD Valley View High School Building H Construction Admin.
Chaffey Joint Union HSD Rancho Cucamonga High School Existing Weight Room Upgrades DSA Approved
Chaffey Joint Union HSD Colony High School Existing Weight Room Upgrades DSA/Agency
Chaffey Joint Union HSD Los Osos High School Existing Weight Room Upgrades DSA/Agency
Chaffey Joint Union HSD Alta Loma High School Existing Weight Room Upgrades DSA Approved
Chaffey Joint Union HSD Rancho Cucamonga High School Modernization DSA/Agency
Chaffey Joint Union HSD Rancho Cucamonga High School Building U - Band & Dance Schematic Design
Moreno Valley USD Armada ES Modernization DSA Approved;
Awaiting Funding for
Construction
Riverside USD Sunshine Eearly Childhood Center Modernization Close Out
Riverside USD University Heights Middle School Modernization Close Out
Riverside USD University Heights Middle School Fire Alarm Replacement Close Out
Riverside USD John W. North High School Transformation Construction Admin.
Riverside USD Casa Blanca Elementary School New Elementary School Construction Admin.
Riverside USD John W. North High School HVAC & Lighting Upgrades Construction Admin.
Snowline Joint USD Serrano High School Modernization - Phase 1 Phase 1 Bid
Snowline Joint USD Serrano High School Modernization - Phase 2 Construction Docs.
Snowline Joint USD Baldy Mesa Elementary School Modernization DSA Approved;
Awaiting Funding for
Construction
Snowline Joint USD Chaparral High School Modernization DSA Approved;
Awaiting Funding for
Construction
Snowline Joint USD Heritage Elementary School Fire Alarm Replacement Construction Docs.
Snowline Joint USD Serrano High School Classroom Bldg. Addition DSA/Agency
Snowline Joint USD Chaparral High School Classroom Bldg. Addition DSA/Agency
Snowline Joint USD New TK-5 Elementary. School (Streets: Bellflower & Luna) DSA/Agency
University of La Verne College of Health &
Community Well-Being
New College Construction Docs.
Staff Availability
Our staff keeps busy with many projects and is ready to begin serving the City of Rancho Cucamonga immediately. Here is
a list of our current projects:
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Section 4.4
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 6GO Architects, Inc.
Section 4.4 | FIRM EXPERIENCE/QUALIFICATIONS
Brief history of your firm
Our mission to provide Fabled Service to you is the foundation of our design philosophy, which guides our methodologies,
processes, and approach in the development of your vision. Our philosophy is simple, and is defined by four (4) pillars of
thought:
1.We provide you the best in service
2.We offer you the best possible product
3.We consistently think win-win
4.We enjoy the work we do
GOAI is a synergy of diverse, hands-on, award-winning industry leaders having been established as a team more than 20
years ago, and cumulatively bringing over 100 years of architectural design expertise. Our synergy enables us to provide
innovative strategies, sensitive design solutions, and personalized responses to your unique needs. Seeing steady growth
over the last ten years, today GOAI is home to 18 architects, designers, and administrative professionals including four CA
licensed architects, two LEED Accredited Professionals, and one Construction Specifications Institute member.
Number of years in business
The core GO Architects team was established over 20 years ago; we celebrated the eleventh anniversary of the founding of
our firm in January 2025.
Office Location
276 N 2nd Avenue, Upland, CA 91786
Type of ownership
GO Architects, Inc. was formally incorporated as a “C” Corporation on January 3, 2014 under Federal EIN # 46-4469620.
GO Architects, Inc., Upland, CA
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 7GO Architects, Inc.
Section 4.4 | FIRM EXPERIENCE/QUALIFICATIONS
Project: Two-Story Classroom Building, Rancho Cucamonga High School
Description of services: New Two-story Classroom Building replacing portables
Staffing: Larry Buoncristiani, RA Principal Architect
Duration of providing services: 07/2015-04/2019
Project contact: Robert Slagle, Director Operations, Planning and Facilities; Chaffey Joint Union High School District
T: 909-988-8511 ext. 2510, Robert.Slagle@cjuhsd.net
Rancho Cucamonga High School, Chaffey Joint Union High School District
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 8GO Architects, Inc.
Section 4.4 | FIRM EXPERIENCE/QUALIFICATIONS
Project: Gymnasium Addition, Alta Loma High School
Description of services: Remodel and expansion to an existing gymnasium. Scope includes expanding court capacity, new
entry lobby and restrooms, locker room remodel, upgrades to mechanical, electrical and plumbing systems and minor
exterior site improvements.
Staffing: Dennis Roney, Design Principal; Godwin Osifeso, Principal in Charge; Larry Buoncristiani, Principal Architect; Anna
Salas, Project Coordinator
Duration of providing services: 05/2018-04/2021
Project contact: Robert Slagle, Director Operations, Planning and Facilities; Chaffey Joint Union High School District
T: 909-988-8511 ext. 2510, Robert.Slagle@cjuhsd.net
ALTA LOMA HIGH SCHOOL GYMNASIUM EXPANSION
CHAFFEY JOINT UNION HIGH SCHOOL DISTRICT
SITE AERIAL DIAGRAM 06.04.18
AREA OF GYMNASIUM EXPANSION
BASE LINE ROAD
(E
)
P
A
R
K
I
N
G
(E
)
P
A
R
K
I
N
G
(E) QUAD
(E) QUAD
Alta Loma High School, Chaffey Joint Union High School District
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 9GO Architects, Inc.
Section 4.4 | FIRM EXPERIENCE/QUALIFICATIONS
Project: 2-Story Classroom Addition,
Etiwanda High School
Description of services: New two-story
classroom building and associated site
improvements.
Staffing: Larry Buoncristiani, Architect;
Godwin Osifeso, Principal in Charge; Dennis
Roney, Design Principal; Anna Salas, Project
Coordinator
Duration of providing services: 06/2018-
07/2020
Project contact: Robert Slagle, Director
Operations, Planning and Facilities; Chaffey
Joint Union High School District
T: 909-988-8511 ext. 2510, Robert.Slagle@
cjuhsd.net
Etiwanda High School, Chaffey Joint Union High School District
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 10GO Architects, Inc.
Section 4.4 | FIRM EXPERIENCE/QUALIFICATIONS
Project: District Operations Center,
Cucamonga Middle School
Description of services: Construction of
one district office building.
Staffing: Larry Buoncristiani, RA Principal
Architect
Duration of providing services: 07/2015-
04/2019
Project contact: Lori Isom, Assistant
Superintendent, Business Services, Central
SD, (phone) 909-989-8541, (fax) 909-941-
1732, lisom@csd.k12.ca.us
District Operations Center, Central School District
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 11GO Architects, Inc.
Section 4.4 | FIRM EXPERIENCE/QUALIFICATIONS
Project: Modernizations At Stork Elementary
School, Carnelian Elementary School, Jasper
Elementary School, and Alta Loma Jr. High
School
Description of services: The Architectural &
Engineering design team provided services
throughout the different project phases,
schematic design, design development,
construction documents, agency approval,
bidding & negotiation, construction
administration and project close out and
certification.
Staffing: Liliana Bustos, Dennis Roney,
Rainier Lopez, Alvaro Morales
Duration of providing services:
Stork ES: 08/2023
Carnelian ES: 07/2022
Jasper ES: 07/2023
Alta Loma Jr. HS: 01/2021
Project contact: Brian Salsgiver Director -
Maintenance, Operations, Transportation, And
Safety, T: 909-484-5151 x102084, Bsalsgiver@
alsd.org
Alta Loma Jr. High School
Carnelian Elementary School
Floyd M. Stork Elementary School
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 12GO Architects, Inc.
Section 4.4 | FIRM EXPERIENCE/QUALIFICATIONS
Project name: PMT Office Tenant
Improvements, San Bernardino
Community College District.
Description of services: Interior
tenant improvement of Class A
office space for SBCCD's program
managers.
Staffing: Dennis Roney, RA
Duration of providing services:
2020-2021
Project contact: Farrah Farzaneh,
Community College Director Facilities
PEMC; San Bernardino Community
College District
T: 909-388-6932, Ffarzaneh@sbccd.edu
PMT Office Tenant Improvements, San Bernardino Community College District
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Section 4.5
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 13GO Architects, Inc.
Civil
Fuscoe Engineering, Inc.
3257 E Guasti Rd #300
Ontario, CA 91764
909 581-0676 | fuscoe.com
Fuscoe Engineering, Inc. (FEI) is an
award-winning firm specializing in civil
engineering, surveying, stormwater
management, sustainable site design,
and geospatial technology. FEI’s
expertise spans new construction,
site renovations, student housing,
transportation circulation, utilities,
urban school sites, sports complexes,
and stormwater solutions, including
drainage and runoff management.
Fuscoe Engineering, Inc. has worked
for 11 Years with GO Architects, Inc.
(21 years with partners/principals at
former firms).
Structural
T&B Engineering, Inc.
4344 Latham St Ste. 200
Riverside, CA 92501
951 684-6200 | tbengineeringinc.com
T & B Engineering, Inc. is a full-
service Structural Engineering,
Design and Consulting Firm located
in Riverside, California, with a
combined professional experience
that exceeds 40 years. Their firm
consists of highly qualified and
experienced professionals whose
ultimate goal is to provide efficient
and practical solutions for all types of
structures, regardless of the scale or
complexity of the design. Their firm
fully recognizes the importance of,
and is dedicated to, providing quality
services that focus on a complete
awareness of client needs and
priorities.
T & B Engineering, Inc. has worked
for 11 Years with GO Architects, Inc.
(21 years with partners/principals
including time with former firms).
Mechanical, Electrical, Plumbing
Design West Engineering
412 E Vanderbilt Way,
San Bernardino, CA 92408
909 890-3700 |designwesteng.com
For two decades, Design West
Engineering has provided cutting-
edge service as one of Southern
California’s leading Mechanical,
Electrical, Plumbing and Energy
Consultation firms. They offer
a diversified range of practical
experience in design, construction and
post-occupancy for the building sector
and are accustomed to meeting tight
deadlines on projects.
Design West Engineering has worked
with GO Architects, Inc. for 11 Years
Landscape Architect
RHA Landscape Architects-Planners,
Inc.
6840 Indiana Avenue, Suite 100
Riverside, CA 92506
951 781-1930 |www.rhala.com
Established in 1979, RHA Landscape
Architects-Planners partners with land
developers, home builders, engineers,
architects, and public agencies to
provide site planning and design
services for a wide range of public and
private spaces and facilities.
Our consultants contribute
to our high level of service
and have been a part
of our team for many
projects.
However, GO Architects,
Inc. is open to working
with consultants the City
of Rancho Cucamonga
is familiar with and that
understand the City’s
operational standards and
preferences.
Each project has unique needs. With that in mind, GOAI selects each project’s consultants based on the project
requirements, the consultants schedule and current workload, specialties and previous work experience.
The following proposed consultants will be integral members of our team.
Section 4.5 | THIRD-PARTY / SUBCONTRACTORS
While RHA has not yet collaborated
with GO Architects, Inc. specifically,
the team has a longstanding working
relationship with Lisa Cox, having
successfully completed over 100
projects together during her time at
former firms.
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 14GO Architects, Inc.
Section 4.5 | THIRD-PARTY / SUBCONTRACTORS
Fuscoe Engineering, Inc.
Civil Engineer
STEVE ELLIS, PE
Principal/Regional Manager
Ontario, CA
Steve is a Fuscoe Engineering Principal and the Regional Director in charge
of overseeing Fuscoe’s Inland Empire office, located in Ontario. He has over
30 years of civil engineering experience throughout Southern California
with both public and private projects.
Steve’s has an extensive background with public project work, master
plans and residential communities, medical/institutional assignments
and commercial/industrial developments. Additionally, under Steve’s
management, the Inland Empire office has completed work on over 100
schools throughout Southern California. Steve has provided services for
numerous clients, including Greystar, HMC Architects, Kaiser Permanente,
Cannon Design, Costco Wholesale, The Boureston Companies, National
CORE, Brookfield Residential and Trammell Crow.
Steve’s years of engineering experience, coupled with a broad knowledge
of project goals and execution, are strong individual assets. He possesses
excellent interpersonal skills and coordinates project requirements easily
with both clients and public agencies. Steve has the ability to handle
multiple projects successfully, and his commitment to project goals and
budgeting results in overwhelming client satisfaction.
EDUCATION
›BS, Civil Engineering
California Polytechnical Institute, Pomona
REGISTRATIONS/CERTIFICATIONS
›PE, 1992 - CA #47255
AFFILIATIONS
›Building Industry Association of Southern California
›Community College Facility Coalition (CCFC)
›Coalition for Adequate Student Housing (CASH)
›Design-Build Institute of America (DBIA)
Fuscoe Team Member Since 1998
Fuscoe Principal Since 2007
Relevant Project Experience:
•Goodman Logistics, Rancho Cucamonga
•Universal Technology Institute, Rancho Cucamonga
•4th & Haven Residential, Rancho Cucamonga
•Citizens Business Bank Arena Improvements, Rancho Cucamonga
•Costco Warehouse, Rancho Cucamonga
•Rancho Cucamonga High School, Rancho Cucamonga
•Grand Park, Ontario
•Westgate Specific Plan EIR, Fontana
•Whittier Plaza Community Center, Whittier
References:
•City of Rancho Cucamonga
o Ulises Benavente
o Associate Engineer
o Ulises.Benavente@cityofrc.us
•City of Ontario
o Brian Lirley
o Associate Engineer
o Blirley@ontarioca.gov
•City of Fontana
o Ricardo Garay
o Senior Engineer, Land Development
o Rgaray@fontanaca.gov
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 15GO Architects, Inc.
Section 4.5 | THIRD-PARTY / SUBCONTRACTORS
T&B Engineering, Inc.
Structural Engineer
Resume
Peter Ravenkamp, P.E., S.E. Principal
pravenkamp@tbengineeringinc.com
T & B Engineering, Inc.
Consulting Structural Engineers
Education:
California State Polytechnic University, Pomona, CA
Master of Science, Civil Engineering (Structural Emphasis) 2011
Bachelor of Science, Civil Engineering, 2005
Professional Affiliations:
Structural Engineers Association of California (SEAOC)
International Conference of Building Officials
American Institute of Steel Construction (AISC)
Structural Engineering Institute (SEI)
American Society of Civil Engineers (ASCE)
Registration:
California Structural Engineer No. S6471, 12/31/26
California Civil Engineer No. C76496, 12/31/26
As one of the principals at T & B Engineering, Mr. Ravenkamp excels in his role by managing the office's daily responsibilities while also
serving as the firm's lead structural engineer. In this capacity, he is entrusted with overseeing the entire design and construction phases
of the company's projects. With a remarkable 19 years of continuous practice in the field of civil and structural engineering, Mr. Ravenkamp
brings extensive expertise to the table. Throughout his professional career, Mr. Ravenkamp has successfully designed and managed a
diverse range of projects, including municipal, institutional, commercial, and entertainment structures. His proficiency extends to seismic
retrofitting, where he has gained valuable experience working with non-reinforced masonry buildings and historic structures. Such
expertise allows him to address the unique challenges associated with retrofitting existing structures. Together, Mr. Ravenkamp and his
firm acknowledge the importance of providing cost efficient and practical engineering solutions without compromising the goal of fulfilling
the client’s priorities and needs.
Partial Project Experience List:
City of Riverside - La Sierra Community Center: The project consisted of the design of a new 14,000 s.f., one-story Community
Center. The construction was wood stud walls with plywood shear walls. The roof system was also wood construction, utilizing TJI
rafters and plywood roof sheathing.
City of Jurupa Valley - City Hall Building Addition: The project consists of a new 2-story building of 10,500 s.f. The new building
shall be separated from the existing building and will consist of Type V wood framing for the first and second levels. The roof and
second floor will consist of TJI type roof/floor joists bearing on interior bearing, exterior bearing, and shearwalls with plywood
diaphragms. The walls will be wood bearing/shearwalls bearing on a continuous conventional concrete reinforced foundation with
concrete slab on grade.
City of Murrieta - Library Expansion: The project consists of a new one-story expansion of 5,000 s.f. to the existing Murrieta Public
Library within a portion of the Garden Area on the Northwest side of Library Building and a modernization of 2,700 s.f. to the existing
Children’s Library section.
City of Moreno Valley - Community Senior Center: The project consists of a new Senior Center Expansion of 4,000 s.f. located
on the Southeast corner of the existing 15,000 s.f. facility. The new addition is masonry walls with steel beams and roof wood framing.
The new building addition was separated from the existing building. The project is LEED Certification level.
City of Pomona – Library Facility Improvements: The project included the removal of Existing HVAC system, and Replacement
of system controls, chiller, cooling tower, blowers, fan walls, filters, furnace, and all critical system components.
City of Blythe – Mesa Verde Community & Child Care Center: The project consisted of a new, single story, 6,129 s.f. Community
and Child Care Center to be located within the City of Blythe. The construction was wood stud walls with plywood shear walls. The
roof system was also wood construction, utilizing TJI rafters and plywood roof sheathing.
City of Newport Beach - Newport Beach Fire Station #6: The project consisted of a new one story 12,000 s.f. Fire Station Facility
Project included LEED Silver Certification. The facility consisted of multiple apparatus bays, sleeping quarters, living, dining, offices,
conference room, lobby, kitchen, and exercise room.
City of Perris - Perris Fire Station: The project consisted of a new, single story, 8,700 sf Fire Station facility. The facility was
constructed with wood stud walls with plywood sheathing over a wood roof system. The lateral system mainly consisted of plywood
shearwalls with moment steel frames along the apparatus door openings. A small storage side structure was also included in the
project.
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 16GO Architects, Inc.
Section 4.5 | THIRD-PARTY / SUBCONTRACTORS
T&B Engineering, Inc.
Structural Engineer
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 17GO Architects, Inc.
Section 4.5 | THIRD-PARTY / SUBCONTRACTORS
T&B Engineering, Inc.
Structural EngineerResume
Raymundo I. Lozano, Professional Engineer
rlozano@tbengineeringinc.com
T & B Engineering, Inc.
Consulting Structural Engineers
Education:
University of California, Irvine
Bachelor of Science, Civil Engineering, 2016
Professional Affiliations:
Structural Engineers Association of California (SEAOC)
American Society of Civil Engineers (ASCE)
Registration:
California Civil Engineer No. C93487, 06/30/26
As a Professional Engineer at T& B Engineering, Mr. Lozano plays a crucial role in overseeing the project production,
from schematic design through construction administration. With over 8 years of invaluable expertise, his portfolio
includes a diverse range of projects such as schools, theaters, community centers, and various commercial and
residential structures. With meticulous attention to detail and a passion for his craft, he consistently delivers top-quality
engineering solutions, surpassing client expectations and upholding T& B Engineering's commitment to excellence.
Partial Project Experience List:
City of Riverside - La Sierra Community Center: The project consisted of the design of a new 14,000 s.f., one-
story Community Center. The construction was wood stud walls with plywood shear walls. The roof system was
also wood construction, utilizing TJI rafters and plywood roof sheathing.
City of Jurupa Valley - City Hall Building Addition: The project consists of a new 2-story building of 10,500 s.f.
The new building shall be separated from the existing building and will consist of Type V wood framing for the first
and second levels. The roof and second floor will consist of TJI type roof/floor joists bearing on interior bearing,
exterior bearing, and shearwalls with plywood diaphragms. The walls will be wood bearing/shearwalls bearing on
a continuous conventional concrete reinforced foundation with concrete slab on grade.
City of Murrieta - Library Expansion: The project consists of a new one-story expansion of 5,000 s.f. to the
existing Murrieta Public Library within a portion of the Garden Area on the Northwest side of Library Building and
a modernization of 2,700 s.f. to the existing Children’s Library section.
City of Moreno Valley - Community Senior Center: The project consists of a new Senior Center Expansion of
4,000 s.f. located on the Southeast corner of the existing 15,000 s.f. facility. The new addition is masonry walls
with steel beams and roof wood framing. The new building addition was separated from the existing building. The
project is LEED Certification level.
City of Pomona – Library Facility Improvements: The project included the removal of Existing HVAC system,
and Replacement of system controls, chiller, cooling tower, blowers, fan walls, filters, furnace, and all critical
system components.
City of Blythe – Mesa Verde Community & Child Care Center: The project consisted of a new, single story,
6,129 s.f. Community and Child Care Center to be located within the City of Blythe. The construction was wood
stud walls with plywood shear walls. The roof system was also wood construction, utilizing TJI rafters and plywood
roof sheathing.
City of Newport Beach - Newport Beach Fire Station #6: The project consisted of a new one story 12,000 s.f.
Fire Station Facility Project included LEED Silver Certification. The facility consisted of multiple apparatus bays,
sleeping quarters, living, dining, offices, conference room, lobby, kitchen, and exercise room.
City of Perris - Perris Fire Station: The project consisted of a new, single story, 8,700 sf Fire Station facility. The
facility was constructed with wood stud walls with plywood sheathing over a wood roof system. The lateral system
mainly consisted of plywood shearwalls with moment steel frames along the apparatus door openings. A small
storage side structure was also included in the project.
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 18GO Architects, Inc.
Section 4.5 | THIRD-PARTY / SUBCONTRACTORS
T&B Engineering, Inc.
Structural Engineer
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 19GO Architects, Inc.
Section 4.5 | THIRD-PARTY / SUBCONTRACTORS
T&B Engineering, Inc.
Structural Engineer
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 20GO Architects, Inc.
Section 4.5 | THIRD-PARTY / SUBCONTRACTORS
Design West Engineering
Mechanical/Electrical/Plumbing
Design West Engineering
EXPERIENCE
Design West, 2005
In Industry, 2005
EDUCATION
Associate of Science
CAD/CADD Drafting, ITT
Technical Institute
ELECTRICAL EORBraden Kempton, PE
California PE #E22839
IES
IEEE
JONATHAN BIANCHET
Senior Electrical Project Manager
Jonathan joined Design West in 2005 and is a Senior Project Manager with the
firm. He brings to the firm strength and specialties of work in various intricate
electrical equipment and low voltage technology systems.
His project experience spans municipal projects, exterior lighting applications,
education buildings, industrial buildings, and aviation projects. In addition
to power distribution and lighting systems, Jonathan has a passion and deep
expertise in technology and integrated systems including fire alarm, access
control, intrusion, CCTV, structured cabling, and A/V systems. He currently leads
the team for all low voltage and technology projects.
Well-versed in the consulting engineering, Jonathan has been able to bridge
highly functioning integrated systems and installers with architects and owners,
allowing for a seamless installation and an integrated solution tailor fitted to each
unique operator.
FEATURED PROJECT EXPERIENCE:
SB Public Works Rancho Cucamonga YardSenior Electrical Project Manager. Provided complete MEP design for the 3,200
SF S.B. Public Works Rancho Cucamonga Yard Facility and 114,000 SF of site
improvements. Scope included utility coordination for service upgrade, parking
lot lighting, site CCTV rough-in, standby generator design with ATS, power to
wash rack, T24 compliance, wash bay oil separator, plumbing connections, and
office TI.
Rialto Public Works Multiple Various RemodelsSenior Electrical Project Manager. Multiple various remodels at the City
Hall location including the 8,000 SF public works department, 6,000 SF code
enforcement offices, and other remodels.
Riverside County Office of Education Conference CenterSenior Electrical Project Manager. New Construction of a 4 story, 65,000 SF
conference center for Riverside County Office of Education including parking
structure, conference rooms, admin office and supporting areas.
CIP Announcer Booth in Rialto City ParkSenior Electrical Project Manager. Complete Electrical Design for the replacement
of the CIP Announcer Booth at Rialto City Park. Scope includes power feed and PA
connections to prefabricated press box building, and power and PA connection
to field speakers.
Ontario City Services Building (City Hall Annex)Senior Electrical Project Manager. MEP/FP/T/UC design for Ontario City Hall Annex.
Design of a new 3-story office building of 60,000 SF with future expansion. The
building will consolidate 7 city departments, enhancing efficiency. Design covers
1st-floor generator, MDF Room, full PV design, and ESS for energy compliance.
Pomona Library ImprovementsSenior Electrical Project Manager. Complete MEP design for the phased Pomona
Library Improvements, involving HVAC upgrades, removal and replacement of
key components, and cryogenic ball upgrades. The project includes coordination
with various stakeholders, such as consultants, city staff, and utilities. An additive
alternate scope addresses modifications to retain the existing central atrium HVAC
system and proposed an alternate cooling tower solution using the Children’s
Atrium internal patio space.
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 21GO Architects, Inc.
Section 4.5 | THIRD-PARTY / SUBCONTRACTORS
Design West Engineering
Mechanical/Electrical/Plumbing
Design West Engineering
EXPERIENCE
Design West, 2002
In Industry, 2002
REGISTRATION
California PE #M33209
ASHRAE
ASPE
EDUCATION
Bachelor of Science in
Mechanical Engineering
California Polytechnic
State University,
Pomona
STEVEN JOHNSON, PE
Director of Mechanical Engineering
Steven Johnson joined Design West Engineering in 2002 and now directs the
Mechanical and Plumbing Department. He ensures that each project manager is
maintaining the quality of design and level of service that Design West is known
for. He manages and oversees mechanical and plumbing design teams of virtually
every type and for every sector of the industry, including K-12, higher education,
municipal, healthcare, and industrial to name a few. After Steven joined Design
West, he quickly proved himself a competent and successful Project Manager
and in 2007 took over the responsibility of managing the day to day production
for his department from the founding Principals. Mr. Johnson also oversees the
fire sprinkler design team, the commissioning and LEED consulting division, the
BIM team with the BIM Manager reporting directly to him. He is passionate to see
forward thinking design implemented into our projects through the most up-to-
date technologies. Energetic and resourceful, he brings to his job an unparalleled
knowledge of the industry and complete dedication to his clients.
FEATURED PROJECT EXPERIENCE:
Rialto Public Works Multiple Various Remodels Senior M&P Engineer. Multiple various remodels at the City Hall location including
the 8,000 SF public works department, 6,000 SF code enforcement offices, and
other remodels.
Riverside County Office of Education Conference CenterSenior M&P Engineer. New Construction of a 4 story, 65,000 SF conference center
for Riverside County Office of Education including parking structure, conference
rooms, admin office and supporting areas.
Fontana City Hall Annex FPD Interior TI & East Annex RemodelSenior M&P Engineer. Provided full MEP design for two Fontana City Hall projects.
The Annex FPD Interior TI covered 1,700 SF, including restrooms, breakroom,
offices, new lighting, power, and HVAC. The East Annex Remodel addressed
mechanical and electrical needs, modifying ductwork, relocating lights with LED
upgrades, and minor power additions.
SB Public Works Rancho Cucamonga YardSenior M&P Engineer. Provided complete MEP design for the 3,200 SF S.B. Public
Works Rancho Cucamonga Yard Facility and 114,000 SF of site improvements.
Scope included utility coordination for service upgrade, parking lot lighting, site
CCTV rough-in, standby generator design with ATS, power to wash rack, T24
compliance, wash bay oil separator, plumbing connections, and office TI.
Ontario City Services Building (City Hall Annex)Senior M&P Engineer. MEP/FP/T/UC design for Ontario City Hall Annex. Design of a
new 3-story civic office building of 60,000 SF with potential future expansion. The
building will consolidate 7 city departments, enhancing efficiency. Design covers
1st-floor generator, MDF Room, full PV design, and ESS for energy compliance.
Pomona Library ImprovementsSenior M&P Engineer. Complete MEP design for the phased Pomona Library
Improvements, involving HVAC upgrades, removal and replacement of key
components, and cryogenic ball upgrades. The project includes coordination
with various stakeholders, such as consultants, city staff, and utilities. An additive
alternate scope addresses modifications to retain the existing central atrium HVAC
system and proposed an alternate cooling tower solution using the Children’s
Atrium internal patio space.
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 22GO Architects, Inc.
Section 4.5 | THIRD-PARTY / SUBCONTRACTORS
Design West Engineering
Mechanical/Electrical/Plumbing
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 23GO Architects, Inc.
Section 4.5 | THIRD-PARTY / SUBCONTRACTORS
RHA Landscape Architects-Planners, Inc.
Landscape Architects
KEY PERSONNEL RESUMES – Doug Grove
RHA LANDSCAPE ARCHITECTS - PLANNERS, INC.
6800 Indiana Avenue, Suite 245, Riverside, California 92506 – (951)781-1930 – (951) 686-8091 – www.rhala.com
Doug Grove, RLA, ASLA, LEED® AP
President
Education:
BS/1985/Landscape Architecture/
Cal State Polytechnic University, Pomona
Active Registration:
1987/Landscape Architect/2799/State of California
LEED Accredited Professional – United States Green Building Council (USGBC)
Mr. Grove is President, Principal Landscape Architect, and LEED Accredited Professional with RHA Landscape Architects-
Planners, Inc. He graduated from California State Polytechnic University, Pomona in 1985 and holds a Bachelor of Science
degree in Landscape Architecture. A professional Landscape Architect for over 38 years, his wide range of experience in
the public works sector includes in the design and project management of hundreds of park projects as well as housing
development, streetscape, institutional and commercial projects.
Mr. Grove has established his ability to work efficiently and professionally throughout all aspects of project development.
His extensive experience has included management and design of projects from preliminary phases to construction
documents, and coordination and observation of project installation. He has been responsible for coordinating public
meetings, design development, and approval on numerous public works and parks projects as well as following through
with obtaining all other necessary approvals needed for final drawing and project completion.
Mr. Grove serves on the California Park and Recreation Society (CPRS) State Board of Directors as the President. He also
serves on the Board of Directors for the California Turf and Landscape Foundation at the University of California, Riverside
and the Building Industry Association (BIA) Riverside County as Vice-President. He is a past President of the CPRS State
Development and Operations Section and a past Board Member for the United States Green Building Council – Inland
Empire (USGBC-IE).
Representative projects include (partial list):
•Yucca Valley Athletic Facilities Complex Yucca Valley
•Yucca Valley Old Town Yucca Valley
•American Heroes Park Lancaster
•Domenic Massari Park Palmdale
•Whit Carter Park Lancaster
•Tierra Bonita Park Lancaster
•South Community Center Park Yucca Valley
•Rawley-Duntley Park Lancaster
•Indio Community Center/Park Indio
•Chino Rancho Park Chino
•Lucinda Garcia Park Monrovia
•Dolphin Park Inclusive Playground Carson
•Shadow Mountain Park Inclusive Playground Moreno Valley
•Moreno Valley Community Park Skatepark Moreno Valley
•Jane Reynolds Skatepark Lancaster
•Lee Owens Park Whittier
•Acacia and Washington Parks El Segundo
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 24GO Architects, Inc.
Section 4.5 | THIRD-PARTY / SUBCONTRACTORS
RHA Landscape Architects-Planners, Inc.
Landscape Architects
KEY PERSONNEL RESUMES – David Black
RHA LANDSCAPE ARCHITECTS - PLANNERS, INC.
6800 Indiana Avenue, Suite 245, Riverside, California 92506 – (951)781-1930 – (951) 686-8091 – www.rhala.com
David Black, RLA
Project Manager
Education:
BS/1999/LANDSCAPE ARCHITECTURE/
CAL STATE POLYTECHNIC UNIVERSITY, POMONA
Active Registration:
2009/Landscape Architect/5509/State of California
Contractor License CA #789824(C27)
Mr. Black is a Project Manager and Licensed Landscape Architect with RHA Landscape Architects-Planners,
Inc. He graduated from California State Polytechnic University, Pomona, and holds a Bachelor of Science
degree in Landscape Architecture. He has more than 25 years of landscape design and construction
experience and specializes in irrigation design for all projects at RHA. As a professional Landscape
Architect, Mr. Black has established his ability to work efficiently and professionally throughout all aspects
of project development. His experience has included management and design of projects from preliminary
phases to construction documents, and coordination and observation of project installation. He has been
responsible for coordinating meetings with clients and governing agencies, overseeing project budget
preparation, design development and approval on numerous projects as well as following through with
obtaining all other necessary approvals needed for final drawing completion.
Representative projects include:
Neighborhood Parks
•Dolphin Park Inclusive Playground, City of Carson
•Shadow Mountain Park Inclusive Playground, City of Moreno Valley
•Moreno Valley Community Park Skatepark, City of Moreno Valley
•Lancaster Skatepark, City of Lancaster
•Lee Owens Park, City of Whittier
•Acacia and Washington Parks , City of El Segundo
•Monte Vista Park, City of Chino
•Concourse & Mountain View Parks, City of Lake Forest
•Rimgate & Tamarisk Parks, City of Lake Forest
•Stagecoach Park, City of Corona
•San Antonio Park, City of Upland
•Jameson Park, City of Corona
•Pikes Peak Park, City of Norco
Community and Sports Parks
•Yucca Valley Athletic Facility, Town of Yucca Valley
•Yorba Park, City of Orange
•Columbia Park, City of Torrance
•Fergusson Park, City of Rialto
•Rancho Jurupa Regional Sports Complex (synthetic turf), County of Riverside
•Rancho Jurupa Park – RV Park, Water Play & Miniature Golf, County of Riverside
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 25GO Architects, Inc.
Section 4.5 | THIRD-PARTY / SUBCONTRACTORS
RHA Landscape Architects-Planners, Inc.
Landscape Architects
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.
City of Pico Rivera
Pam Yugar, Director
6767 Parsons Blvd. Pico Rivera, CA 90660
562 801- 4426
pyugar@pico-rivera.org
Park Design, Planning, Construction Documents, & Construction Period Services
Pamela Galera, Director
City of Riverside
6924 magnolia Ave, Riverside CA 92506
951 826-2055
pgalera@riversideca.gov
Preliminary Landscape Design, Const. Documents, Bidding and Construction Assistance
City of Monrovia
Tina Cherry, Director
119 West Palm Ave. Monrovia, CA 91016
626 256-8226
tcherry@ci.monrovia.ca.us
Park Planning, Design, Const. Docs, Bidding and Construction Assisitance
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Section 4.6
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 26GO Architects, Inc.
Section 4.6 | STAFF RESUMES AND ORGANIZATION CHART
The following will be your GOAI
team and is readily available to
provide full architectural services
to the City of Rancho Cucamonga.
Individual resumes are on the
following pages.
Lisa Cox, AIA
Principal Architect
Liliana Bustos
Managing Partner
Dennis Roney, RA
Design Principal
Rainer Lopez
Creative Director
Alvaro Morales, LEED AP BD+C
Design Team Member
Anna Salas
Administrative Assistant
Each of the above key personnel
are currently fully qualified,
experienced, and properly and
appropriately licensed to perform
the Architectural Services that will
be assigned to them.
T&B Engineering, Inc.
Structural Engineer RHA Landscape Architects-
Planners, Inc.
Landscape Architect
Anna Salas
Administrative Assistant
Alvaro Morales
LEED AP BD+C
Design Team Member
Dennis Roney, RA
Design Principal
Liliana Bustos
Managing Partner
City of Rancho
Cucamonga
GO Architects, Inc.
CONSULTANTS
Organizational Chart
Lisa Cox, AIA
Principal Architect
Rainer Lopez
Creative Director
Fuscoe Engineering, Inc.
Civil Engineer
RHA Landscape Architects
Planners, Inc.
Landscape Architect
Consultants
Each project has unique needs. With that in mind, GOAI selects each project’s
consultants based on the project requirements, the consultants schedule and
current workload, specialties and previous work experience.
The following consultants will be integral members of our team. Their resumes
have been provided under Section 4.5 as requested.
Fuscoe Engineering, Inc.
Civil Engineer
Design West Engineering
Mechanical/Electrical/Plumbing
T&B Engineering, Inc.
Structural Engineer
RHA Landscape Architects Planners, Inc.
Landscape Architect
T&B Engineering, Inc.
Structural Engineer
Design West Engineering, Inc.
Mechanical/Electrical/Plumbing
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 27GO Architects, Inc.
Section 4.6 | STAFF RESUMES AND ORGANIZATION CHART
LISA COX, AIA
PRINCIPAL ARCHITECT/PARTNER
Lisa is a firm leader in the development of civic architecture. She values how
architecture offers an incredible opportunity to make a meaningful impact on
people’s lives. With an attentive ear, she listens to her clients’ project visions
and helps to shape them into a reality that meets the intended needs within
the available budget and schedule while abiding by the applicable regulations.
She utilizes a thoughtful, creative, and practical approach to diplomatically
guide hundreds of civic and educational projects to their success. Regular, clear
communication will be at the core with Lisa serving as the primary contact to the
client, and she will apply her expertise and passion throughout the project…from
concept through completion.
ROLE: Lisa will lead the initial planning and programming phases of the
project(s). She will coordinate firm resources, ensure proper team support, and
keep the project on track and on schedule.
Years with Firm
5 months
Years of Experience
28 years
Education
Bachelor of Architecture,
California State Polytechnic University,
Pomona
Professional Registration
Architect, California, C29158
Affiliations
American Institute of Architects (AIA)
California Parks and Recreation
Society (CPRS)
RELEVANT PROJECT EXPERIENCE
City of Rancho Cucamonga - Rancho
Cucamonga, CA
•Victoria Gardens Community/Cultural
Center/Lewis Family Playhouse*
•Freedom Courtyard at Central Park*
•Rancho Cucamonga Animal Center*
City of Chino - Chino, CA
•Chino Preserve Community Center and
Library*
•Monte Vista Park Recreation Center
Design*
•Parks and Recreation Master Plan*
•City Hall Administration Renovation*
•Champion Building Remodel*
•Chino Cultural Arts Center Design*
City of Murrieta - Murrieta, CA
•Murrieta Youth Center*
•Murrieta Library*
City of Corona - Corona, CA
•Fire Station 2 Replacement*
City of Beaumont - Beaumont, CA
•Beaumont Parks and Community
Services Master Plan*
City of Yucaipa - Yucaipa, CA
•Dunlap Park and Community Center
Design*
County of Los Angeles - El Monte, CA
•MacLaren Park*
County of Riverside - Thousand Palms,
CA
•Coachella Valley Animal Campus*
Kids Come First - Ontario, CA
•Community Health Center*
Alta Loma School District - Rancho
Cucamonga, CA
•Modernization of 4 Elementary Schools
and 1 Junior High School*
•Deer Canyon Elementary School-
Classroom Building Addition*
•Victoria Groves Elementary School-
Modular Classroom and Shade Structure
Additions*
•District-wide Electronic Access Control at
11 sites*
•District-wide Long Range Facilities
Master Plan*
*Project experience prior to joining GO Architects, Inc.
Additionally, as a current resident of the City of Rancho Cucamonga, Lisa has
personal experience with the City's facilities and programs having lived here
with her family for nearly 25 years.
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 28GO Architects, Inc.
Dennis is an accomplished Architect who is passionate about creating innovative
and inspiring architecture. He approaches each project with the goal of
developing a space that will provide a thoughtful and engaging experience.
ROLE: Dennis will lead the design team in developing the final vision for the
project(s). He will work closely with the City, Principal Architect and Project
Manager and Designer on a day-to-day basis as an additional educational
planning and design resource.
Years with Firm
10 years
Years of Experience
32 years
Education
Bachelor of Architecture,
University of Southern California
Professional Registration
Architect, California, C26739
DENNIS RONEY, RA
DESIGN PRINCIPAL
RELEVANT PROJECT EXPERIENCE
Desert Recreation District
•Theater Renovation Feasibility Study
City of Culver
•Culver City Fire Station No. 1*
City of Irvine
•Woodbridge Community Park*
Department of Public Works - Los
Angeles
•Hyperior Engineering Design Division,
Office Tenant Improvement*
City of Azusa
•Central Library, Public Restroom
Renovations
•City Hall, Lobby and Restroom
Renovations
Inland Empire Museum of Art
•Facilities Assesment
St. George Antiochian Orthodox Church
•Expansion Concept and Campus Master
Plan
University of La Verne
•College of Health and Community Well-
Being
LILIANA BUSTOS
MANAGING PARTNER
Liliana is a valuable team member who brings more than 23 years of knowledge
and expertise developing, coordinating and managing projects in all phases from
schematic design through close out for various clients.
ROLE: Liliana will oversee initial planning and programming efforts for the
project(s). She will also ensure the project is appropriately staffed and supported
within the firm, and that the project team stays on schedule.
RELEVANT PROJECT EXPERIENCEYears with Firm
11 years
Years of Experience
24 years
Education
Bachelor of Architecture,
University of San Buenaventura – Cali
Professional Registration
Architect, Colombia
Pending Registration, California
Desert Recreation District
•Theater Renovation Feasibility Study
Riverside USD:
•Casa Blanca Elementary School,
New Campus
•John W. North High School
Transformation (Two-story Science Bldg.
+ Gymnasium)
Moreno Valley Unified School District:
•Armada Elementary School, Two-story
Classroom and Parking Lot and Drop-Off
Area
•Canyon Springs High School, New
Stadium and Athletic Facilities
•District Perris Operations Center,
Renovation and Addition
Coachella Valley Unified School District
•Coral Mountain Academy, New Marquee
Sign
•Oasis Elementary School, Addition and
Shade Structures
Chaffey Joint Union High School District
•Rancho Cucamonga High School, Interim
Housing and Two-story Classroom
•Alta Loma High School, Athletic Facilities
and Quad
Section 4.6 | STAFF RESUMES AND ORGANIZATION CHART
*Project experience prior to joining GO Architects, Inc.
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 29GO Architects, Inc.
Section 4.6 | STAFF RESUMES AND ORGANIZATION CHART
Years with Firm
7 years
Years of Experience
7 years
Education
Bachelor of Architecture,
Woodbury University
Professional Registration
Leadership in Energy and
Environmental Design, Building
Design and Construction, Accredited
Professional (LEED AP BD+C)
Alvaro has over 15 years of experience and extensive knowledge of ADA
requirements. He practices in California and throughout the U.S. and is
knowledgeable with sustainable design and LEED requirements. Alvaro has
been instrumental in the successful development, oversight and completion of
projects for various school districts.
ROLE: Alvaro will be responsible for the means, methods, techniques, sequences
and procedures used for our services; and supervise and direct the construction
document services using his professional skill and attention. He will work
closely with the City and the project team on a day-to-day basis as an additional
technical resource.
ALVARO MORALES, LEED AP BD+C
DESIGN TEAM MEMBER
Rainier Lopez is a proactive Creative Director with more than 18 years of experience
providing inspirational, and award-winning design solutions. With a Bachelor in
Architecture, Rainier has the creative and collaborative leadership and technological
expertise to take projects throughout the life-cycle accurately and efficiently.
ROLE: Rainier will oversee production teams and take the project from design
development through construction and inevitably project close-out with
certification. Also acting as Project Manager, Rainier will work closely with the
City to design the project; develop concepts, test the possible site locations and
carry the design efforts through design development.
RELEVANT PROJECT EXPERIENCE
Years with Firm
10 years
Years of Experience
19 years
Education
Bachelor of Architecture,
University of Southern California
Desert Recreation District
•Theater Renovation Feasibility Study
City of Azusa
•Central Library, Public Restroom
Renovations
•City Hall, Lobby and Restroom
Renovations
Sweet Obsession Cheesecake Shop
•Tenant Improvements
Underground Coffee Shop
•Tenant Improvements
Pasadena Japanese Cultural Center
•Site Improvements*
University of La Verne
•College of Health and Community Well-
Being
RAINIER LOPEZ
CREATIVE DIRECTOR
*Project experience prior to joining GO Architects, Inc.
RELEVANT PROJECT EXPERIENCE
Riverside Unified School District
•John W. North High School, Two-Story
Science Building + Gymnasium
•University Heights Middle School
Modernization
•Sunshine Early Childhood Center,
Addition and Modernization
Snowline Joint Unified School District
•New TK-5 Elementary School
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 30GO Architects, Inc.
Section 4.6 | STAFF RESUMES AND ORGANIZATION CHART
Anna has more than 17 years of experience providing construction and facilities project
coordination and administration. She brings an impeccable reputation for credibility,
professionalism, and dependability. Anna’s responsibilities include the coordination of
consultant and sub-consultant documentation; the processing of all forms during pre-
construction, construction, and post-construction; as well as managing DSA and other
Agency submittals. Anna has the expertise in bringing projects quickly and accurately to
a certified close.
ROLE: Anna will compile and process all project forms and documents in a
timely, well-organized fashion.
RELEVANT PROJECT EXPERIENCE
Years with Firm
8 years
Years of Experience
17 years
Education
Associate of Business Management
Administration, LA Trade Technical
College
Chaffey Joint Union High
School District
•Etiwanda High School, Two-story
Classroom Building Addition
•Security Improvements at 10 Campuses
•Etiwanda High School, Multipurpose
Room Modernization
•Etiwanda High School, Building J
Modernization
•Valley Vista High School Modernization
•Rancho Cucamonga High School,
Science Lab Renovation
•Alta Loma High School,
Gymnasium Expansion
•Rancho Cucamonga High School, Interim
Housing and Two-story Classroom
Building Addition
Riverside Unified School District
•Casa Blanca Elementary School,
New Campus
•John W. North High School
Transformation (Two-story Science
Building + Gymnasium)
•Sunshine Early Childhood Center,
Modernization and Addition
John W. North High School Transformation Project
ANNA SALAS
ADMINISTRATIVE ASSISTANT
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Section 4.7
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 31GO Architects, Inc.
Methodology and Approach
Our methodology, like our philosophy, is comprehensive, yet simple. By first seeking to understand your goals, your
constraints, and your standards we can successfully conceptualize solutions that meet your needs and effectively convey
our ideas to you.
Through our process and approach, we can efficiently control key metrics such as schedule and cost, and easily complete
projects within scope, on time, and on budget.
Ultimately, our final design solutions will reflect the input of each collaborator and the validation of your goals.
Typically, we complete progress estimates after each major phase of the project before construction. We break down each
project into the following phases:
•Pre-Design/Site Verify
•Schematic Design
•Design Development
•Construction Documents
•Agency Review/Approval
•Bidding & Negotiation
•Construction Administration
•Occupancy/Close-out
Project Implementation
With a proven track record in exceeding project schedules, we undergo a rigorous process of coordinating and reviewing
anticipated timeliness for each project phase (including anything outside the scope of work) to ensure that work is
progressing accordingly. Again, following each phase, we develop schedules for all major architectural and engineering
tasks and include primary elements such as Quality Control Programs, Reviews and Approval Dates, Value Analysis
Sessions, Regulatory Submittal and Reviews, and Cost Estimate Reviews. We work with you to establish project delivery
options and anticipated schedules for specific bid packages. Schedules are reviewed as a part of the regular project
meetings for constant monitoring of activities, and monthly schedule updates are provided to you comparing planned
verse actual progress.
Project Monitoring
Our design approach monitors the progress, quality, schedule, and budget responsiveness of the team and project
documents at regular intervals during project development; a method for identifying issues impacting project
development before they become too costly. We stress review of project documents by all participating representatives
such as construction management, maintenance and operations, facilities, and site committees. By reviewing the
project at key milestones, maintaining open and clear communication, and scheduling owner review periods for project
documents, we achieve clarity throughout the process. We encourage you to make comments and address changes during
these reviews. As the project continues, the design team synthesizes this information and incorporates your comments
and changes into the project as a key part of the development process.
Section 4.7 | PROJECT MANAGEMENT APPROACH
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 32GO Architects, Inc.
Quality
Quality assurance, like value engineering, is not a separate process truncated from the rest of the main process. They
should be integral, starting from day one.
•We outline the key matrix of success as defined by our client, those demanded as an industry standard, and add our
own values.
•We continuously strive to have the best understanding of the Client’s facilities’ goals.
•We strive to understand the technical demands of the project right from the get-go.
•We develop the project documents in brush strokes, making sure each of the systems (mechanical, plumbing,
electrical, etc.) are brought along similarly and well-coordinated.
•We use time-tested assembly details that are cost-effective, water-resistant, and vandal-resistant when putting
buildings together.
•We thoroughly understand District’s facility standards, thus ensuring the building we design are easy and
inexpensive to maintain.
•We use technology to help identify conflicts in documentation - such as “clash detection” in BIM.
•We use outside resources such as peer review or a Construction Manager to do a detailed and timely
constructability review.
Completing Projects On Time and On Budget
Our ultimate obligation as architects is to provide a project on time and on budget. If we fail to do either of these, we have
failed in our capacity as your design expert. We approach Value Engineering as an ongoing process during any project, not
as a single event in a project.
On Time
At GO Architects we provide timely project delivery using our proven schedule management system and always begin our
projects with the “end in mind”.
We ensure that our consultants, their staff, and workload will allow them to be involved in your project(s) from start to
finish, providing our clients with the highest level of attention and meeting all deadlines.
Adhering to a schedule is critical to every project’s success. GO Architects undertakes a rigorous process of reviewing and
coordinating the anticipated timelines for project phases, (including those outside the scope of our work) to assure that
all work is progressing according to schedule. Our team develops schedules for all tasks – from Preliminary Planning to
Occupancy.
GO Architects will work with the project staff to establish and provide project delivery options and anticipated schedules
for specific bid packages. Primary elements included on the project schedule are A/E tasks and Milestones, Quality Control
Programs, Reviews and Approval Dates, Value Analysis sessions, Regulatory Submittal and The Schedule will be reviewed
at the team’s project meetings for constant monitoring of all activities. Monthly schedule updates will be provided to the
Owner comparing planned vs. actual progress. GO Architects has a proven track record in meeting or exceeding project
schedules and project budget/cost requirements.
Section 4.7 | PROJECT MANAGEMENT APPROACH
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Statement of Qualifications for Various On-Call Services SOQ #24/25-501 33GO Architects, Inc.
Section 4.7 | PROJECT MANAGEMENT APPROACH
On Budget
We propose that the project be assessed at regular intervals, as relates to cost and scope. Progress estimates must be
completed at least after each of the major phases of a project. It would be our practice to provide cost estimates after
each of the Schematic Design, Design Development, and Construction Documents phases, with the likelihood that two
estimates would be produced during the Construction Document phase, one at 50% and one at 100% completion. This
allows active and ongoing control of dollars and scope and avoids the possibility of out-of-control costs at the end of a
project.
GO Architects works with the project team and an outside cost estimator in the assessment of costs and constructability
for the project on an ongoing basis. This interactive process allows the development of cost-effective solutions. We
believe this collaborative effort to be highly valuable to the client. These efforts often result in solutions that allow an
understanding of operational/use costs to be considered early in the design phase. GO Architects will always promote
the use of materials and systems on projects that have the most longevity and wear resistance on a project. We will work
closely with city personnel to determine the best materials and equipment for use in a building based upon the historical
use of material on a specific facility, while at the same time recommending consideration of new materials or systems that
may perform more acceptably than those currently in use. Ultimately the city decides to direct and control materials and
systems in new facilities.
Project Monitoring
Our design approach monitors the progress, quality, schedule, and budget responsiveness of the team and project
documents at regular intervals during project development; a method for identifying issues impacting project
development before they become too costly. We stress review of project documents by all participating representatives
such as construction management, maintenance and operations, facilities, and site committees. By reviewing the
project at key milestones, maintaining open and clear communication, and scheduling owner review periods for project
documents, we achieve clarity throughout the process. We encourage you to make comments and address changes during
these reviews. As the project continues, the design team synthesizes this information and incorporates your comments
and changes into the project as a key part of the development process.
University Heights Middle School Modernization
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Section 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
•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.
Services
GO Architects is well-positioned to assist you in the development of your architectural needs. Our team focuses 100%
on design and planning, and will bring to City of Rancho Cucamonga decades of architectural work experience. We offer
you full, professional architectural services.
Our in-house services include:
Architecture
•Feasibility Studies
•Project Financial Analysis
•Conceptual Design
•Architectural Design and Construction
Documentation
•State and Local Agency Approvals
•Specifications
•Models and Renderings
•Cost Estimating
Planning and Programming
•Feasibility Studies
•Site and Facility Master Planning
•Long Range Planning
•Functional and Space Programming
Construction Administration
•Scheduling
•Owner Coordination
•Construction Administration
•Fast-Track Interface
•Field Management
•Owner Move-in and Close-out
Additional Services
Our “Fabled Service” philosophy enables GO Architects
to provide the following additional service benefits to our
clients:
•Existing Facility Assessment
•Maintenance Schedules
•Cost Benefits Analysis
•Facility Management Program
•Interim Director of Facilities
•Energy Usage Assessment
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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.
Lisa Cox
Consultant
Prinicpal Architect/Partner
01/13/2025
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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.
Lisa Cox
Principal Architect/Partner
01/13/2025
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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.
Lisa Cox Principal Architect/Partner
GO Architects, Inc.
Lisa Cox
Principal Architect/Partner
01/13/2025
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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
T itle
___________________________________
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.
Principal Architect/Partner __________________________________
Lisa Cox
01/13/2025
Addendum No. 1
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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.
GO Architects, Inc.
Lisa Cox
Principal Architect/Partner
01/13/2025
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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.
X
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign 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.
GO Architects, Inc.
(909) 532-5590
(909) 912-8340
LisaC@GOArchitectsInc.com
Lisa Cox
276 North Second Avenue Upland, CA 91786
GOArchitectsInc.com
Principal Architect/Partner
01/13/2025
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
2025
Standard Hourly Rates
TITLE HOURLY RATES
Managing Partner / Principal $270
Principal Architect / Designer $245
Project / Design Architect $165
Project Designer / Manager $125
Project Team Members $100
Project Administrators / Clerical $85
Intern Staff $60
• Any reimbursable expense charged at 1.1 times the cost to GOAI.
Rate Validity Acknowledgment
The rates set forth herein shall remain firm and valid for the full term of
the agreement, from 2025 through 2030.
276 N. 2nd Ave. Upland, CA 91786 P: 909-532-5590 F: 909-912-8340 www.GOArchitectsInc.com
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4344 Latham St, Ste. 200, Riverside, CA 92501
SCHEDULE OF CHARGES FOR
STRUCTURAL ENGINEERING SERVICES
The fees for our services will be based on the schedule of charges as outlined below. All fee
quotations are applicable for a period of sixty days from the date of the proposal to which the
schedule is attached. The schedule of charges indicated below is firm throughout the duration of
this calendar year and subject to annual increases thereafter. Services will be billed at the hourly
rates in place at the time the services are provided. Outside consultants will be charged a cost-plus
fifteen percent.
PERSONNEL
Professional:
President $270.77/hr.
Principal $232.37/hr.
Senior Project Engineer $197.85/hr.
Project Manager/BIM Specialist $127.48/hr.
Sub-Professional:
Accounting/Marketing $109.03/hr.
All hourly rates listed above are fully burdened, including direct labor, overhead and profit offered
on a Lump Sum and Time and Materials basis. These rates apply to regular time and travel time in
the United States. A maximum travel time of eight hours will be charged for any one day. Overtime,
if required in the interest of the project, will be charged at 1.5 times the above rates. Overtime will
also apply to time more than eight hours per day, and all time on Saturdays, Sundays, and Holidays.
REIMBURSABLE EXPENSES
Outside services performed by others, and direct expenses incurred on the client’s behalf, are
charged at cost plus fifteen percent. Such items include but are not limited to outside consultants,
specification writers, cost estimators, non-reusable equipment, blueprinting, long distance
communications, subsistence, lodging, transportation charges, air travel, auto rental and freight.
INSURANCE
T & B Engineering, Inc. maintains Commercial General & Auto Liability with each occurrence of
$2,000,000.00 and general aggregate of $4,000,000.00, Workers Compensation in the amount of
$1,000,000.00 and Errors and Omissions Professional Liability Insurance in the amount of
$2,000,000.00 per claim, $2,000,000.00 aggregate and is subject to limitations, if applicable, as
stipulated in the contract or letter of agreement. In the event the client desires additional coverage,
we will, upon a written request from the client, obtain additional coverage, if possible, at the client’s
expense.
Rates are valid for the full term of the agreement from 2025-2030. Commencing July 1st, 2026, and on each
July 1 thereafter, the consultant shall notify the City by May 15th of each year if they desire to increase the
annual rates of the contract, and the City shall negotiate in good faith. Any rate adjustments shall require prior
approval of the City Council if they exceed the percentage increase in the United States Department of Labor,
Bureau of Labor Statistics’ Consumer Price Index for All Urban Consumers for Riverside-San Bernardino-
Ontario (“CPI”) for the twelve-month period ending on the immediately prior April 30. However, the rates will
not increase by more than five percent (5%) in any given year without City Council approval even if the
CPI increase exceeds that amount.
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Your Partners
in Mechanical,
Electrical,
Plumbing,
Commissioning,
Fire Protection,
Technology,
& Energy.
2025 RATE SHEET
412 E. Vanderbilt Way | San Bernardino, CA 92408
Southern California 909.890.3700 | Pacific Northwest 425.458.9700 | DesignWestEng.com
Principal Engineering…………………………………………………..$270.00 per hour
Mechanical & Plumbing Engineering
Director of Mechanical...................………………………………..$235.00 per hour
Mechanical Project Manager..............................................$185.00 per hour
Mechanical Designer...........................................................$145.00 per hour
Mechanical CAD Draftsperson............................................$125.00 per hour
Electrical Engineering
Director of Electrical............................................................$235.00 per hour
Electrical Project Manager..................................................$185.00 per hour
Electrical Designer...............................................................$145.00 per hour
Electrical CAD Draftsperson................................................$125.00 per hour
Commissioning Services
Director of Commissioning Services..................................$235.00 per hour
Commissioning Agent..........................................................$185.00 per hour
Commissioning Engineer.....................................................$145.00 per hour
Energy Services
Director of Energy Services Engineering............................$235.00 per hour
Energy Services Engineer....................................................$185.00 per hour
Energy Services Designer....................................................$145.00 per hour
Fire Protection Engineering
Director of Fire Protection...................................................$235.00 per hour
Fire Protection Project Manager.........................................$185.00 per hour
Fire Protection Designer......................................................$145.00 per hour
Utility Coordination
Senior Engineer....................................................................$235.00 per hour
Project Manager...................................................................$185.00 per hour
Utility Coordinator................................................................$145.00 per hour
CAD Draftsperson................................................................$125.00 per hour
Low Voltage Engineering
Senior Engineering, Electrical.............................................$235.00 per hour
Low Voltage Project Manager..............................................$185.00 per hour
Low Voltage Designer..........................................................$145.00 per hour
Clerical Support...................................................................$105.00 per hour
*** Rates Effective January 1, 2025
NOTE: Rates are effective through 2030. This rate schedule is subject to change on an annual basis due to the
Consultant’s right to request annual rate increases, not to exceed 5% in any given year without City Council
approval.
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
684 0 INDIANA AVENUE, SUITE 100, RIVERSIDE, CALIFORNIA 92506
(951) 781-1930 LICENSE #2799 www.rhala.com
NORMAL HOURLY RATES 2025
Senior Principal $240.00 per hour
Principal Landscape Architect 210.00 per hour
Project Manager 180.00 per hour
Landscape Designer 150.00 per hour
Administrative Personnel 125.00 per hour
REIMBURSABLE ITEMS
Reimbursable items such as the cost of blueprinting, graphic reproduction and plotting will be
billed at our direct cost plus 15%. Auto travel will be charged at $0.70 per mile. Where we are
able to utilize direct billing to Owner established accounts the "plus 15%" is not applicable.
OVERTIME REQUESTS
It is RHA's responsibility to schedule the project's completion under normal conditions without
the use of the staff on an overtime basis. If the owner adjusts the deadline or requests that work
be completed earlier than originally scheduled and thus requires overtime, the fees shall be
adjusted to cover the increased costs incurred by RHA. The hourly rates for overtime will be one
and one-half (1½) times the hourly rates above.
TERMS AND CONDITIONS OF PAYMENT
We will bill on a monthly basis in proportion to the time spent on the project to date. All billing
statements are due within 15 days of Engineers receipt of payment from client. Interest will be
charged at the rate of 1½% per month on the past due balance thirty days and over. RHA shall
have the right to stop work should accounts become past due.
NOTE: Rates are effective through 2030. This rate schedule is subject to change on an annual basis
due to the Consultant’s right to request annual rate increases, not to exceed 5% in any given year
without City Council approval.
Docusign Envelope ID: 475B5340-0E91-4467-870E-D16E8EDC3D7ADocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B