Loading...
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