HomeMy WebLinkAboutCO 2025-149 - IDS Group, 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 IDS
Group, Inc., a California Corporation (“Consultant”).
RECITALS
A.City has heretofore issued its request for proposals to perform the following
design professional services: on-call 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
2025-149
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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 Said Hilmy, President hereby designated as the principal and representative of
Consultant authorized to act in its behalf with respect to the services specified herein and
make all decisions in connection therewith (“Consultant’s Representative”). It is expressly
understood that the experience, knowledge, capability and reputation of the Consultant’s
Representative were a substantial inducement for City to enter into this Agreement.
Therefore, the Consultant’s Representative shall be responsible during the term of this
Agreement for directing all activities of Consultant and devoting sufficient time to
personally supervise the services hereunder. Consultant may not change the Responsible
Principal without the prior written approval of City.
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 9
less than:
provisions of this Section 12. The policy shall be endorsed
to include contractual liability to the extent insurable.
12.3 Minimum Limits of Insurance. Consultant shall maintain limits no
(1) Commercial General Liability: $2,000,000 per occurrence
for bodily injury, personal injury and property damage.
Commercial General Liability Insurance with a general
aggregate limit shall apply separately to this Agreement or
the general limit shall be twice the required occurrence limit.
(2) Automobile Liability: $2,000,000 per accident for bodily
injury and property damage.
(3) Employer’s Liability: $1,000,000 per accident and in the
aggregate for bodily injury or disease and Workers’
Compensation Insurance in the amount required by law.
(4) Professional Liability: $1,000,000 per claim/aggregate.
(5) The Insurance obligations under this agreement shall be the
greater of (i) the Insurance coverages and limits carried by
the Contractor; or (ii) the minimum insurance requirements
shown in this Agreement. Any insurance proceeds in excess
of the specified limits and coverage required which are
applicable to a given loss, shall be available to the City. No
representation is made that the minimum insurance
requirements of this Agreement are sufficient to cover the
obligations of the Contractor under this Agreement.
12.4 Deductibles and Self-Insured Retentions. Any deductibles or self-
insured retentions must be declared to and approved by the City and shall not reduce the
limits of coverage. City reserves the right to obtain a full certified copy of any required
insurance policy and endorsements.
12.5 Other Insurance Provisions.
(1) The commercial general liability and automobile liability
policies are to contain the following provisions on a separate
additionally insured endorsement naming the City, its
officers, officials, employees, designated volunteers and
agents serving as independent contractors in the role of City
officials as additional insureds as respects: liability arising
out of activities performed by or on behalf of Consultant;
products and completed operations of
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: IDS Group, Inc.
980 Montecito Blvd.,
Corona, CA 92879
Attn: Said Hilmy, President
16. Non-Discrimination and Equal Employment Opportunity. In the
performance of this Agreement, Consultant shall not discriminate against any employee,
subcontractor, or applicant for employment because of race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical
condition, or sexual orientation. Consultant will take affirmative action to ensure that
subcontractors and applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, religion, sex, marital status, national
origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.
17. Assignment and Subcontracting. Consultant shall not assign or transfer
any interest in this Agreement or subcontract the performance of any of Consultant’s
obligations hereunder without City’s prior written consent. Except as provided herein, any
attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations
arising hereunder shall be null, void and of no effect.
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: IDS Group, Inc.
By: ______________________________
Name Said Hilmy Date
______________________________
Title
City of Rancho Cucamonga
By:________________________________
Name Date
_________________________________
Title
By: ______________________________
Name Rami Elhassan Date
______________________________
Title
(Two signatures required if corporation)
Rancho Cucamonga Fire Protection District
By:________________________________
Name Date
_________________________________
Title
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429
9/4/2025 | 11:17 AM PDT
Secretary, VP
President
9/4/2025 | 9:53 AM PDT
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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF RANCHO
CUCAMONGA
STATEMENT OF QUALIFICATIONS
VARIOUS ON-CALL SERVICES
RFQ No. 24/25-501
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
980 Montecito, Suite, 205, Corona, California 92879 951.631.8550 www.idsgi.com
January 13, 2025
City of Rancho Cucamongo
Ms. Marlena Perez
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
Electronic Submittal via Planetbids
SUBJECT: Request of Qualifications For Various On-Call Services - SOQ No. 1832 for
5.1 Surveying and Mapping 5.3 General Civil Engineering
5.7 Architectural Engineering 5.8 Landscape Architecture
Dear Ms. Perez and Members of the Selection Committee,
IDS Group, Inc. (IDS) understands that the City of Rancho Cucamonga (City) is seeking qualified Consultants to provide
Various On-Call Services to create a qualified Consultants list. IDS is an award-winning architectural-engineering (A/E)
firm that offers multi-disciplinary consulting services through a staff of 85 professionals. IDS provides specialized in-
house A/E services including architecture, landscape architecture, civil engineering and surveying and mapping services,
as well as structural, electrical, mechanical, plumbing and cost estimating services.
IDS has a combined total of six decades of experience covering a wide range of new, expansion, and renovation projects.
The breadth of our projects encompass upgrades or existing facility renovations or expansion, new construction design,
site analysis, conceptual layouts and space planning, master planning, energy analyses and reports, and retrofit, and
move management services. The qualifications that follow will identify the strength of our team and personnel and
demonstrate the significant experience in providing A-E services.
The following are highlights of our team strengths:
• IDS’ “all under one roof” A&E model: As a full-service Architecture / Engineering consulting firm, IDS is able to
provide ancillary consulting support services in-house, if needed, including, mechanical/plumbing, electrical and
structural engineering, cost estimating, and LEED/sustainability services. Our success in providing architectural and
engineering services for public facilities projects illustrates the added value of our multidiscipline infrastructure as
it positively impacts and streamlines project services we can provide in-house.
• Team Expertise: The IDS team will be working directly with the City, providing local knowledge in site engineering
designs for municipal projects. Our award-winning A/E team is staffed with experienced and licensed architects
and engineers who have extensive experience in the design and management of retrofit and renovation projects.
Our services include planning and design for new or existing structures, tenant improvements, alternatives
analysis, preparation and presentation of models, renderings, and photo simulations, zoning, planning & building
approvals, permits, and other entitlements, in-house construction cost estimating and construction support.
• Positive Client Track Record: Approximately 80% of IDS’ project work comes from repeat clients - a testament to
our success in partnering with public agencies.
4.1.COVER LETTER/
INTRODUCTION
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
980 Montecito, Suite, 205, Corona, California 92879 951.631.8550 www.idsgi.com
Ms Marlena Perez
January 13, 2025
Page 2
Mr. Said Hilmy, PhD, PE, SE, LEED AP, Principal of IDS Group,will be the main point-of-contact for the City. Any questions
pertaining to our submittal can be directed to Joy at 949.387.8500 Ext. 116 or via email said.hilmys@idsgi.com andhereby
acknowledges that he will be the contract administrator for this submittal and will negotiate and contractually bind the
firm regarding matters pertaining to this submittal. We are eager to continue our working relationship with the City. Our
team is ready and available to provide exceptional service and quality construction documents while delivering timely
deliverables for the City of Rancho Cucamonga.
Sincerely,
IDS Group
Said Hilmy, PhD, PE, SE, LEED AP
Principal In Charge/ Overall Project Manager
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
3CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Solutions Through Integrated Design
4.1.Cover Letter/Introduction 1
4.2.Table of Contents 3
4.3.Executive Summary 4
4.4.Firm Experience/Qualifications 8
4.5.Third Party/Subcontractors 21
4.6.Staff Resumes & Organization Chart 22
4.7.Project Management Approach 34
5.0 Disciplines & Applicable Scope of Services
5.1.Survey & Mapping Uploaded Separately
5.3.General Civil Engineering Uploaded Separately
5.7.Architectural Engineering Uploaded Separately
5.8.Landscape Architecture Uploaded Separately
4.2.TABLE OF CONTENTS
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
4CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
IDS is a California corporation established in 1998 as Integrated Design
Services. Through successful mergers and acquisitions, the firm has
expanded to provide multidisciplinary consulting services. In 2007,
the firm officially changed its name and branding to IDS Group, Inc.,
integrating all specialized divisions under one roof by creating a “one-
stop-shop” of design professionals. Our 85-plus staff brings a mixture
of innate curiosity, technical expertise building and infrastructure
experience providing our clients a premium customer experience that
not only meets, but exceeds the rapidly changing goals of each client.
IDS Group continues to expand with new service capabilities, clients,
and an unwavering focus on the core principles of quality, innovation,
safety, and sustainability.
IDS has offices in Corona, Irvine, Los Angeles, Pasadena and Encinitas,
California, ensuring local knowledge and providing our clients quick
response times. As a multidisciplinary architectural and engineering
firm, IDS has the practical knowledge, insight, and resources to offer our
clients comprehensive services and specialized solutions.
Our corporate infrastructure creates optimum utilization of resources
for our staff, maximizing service efficiency. IDS is committed to project
excellence, providing turnkey design solutions to the building and
infrastructure industries. As an award-wining professional architectural/
engineering consulting firm specializing in the design and renovation,
evaluation and assessment, and construction administration for a wide
range of clients and facilities.
Our project history demonstrates a focused understanding of
architectural and engineering for a broad range of planning, design,
and construction services to public agencies with an inherent curiosity,
sound technical expertise, where our knowledge is applied to each
project’s unique set of circumstances.
4.3.EXECUTIVE SUMMARY
Relevant Service Areas
Building Assessments
Alterations & Modifications
ADA Compliance Studies & Design
Existing Facility Assessments (including
seismic)
Forensic Investigations
Fire& Life Safety Assessment & Design
Code Review, Space Planning
Remodeling, Repair of Damaged &
Deteriorated Structures
Expansions & Additions to Existing
Facilities
Building Electrical Systems
Building Management Systems (BMS)
Fire and Life Safety Systems
HVAC
Exhaust & Ventilation Systems
System Design & Engineering
Systems Evaluation & Operation
Verification
Heating a& Cooling Load Analysis
Building Stormwater Recovery
Complete Plumbing Systems Design
Existing Plumbing System Analysis
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
5CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
PROJECT EXPERIENCE
IDS Group is currently working with the City of Rancho Cucamonga on the
Family Resources Center Rehabilitation Project giving us an understanding of
how the City works and the policies and procedures that are in place. IDS also
has an extensive list of neighboring public agencies and private clients who
continuously seek our assistance in architectural and engineering consulting
services. IDS has been providing architectural and engineering services for
over 25 years, and we have worked on projects ranging upward to $8,000,000
in a single project fee and $1 billion in a single project construction cost. A
large portion of our work is from repeated clients, familiar with our combined
staff and services. The IDS team understands the issues impacting local
government and we are well-versed in the nuances of traditional public and
alternative capital delivery methods. Additionally, our experts understand
that the future prosperity of municipalities and their constituencies will be
shaped, in part, by leadership’s ability to demonstrate that high quality service
can be provided in a cost-effective manner.
Our clients partner with IDS because we focus on procurement, implementation and programming choices that
capture the full potential of projects to stakeholders. The IDS team has experience representing and advising public
agencies and supporting private bid teams on complex social infrastructure developments. With IDS, our clients
receive the right compliment of commercial, financial, and technical skills, from a group with a deep understanding
of various policy implications. Our project experience includes but is not limited to the following:
Design and Construction Support Experience: IDS has significant experience with providing practical, cost
effective, fast / efficient solutions and high-quality construction documents and drawings, and has significant
experience in construction support and Resident A/E services for public projects.
Design of Repair and Modernization of Buildings: IDS has successfully completed repair and rehabilitation
design of many buildings and parking structures and produced construction documents for many projects.
Forensic and Condition Assessment Experience: IDS has a strong expertise in the forensic and conditions
assessment of buildings. We are especially experienced in conducting site investigation and testing to determine
existing systems and construction details.
Plan Checking: State of California Experience: IDS has current contracts and a proven track record with the Division
of the State Architects (DSA) and with Office of Statewide Health Planning and Development (OSHPD)\ performing
plan review services.
Technical Resources: IDS Group provides added value to an on-call contract award, first and foremost because our
multi-disciplinary services are housed under one roof, enabling our clients to receive consistent quality service from
a sole contractor for all design, structural, civil, mechanical, plumbing, and electrical engineering, and architectural
service needs.
Sustainable Design: The firm’s project approach begins with a complete assessment of project requirements to
achieve a LEED certification or provide a sustainable design without certification. To meet the project requirements
our team will investigate all sustainability options including photovoltaic solar system, commercial and residential fuel
cell systems, geothermal ground source heat pump systems, low energy LED lighting products, water conservation
design solutions, day lighting harvesting, low-flow plumbing fixtures and high SEER air conditioning equipment.
County of Orange, Brea Library Renovation
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
6CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Bidding and Construction Administration Support: IDS has significant experience with providing practical, cost
effective, fast/efficient solutions and high-quality construction documents and drawings and significant experience
in construction support and on-site construction administration services for public projects. IDS will draw from
our “Lessons Learned” gained through our extensive history of involvement with civic projects. We know firsthand
that our ability to adapt to the challenging daily demands of the City’s operation is essential to meeting the goals
of the project. As an example, during the pandemic, IDS worked with several clients, conducting Zoom meetings,
Bluebeam QA sessions, and continued communications via email and phone. Utilizing this valuable knowledge, IDS
has employed new measures to ensure your objectives and goals are efficiently achieved and our team adheres to
milestone schedules for successful project completion.
Building Information Modeling (BIM): Building on decades of
hands-on experience in Building Information Modeling (BIM), IDS
is committed to creating value for our clients through innovative
and fully integrated design solutions. IDS’ BIM platform helps our
multidiscipline design and construction teams improve project
efficiency by optimizing performance and response-time of
visualizations and simulations to create unprecedented data rich
models. Our clients are experiencing the benefits of BIM that
extend long past the completion of a project - including improved
constructability, better-performing buildings and more efficient
project delivery as well as construction cost savings, schedule
compression and energy reductions.
SUPPORT SERVICES
One clear benefit that IDS offers our clients is our in-house interdisciplinary diversified
staff that delivers the expertise of seasoned engineers and architects. IDS seamlessly
integrates our civil engineering design services with in-house design professionals
who specialize in architecture, landscape architecture, structural, mechanical,
electrical, and plumbing engineering, as well as cost estimating to provide a well-
rounded balance of design capabilities for our clients as a value-added service.
Our Structural Engineering division is a recognized leader in the design,
assessment, review, and seismic retrofit of buildings and site improvements. The
depth of our work includes the design of new buildings utilizing steel, concrete,
and masonry, the assessment and retrofit of numerous buildings of all sizes, the
evaluation, and repair of distressed structures, peer and plan review, constructability
review, and forensic engineering. Our team has been honored by the Structural
Engineers Association of Southern California (SEAOSC) awards for innovative and
outstanding design.
Our Mechanical/Plumbing Engineering division is comprised of professional
engineers and designers who are experts in the fields of heating, ventilating, air
conditioning, plumbing, piping, and fire protection. We have provided design services
for HVAC, plumbing, and fire protection systems for countless public projects and
facilities including some of the largest parking structures in California. These projects
encompass new construction, retrofit, modernization, and expansions of facilities.
Samaritan’s Purse Park, LANCASTER,CALIFORNIA
March 14, 2024 THURSDAY
Page 2
City of Lancaster, Samaritan’s Purse Park
(formerly El Dorado Park) Revitalization
City of Irvine, Great Parks Concessions
City of Anaheim, Anaheim West Tower HVAC Replacement
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
7CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Our Electrical Engineering division has extensive experience in a wide variety
of projects and in the preparation of engineering studies and analyses, reviewing
plans, drawings, and specifications for new construction projects for electrical code
compliance, conducting electrical power consumption studies and field investigations,
and providing construction cost estimates, concept studies and reports, and post-
construction support for electrical engineering projects. We also have extensive
electrical project experience involving electrical power consumption studies and field
investigations; the review of plans, drawings, and specifications of new construction
projects for electrical code compliance and delivering post-construction support;
construction cost estimates for electrical wiring infrastructures; and drafting concept
studies and reports.
Our in-house Cost Estimation Services are provided by experienced cost estimators, supporting both new
construction and complex renovation projects supplying extensive knowledge for a variety of tenant improvement
types. Utilizing the latest in cost control methods, IDS ensures clients’ projects are well planned and expertly executed.
In the delivery of its cost services, IDS provides reliable, accurate estimates while meeting its client’s most critical
deadlines.
WORKLOAD
Our team members are guaranteed to be available on request to serve the City. Our team has the depth and adequacy
of resources to successfully complete assigned projects within your specified timeframe. Our specific staffing and
resource management plan is based on the specific scope of work identified herein, where team members will be
assigned tasks which best match their expertise and experience.
The collective availability of the design and engineering staff is optimal for task orders for on-call contracts based
on anticipated workload over the next six months. Our current and projected backlog of projects will enable us to
provide an efficient turnaround. We are sufficiently staffed with licensed engineers and designers, and our team has
the required specialized and in-depth resources necessary to ensure that project assignments will be performed
according to schedule.
Freedom Park
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
8CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
IDS Group and our team of professional engineers provide value added multidisciplinary, ‘one-stop-shop’ design and
consulting on-call services for various municipalities. Below is a partial listing of IDS’ On-Call contracts in surrounding
areas within the last five (5) years:
• City of Corona On-Call Architectural Services
• City of Corona On-Call Landscape Architecture &
Irrigation Services
• City of Corona On-Call Structural Engineering
Services
• City of Corona On-Call Electrical Engineering
Services
• City of Ontario, On-Call Architectural, Space
Planning and Engineering Design Services
• City of Norco, On-Call Architecture/Landscape
Design Services
• City of Riverside As-Needed Civil Engineering
• City of Fontana Electrical Design On-Call
• City of Fontana HVAC Mechanical Design On-Call
• City of Anaheim On-Call Engineering for Convention
Center & Arena Division
• City of Azusa On-Call Engineering Services
• City of Carson Engineering On-Call Services
• City of Fountain Valley As-Needed On-Call Design
Services
• City of Glendora Civil and Structural On-Call Services
• City of Irvine A/E and PM/CM Services
• City of La Canada Flintridge On-Call A/E Services
• City of La Habra On-Call A/E Services
• City of Laguna Beach On-Call Agreement
• City of Newport Beach On-Call
• City of Pasadena On-Call
• City of Placentia PSA - On-Call A/E Services
• City of Santa Ana On-Call Engineering Services
• City of Santa Ana Public Works - Space Planning and
Architectural Services
• County of Riverside - Economic Development
Agency As-Needed AE Services
• San Bernardino County As-Needed Architectural
On-Call
• San Bernardino County As-Needed Structural
Engineering On-Call
• San Bernardino County As-Needed Healthcare
Mechanical, Electrical & Plumbing On-Call
• San Bernardino City Unified School District
Structural Engineering Services
• County of Los Angeles County Structural &
Architectural On-Call Services
• Los Angeles County Department of Parks &
Recreation As-Needed AE Services
4.4.FIRM EXPERIENCE /
QUALIFICATIONS
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
9CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Brief Description
IDS is providing Architectural and Engineering design services for general repairs,
improvements to, and equipment replacement at the one-story 10,480 SF, Family
Resources Center. The City intends for the project improvements funded by ARPA and
program to focus on creating equitable services and to reduce racial and ethnic disparities.
To arrive at an optimal solution, the IDS Group performed user group interviews, site
visits and observations, and provided several plan studies that highlighted uses within
the existing spaces that can be better utilized with proper space planning. Improvements
include:
• Replacement of the Rooftop AC units on the same locations with ventilation &
necessary electrical system modifications.
• Verification of roof structural capacity to support new equipment.
• Installation of energy efficient lighting.
• Replacement of flooring.
• Community kitchen improvements as a prep or warming kitchen.
• Interior and exterior painting.
• Courtyard improvements for outdoor gatherings.
• An accessible Path of Travel within the building to include any drinking fountains.
• An existing restroom facility with code-required accessible features.
Role of Firm Duration
• Architectural Planning and Design
• Tenant improvements
• Preparation and presentation of models,
renderings, and photo simulations
• Structural, mechanical, & electrical
engineering
• Zoning, planning & building approvals,
permits, and other entitlements
• Construction cost estimating
• Construction support
Start Date: 2019
Completion Date: On-going
Reference
City of Irvine Public Works
Mr. Neil Plummer,
Public Works Deputy Director
P: 909.774.4092
E: neil.plummer@cityofrc.us
Project Team Members
Said Hilmy, PhD, PE, SE | Principal In Charge
John Silber, RA | Principal Architect | Project Manager
Steven Collins, PE | Electrical Engineer
Faisal Dakhil | Cost Estimator
City of Rancho Cucamonga Family Resources Center Rehabilitation Project
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
10CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Description of Services
The City of Corona values the community connection
to honor citizens who served in the armed forces. Since
2012, the City Hall Veterans Monument has symbolized
the service and fortitude of the five Armed Services
branches. The memorial features two kiosks with stories of
military personnel. The IDS project team took a thoughtful
approach with the city’s ideas to develop a concept design
that helps inspire and reflects the dedication of those who
have served our great nation. IDS completed a concept
design for the City of Corona Veterans Memorial by
evaluating the following options:
Veterans Cove
The Veterans Cove Area at the entrance of City Hall
represents an opportunity to expand the experience of
the Monument. An additional granite sign and two granite
walls will list the names of fallen soldiers with brick pavers
in the gathering areas. The new improvements will be
designed for daytime and evening visits and include new
lighting technology for projecting names and lighting to
highlight the new elements.
Veterans Memorial Plaza
The Veterans Memorial Plaza option provides an
opportunity to extend the memorial gathering space into
the South Lawn, which will make a memorable impact and
experience on the environment. The project can include
two new granite signs with lighting located along the
pathway. In addition, six newly lit flag poles will be located
in this South Lawn area as visual focal points visible from
a distance and will help people announce this newly
enhanced space.
The old Police Department Building, originally
constructed in 1978, is a two-story building that is
app 24,000 SF, which has been vacant since 2009.
IDS is providing civil engineering and architectural
design services for the demolition of the Old Police
Department Building and replacement with a
reconfigured parking lot, block wall/fencing, irrigation
and landscaping.
Role of Firm
• Civil Engineering
• Structural Engineering
• Architecture
• Landscape Architecture
• Electrical Improvements
Team Members Duration
Said Hilmy, PhD, PE, SE | Principal
Steven Collins, PE | Electrical Engineer
Manolito Ocampo, PE | Electrical Engineer
Michelle Huynh, PE | Electrical Engineer
Adrian Anderson, PE | Civil Engineer
Jason Wetterich, PE | Civil Engineer
Christian Chang | Civil Engineer
Abbegail Esperanza-Roman | Stormwater
Joy Lyndes | Landscape Architect
John Silber, AIA | Principal Architect
Ruoxi (Cisy) Cao | Landscape Designer
Kristen Gros, PLA | Landscape Architect
Victor Mercado, SE | Structural Engineer
3/2023 - Ongoing
Dollar Value (Fees)
$178,337
Reference Information
City of Corona
Tracy Martin, Senior Project Manager
Public Works Department
T: 951.817.5880
E: Tracy.Martin@CoronaCA.gov
Duration
2021
Dollar Values (Fees)
$58, 727
City of Corona Veterans Memorial Plaza Enhancement Old Police Building Demolition
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
11CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
City of Irvine Police Department Workspace
Relocation and Tenant Improvements
Brief Description
IDS provided architectural design services for tenant improvement for the proposed
expansion and relocation of various departments in the City of Irvine Civic Center. The
project primarily focused on the expansion of the existing police department (Public
Safety) because of recent population growth within the city in the last few years.
The current multi-story Civic Center houses many departments within the facility,
including Public Safety, Traffic Management and Public Works. To accommodate the
expansion, several departments must be relocated at a different location, with the
vacated space to be allocated to Public Safety for use in its expansion. It specifically
included the reorganization of interrelated offices in the police department, the
expansion of its locker/shower rooms, the redesign of the Traffic Management and
the relocation of Public Works and other departments to a separate building in a new
location.
To arrive at an optimal solution, the IDS Group performed user group interviews, site
visits and observations, and provided several plan studies that highlighted uses within
the existing spaces that can be better utilized with proper space planning.
Role of Firm Duration
• Architectural Planning and Design
• Tenant improvements
• Alternatives analysis
• Preparation and presentation of models,
renderings, and photo simulations
• Structural, mechanical, & electrical
engineering
• Zoning, planning & building approvals,
permits, and other entitlements
• Construction cost estimating
• Construction support
Start Date: 2019
Completion Date: 11/2023
Reference
City of Irvine Public Works
Mr. Chris Brown,
Sr. Project Manager
P: 949.724.6937
E: cbrown@citofirvine.gov
Project Team Members
Said Hilmy, PhD, PE, SE | Principal In Charge
John Silber, RA | Principal Architect | Project Manager
Kevin Barnes | Mechanical Designer
Manny Ocampo, PE | Electrical Engineer
Bob Kramer | Electrical Project Lead
Faisal Dakhil | Cost Estimator
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
12CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Riverside County Sheriff’s Department Tenant
Improvements at Various Facilities
Brief Description
The Riverside Sheriff’s department is pursuing an ambitious plan to complete several
renovation projects on an aggressive time schedule. The main objective of this initiative is to
program, design, and construct 38 projects within 6 months, due to funding requirements.
The 38 projects are under six categories including (1) Tenant Improvements (2) Security
Improvements (3) Plumbing/ Showers/ Misc. (4) Re-roofing (5) Overhead Structures, and (6)
Low Voltage (Cameras & Key-Card Access). The facilities cover several locations in Riverside
County which include:
• Criminal Justice Building, 5th Floor Remodel - Riverside, CA
• Cois M. Byrd Detention Breakroom and Restroom Remodel - Murrieta, CA
• Smith Correctional Facility Classroom Building - Banning, CA
• Coroners Parking Lot Improvement - Perris, CA
• Blythe Sheriff Facility Roof Replacement - Blythe, CA
• John J. Benoit Detention Center Shade Structure - Indio, CA
• Palm Desert Sheriff and Dispatch Center Relocation and Expansion - Palm Desert, CA
Associated projects but from different funding sources include mechanical and electrical
upgrade studies at the Ben Clark Training Center and Shooting Range, and the parking lot
improvement and expansion at Coroner’s Facility in Perris. For the Riverside Orange Street
Facility, The IDS team provided architectural and engineering design services for tenant
improvements for the kitchen, men and women’s locker rooms, public restroom remodel
within the lobby area, second floor staff restroom remodel, and office areas. Architectural and
engineering design services were completed for the Riverside Sheriff’s Department facilities.
Project Team Members Duration
Said Hilmy, PhD, PE, SE | Principal In Charge
John Silber, AIA | Principal Architect
Adrian Anderson, PE | Civil Engineer
Manny Ocampo | Electrical Engineer
Ronaldo Magno | Plumbing Designer
Adrian Anderson, PE | Civil Engineer
Faisal Dakhil | Cost Estimator
Start Date: 2/2019
Completion Date: 8/2023
Reference
Riverside County Sheriff’s Department
Ramon Tadrous, Director, PM Office
4095 Lemon St. 2nd Fl, Riverside, CA 92501
P: 951.955.5951
E: rtadrous@riversidesheriff.org
Role of Firm
• Architectural Planning and Design
• Tenant improvements
• Alternatives analysis
• Preparation and presentation of models, renderings,
and photo simulations
• Structural, mechanical, & electrical engineering
• Zoning, planning & building approvals, permits, and
other entitlements
• Construction cost estimating
• Construction support
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
13CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
City of Santa Ana City Hall Architectural Programming
& Tenant Improvements
Brief Description
IDS is providing Space Planning, Architectural and Engineering design services for the City of Santa
Ana City Hall.
Second Floor Tenant Improvements:
The 10,700 SF office area for the Engineering/Developer Department is being reconfigured to
include a training room featuring a dividing wall for flexible meeting spaces, two conference
rooms, a lecture/training room, perimeter offices, interior cubicle space, kitchen/breakroom,
ancillary spaces, restrooms, and storage areas.
The 2nd floor is occupied by the Parks, Recreation and Community Services Agency (PRCSA). The
8,500 SF department is being reconfigured to include space for 30 staff, featuring six (6) window
facing offices, central open cubicle spaces, a dedicated large conference room, kitchen, storage
room, and ancillary areas. The IDS design team is also aiding the City with furniture planning.
Third Floor Tenant Improvements:
The 2,300 SF third floor modifications include the conference room entryway, large open
workspace, and kitchen. Adjacent restrooms also require redesign to meet ADA requirements.
Fifth Floor Tenant Improvements:
The City’s Human Resources Department is located on the fifth floor and will include a dedicated
space for staff workspaces. A central open corridor space and the reception area located closest
to the elevator is being renovated. The elevator lobby is being enclosed, finishes & doors
upgraded per code and the addition of a second door in the rear nearby the second egress.
Project Team Members Duration
Said Hilmy, PhD, PE, SE | Principal In Charge
John Silber, RA | Principal Architectr
Jaime Rosenbach, PE, SE | Structural Engineer
Steven Collins, PE | Electrical Engineer
Manny Ocampo, PE | Electrical Engineer
Anthony Zanotti, PE | Mechanical Engineer
Mike Lin, PE | Plumbing Engineer
Ronaldo Magno | Plumbing Designer
Faisal Dakhil | Cost Estimator
Start Date: 2020
Completion Date: Ongoing
Reference
City of Santa Ana Public Works
20 Civic Center Plaza, Santa Ana, CA 92701
Ms. Gabriela Lomeli, Project Manager
P: 714.565.2692
E: glomeli@santa-and.org
Role of Firm
• Architectural Planning and Design
• Tenant improvements
• Alternatives analysis
• Preparation and presentation of models, renderings,
and photo simulations
• Structural, mechanical, & electrical engineering
• Zoning, planning & building approvals, permits, and
other entitlements
• Construction cost estimating
• Construction support
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
14CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Los Angeles World Airports, Infrastructure Improvement Projects
Description of Services
Los Angeles World Airports - Roadways, Utilities, and Enabling (RUE) Projects
IDS is working with the prime consultant on street improvements that serve the area adjacent to the proposed
Los Angeles International Airport (LAX) Consolidated Rental Car (ConRAC) and surrounding facilities. This
project is an important component of the Los Angeles World Airports (LAWA) Landside Access Modernization
Program. The roadway improvements design will reduce congestion and enable passengers to efficiently
access LAX, provide direct connections from the local highways to the ConRAC and surrounding facilities,
and reduce traffic impacts to local communities. The La Cienega Boulevard & Century Boulevard intersection
will be rehabilitated and restriped, within existing curb limits, to improve traffic flow through the area.
Improvements include new traffic signal heads, poles, and mast arms, the addition of audible pedestrian
signals, loop detectors, update of the regulatory signage to agree with the revised striping configuration, and
curb ramp and crosswalk redesign.
Los Angeles World Airports - Security and Gate Improvements
Engineering design for security improvements to the perimeter gates and posts at eight (8) LAWA and Airport
Police operated locations and three (3) tenant operated locations.
• Gates/Posts upgraded to include one set of K-12 (M50) certified crash gates (17 total) and controls
designed for installation along the perimeter of the airside or the landside approach.
• Relocation of gate arms to be outside the rolling gates such that the gate arm will be the first gate that
vehicles approach to prevent casual contact with rolling gates.
• Utility mapping
• LED lighting
• Upgraded cameras for each of the posts and gates, excluding tenant gates.
• Intercoms for security posts upgrades
• Coordination with multiple stakeholders and community groups.
Los Angeles International Airport Shell Station Upgrades
IDS worked with the prime consultants for two critical infrastructure projects which service LAX: Airport
Police and tenant operated locations and the re-establishment of permanent power to a Shell Gas Station for
the 98th Street Duct Banks.
Role of Firm Team Members
• Civil Engineering
• Mechanical/Plumbing Engineering
• Electrical Engineering
• Structural Engineering
• Architectural Design
• Street Rehabilitation/Improvements
• Re-striping reconfiguration
• Stakeholders Coordination
Said Hilmy, PhD, PE, SE | Principal In Charge
Adrian Anderson, PE | Project Manager
Jason Wetterich, PE | Civil Engineer
Harry Nguyen | Civil Designer
Gill Iradukunda | Civil Designer
Darren Smith, PE Mechanical Engineer
Steven Collins, PE | Electrical Engineer
Dollar Values (Fees)
(RUE) Projects :
Security & Gate Improvements:
Shell Station Upgrades:
$777,881
$225,365
$33,090
Duration
2021 - Ongoing
Reference Information
Arup, (Client: Los Angeles World Airports)
900 Wilshire Blvd, 19th Fl, LA, CA 90017
Christian Saad, Commercial Manager
P: 310.578.4400
E: christian.saad@arup.com
Anthony Kirby, Principal
P: 310.343.2616
E: anthony.kirby@arup.com
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
15CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
City of La Cañada Flintridge, Traffic Signal
Modifications
Description of Services
IDS is providing civil engineering services to construct improvements for four (4) traffic
signal improvement locations, including three primary locations (below) and a secondary
location pending stakeholder approval.
• Foothill Boulevard at Oakwood Avenue
• Foothill Boulevard at Verdugo Boulevard
• La Cañada Boulevard, and Verdugo Boulevard at Descanso Drive
Additionally, a Traffic Signal Warrant Analysis was prepared for potential signalization and
PS&E preparation for the Foothill Boulevard at Daleridge Road intersection, which will
function in concert with the closely-spaced adjacent mid-block pedestrian crossing at St.
Francis High School, which will be integrated with the signal system if the traffic signal is
approved. Community outreach is also being conducted.
Role of Firm Dollar Values (Fees)
• Civil Engineering
• Land Surveying
• Geotechnical Study
• Civil Improvement Plan
• Traffic Engineering
• Electrical Improvements
• Construction Phase Services
$167,367
Duration
6/2022 - 4/2023 (Design)
Team Members Reference Information
Said Hilmy, PhD, PE, SE | Principal In Charge
Adrian Anderson, PE | Lead Civil Engineer
Jason Wetterich, PE | Civil Engineer
Siman Ruiz | Civil Engineer
Harry Nguyen | Civil Designer
Gill Iradukunda | Civil Designer
City of La Cañada Flintridge
One Civic Center Drive,
La Cañada Flintridge, CA 91011
Mr. Majed El-Rabaa, P.E., City Engineer
P: 818.790.8882 ext 205
E: cityengineer@lcf.ca.gov
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
16CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Riverside County Sheriff’s Department,
Civil Engineering Improvements
Brief Description
Coroner Bureau Parking Lot Improvements for West Facility
IDS provided civil engineering design services for the on-call task order contract with the
Riverside County Sheriff’s Department to redesign and grade the existing parking lot at
the coroner facility in Perris, California. The 60,000 SF area is not paved and access to the
parking lot is challenging, especially after a rain flooding event. The IDS team is working
with the agency to make needed improvements including paving, proper grading,
drainage, and striping for the parking lot.
Contract Value: $99,654 Project Dates: 8/2021 - 3/2024
Palm Desert Sheriff’s Station Erosion Control and Maintenance
IDS’ civil engineering team is currently working on the plans and specifications that
will become the Basis of Design (BOD) to provide erosion control for the Palm Desert
Sheriff’s Station. A water quality management plan report (WQMPR) to assess the area
and identify erosion is also part of the scope of work. This on-call task order assignment
is for the new expansion project at the sheriff’s station that will accommodate essential
operational needs. Contract Value: $39,956 Project Dates: 3/2024
Role of Firm Reference Information
• Civil Engineering
• Land Surveying
• Geotechnical Study
• Civil Improvement Plan
• Water Quality Management Plan
• Storm Water Management Plan
• Electrical Improvements
• Construction Phase Services
Riverside County Sheriff’s Dept.
Remon Tadrous,
Director Project Management Office
T: 951.955.5951
E: rtadrous@riversidesheriff.org
Team Members
Said Hilmy, PhD, PE, SE | Principal In Charge
Adrian Anderson, PE | Lead Civil Engineer
Abbegail Roman-Esparanza | Storm Water
Gill Iradukunda | Civil Designer
Faisal Dakhil | Cost Estimator
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
17CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
City of Lancaster, Parks Revitalization & Renovations
Description of Services
Samaritan’s Purse Park (Formerly El Dorado Park) Revitalization
The Existing Samaritan’s Purse Park is located within a densely populated area and
surrounded by established residential neighborhoods, an elementary school, and
commercial businesses. The City of Lancaster is focused on creating renovated amenities
in this popular existing neighborhood park to improve and expand community resources
within the park based on community input.
IDS is provided architectural and engineering services to remove the existing pre-school/
community building and construct a new preschool/community building. A The project
also includes new recreational features such as a half-court basketball court with lighting, a
splash pad, and a skate area within the park.
After further exploration the City reprioritized the scope and opted to renovate the existing
community building. IDS then provide construction documents for the renovation project
which is now in the bidding phase.
Contract Value: $1,150,500 Project Dates: 1/2023 - Ongoing
Mariposa Park Renovations
The Mariposa Park Improvement Project is part of on-going efforts to invest in community
spaces in Lancaster to benefit of the entire City, therefore a community connection played
a big part in our design inspiration. The IDS design included a combined children’s play
ground for 2-5 years old and 5-12 years old, gathering and picnic areas with BBQ, tables
and benches, 2 ramadas, butterfly hardscape motifs, irrigation, flag, maintenance vehicle
access, restored fencing, drinking fountains and safety lighting.
IDS provided three (3) options in the Conceptual Phase, with the Client ultimately choosing
Option two (2). Because of its heavy use from a diverse population, the design team took
care within the design to include playground features that specialized in inclusivity and
universal access. New ramadas were designed to coordinate with the colorful butterfly
theme of the playground and with the newly renovated activity building.
Contract Value: $224,370 Project Dates: 2/2023 - Ongoing
Team Members
Said Hilmy, PhD, PE, SE | Principal
Joy Lyndes, PLA, FASLA | Landscape Arch.
Kristen Gros, PLA, ALSA | Landscape Arch.
Mahsa Javaherian | Project Designer
Eduardo Fabros | Project Designer
Faisal Dakhil | Cost Estimator
John Silber, AIA | Principal Architect
Adrian Anderson, PE | Civil Engineer
Paul Murray, PE | CivilEngineer
Jaime Rosenbach, PE, SE | Structural Eng.
Steven Collins, PE | Electrical Engineer
Darren Smith, PE| Mechanical l Engineer
Role of Firm Duration
• Civil Engineering
• Site Survey
• Architectural Design
• Structural Engineering
• Mechanical/Plumbing
Engineering
• Electrical Engineering
• Lighting Design
• Landscape Design
• Code and Accessibility
Compliance
• Energy Management
• Interior Design
• Cost Estimating
2023- Ongoing
Reference Information
Mr. Frank Lujan,
Project Manager
P: 661.723.6225
E: flujan@cityoflancaster.com
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
18CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
City of San Bernardino, Speicher Memorial Park Improvements
Brief Description
Speicher Memorial Park New Soccer Field Lighting System
The new soccer fields planned for Speicher Multipurpose Field required
a new LED lighting system designed for high school league soccer play.
Based on an initial site survey there was sufficient space to add circuitry
for the new soccer field lighting systems to upgrade the current system
to needed illumination. IDS provided plans to upgrade the power
from the exiting 400 Amp 120/240V. The project included a complete
photometric study of the project areas including electrical power load
calculations on existing building panels and switchgear.
Speicher Memorial Park Ballfield Improvements
IDS is providing design services to revitalize this essential recreational
destination with funds provided by the American Rescue Plan Act
(ARPA) and a grant from the San Manuel Band of Mission Indians.
IDS services for the improvements which include:
Upgrades on Three (3) ballfields
• Removal and replacement of sod and/or turf
• Repair and Installation of irrigation and drainage system
• Electrical system repair & replacement of light fixtures with LED
• Grading
General Park Improvements:
• Removal and replacement of bleachers from northern fields
• Installation of score boards at all 5 ballfields.
• Installation of trash receptacles and water fountains for new
concession buildings.
• Construct 4” concrete area between and around Montgomery
and Mason Fields.
• Parking lot pavement rehabilitation, striping, and accessibility
improvements on both parking lots
Building Improvements:
• Removal and Replacement of existing concession stand building
with new prefabricated building.
Project Relevance Project Team Members
• Landscape Design
• Civil Engineering
• Site Survey
• Architectural Design
• Structural Engineering
• Mechanical/Plumbing
Engineering
• Electrical Engineering
Said Hilmy, PhD, PE, SE | Principal In Charge
John Silber, AIA | Principal Architect
Joy Lyndes, PLA, FASLA | Landscape Architect
Kristen Gros, PLA, ALSA | Landscape Architect
Cisy Cao | Landscape Architect Designer
Mahsa Javaherian | Project Designer
Eduardo Fabros | Project Designer
Song Brandner | Project Architect
Adrian Anderson, PE | Civil Engineer
Paul Murray, PE | Civil Engineer
Jaime Rosenbach, PE, SE | Structural Engineer
Steven Collins | Electrical Engineer
Project Reference
Daniel Hernandez,
Agency Director
P: 909.384.5002 ext. 5924
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
19CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Santa Monica 19th Street Community Garden, Santa Monica CA
Brief Description
The community garden located in the Michigan Avenue Neighborhood and Pico Boulevard Community area of
Santa Monica is being designed to provide a neighborhood gathering space, an outdoor classroom, a stage for
groups or performances, for gardening education and to share success stories. The Community Garden Program
provides engagement in urban agriculture and creates unique, biodiverse habitats that support the Sustainable
City program. The IDS approach brings a strong sustainable and resilience design strategy to improve the quality
of the environment through designing perennial pollinator gardens with native and fruit trees, that will improve
the vibrancy of the community and create a gathering hub, while creating a restorative garden sanctuary. IDS
services include Landscape Architecture, and Structural and Electrical Engineering, for the design of solar power,
potable water, planting, irrigation systems, storage shed, compost bin, sink, pathways, stage, shaded work area
and potting bench.
Placemaking is central to all IDS Group design services, and the Public Engagement aspects of our work are
key to successful placemaking. IDS leds the Public Outreach as an extension of the City staff, and presented
and integrated input on 3 Initial Concepts, 2 Final Concepts, and is preparing final bid documents. The public
outreach included in-person community presentations, the development of rendered concepts and feedback
strategies; as well as a community zoom meeting presentation and feedback session. Each of these diverse
opportunities for input, using several communication tools and translating into several languages was integral
for comprehensive feedback and providing the best solutions for the community garden.
Contract Dates: 2024-Ongoing
Project Reference Project Relevance Project Team Members
City of Santa Monica
Teague Weybright, Community
Gardens Program Coordinator
P: 310.458.2201 x2405
E: teague.weybright@smgov.net
• Landscape Design
• Structural Engineering
• Electrical Engineering
• Cost Estimation
Said Hilmy, PhD, PE, SE | Principal In Charge
Joy Lyndes, PLA, FASLA | Landscape Architect
Kristen Gros, PLA, ALSA | Landscape Architect
Cisy Cao | Landscape Architect Designer
Victor Mercado, PE, SE | Structural Engineer
Steven Collins | Electrical Engineer
Faisal Dakhil | Cost Estimation
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
20CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Adelanto Rancho Park
Brief Description Project Information
The client proposes to build five buildings on a 12.4-Acre Parcel. An ALTA, Tentative Map, final map,
preliminary grading plan, fine grading plan, WQMP and sanitary sewer plans were contracted for
design and submittal to the city of Adelanto for approval. A topographic and boundary survey were
performed on an assumed benchmark and record map basis of bearings.
Agency/Owner:
Rancho Road Development
Mr. Lip Yow, Owner
P: 909.248.5488
Contract Dates: Ongoing
Los Angeles County Department of Parks & Recreation Wellbeing Spaces
Brief Description Project Information
IDS is providing aerial topographic maps from an aerial survey at 1-foot contours. All park
boundaries are based on the latest legal description (record data) and are tied to at least two (2)
monuments found in the field. The IDS scope of work includes the survey of sidewalks outside the
boundary and adjacent to the public street (including the top of curb and flowline), tree trunks that
are 6 inches or greater at a height of 3 feet from the ground along with their approximate canopy,
and any manhole lids within the boundary for the following Los Angeles County parks:
Agency/Owner:
Los Angeles County Parks & Recreation
Loann Clark | Office42 Architecture
P: 323.352.8982
Contract Dates: Ongoing
• Jackie Robinson Park
• City Terrace County Park
• Eugene A. Obregon Park
• Belvedere Community Regional Park
• San Angelo Park
• Lennox Park
• Franklin D. Roosevelt Park
• Mona Park
• East Rancho Dominguez Park
TRCMA - Structural Retrofit & Repair Titan Properties
Brief Description Project Information
The subject properties consist of two two-story townhome-type buildings, Titan 1 & 3 building
and 2 & 4 building, located at the Turtle Rock Crest community in Irvine. Based on our review of
various studies and reports provided in your email dated 8/14/2024, we understand that structural
distress has been observed at the two buildings since the construction of the homes in 1989. IDS
will perform required structural and civil engineering analysis and develop Construction Documents
to underpin existing exterior/interior foundations, as needed, and submit them to the City Building
Department for review/approval.
Agency/Owner:
Turtlerock Crest Management Association
Sarah Purrington, Board of Directors
P: 949.403.7105
Contract Dates: Ongoing
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
21CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
After review of the scope of services for each discipline we will provide our qualification for the following services, 5.1
Surveying Mapping, 5.3 General Civil Engineering, 5.7 Architectural Engineering, and 5.8 Landscape Architecture. As
a multidiscipline architectural and engineering design firm, IDS seamlessly integrates all specialized divisions under
one roof giving our clients a premium customer experience by creating a “one-stop-shop” of design professionals.
IDS has the capability to provide all required services outlined in the scope of services, enhancing our General Civil
Engineering Services with C Below SubSurface Imaging, Inc for utility research and investigations, including potholing
and Ground Penetrating Radar.
The IDS Civil Engineering team has worked with C Below for all of our subsurface imaging needs over the past 5 years,
there extensive understanding of clients needs and accurate information has been vital to successfully providing our
clients with the most cost effective design solutions. Their highly experienced technicians utilize advanced equipment
to locate underground utilities, including gas, power, waste, communications, and cable/TV. C Below employs various
methods such as GPR, CCTV, electromagnetic locators, and potholing. Accurate information prevents costly delays
and damage during cutting, coring, drilling, or digging. With 14 years in the industry, C Below has a dedicated team
of over 80 employees, including skilled technicians, a sales department, a Project Engineer, a surveyor, and a CAD
technician. Based in Corona, CA, they quickly mobilize throughout Central and Southern California, providing essential
services like electrical reports, Potholing, and CAD drawings.
References:
Project Name: China Lake Utility Investigation
Scope: Utility Depiction
Contact: Gregg Parker, Jacobs Engineering
Phone: 714-403-0103
Email: gregg.parker@jacobs.com
Project Name: LADWP On-call
Scope: Vacuum Excavation
Contact: Matthew Gonzalez,Los Angeles Department of
Water and Power
Phone: 213-367-1222
Email: matthew.gonzalez@ladwp.com
Project Name: Caltrans I-10 Cedar Improvement
Potholing Investigation
Scope: Vacuum Excavation
Contact: Pete Castelan, Overland Pacific
Phone: 562-235-8487
Email: pcastelan@opcservices.com
4.5.THIRD-PARTY/
SUBCONTRACTORS
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
22CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
The IDS staffing and resource management plan is based on our extensive experience providing E/A services for public
agencies. IDS will furnish the most expeditious and efficient response time available, including all key stakeholders,
to ensure collaborative success. Our flexible organizational infrastructure allows us to meet any project’s technical
and schedule challenges by assigning the appropriate members with specific qualifications and experience to match
the project scope, budget and schedule requirements. Close internal collaboration and coordination between all
disciplines, supported by state-of-the-art technology, provides quality of service and efficiency in production.
The IDS team listed on our Organization Chart below, have worked independently or teamed on projects with similar
deliverables and have successfully collaboratively provided architectural and engineering services for numerous on
call contracts. Resumes for key staff have been included following the Organization Chart.
Transition Plan
IDS understands that any substitution of key staff will be subject to approval from the City and we are prepared
to manage a project team member’s transition should the need arise. We maintain long staff tenure for staff with
excellent professional qualifications and steady project staffing. Our project team supports the assigned project
manager, and each discipline project is led from below by our project-assigned job captains and designers, supported
from above by leadership-level personnel, and from beside by their peers.
As a multi-discipline practice with many IDS staff actively working on each project, we maintain robust staffing levels
within each discipline and our peer-level QC process. Therefore, should a need arise to modify our project staffing we
will do so without disrupting project progress
4.6.STAFF RESUMES &
ORGANIZATION CHART
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
23CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
ORGANIZATION CHART
Narith Lao, PE, PLS OSD*
Project Manager,
Survey & Mapping
Adrian Anderson, PE*
Project Manager,
General Civil Engineering
John Silber, AIA*
Project Manager,
Architectural Engineering
Joy Lyndes, PLA, FASLA*
Project Manager,
Landscape Architecture
SURVEY & MAPPING
SUPPORT STAFF
GENERAL CIVIL ENGINEERING
SUPPORT STAFF
ARCHITECTURAL ENGINEERING
SUPPORT STAFF
LANDSCAPE ARCHITECTURE
SUPPORT STAFF
Victor Barcarse
Charles Crable
Jeff Fisher
Danny Davis
Johnathan Lao
Paul Murray, PE
Jason Wetterich, PE
Christian Chang, PE
Silman Ruiz, PE
Abbegail Roman-Esperanza
Shelley Sivak, RA, LEED AP
Song Brandner, RA, LEED GA
Matthew Miller, AIA, LEED AP
Bradley Mansfield, AIA
Quentin Montrie, LEED AP
Kristen Gros, ASLA, LEED AP ND
Cisy Cao, LEED AP ND
Mahsa Javaherian
Eduardo Fabros
UTILITIES LOCATING
C-Below Subsurface Imaging
Said Hilmy, PhD, PE, SE, LEED AP*
Principal in Charge /
Over-All Project Manager
IN HOUSE SUPPORT SERVICES
STRUCTURAL ENGINEERING
Victor Mercado, PE, SE
Lead Structural Engineer
ELECTRICAL ENGINEERING
Steven Collins, PE, LEED AP
Lead Electrical Engineer
MECHANICAL ENGINEERING
Darren Smith, PE, BEAP
Lead Electrical Engineer
COST ESTIMATING
Faisal Dakhil
Cost Estimator
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
24CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Said Hilmy, PhD, PE, SE, LEED AP
Principal In Charge/Over All Project Manager
Dr. Hilmy has over 40 years of experience in structural engineering design
and analysis and project management with strong expertise in the design
and upgrade of steel, concrete, and wood structures. Recognized for
his knowledge of code developments and seismic retrofit, Dr. Hilmy has
worked on more than $3 billion engineering projects and more than 200
seismic assessments and retrofit projects in California.
Mr. Hilmy provides organizational leadership with a focus on quality
control in the delivery of construction documents and excellent customer
service.
Relevant Project Experience:
• City of Rancho Cucamonga Family Resources Center Rehabilitation
Project | Rancho Cucamonga, CA
• County of Riverside Sheriff Department, Planning and A/E
Improvement Projects | Riverside County, CA
• City of Irvine Civic Center Public Safety Tenant Improvements
Irvine, CA
• City of Santa Ana City Hall Tenant Improvements | Santa Ana, CA
• County of Orange Santiago Oaks Park - Parking Lot & Patio Upgrade|
Orange, CA
• City of Lancaster, Samaritan’s Purse Park (formerly El Dorado Park) &
Community Center Revitalization | Lancaster, CA
• City of Commerce Veterans Memorial Park Recreation Center
Commerce, CA
• City of Maywood Teen Center Conversion | Maywood, CA
• City of Industry, New Banquet Hall Expo Center | City of Industry, CA
• City of Lancaster, Mariposa Park Renovation | Lancaster, CA
• City of Irvine, Bill Barber Community Park Shade Structure | Irvine, CA
• City of Irvine Sweet Shade Park Recreation Center | Irvine, CA
• City of Laguna Beach, South Main Beach Restroom Design
Laguna Beach, CA
• City of Irvine, Deanna Manning Stadium & Bill Barber Improvement
Project| Irvine, CA
• County of Orange, Yale Navigation Center | Santa Ana, CA
35+years of experience
EDUCATION:
Doctorate, Structural Engineering,
Cornell University
PROFESSIONAL REGISTRATION:
Professional Structural Engineer: California #S3680
Professional Civil Engineer: California #C43988
LEED Accredited Professional
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
25CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Narith Lao, PE, PLS, QSD
Project Manager, Surveying & Mapping
With over 30 years of professional experience, Mr. Lao brings an extensive
experience teaming with government agencies on both the city to the
federal level as well as many Fortune 500 companies. Specializing in
entitlements, Mr. Lao is deeply familiar with legal descriptions, lot line
adjustments, lot mergers, parcel and tract maps and is an unmeasured
resource to the team. As the Project Manager of the Survey and Mapping
division, Mr. Lao will be responsible for overseeing the surveying team,
all work orders assigned by the City of Rancho Cucamonga and monitor
the progress of each project to ensure the City’s goals and objectives are
intertwined within the design.
Relevant Project Experience:
• Los Angeles County Department of Parks & Recreation Wellbeing
Spaces | Los Angeles County, CA
• Adelanto Rancho Park | Adelanto, CA
• City of Norwalk Parks | Norwalk, CA
• California State University, Dominguez Hills Metro Land Survey &
Legal Description | Carson, CA
• TRCMA - Structural Retrofit & Repair Titan Properties | Irvine, CA
• Rancho Santiago Community College Accessibility Route
Improvement Project | Santa Ana, CA
• 2-mile corridor on Avenue S from freeway 14 west to Anaverde
Project | Palmdale, CA
• ½-mile corridor on Via Princessa starting at freeway 14 south to end
of Fair Oaks Project | Santa Clarita, CA
• 2.5-miles of local streets in Northpark subdivision from Sunset Hills
Drive to Copperhill Drive | Santa Clarita, CA
30+years of experience
EDUCATION:
BS, Civil Engineering, California State
Polytechnic University, Pomona
PROFESSIONAL REGISTRATION:
Professional Civil Engineer: California #C94131
Professional Land Surveyor: LS-8046
SURVEYING & MAPPING SUPPORT STAFF
Victorio Barcarse
Land Surveyor
Education:
BS, Technological Institute of the Philippines
• Los Angeles County Department of Parks & Recreation
Wellbeing Spaces
• Adelanto Rancho Park
• City of Norwalk Parks
• CSU, Dominguez Hills Metro Land Survey & Legal Description
• TRCMA - Structural Retrofit & Repair Titan Properties
Survey Team Members
Charles Crable
Party Chief
Jeff Fisher
Party Chief
Danny Davis
Party Chief
Jonathan Lao
Chainman
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
26CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Adrian Anderson, PE
Project Manager, General Civil Engineering
As Project Manager for our Civil Division, Mr. Anderson is the primary
point of contact for the City of Rancho Cucamonga civil engineering needs.
Adrian has over 25 years of experience and is well-versed in public-work
infrastructure improvements, utility coordination, active transportation,
traffic engineering, signal timing, signing and striping, drainage, and
street design. Throughout his career, he has managed public agency
projects for street rehabilitation projects, street widening and new street/
highway projects, drainage improvement projects, right-of-way projects,
development project plan checks for various educational agencies, public
and private agencies, urban trail projects, and other active transportation
facilities. Mr. Anderson will manage the civil team, technical adequacy,
and design direction.
Relevant Project Experience:
• Riverside County Sheriff Dept., Coroner Facility Parking Lot
Improvements and Water Quality | Perris, CA
• City of San Bernardino, Speicher Memorial Park Ballfield
Improvements | San Bernardino, CA
• City of Carson, 223rd Street to Lomita Blvd. & Wilimington Avenue
Street Improvements | Carson, CA
• City of Riverside University Wash at Fairmont Park | Riverside, CA
• City of La Cañada Flintridge, Traffic Signal Modifications | La Cañada
Flintridge, CA
• City of Santa Monica, Airport Ave, Civil Street Design
Santa Monica, CA
• City of Lancaster, Samaritan’s Purse Park Revitalization
Lancaster, CA
• City of Irvine, Great Park Concession Building Upgrade | Irvine, CA
• Orange County Sanitation District, Secondary Clarifier’s Piping
Replacement | Costa Mesa, CA
• County of Orange, Yale Navigation Center | Santa Ana, CA
• City of Laguna Beach, South Main Beach Restroom Design
Laguna Beach, CA
• Los Angeles World Airports, Roadways, Utilities & Enabling (RUE),
Century Blvd & La Cienega Street Rehabilitation | Los Angeles, CA
• Topanga Canyon Charter School, Maintenance Vehicle & Pedestrian
Access Way Design, Paving and Drainage Repairs | Topanga, CA
• Los Angeles Community College District, Pierce College Storm Water
Implementation |Woodland Hills, CA
25+years of experience
EDUCATION:
BS, Civil Engineering, California State
University, Long Beach
PROFESSIONAL REGISTRATION:
Professional Architect:
California #C60955
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
27CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
GENERAL CIVIL ENGINEERING SUPPORT STAFF
Paul Murray, PE
Civil Engineer
Education:
BSCE, Bradley University
Professional Credentials:
Professional Civil Engineer, CA #C78912
• City of Carson, Avalon Blvd., Street Improvement Project
• City of Carson, Wilmington Ave Street Improvement Project
• City of San Bernardino, Speicher Memorial Park Improvements
• City of Downey, Rio San Gabriel Park, Green, Safe, and Active
Park Improvements
• City of Lancaster, Mariposa Park Renovation
Jason Wetterich, PE
Civil Engineer
Education:
BS, Civil Engineering, California State
University, Long Beach
Professional Credentials:
Professional Civil Engineer, CA #C94131
• City of La Cañada Flintridge, Traffic Signal Modifications
• City of Riverside University Wash at Fairmont Park
• Los Angeles World Airport, Roadways, Utilities and Enabling
Projects
• Los Angeles CCD, Pierce College Storm Water Implementation
• Riverside County Sheriff Dept., Coroner Facility Parking Lot
Improvements, Drainage, and Water Quality
Christian Chang, PE
Civil Engineer
Education:
BS, Civil Engineering, University of Southern
California
Professional Credentials:
Professional Civil Engineer, CA #C74559
• Los Angeles CCD, Pierce College Storm Water Implementation
• City of San Bernardino, Speicher Memorial Park Improvements
• City of Downey, Rio San Gabriel Park, Green, Safe, and Active
Park Improvements
• City of Carson, Wilmington Ave Street Improvement Project
• Dept of Health Services, LA General Medical Center Pavement
Repair
Silman Ruiz, PE
Civil Engineer
Education:
BS, Civil Engineering, California State
University, Fullerton
Professional Credentials:
Professional Civil Engineer, CA #C94658
• City of Azusa, Dog Park
• City of Corona, Demolition of the Old Police Department
• City of Riverside University Wash at Fairmont Park
• Riverside County Sheriff’s Department, Erosion Control &
Maintenance
• City of Downey, Rio San Gabriel Park, Green, Safe, and Active
Park Improvements
Abbegail Roman-Esperanza
Sr. Civil Designer/Storm Water
Compliance
Education:
BS, Civil Engineering, University of the
Philippines
• Los Angeles CCD, Pierce College Storm Water Implementation
• City of Riverside University Wash at Fairmont Park
• County of Orange, Los Alamitos, Rossmoor Library Refresh
• Riverside County Sheriff Dept., Coroner Facility Parking Lot
Improvements, Drainage, and Water Quality
• City of Lancaster, El Dorado Park Revitalization
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
28CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
John Silber, AIA
Project Manager, Architectural Engineering
An award-winning architect with more than three decades of extensive
experience working on a wide range of projects both the public and private
sectors. John’s upfront planning and design efforts are instrumental in
creating sites and structures that fit seamlessly with their surroundings,
are carefully attuned to their use, and contribute to making lasting and
meaningful places. John’s projects have ranged in scope from minor
facility upgrades to new construction, assessment and renovation projects
for various project types including, office buildings, commercial buildings,
education, and healthcare.
As Project Manager for the Architectural Engineering, John will be
responsible for overseeing the technical adequacy and design of all work
orders assigned by the City of Rancho Cucamonga and will monitor the
progress of each project to ensure the City’s goals and objectives are
intertwined within the design.
Relevant Project Experience:
• City of Rancho Cucamonga Family Resources Center Rehabilitation
Project | Rancho Cucamonga, CA
• City of Irvine Civic Center Public Safety Tenant Improvements
Irvine, CA
• City of Santa Ana City Hall Tenant Improvements | Santa Ana, CA
• City of Fountain Valley, City Hall Improvements | Fountain Valley, CA
• County of Orange Santiago Oaks Park - Parking Lot & Patio Upgrade|
Orange, CA
• City of Lancaster, Samaritan’s Purse Park (formerly El Dorado Park) &
Community Center Revitalization | Lancaster, CA
• City of Commerce Veterans Memorial Park Recreation Center
Commerce, CA
• City of Maywood Teen Center Conversion | Maywood, CA
• City of Industry, New Banquet Hall Expo Center | City of Industry, CA
• City of Irvine Sweet Shade Park Recreation Center | Irvine, CA
• Riverside County Sheriff’s, Tenant Improvements at Various
Facilities | Various Locations
• City of Irvine, Deanna Manning Stadium & Bill Barber Improvement
Project| Irvine, CA
• County of Orange, Yale Navigation Center | Santa Ana, CA
35+years of experience
EDUCATION:
Master of Architecture, Southern
California Institute of Architecture
PROFESSIONAL REGISTRATION:
Professional Architect:
California #C15573
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
29CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
ARCHITECTURAL ENGINEERING SUPPORT STAFF
Shelly Sivak, RA, LEED AP
Project Architect
Education:
Master of Architecture, California State
Polytechnic University, Pomona
Professional Credentials:
Licensed Architect: CA #C33767
LEED Accredited Professional
• City of Irvine Civic Center Public Safety Tenant Improvements
• Placentia Library District, Outdoor Library & Loading Dock
• City of Anaheim West Tower Upgrades and Tenant
Improvements
• Yale Navigation Center Repurposing and Tenant Improvements
• City of Industry, New Banquet Hall Expo Center
Song Brandner, RA, LEED GA
Project Architect
Education:
Master of Architecture, University of Arizona
Professional Credentials:
Licensed Architect: CA #C32814
LEED Green Associate
• City of Irvine, Great Park Western Sector Restroom Upgrades
• City of Irvine Bill Barber Park Shade Structure
• City of Orange, Water Division Warehouse
• Yale Navigation Center Repurposing and Tenant Improvements
• City of Rialto City-wide Park Assessment and Improvements
Matthew Miller, AIA, LEED AP
Project Architect
Education:
Bachelor of Architecture, University of
Oregon
Professional Credentials:
Licensed Architect: CA #C36280
LEED Accredited Professional; NCARB
• Los Angeles County, Obregon Park Gym Roof Replacement
• Riverside County Sheriff’s Department, Palm Desert Sheriff
Station Expansion
• County of Riverside Department of Waste Resources Lamb
Canyon Landfill Public Restroom & Administrative Building
• City of Lancaster, El Dorado Park Revitalization
Bradley Mansfield, AIA
Project Architect
Education:
BS, Business Administration, Phoenix
University
Professional Credentials:
Licensed Architect: CA #C27303
• City of Cudahy New Public Works Yard Concept Plan
• Laguna Beach City Hall & Fire Stations-Seismic Upgrade
• Junipero Serra Building Security & Fire Life Safety System
Replacement
• Department of General Services, Junipero Serra Building Security
System Replacement
• City of Lancaster, El Dorado Park Revitalization
Quentin Montrie, LEED AP
Senior Project Designer
Education:
BS, Architecture, University of Maryland
Professional Credentials:
LEED Accredited Professional
• City of Glendora Corporate Yard Site Planning
• Sweetwater Union High SD, Development of the L Street Facility
• Orange County Sheriff Dept. -KAT Active Shooter Facility
• County of Riverside, LDS Correctional Facility Kitchen
Modernization
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
30CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Joy Lyndes, PLA, FASLA
Project Manager, Landscape Architecture
As the Project Manager of the Landscape Architecture Division, Ms.
Lyndes brings a broad range of municipal, local, and state agency
expertise specializing in revitalizing urban parks, trails, open spaces, and
playgrounds. Her experience includes landscape programming, planning,
design, construction documents, and construction administration for local,
state, and federally funded projects. Joy brings over 35 years in landscape
planning, design, and construction oversight of complete streets, facilities
programming, and smart growth. In addition, she focuses on health and
well-being as one of the critical priorities in community regeneration
framework, fostering long-term health outcomes in Southern California
neighborhoods and public spaces.
As Project Manager, Joy will be responsible for overseeing the technical
adequacy and design of all work orders assigned by the City of Rancho
Cucamonga and will monitor the progress of each project to ensure the
City’s goals and objectives are intertwined within the design.
Relevant Project Experience:
• City of Oxnard, Durley Park Revitalization | Oxnard, CA
• Santa Monica 19th Street Community Garden | Santa Monica, CA
• City of Lancaster, El Dorado Park Revitalization | Lancaster, CA
• City of Lancaster, Mariposa Park Renovation | Lancaster, CA
• City of La Habra, Vista Grande Dog Park | La Habra, CA
• City of Azusa Dog Park | Azusa, CA
• City of San Bernardino, Speicher Memorial Park Ballfield
Improvements | San Bernardino, CA
• City of Downey, Rio San Gabriel Park, Green, Safe & Active Park
Improvements | Downey, CA
• City of Corona Veterans Memorial Enhancement Project | Corona, CA
• County of Orange Yale Homeless Shelter | Orange, CA
• Aerospace Corporation Pocket Park | El Segundo, CA
• Leo Carrillo Historic Ranch Park | Carlsbad, CA
• Heritage Building & Development Inc., Quail Meadows Streetscape
Design | San Diego, CA
35+years of experience
EDUCATION:
Master of Landscape Architecture,
University of Arizona
PROFESSIONAL REGISTRATION:
Professional Landscape Architect: California #C4183
Historic Preservation Certification
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
31CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
LANDSCAPE ARCHITECTURE SUPPORT STAFF
Kristen Gros, PLA, ASLA, LEED AP ND
Landscape Architect
Education:
Master of Architecture, California State
Polytechnic University, Pomona
Professional Credentials:
Licensed Architect: CA #C6288
LEED Accredited Professional Neighborhood
Development
• City of Oxnard, Durley Park Revitalization
• City of Azusa Dog Park
• Santa Monica 19th Street Community Garden
• City of Lancaster, El Dorado Park Revitalization
• City of Lancaster, Mariposa Park Renovation
• City of La Habra, Vista Grande Dog Park
• City of San Bernardino, Speicher Memorial Park Ballfield
Improvements
• City of Downey, Rio San Gabriel Park, Green, Safe & Active
Park Improvements
Ruoxi Cao, RA, LEED AP ND, SITES AP
Landscape Architect Designer
Education:
Master of Landscape Architecture, University of
Southern California
Professional Credentials:
LEED Accredited Professional Neighborhood
Development, SITES Accredited Professional
• City of Oxnard, Durley Park Revitalization
• City of Azusa Dog Park
• Santa Monica 19th Street Community Garden
• City of San Bernardino, Speicher Memorial Park Ballfield
Improvements
• City of San Diego, Marcy Neighborhood Park
• City of San Diego, Dusty Rhodes Park
• City of San Diego, Pepper Park
• San Fernando Road Park
Mahsa Javaherian
Project Designer
Education:
Master of Architecture, Interior Architecture &
Design, Florida State University
• City of Lancaster, El Dorado Park Revitalization
• City of Lancaster, Mariposa Park Renovation
• City of La Habra, Vista Grande Dog Park
• City of San Bernardino, Speicher Memorial Park Ballfield
Improvements
• County of Orange, Social Services Agency Office Remodel
• Orange County Public Libraries, Los Alamitos-Rossmoor
Library
• Los Angeles County Internal Services Department, El Cariso
Community Regional Park Recreation Building Remodel
Eduardo Fabros
Project Designer
Education:
Bachelor of Architecture, Cerritos Community
College
• City of Lancaster, El Dorado Park Revitalization
• City of Lancaster, Mariposa Park Renovation
• City of La Habra, Vista Grande Dog Park
• City of San Bernardino, Speicher Memorial Park Ballfield
Improvements
• City of Irvine, Deanna Manning Stadium & Bill Barber
Improvement Project
• Department of General Services, Exposition Park New
Underground Parking Structure Budget Package
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
32CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Darren Smith, PE, BEAP
Lead Mechanical Engineer
Darren Smith is a registered mechanical engineer with over 25 years of
experience in design bid build and design-build projects. With extensive
experience in designing and managing numerous construction projects,
Darren brings cross-communication at various levels of project ownership
and the flexibility needed for project task order assignments.
Relevant Project Experience:
• City of Lancaster, Samaritan’s Purse Park (formerly El Dorado Park) &
Community Center Revitalization | Lancaster, CA
• City of Maywood Teen Center Conversion | Maywood, CA
• City of Industry, New Banquet Hall Expo Center | City of Industry, CA
• City of Perris Morgan Park Parking Lot Expansion | Perris, CA
• City of Downey, Rio San Gabriel Park, Green, Safe & Active Park
Improvements | Downey, CA
• County of Orange, Yale Navigation Center | Santa Ana, CA
• City of Laguna Beach, South Main Beach Restroom Design
Laguna Beach, CA
25+years of experience
EDUCATION:
BS, Mechanical Engineering
Technology, California Polytechnic
University, Pomona
PROFESSIONAL REGISTRATION:
Professional Mechanical Engineer,
California #M30841;
ASHRAE (Building Energy Auditing
Professional)
Steven Collins, PE, LEED AP
Lead Electrical Engineer
Mr. Collins brings over 25 years of experience in Electrical Engineering for
Building Systems and has expertise in municipal, education, commercial,
and healthcare markets. His experience includes field investigation,
design, and specifications for electrical service entrance equipment,
standard and emergency distribution systems, lighting systems, controls,
power-to-utilization equipment and devices, fire alarm systems, and
telecommunication and low-voltage raceway systems.
Relevant Project Experience:
• City of Rancho Cucamonga Family Resources Center Rehabilitation
Project | Rancho Cucamonga, CA
• County of Riverside Sheriff Department, Planning and A/E
Improvement Projects | Riverside County, CA
• City of Lancaster, Samaritan’s Purse Park (formerly El Dorado Park) &
Community Center Revitalization | Lancaster, CA
• City of Industry, New Banquet Hall Expo Center | City of Industry, CA
• City of Perris Morgan Park Parking Lot Expansion | Perris, CA
• Orange County Sheriff’s Department, Central Men’s Jail Lighting
Retrofit | Orange, CA
25+years of experience
EDUCATION:
MS, Electrical Engineering,
Rensselaer Polytechnic Institute
PROFESSIONAL REGISTRATION:
Professional Electrical Engineer:
California #E22805;
LEED Accredited Professional
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
33CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Victor Mercado, PE, SE
Lead Structural Engineer
Mr. Mercado possesses more than 30 years of experience in the design
and analysis of buildings for both the private and public sectors. His area
of expertise includes structural design of steel structures, concrete frame
or shear wall structures, masonry structures and timber structures. In
addition to his structural design experience, he has worked on numerous
projects involving the seismic rehabilitation, and earthquake safety
evaluation of existing structure.
Relevant Project Experience:
• City of Corona, Demolition of the Old Police Department | Corona, CA
• City of Oxnard, Durley Park Revitalization | Oxnard, CA
• City of Industry, New Banquet Hall Expo Center | City of Industry, CA
• Santa Monica 19th Street Community Garden | Santa Monica, CA
• City of Pasadena, Seismic Retrofit of Public Works Building
• Pasadena, CA
• City of Azusa Dog Park | Azusa, CA
• City of Carlsbad, Public Safety Center Emergency Operations Center
Carlsbad, CA
40+years of experience
EDUCATION:
MS, Civil Engineering, University of
California, Irvine
PROFESSIONAL REGISTRATION:
Professional Structural Engineer:
California #S5020;
Professional Civil Engineer:
California #C65325
Faisal Dakhil
Lead Cost Estimator
Mr. Dakhil has over 30 years of pre-construction, construction
management, and estimating experience in a broad spectrum of projects
ranging in value from $1 million to more than $250 million. Faisal has a
long track record of successful jobs coming in under budget and on time,
resulting in substantial client savings.
Relevant Project Experience:
• County of Riverside Sheriff Department, Planning and A/E
Improvement Projects | Riverside County, CA
• County of Orange Yale Navigation Center | Santa Ana, CA
• City of Glendora Finkbiner Park | Glendora, CA
• City of Maywood Teen Center Conversion | Maywood, CA
• City of Industry, New Banquet Hall Expo Center | City of Industry, CA
• City of Commerce Veterans Memorial Park Recreation Center |
Commerce, CA
• City of Irvine, Bill Barber Park Shade Structures | Irvine, CA
• City of Lancaster, Samaritan’s Purse Park (formerly El Dorado Park) &
Community Center Revitalization | Lancaster, CA
30+years of experience
EDUCATION:
MS, Civil Engineering, University of
Southern California;
BS, Civil Engineering, University of
Southern California
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
34CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
PROJECT MANAGEMENT & PROJECT CONTROLS
IDS’ project manager will implement project controls including timely and regular client communications, established
monitoring to control costs and schedule. Activities under the umbrella of project controls include:
Project Planning: IDS’ Project Manager will create project plans, schedules, WBS, and budget to establish a baseline
to work with throughout the project. This includes a kick-off meeting to deeply understand all of our client’s needs.
Budgeting: IDS’ team will provide schedule-phased budgets, a transparent model that will be available to serve as a
benchmark throughout the project and as an important cash flow tool for accurate invoicing and project accounting.
Risk Management: Our team will preemptively identify risks, monitor risk continuously, and develop a contingency
plan to address and mitigate issues to help reduce impacts to budget and schedule.
Forecasting: IDS’ team will perform regular updates to the schedule to ensure faster responses and corrective actions
if a project schedule moves off-track.
Project Administration: This process involves established processes and systems that can help team members
communicate and collaborate. The goal is to track status, action items, capture meeting minutes and lessons learned,
and manage workflows seamlessly so teams can focus on efficient execution of project tasks.
Constructability Reviews
To improve project efficiency and constructability, IDS’ team leverages Bluebeam Revu®, a PDF-based solution designed
for the construction industry, for each phase of the preconstruction process. Revu enables IDS to electronically share
project feedback by redlining PDFs with industry-standard markups and takeoffs. In addition, IDS utilizes an online
session collaboration feature, which allows multiple discipline-lead reviewers to comment on the same PDF together
in real-time, or individually. As a result of this concurrent review, where team members can see comments made by
other members, a more comprehensive, easy to understand, and quality list of comments are generated resulting in
improved deliverables.
4.7.PROJECT MANAGEMENT
APPROACH
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
35CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Work Schedule Management
The key to successfully implementing a project schedule is to: first, develop a realistic schedule with sufficient detail
to define the critical-path tasks required; second, implement a timely decision-making process that continually
moves the project forward in a proactive manner; and finally, to tenaciously adhere to that schedule with a continual
sense of urgency. Equally important is to allow sufficient time for the Client’s involvement and evaluation of all design
issues. The team prides itself on both our ability to build realistic, achievable schedules and to guide the design team,
including the owner, through the decision-making process that meets those critical timelines.
Bringing a Project Back on Schedule
We keep projects on track through constant team communication and anticipating possible delays in the schedule.
Before initiating a major project, the IDS Team will hold a special meeting to discuss work tasking and schedule
constraints for each element of the project. Minutes from these meetings will be circulated to all Project Team
members for their review and concurrence. Schedules will be distributed to all parties via email. Most importantly,
the schedule is more than simply a reporting tool. It is an “early warning device” to anticipate possible delays and
proactively manage activities. Our “percent complete” schedule will realistically measure work order progress. With
such advance notice, each team leader can respond quickly to avoid task slowdowns and maintain the schedule. IDS
typically holds Project Team meetings, which are scheduled bi-monthly or weekly (as deemed necessary) to keep a
project on “target” and “on track.”
Potential Problem
Method of Identification
Possible Corrective ActionDiscussion with Agency
Communicate to Project Manager by Staff
Team Meetings
Progress Review by Project Manager
Change in Requirements Expand Staff; accelerate schedule. Hold team meeting; revise staffing; revise schedule and budget if necessary. - Accelerated Delivery
- Modification of Scope
Slippage in Schedule Expand staffing; revise schedule in consultation with Agency.
Attrition of Personnel Execute backup plan for key staff; utilize existing resource pool.
Cost Growth Absorb cost growth if no change in scope of work.
Quality of Work
Immediate meeting of project Manager and appropriate staff; possible staff changes.
Subcontractor
Performance
Immediate discussions between Project Manager and Subcontractor; implement specific corrective action plan.
Delay in Review Process
at the Agency
Hold in-person review to expedite review schedule; accelerate the response to comment schedule.
The Project Manager will present persistent problems to senior management at IDS for assistance in problem
resolution to assure that contract performance meets all Agency expectations and standards. The table below
summarizes potential problem areas and the management methods IDS’ uses to identify and resolve them at the
earliest possible time.
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
36CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Construction Observation | Administration
Scheduling is a critical component of the design and construction process. A project schedule for each assignment
will be developed using the critical-path-method in Microsoft Project and / or Excel. The project schedule will be
developed at the start of the project and will include all the phases and milestones that are identified by the City and
/ or mandated by project requirements. The design schedule will include meetings with the City project manager and
its consultants at various milestones and provide status / progress reports. We will update the schedule and work
plan regularly based on the actual hours worked that are tracked by our internal accounting system. In this way, we
can adjust resources to ensure that the project milestones are completed on schedule. We also have an excellent
record working on fast-track projects. In these projects, it is essential for the design team to meet the critical path
milestones that precede project completion.
Cost Estimates/ Cost Control
Our standard software, PlanSwift, provides the flexibility to quickly
break out the itemized takeoff. This efficiency reduces the number
of resources required to complete the takeoff for each project, and
the program’s area and zone functions allow the estimator to sort the
takeoff into multiple breakouts with minimal effort.
As design progresses, the more detailed documents can be virtually
overlaid over previous ones, and changes/additions are immediately
visible on screen. This ensures that our estimates at logical milestones
during design (SD, DD, CD, etc.), can execute the later levels of design
faster and more accurately.
When tasked with value engineering on the same project, our team
members will go back and modify the original takeoffs to determine
the less expensive methods or materials to construct the project. The
benefit with PlanSwift is it allows the estimator to select the existing
items and easily assign them to new or other existing conditions with
the click of a button.
Value Engineering, Life Cycle Cost Analysis, and Bid Alternate Designation
IDS performs in-house cost estimates to identify opportunities for
alternate bids that will provide flexibility for our clients as they balance
the project scope for construction and the cost of construction.
The first path to value engineering savings is constructability. Our
construction cost estimator provides an internal constructability
review, which will allow the design team to eliminate scope that will
later prove to be impractical to build and therefore costly.
The second path to value engineering is the search for alternates that
provide nearly equal performance at less initial cost. When considering
these initial cost savings, IDS provides a life cycle cost analysis of the
alternatives so that our clients can make informed choices.
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
37CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Providing Deliverables Free of Errors
Specific to the City, our team will review projects at every stage of submittal for quality assurance. We have
designated QA/QC senior architects and engineers who along with our designated Project Manager will review
documents before they are submitted to the City.
Our program requires all engineering work be reviewed by an experienced Quality Assurance/Quality Control
(QA/QC) Manager(s). The main objective of this program is to satisfy the City’s expectations for quality work from
our design team and to limit the exposure of the City to problems that may arise during construction. The QA/QC
Manager(s) will be in continuous contact with our Project Manager throughout the progress of the project.
Our practice stresses response to project requirements, adherence to applicable codes and regulations, developing
work products consistent with standards prevailing in the profession, and producing reports conforming to our
established in-house standards. Throughout the course of the project, our Project Manager will be in continuous
contact with our team members to ensure efficient use of the capabilities of the entire team. He will interact
frequently with the City’s core group to ensure that we understand the requirements and preferences and to
assure adherence to the project schedules and deliverables in a timely manner.
As a testimony to our audited Q/A Q/C procedures, IDS Group accomplished
ISO 9001 Certification.
IDS QA/QC program manual based on ISO 9001 standard as applicable to A/E services:
1. Define the scope of work.
2. Determine processes to achieve the deliverables.
3. Perform the work.
4. Check (QC) the work.
5. Confirm the work is updated per checker(s).
6. Document the process.
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SOLUTIONS
t h r o u g h i n t e g r a t e d d e s i g n
9 8 0 M o n t e c i t o D r . S u i t e 2 0 5 , C o r o n a , C A 9 2 8 7 9
T : 9 4 9 . 3 8 7 . 8 5 0 0
w w w . i d s g i . c o m
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
5.7.ARCHITECTURAL
ENGINEERING
SCOPE OF SERVICES
Our award-winning Architectural provides architecture, design, planning, programming, project management and
renovation services to public and private clients throughout California. Our architectural services involve building
assessments, alterations, and modifications, accessibility studies, ADA compliance studies and design, fire and
life safety assessment and design, code review, space planning, remodeling, repair of damaged and deteriorated
structures, and expansions and additions to existing facilities. The project experience of IDS staff encompasses new
construction, renovation, re-adaptation, and tenant improvements to a variety of building types.
With staff of over twenty Architects, our award-winning architecture division provides architecture, design, planning,
programming, project management and renovation services to public and private clients throughout California.
We have a specialized experience managing small and medium-scale projects, with particular proficiency in:
• Interacting with project stakeholders
• Conducting facility needs assessments & master
plans
• Providing planning phase duties
• Preparing schematic designs, design development
documents, and construction documents
• Developing construction cost estimates
Our architectural team will assure the City of Rancho Cucamonga an approach that is industry leading, practical,
responsive, and affordable. We work closely with our in-house engineering divisions to ensure the ultimate in design
coordination. From the initial project programming and preliminary design concept to completion of construction,
our work reflects innovative approaches to solving even the most complex space and design problems. IDS offers
an in-house multi-disciplined staff who specialize in landscape architecture, civil, surveying, structural, mechanical,
electrical, and plumbing engineering, and cost estimation services to provide a well-rounded balance of design
capabilities.
PROJECT APPROACH
Our success is attributed to a thorough understanding of the required services, a sound work plan, communication,
and effective management, as well as excellent architectural engineering design. IDS has successfully served as a
professional consultant to numerous public agencies to help meet workload demands and project scheduling
commitments in relation to engineering consulting support services. Our team will support the City in fulfilling its
critical mission to meet existing and future demands for various projects.
Our general approach to providing our standard services for each project begins with a solid understanding of the
project requirements, including budget, schedule, details of scope of services, and deliverable items. Our work plan
is based on effective management of resources which will include developing a project schedule, implementing
effective communication protocol, monitoring project costs and budget, and implementing quality control measures
to ensure quality documents.
Our approach to all projects will be to act as the City’s architectural engineering design consultant for all design and
approval-related activities. The discussion of scope of work and services below are general and will be modified to
suit each specific project assignment.
The following contains the basic steps to take a project from conception to bidding. Note that not all projects will
involve all steps, projects that consist only of studies or due diligence report will of course have different deliverables.
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
Establishing Goals and Metrics for Success
IDS will conduct kickoff meetings with the City staff and
stakeholders designated by the City to establish the specific
goals and metrics envisioned for each project.
Developing a Work Plan
After we have completed a thorough review and assessment, IDS
will developed a work plan that achieves the City’s benchmark
goals for each project. The scope(s) will be developed based on
City’s priorities, severity of conditions, and immediate needs for
the project. We anticipate that this will be an interactive process
with the City’s Project Manager.
Conceptual/Schematic Design
• Field Review/Code Compliance: Research project
scope thorough field review and interviews with the City
and key stakeholders. The findings of the field review and
interviews will be compared to the details of the conceptual
design to ensure all project needs were addressed and no
problems are posed by existing conditions.
• Schematic Design: Develop conceptual designs and associated cost estimates for the project. The conceptual
designs will form the basis of initial presentation and review. The conceptual designs will also be utilized to
develop environmental technical studies and subsequent environmental documents.
• Incorporate Plans with the City’s Standards: Address all the City’s input and fully assess the original
project scope in a final report. Completion of the conceptual design will consist of a written project scope,
cost estimate, and conceptual plan, including all anticipated regulatory compliance aspects and any proposed
deviations.
Design Development
• Experienced Team: Mobilize a team of experts suited to the project scope, immediately following the
approval of the conceptual design and authorization of a design contract. The team will be led by the project
manager with oversight from the supervising principal.
• Kick-off Meeting: Assemble the project team with the City’s representatives for a project kick-off meeting
during which the conceptual design will be reviewed, and a timeline for the design development phase and
construction document phase will be established.
• Meeting with Stakeholders: Meet with all project stakeholders and review agencies to update all project
scope aspects and to establish a sequence for the project review and approval, such that all reviews proceed in
a logical fashion to minimize conflicting review comments and schedule impacts.
• Progress Meetings: Maintain a regular schedule of progress meetings throughout the design progress. A
schedule of milestone progress submittals (e.g. 40%, 60%, etc.) will also be established based upon the scope
and the most logical sequence to fast-track the design process.
• Milestone Review: Hold milestone reviews. All milestones will conform to the approved schedule and will
conclude with a team meeting to solidify the direction of the design.
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
CITY OF RANCHO CUCAMONGA
Various On-Call Services
STATEMENT OF QUALIFICATIONS
#24/25-501
• Coordination: Coordinate with all internal review staff and document and track comments for incorporation
into the final design. Any deviations from the original scope documents or deviations from design standards
will be immediately reported and confirmed with the design team. Throughout the design development phase,
we will aggressively coordinate with all agencies having jurisdiction.
• Detailed Design & Cost Estimate: Fully detail design and construction cost estimate and resolve all review
agency comments and concerns in a final report. Any deviations from the project scope, timeline, or estimate,
as well as input received from all stakeholders will be addressed and included in the issued report.
Construction Documents
• CD Development: Proceed with preparation of construction documents upon authorization from the City
after completion of design development.
• Construction Documents: Delivered documents will be as set forth in the scope of work and will include
required building permit review/responses and permit ready documents.
• Preconstruction Review: Execute a comprehensive pre-construction review of the project to avoid any
conflicting design issues, or specification misinterpretations or plan ambiguities. The extensive construction
experience of the IDS staff will be particularly beneficial in this respect.
• Cost Estimate: Issue a final construction cost estimate and schedule along with the completed construction
documents including specifications.
Bidding Assistance
• Bid Review: Assist in bid review and award, following bid advertisement and acceptance.
• Pre-Bid Meeting: We will attend the pre-bid meeting.
• RFI Response: Promptly respond to all Requests for Information during the bidding process and assist in
Issuing Amendments if needed.
Construction Observation | Administration
• Submittals: Diligently document all responses and record observations from all field visits.
• Contractor’s Pay Request: Assist in the evaluation of contractor pay requests and extra work authorizations
if required.
• Inspection: Complete timely site inspections and attend site meetings.
• Close-out: Assist with project punch lists and project close-out.
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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.
Said Hilmy, PhD, PE, SE, LEED AP
NONE
President
January 13, 2025
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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.
Said Hilmy, PhD, PE, SE, LEED AP
President
January 13, 2025
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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.
Said Hilmy, PhD, PE, SE, LEED AP President
IDS Group, Inc.
Said Hilmy, PhD, PE, SE, LEED AP
President
January 13, 2025
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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.
Addendum No. 001
Said Hilmy, PhD, PE, SE, LEED AP
President
January 13, 2025
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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.
IDS Group, Inc.
Said Hilmy, PhD, PE, SE, LEED AP
President
January 13, 2025
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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.
60
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign 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.
IDS Group, Inc.
949.387.8500
N/A
980 Montecito Blvd, Suite 205
Corona, CA 92879
said.hilmy@idsgi.com www.idsgi.com
Said Hilmy, PhD, PE, SE, LEED AP President
January 13, 2025
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
1 2025 ON-CALL RATES
IDS GROUP
2025 - 2026 Contact Rate Sheet
ARCHITECTURE ENGINEERING
Title Hourly Rate Title Hourly Rate
Principal $247.00 Principal $247.00
Associate Principal $236.00 Associate Principal $235.00
Senior Project Manager $226.00 Senior Project Manager $22600
Project Manager $210.00 Project Manager $210.00
Senior Architect (RA)$205.00 Senior Project Engineer (SE)$205.00
Architect (RA)$184.00 Senior Project Engineer (PE)$200.00
Senior Designer $179.00 Engineer (SE)$200.00
Designer $168.00 Engineer (PE)$184.00
Job Captain $147.00 Senior Designer $179.00
BIM Designer $146.00 Designer $168.00
CAD Drafting $126.00 BIM Designer $146.00
Senior Planner $222.00 CAD Drafting $126.00
Planner $184.00 QA/QC Manager $225.00
Sr. Landscape Architect (PLA)$158.00 Senior Office Administration $79.00
Landscape Architect (PLA)$131.00 Administration & Accounting $74.00
QA/QC Manager $225.00
Senior Office Administration $79.00
Administration & Accounting $74.00
SURVEYING PRECONSTRUCTION/COST ESTIMATION
Title Hourly Rate Title Hourly Rate
Two-Person Survey Crew $326.00 Senior Cost Estimator $184.00
Senior Surveyor (In House)$210.00 Cost Estimator $179.00
Lead Surveyor (In House)$116.00
Expenses such as, but not limited to, plan check fees, permits, inspections, testing services, title company fees,
special delivery charges, plotting/ presentation boards, maps, aerial photographs, and reprographics/ illustrations
that may be required for community or other stakeholder presentations shall be billed to the owner at the
Consultant’s direct cost plus 10%.
The above rates are valid for the full term of the agreement from 2025-2030. With the understanding that IDS
Group shall notify the City by May 15th of a 5% increase each year of the contract, with approval of the City.
Docusign Envelope ID: 4460EDB7-5C71-459E-95C0-57BA28103429Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B