Loading...
HomeMy WebLinkAboutCO 2025-158 - NUVISPSA 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 NUVIS a California Corporation (“Consultant”). RECITALS A.City has heretofore issued its request for proposals to perform the following design professional services: on-call landscape architect 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 landscape architect 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 2025-158 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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 Perry Cardoza, 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: NUVIS 20250 SW Acacia Street Suite 260 Newport Beach, CA 92660 Attn: Perry Cardoza, 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 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 13 attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: NUVIS By: ______________________________ Name Perry Cardoza Date ______________________________ Title City of Rancho Cucamonga By:________________________________ Name Date _________________________________ Title By: ______________________________ Name Robert Stone Date ______________________________ Title (Two signatures required if corporation) Rancho Cucamonga Fire Protection District By:________________________________ Name Date _________________________________ Title Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196D 9/4/2025 | 11:26 AM PDT President Vice president 9/8/2025 | 10:02 AM PDT Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Mayor/President 9/16/2025 | 8:55 PM PDT 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B QUALIFICATIONSSUBMITTAL CITY OF RANCHO CUCAMONGA REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501 FOR VARIOUS ON-CALL SERVICES JANUARY 13, 2025 contact@nuvis.netwww.nuvis.net civicdesign Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 20250 Acacia Street, Suite 260, Newport Beach, CA 92660 | 714.754.7311 | accounting@nuvis.net | www.nuvis.net | CA 1891 . NV 396 | DBE . SBE Cover Letter/Introduction Section 4.1 January 18, 2025 Marlena Perez, PE Principal Engineer City of Rancho Cucamonga 10500 Civic Center Drive Rancho Cucamonga, CA 91730 RE: RSOQ #24/25-501 for Various On-Call Services: Landscape Architecture Dear Ms. Perez, Thank you for the opportunity to submit NUVIS’ qualifications in consideration of the SOQ #24/25- 501 specifically for Landscape Architecture. NUVIS has reviewed the SOQ, City’s PSA, and Addendum No. 1 dated 12/12/2024. The Principal in Charge for the Contract representing NUVIS is: Perry Cardoza, PLA, President NUVIS 20250 SW Acacia Street Suite 260 Newport Beach, CA 92660 E: pcardoza@nuvis.net T: 714-754-7311 ext 228 As detailed herein, NUVIS brings to the City of Rancho Cucamonga nearly 54 years of professional landscape architecture excellence in a variety of project types. Our vast experience indicates not only our knowledge of the profession of landscape architecture, but our ability to provide successful design solutions for new facilities or modifications to existing facilities. Our professional capabilities include a wide range of services from preliminary plans and programming through construction close out. NUVIS’ experience in similar projects and excellence in landscape architecture indicate our qualifications as demonstrated herein. We look forward to working with the City of Rancho Cucamonga to improve the public outdoor environment for its residents, business owners, stakeholders, and visitors. Sincerely, Perry Cardoza, PLA President 1 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Table of Contents Section 4.2 TABLE OF CONTENTS Section 4.3: Executive Summary ............................................................................................................... 3 Section 4.4: Firm Experience/Qualifications ............................................................................................ 4 Brief History of NUVIS ............................................................................................................................... 4 Qualifications ........................................................................................................................................... 4 Representative Projects .......................................................................................................................... 4 Section 4.5: Third-Party/Subcontractors ................................................................................................. 11 List of Subcontractors ............................................................................................................................ 11 Experience with Subconctractor ........................................................................................................ 11 References for Subcontractors ............................................................................................................ 11 Section 4.6: Staff Resumes and Organization Chart ............................................................................. 15 Organizational Chart ............................................................................................................................ 15 Commitment Statement ...................................................................................................................... 15 Resumes.................................................................................................................................................. 16 Section 4.7: Project Management Approach ....................................................................................... 22 Overall Project Management Approach and Methodology ......................................................... 22 Project Management Approach .................................................................................................... 22 Ideology to NUVIS’ Approach to Scope of Services ..................................................................... 22 Quality Control/Quality assurance ..................................................................................................... 23 Cost and Schedule Control/Project Tracking .................................................................................... 23 Performance Monitoring/Project Progress Reporting ....................................................................... 24 2 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Executive Summary Section 4.3 EXECUTIVE SUMMARY Firm Experience/Qualifications •NUVIS brings to the City nearly 54 years of landscape architecture experience and excellence. •NUVIS has extensive on-call/as-needed contract experience with municipal agencies. •Experience includes public parks, community recreational centers, open space recreation, sports parks, channels and greenways, streetscapes, transportation corridors, parking lots and multi-purpose trails. Third Party/Subcontractors •NUVIS has an extensive network of associated professionals which offer supporting services. •For this response to the SOQ, NUVIS has included Hunsaker & Associates civil engineering firm due to our successful past working relationship. •Hunsaker & Associates brings to the City over 48 years of civil engineering, planning and survey experience. Staff Resumes/Organization Chart •NUVIS has selected highly qualified, experienced licensed landscape architects to lead design and technical document preparation. •NUVIS is prepared to begin work immediately with appropriate resources allocated to meet the desired time frames and deadlines as they arise, without any known conflict of time or interest as of the date of this response to the Request for Proposal. Project Management Approach •NUVIS is a strong proponent of participatory planning and design, believing that the goals and direction of a project should evolve from a process which provides for expression of concerns and values of those involved and affected by the project. •NUVIS believes the key to a successful project is effective and thorough communication with the City. •NUVIS’ coordination and interface include additional meetings, phone calls/conferences, site visits and typical business communication to ensure the project progress work is at a maximum. •NUVIS Quality Assurance/Quality Control process allows for a successful project. •Statements of probable construction cost are prepared at established milestones to monitor the effect of the design solution on the budget •Services are performed expeditiously as consistent with professional skill and care to meet mutually agreed deadlines and submittal dates. Landscape Architecture •NUVIS has nearly 54 years of developing design solutions for projects from programming and preliminary plans to final plans to professional services during construction. 3 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Firm Experience/Qualifications Section 4.4 FIRM EXPERIENCE/QUALIFICATIONS BRIEF HISTORY OF NUVIS With the vision to make a difference, Robert R. Cardoza, FASLA and Peter R. DiLallo, ASLA joined together in Costa Mesa, California and opened for business as a partnership to provide landscape architecture in April of 1971. The principals expanded the company with an office in Northern California in 1981. Currently NUVIS has a presence in Northern California, Southern California (Newport Beach and Pasadena), and Las Vegas, Nevada. Originally formed under Cardoza DiLallo Associates, the name changed in 1984 to Cardoza DiLallo Harrington and finally to NUVIS “nu visions” in 1993. NUVIS is a State of California S Corporation (1972)and certified D/MBE, SBE and VSBE. QUALIFICATIONS Since 1971, NUVIS has provided a wide range of services from idea generation, community facilitation, and site planning through preliminary design, PS&E, and construction to field observation for a number of public spaces for city, district, county, state and federal agencies; several which have been awarded with industry honors for our clients. Sustainable design principles integrated into the landscape architecture design solutions have aided in the coveted LEED certification of Platinum, Gold, Silver and Bronze for a number of projects. NUVIS’ public spaces have included, but are not limited to public parks, community recreational centers, open space recreation, sports parks, channels and greenways, streetscapes, transportation corridors, parking lots and multi-purpose trails. Due to recent water restriction mandates, NUVIS has been instrumental in aiding various public agencies in modifying existing streetscapes and parks to reduce turf and/or creating design solutions for projects in which sustainable design solutions are a top priority. These types of projects are not new to NUVIS. Our projects utilize sustainable design principles such as using aesthetically appealing low water use/drought tolerant plant material, including options for high efficiency irrigation systems, solar products, and opportunities to capture water run-off through use of a variety of methods and materials. This type of contract is not new to NUVIS. Due to our diverse experience in landscape architecture, we serve on various on-call/as-needed contracts for various municipal agencies including but not limited to: Anaheim, Huntington Beach, Laguna Beach, Laguna Niguel, Laguna Woods, Lake Forest, Los Angeles, Rancho Santa Margarita, Riverside, Santa Clara, San Juan Capistrano, Tracy and Yorba Linda. NUVIS has the technical excellence the City is seeking to provide professional landscape architecture services. REPRESENTATIVE PROJECTS Please see the following collateral sheets which demonstrate NUVIS’ diverse public works and community services project portfolio for public agencies. 4 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B CDBG GRANT FUNDING CONSTRUCTION COSTS: $2.8 Million DATES:2020-2024 Team: T. Munoz, J. Baz, T. Morita, P. Cardoza, B. Maddock CLIENT CONTACT: Joel Belding Deputy Director Great Park Planning & Develop. City of Irvine 949-724-6902 jbelding@cityofirvine.org CA 3943 . NV 1097 11.15.24 © NUVIS Preliminary plans, construction documents, and construction observation for innovative space-themed improvements, partially funded by a Community Development Block Grant, to 0.75 acres of an existing 8-acre civic park including new inclusive multi-age play equipment, interpretive paving elements, sand play areas, shade structures, pre-fab restroom building, seating areas, climbing boulders, sensory gardens, permeable paving, irrigation upgrades, and new low water use trees and shrubs. Scope included multiple theme alternatives, presentation graphics, and protection of existing shade structures and mature trees. SWEET SHADE PARKCity of Irvine, CA 5 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B CA 3943 / NV 1097 07.23.24 © NUVIS Conceptual designs and construction documents for renovations to an existing inter- city community park providing a much needed refreshment and reactivation including multi-use ball fields, shade trellis structures, accessible walkways, shade trees, bleachers, dugouts, backstop, fencing, entry monument, picnic tables, benches, drinking fountains, removable bollards, bike racks, rain garden, colorful low water use planting, and high-efficiency irrigation. Phase 2 includes partnership with local professional sports teams. NICKERSON CENTRAL PARKHousing Authority of the City of Los AngelesWatts, CA DATES: 2023 - on-going EST. LANDSCAPE CONSTR. COST: $2.9 Million CLIENT CONTACT: Kelly Ta Constr. Proj. Asst. HACLA 213-651-0966 Kelly.Ta@hacla.org 6 Team: P. Cardoza, T. Munoz, B. Maddock T. Morita, J. Baz Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B CA 1891 . NV 396 11.16.17 © NUVIS Conceptual plans, design alternatives, and construction documents including entry gateways, trail improvements, viewing outlooks, movable site elements, and interpretive features for the restoration and enhancement of 415 acre habitat site along the Santa Clara River. Kiosks, storage sheds, and gabion seating all designed to be relocated during river flood periods or remain and withstand the effects of the seasonal water flow. Interpretive signage celebrates the River's integral role, both locally and regionally, for people and wildlife. Permeable earthen trails and parking areas with habitat protection and California native plant palette. HANSON PROPERTY HABITAT RESTORATION ENHANCEMENT PLAN The Nature Conservancy Santa Paula, CA DATES: 2015- 2023EST. CONSTR. COST: $442,500 A/E FEES: $171,949 RECOGNITION: 2016 ASLA/SCC Merit Award PERMITTING AGENCIES: U.S. Fish & Wildlife Coastal Conservancy CA Wildlife Conservation Board CA Fish & Wildlife CLIENT CONTACT:Laura Riege LA/Ventura Restoration Manager The Nature Conservancy805-290-4776 lriege@tnc.org 7 Team: P. Cardoza, T. Munoz, J. Baz Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B CA 3943 . NV 1097 01.17.24 © NUVIS Preliminary plans through construction documents for extension of the JOST Trail from Barranca Parkway to Walnut Avenue within Southern California Edison transmission towers along Jeffrey Parkway. Trail amenities include rest stops with custom shade structures and enriched paving, seating, drinking fountains, bike repair stations, dog waste bins, decomposed granite paving, native low-water use planting, and high-efficiency irrigation utilizing reclaimed water. JEFFREY OPEN SPACE TRAIL (JOST) EXTENSION BKF Engineers for the City of Irvine, CA DATES: 2021 - on-going EST. CONSTR. COST: $1.5 million CLIENT CONTACT: Tim Callahan Senior Civil Engineer City of Irvine 949-724-6000 TCallahan@cityofirvine.org 8 Team: T. Munoz, J. Baz, B. Maddock T. Morita Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B CA 3943 . NV 1097 12.15.23 © NUVIS 80% low water use plant palette (per WUCOLS IV, UC Davis) Bio-infiltration swale to collect storm water and provide groundwater recharge Native no-mow bio-sod grass NEWHOPE PLACENTIA MEDIAN LANDSCAPE Lee & Ro, Inc. for the Orange County Sanitation District & the City of Anaheim, CA Anaheim & Fullerton, CA Design development, alternatives, and construction documents for 4-miles of median landscape along State College Boulevard as part of an $80 million trunk sewer replacement project. Improvements include high-efficiency subsurface drip irrigation system, new median trees, and low water use shrubs. The project involves many stakeholders including the cities of Fullerton and Anaheim, Caltrans, Cal State Fullerton, US Army Corps of Engineers, and Anaheim Stadium. LANDSCAPE EFFICIENCY Weather and evapotranspiration (ET) based irrigation controller DATES: 2016 - 2021 EST. CONSTRUCTION COST: $1.6 Million CLIENT CONTACT: Mike Atkinson Public Works Operation Supervisor City of Anaheim, Public Works 714-765-6976matkinson@anaheim.net 9 Team: T. Munoz, P. Cardoza, J. Baz Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B CA 1891 . NV 396 02.17.19 © NUVIS Building upon the West Hollywood Design District (WHDD) Streetscape Master Plan from 2014, NUVIS is providing design development documents and graphics, WHDD Working Group presentations and collaboration, along with construction documents for 0.7 miles of streetscape improvements along Beverly Boulevard and 0.5 miles of streetscape improvements along Robertson Boulevard. In tandem with streetscape improvements for Melrose Avenue by a separate design team (Kabbara, TES & Moss & Associates), and with input from Patricia Smith, ASLA (WHDD Streetscape Master Plan), scope included extensively coordinated signature tree and accent tree selections, site furniture, amenities, and themed lighting programs. BEVERLY BLVD. & ROBERTSON BLVD STREETSCAPE Harris & Associates with KOA Corporation for the City of West Hollywood, CA DATES: 2018 - 2020 (construction on hold) CLIENT CONTACT:Hany Yanni Demitri, MSCE, P.E.City EngineerHDemitri@weho.org323-848-6507 10 Team: P. Cardoza, J. Baz, T. Morita Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Third Party/Subcontractors Section 4.5 THIRD-PARTY/SUBCONTRACTORS Since no exact project is yet known, NUVIS has chosen to include a civil engineering consultant for grading support at a minimum based on the scope of work in the RFP. This civil engineering firm is part of the NUVIS network, and we have worked together on similar projects for well over a decade. Aside from the civil engineer declared herein, NUVIS has a network of reputable and talented colleagues from a variety of disciplines from which to enlist should the need arise. LIST OF SUBCONTRACTORS Hunsaker & Associates .................................................................................................... Civil Engineering Hunsaker & Associates has been involved in Planning, Engineering, and Surveying since its founding in August of 1976 by Richard Hunsaker, Tom McGannon, John Michler, and Doug Snyder. Since its inception, the corporation has grown and prospered on a philosophy of personal involvement, teamwork, and a Commitment to Excellence. The difference that sets Hunsaker & Associates apart from other firms is the way our Planning, Engineering, and Surveying departments work together to create integrated solutions. Hunsaker & Associates offers a complete range of planning services including research, feasibility studies, general plan amendments, zone changes, preliminary design, due diligence cost estimates, and tentative maps. Hunsaker & Associates also supports our clients by acting as liaison with local planning commissions and review boards. Hunsaker & Associates opened its offices in August of 1976. Since that time, Hunsaker & Associates has consulted on over 500,000 acres of land development. Projects range in size and scope from small neighborhood shopping centers to large-scale planned communities. Increasing demand for quality engineering services dictated the need for larger facilities. EXPERIENCE WITH SUBCONCTRACTOR NUVIS has collaborated with Hunsaker & Associates for well over a decade on a variety of projects including, but not limited to City of Laguna Niguel’s Crown Valley Park Tier & Tier 2 Improvements, City of Corona’s Dominguez Ranch Slope Repair, and City of Santa Ana’s Santiago Park. REFERENCES FOR SUBCONTRACTOR Please see the following pages for representative projects and references for Hunsaker & Associates. 11 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Leo Carrillo State Beach Reconstruction Malibu, CA KEY FACTORS Design required for public use and separate State employee use Design and construction requires Coastal Commission approval Developed site design for variety of locations (beach, bluffs, etc.) Coordination with DPR in-house architects and other consultants Owner – State of California Dept. of Parks and Recreation Project Description H&A prepared site plans with grading and drainage for Maintenance Yard (office/shop/storage and residence) and South Beach including walkway under PCH, Restroom Facilities at Group Camp facility and Sector Office with residence. The Maintenance Yard and South Beach areas are located along PCH at or near the shoreline. To simplify reconstruction, all prior buildings at the yard have been combined into a single larger structure that contains multiple activities and requires a variety of access points (overhead doors, personnel doors, etc.). The South Beach restroom has spaces for multiple simultaneous users but the discharge is pumped under PCH to a leach field inland. Pedestrian access to the beach is by walkway under PCH; however, since the existing route is not ADA compliant it will be reconstructed. The Group Camp facility includes both restroom and shower facilities and is located adjacent to the Arroyo with its related wetlands and floodplain. The access road with its underground utilities is being relocated further from the arroyo banks to protect it from erosion damage in the future. The Sector office and residence are located on a bluff and access directly onto PCH. The site is complicated by reported cultural resources limiting placement of a septic leaching facility and utilities to swerve the buildings. California State Parks – Southern Service Center 2797 Truxtun Rd. San Diego, CA 92106 Sri Rao Construction Supervisor II Mobile: 916-698-5984 Hunsaker Staff Involved: Richard Norton William Tan Mike Tice Patrick Paduguan 12 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Malibu Creek State Park Reconstruction Malibu, CA KEY FACTORS Historic Reagan Ranch flat site with multiple structures Hillside April Road Complex with difficult access issues Developed complex grading and surface drainage designs Coordination with DPR in-house architects and other consultants Owner – State of California Dept. of Parks and Recreation Project Description H&A prepared site plans with grading and drainage for multiple buildings at historic Reagan Ranch (stable, barn, garage, office/storage, residence) and April Road Complex (greenhouse, residence, office/storage). Reagan Ranch is a sprawling site in an open grasslands with an equestrian trail passing through the location that complicates the layout. Drainage is being handled by surface features (swales, ditches and infiltration/detention basins) to simplify the solution and incorporate state- of-the-art treatment BMPs. The April Ranch Complex is located on a steep hillside with difficult access using steep, narrow and curving driveways. To create level areas for buildings requires multiple retaining walls. On one plateau there will be a residence and storage structure and on a higher plateau replacement of a greenhouse and office/storage building. As of mid-2022, there is consideration of relocating the facilities on the upper plateau to the Reagan Ranch site. California State Parks – Southern Service Center 2797 Truxtun Rd. San Diego, CA 92106 Sri Rao Construction Supervisor II Mobile: 916-698-5984 Hunsaker Staff Involved: William Tan Richard Norton Patrick Paduguan 13 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Santiago Park Improvements Santa Ana, CA KEY FACTORS Improved entry and facilities to welcome park users Location dense urban area with limited park and recreation Developed integrated system of walkways, bike trail and roads Provides ADA compliant facilities to meet under-served needs Owner – City of Santa Ana Project Description Improvements include the relocation of the main road for new pedestrian/ bicycle path adjacent to the creek with recreational and respite opportunities. Programming includes new viewing decks at grade, interpretative signage, picnic areas, drinking fountains and security lighting, new signage and gates, as well as a small ADA compliant parking. Native planting revitalizes the project area offering improved aesthetics, beautification and educational opportunities for park users. Storm runoff will be collected and treated using infiltration facilities containing native plantings. City of Santa Ana 20 Civic Center Plaza, Santa Ana 92701 Jose Gilbert Castillo 714-647-5400 Hunsaker Staff Involved: Richard Norton Patrick Paduguan William Tan 14 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Staff Resumes and Organization Chart Section 4.6 STAFF RESUMES AND ORGANIZATION CHART Based upon the anticipated scope of services described in the RFSOQ, we have assembled the following ensemble of highly qualified professionals. The consortium of professionals presented herein represents a strong network of conscientious individuals whose primary goal in developing solutions is in translating technical expertise into creative and sensitive planning for functional public spaces in often sensitive environments. Recognizing that multiple projects could be assigned simultaneously, we are not only ready and willing to coordinate such collaboration but have put together a multi-disciplinary team with the knowledge, creative skills, and confidence that similar assignments would not be burdensome on any one individual or groups with a particular skill nor prevent each assignment from being completed on time and within budget. NUVIS has a reputation for individualized landscape architecture and urban design, and client responsiveness. ORGANIZATIONAL CHART COMMITMENT STATEMENT NUVIS provides a commitment of staffing to the City of Rancho Cucamonga. Should any of the key personnel become unavailable, NUVIS will submit a written request for substitution of this personnel with another party of equal competence for City approval. NUVIS provides experienced and licensed personnel, equipment and facilities to perform the services outlined in the RFQ All work will be performed by personnel with the appropriate license registered in the State of California. All surveys, reports, plans, specifications, and cost estimates shall be signed and sealed by the licensed professional Ci t y o f R a n c h o Cu c a m o n g a NUVIS Principal in Charge P. Cardoza, PLA NUVIS Project Manager B. Maddock, PLA NUVIS Landscape Architect T. Munoz, PLA S.r Irrigation Designer T. Morita Technical Documents J. Guadarrama Baz additional NUVIS staff as required Hunsaker & Associates Civil Engineer R. Norton, PE 15 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PERRY CARDOZA, PLA, ASLA Professional Affiliations ASLA, Southern California Chapter, Trustee 2014-2017, President 2012-2013 AIA, Orange County Chapter Far East Society of Architects & Engineers, Japan Recognition2019 ASCE OC Parks & Recreation Project of the Year, Veterans Park Renovation 2018 ASCE OC Parks & Recreation Project of the Year, Crown Valley Park 2017 ASLA National Honor Award - Owens Lake Land Art 2016 APWA BEST Project, Traffic, Mobility, and Beautification, 32nd St. & Newport Blvd. 2016 ASLA/SCC Award of Excellence & Honor Award - Owens Lake Land Art 2016 ASLA/SCC Merit Award - Hanson Property Habitat Restoration & Enhancement Plan 2014 ASCE (LA) Community Improvement Proj. of the Year - LA Brea Streetscape 2012 ASLA/SCC Merit Award - Owens Lake Dust Mitigation & Habitat Restoration 2007 ASCE Project Achievement Award – The Arbor on El Toro CA 3943 . NV 1097 President With NUVIS since 1986 Licensure: CA 3943 Education BSLA California State Polytechnic University, Pomona 1986 Perry's ability to creatively express his ideas to agencies, councils, and community groups helps develop a collaborative approach to urban focused problem solving. He combines this ability with his ideology of landscape architecture to provide memorable design solutions, unique to each project location. Perry, along with the NUVIS team, considers sustainable solutions for all projects. With a focus on collaborative design, Perry seeks opportunities for capturing and treating storm water, creating habitat, specifying colorful, durable, and native water wise plants, and designing accessible solutions which incorporate best management practices. Santa Ana Wellness Plaza City of Santa Ana, CA Perry serves as design direction for a themed wellness plaza improvement project to support City employee rest and refreshment opportunities. Landscape scope incudes game tables (ping pong, chess/checker, corn hole, shuffleboard), seating areas, site amenities, site lighting, irrigation upgrades, and planting improvements. Design team coordination with civil, electrical, and geotechnical. Dates: 2023 - on-going Kraemer Building Plaza City of Anaheim, CA Perry serves as design director for improvements to an existing plaza surrounding the Samuel Kraeber Building including enriched hardscape patterns, feature palm trees, signage walls, ADA ramp and landing, water feature, digital art mural, retaining walls, storage areas, site lighting, high-efficiency irrigation system , and low water use plant palette. Dates: 2023 - on-going Seaside Lagoon & Promenade Improvements City of Redondo Beach, CA Perry serves as design director for themed conceptual design alternatives, community outreach, and construction documents for renovations to the existing lagoon, facilities building, and waterfront promenade based upon the 2022 approved King Harbor Amenities Plan including splash pads, mounded green space, fire pits, cabanas, beach entry lagoon with innovative, state-of-the-art pump system. Dates: 2022 - on-going Saugus Union School District Support Center PSOMAS for Saugus USD, Santa Clarita, CA Perry serves as design director for facility improvements to an existing District parking area including new asphalt paving, new concrete edging, new sliding gated entry, storm water LID planter, protection of existing mature Oak trees, and new short term and long term protected bicycle parking areas. Dates: 2023 - on-going 16 On-Call Role: Principal in Charge Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B BRIAN MADDOCK, PLA Professional Affiliations SITES AP 2008, Sustainable Sites Initiative CA 3943 . NV 1097 Senior Associate/Project Manager With NUVIS since 2023 Licensure: CA 6488 Education BSLA California Polytechnic University, Pomona, 2008 Brian has an extensive portfolio in residential, municipal, and commercial projects from LA, Orange County, the greater area of Palm Springs, and Lake Tahoe area. As a Landscape Architect, Brian has been involved with design process’ from planning/concept level through to construction documents for municipal, residential, and commercial properties. Using his skills he provides commercial services to Developers, HOAs, Retail, and Hotels with complete set of Landscape Plans for Entitlements and Permits. He has worked on a wide variety of construction/engineering projects as well as providing construction oversight and project approvals. He has experience as a project manager, utilizing his knowledge of design and construction standards. Brian addresses each project with his understanding of the design and construction process and how to best meet a client’s design criteria. As a Landscape Architect, Brian utilizes Best Management Practices to promote sustainability and support healthy lifestyles including ideas of alternative transportation, drought-tolerant landscape, rainwater capture, solar energy, and preserving open space. Brian is also an Accredited Professional for SITES (Sustainable Landscape Certification Program) serving as a knowledgeable liaison for clients seeking certification with USGBC. Westside Purple-Line Extension Stations STV for TPOG for LA Metro, Los Angeles, CA Brian supports the construction documents for 3 new LA Metro stations (5 total project Design Units / areas) along the Westside Purple-Line Extension including Section 3 Station Westwood and VA Hospital Station entrance plaza (DU 60, DU 70, DU 70 C, DU 70 D, DU 80 B). Scope includes enriched paving, site amenities, fencing, walls, high-efficiency drip irrigation, and low water use planting. Dates: 2019 - on-going Santiago Park Hunsaker & Associates for the City of Santa Ana, CA Brian supports the site renovations to provide access to nature, outdoor space for play/ exercise, and opportunities for social connection, human development, and lifelong learning. Programming includes new viewing deck, interpretative signage, picnic areas, drinking fountains, security lighting, new signage, gates, and small parking lot. Partially funded by a Coastal Conservancy Grant. Dates: 2021 - on-going Hines Ball Road Business Park Ware Malcomb for Hines, Anaheim, CA Brian provides construction document preparation and project coordination support for improvements to the site irrigation system and planting surrounding and existing commercial building including high-efficiency upgrades and low water use plant replacements to meet State water reduction requirements (MWELO). Dates: 2023 - on-going Sweet Shade Park City of Irvine, CA Brian is supporting the construction documents for space-themed improvements, partially funded by a CDB Grant, to 0.75 acres of an existing 8-acre civic park including new multi-age play equipment, interpretive paving elements, sand play, shade structures, pre- fab restroom building, seating, climbing boulders, sensory gardens, permeable paving, irrigation upgrades, new low water use planting, and protection of existing shade structures and mature trees. Dates: 2020 - on-going 17 On-Call Role: Project Manager Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B TOM MUNOZ, PLA CA 3943 . NV 1097 Principal With NUVIS since 1978 Licensure: CA 1997 Education BSLA California State Polytechnic University, Pomona 1978 With decades of experience with the City of Los Angeles, County of Los Angeles, Port of Los Angeles, City of Burbank, and City of Glendale (from Deukmejian Wilderness Park to Fremont Park renovations in the 80’s to Brand Blvd. Downtown Urban Streetscape), as well as many other public agencies, Tom shares his talents and passion for our profession on the City of Corona, Parks & Recreation Commission, as well as a volunteer vice- president of the Corona Historic Preservation Society, volunteer vice-president for the City of Corona Partners for Parks Foundation, volunteer with the Boy Scouts and participant in local California Park and Recreation Society Programs. His emphasis is in water-wise public- and private-oriented park/recreation planning and urban design projects. As a Project Manager on many of NUVIS’ public agency projects, his strengths are in client relations, technical document direction/review, and multi-team/agency coordination. Professional AffiliationsCity of Corona, Parks and Recreation Commission 2021 - currentCalifornia Park and Recreation SocietyCorona Partners Foundation (CPF) for Parks / Rec. & Corona Historic Preserv. Soc. (CHPS)Boy Scouts of America, Assistant Scout Master, 1997 National Jamboree Recognition 2019 ASCE OC Pk & Rec. Projecof the Year, Veterans Park Renovation, Lake Forest, CA 2018 ASCE OC Pk & Rec. Project of the Year, Crown Vly. Channel Entry, Laguna Niguel, CA2008 APWA Project of the Year, Parks & Recreation, Hesperia Civic Plaza Pk, Hesperia, CA 2004 So Cal Municip. Athletic Fed., Central Park Sports Complex, Huntington Beach, CA Storm Water Capture Parks Program (Task Order 25) CDM-Smith for the City of Los Angeles, CATom is providing technical oversight and design direction as project manager for the three (3) parks as part of Task Order 25. Scope includes landscape architecture improvements (planting, irrigation, signage, site furniture) over engineering improvements for placement of new subsurface infiltration galleries to improve and capture storm water runoff. Dates: 2020 - on-going Corona Animal Shelter Play YardsCorona Animal Services & Enforcement, Police Department, City of Corona, CA Tom serves as project principal/project manager for conceptual designs and construction documents for two new play yards for an existing regional Animal Shelter featuring artificial turf, recreational /exercise equipment, people and canine drinking fountains, shade structures, misters, fenced socialization areas, fencing, gates, statues, paved walkways, shade trees, and low water use shrub plantings. Dates: 2017 - 2018 Lemon Park & Maple Community CenterCity of Fullerton, CA Tom served as project manager preliminary plans, alternatives, and construction documents for a 5-acre community park renovation involving neighborhood participation, building refurbishment, new play area, refurbished splash pad, basketball courts, artistic mosaic wall, benches, picnic tables, BBQs, decorative fencing, new concrete walkways, new parking lot, curb-cuts for stormwater management, protected mature trees, and water-efficient planting. Dates 2010 - 2012 Central Park Sports Complex Dept. of Community Services, City of Huntington Beach, CA Tom provided project management for a 350-acre sports park developed out of the community’s need for competition fields. This regional sports destination provides 45-acres of dynamic recreational opportunities including 8 softball fields, 8 soccer/la crosse fields, a concession-run area of roller hockey, speed soccer, and a batting cage. 2005 APWA/SoCal Project of the Years; 2004 CPRS Award of Excellence; 2004 Southern California Municipal Athletic Federation, Best New Sports Facility 18 On-Call Role: Landscape Architect Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Mr. Morita brings over 20 years of experience in project management and site development from site acquisitions and project planning to construction management and installation. With his proficiency in Auto CAD and extensive landscape construction background, Trey is a valuable member of the NUVIS team. Specializing in irrigation design, Mr. Morita’s responsibilities include design team and client coordination, site inventory, technical document preparation, cost estimating, project submittals, and construction administration. Other Professional Experience d.d. Pagano, Inc. Irrigation Consultants, Irrigation Designer, Dec. 2015 - Mar. 2018 Landshapes, Lead Designer, Feb. 2014 - Dec. 2015 R.A. Bothman, Estimator, Jul. 2013 - Oct. 2013 ProScapes, Office Project Manager, Nov. 2012 - Apr. 2013 Natures Image (Habitat Restoration), Irrigation Technician, Apr. 2010 - Nov. 2010 HRP Landscape Architect Studio (Valley Crest Co.), Project Mgr., Feb. 2006 - Apr. 2010 Morita & Sons, Inc. (Landscape Constr.) Vice President Operations, Aug. 1998 - Feb. 2006 Morita & Sons, Inc. (Landscape Constr.) Operations Mgr., Aug. 1990 - Aug. 1998 Professional / Technical Irrigation Association Member Toro-U Irrigation Design Certificate EMT Certification, 1997 TREY MORITA CA 3943 . NV 1097 On-Call Roll:Senior Irrigation Designer With NUVIS since 2018 Education AA, Liberal Studies Mt. San Antonio College, 1991 Village Pond Park / Veterans Park City of Lake Forest, CATrey provided technical irrigation construction documents for the renovation of a 5.4 acre passive park overrun by birds and waterfowl. Improvements include a native garden, water-efficient shrub plantings, pond water-quality mitigation/enhancement, floating islands, walking trails, bird deterrent programming, lighting and fencing. Dates 2013- 2019 Highgate Linear Park & Dog Park Bolthouse Properties, Bakersfield, CATrey provides technical irrigation construction document preparation for a farm-themed 9-acre linear recreational park surrounding a community development including fitness areas, play areas, picnic areas, dog park, seating areas, shade structures, trailheads,open space and parking lots along the Kern River Canal and future West Beltway Levee. Dates: 2018 - on-going Burke-Ham Park d’Santana Arquitectura for City of Lynwood, CA Trey provides technical irrigation construction document preparation for 0.25 acre improvements including 2 new play areas for multi-age use, new safety surfacing, new shade structures, relocated flagpole, benches, drinking fountain, pilasters, tree grates, walkways, fencing, new high-efficiency irrigation system, trees, low water use planting, and open turf areas with storm water infiltration basin. Dates: 2019 - on-going Jeffrey Open Space Trail (JOST) Extension BKF Engineers for the City of Irvine, CATrey provides technical irrigation construction document preparation for an extension of the JOST Trail from Barranca Parkway to Walnut Avenue along Jeffrey Parkway. Trail amenities include rest stops with custom shade structures and enriched paving, seating, drinking fountains, bike repair stations, dog waste bins, decomposed granite paving, native low-water use planting, and high-efficiency irrigation. Dates: 2021 - on-going Central Park Build Out PSOMAS for the City of Santa Clarita, CA Trey provides preliminary irrigation design and techinical construction document preparation for a 17-acre expansion to an existing sports park including 4 new soccer fields, gathering plaza, rest room building, parking lot, walkways, trails, exercise stairs with rest landings, shade structures, grass berms, preservation of existing trees, infiltration basin, and terraced dog park with contoured exercise steps. Dates: 2019 - on-going 19 Senior Irrigation Designer Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Burke-Ham Park d’Santana Arquitectura for City of Lynwood, CA Juan provides technical document preparation of conceptual plans and construction documents for 0.25 acre improvements to Yvonne Burke-John D Ham Park. Scope includes 2 play areas for multi-age use, safety surfacing, shade structures, relocated flagpole, benches, drinking fountain, pilasters, tree grates, walkways, fencing, high-efficiency irrigation system, trees, low water use planting, and open turf areas with storm water infiltration basin. DATES: 2019 - 2021 Central Park Build Out PSOMAS for the City of Santa Clarita, CA Juan provided technical document preparation of preliminary plans and construction documents for 17-acre expansion to an existing sports park including 4 new soccer fields, gathering plaza, rest room building, parking lot, walkways, trails, exercise stairs with rest landings, shade structures, grass berms, preservation of existing trees, infiltration basin, and terraced dog park with contoured exercise steps. DATES: 2019 - on-going Plaza Neighborhood Park City of Irvine, CA Juan provided technical document preparation of preliminary plans, shade modeling, and construction documents, partially funded by a CDB Grant, for ADA circulation improvements to an existing 2-acre park. New accessible enriched concrete paving, resilient surfacing, play structures, play elements, accessible picnic tables, bbqs, shade structures, bike racks, seating, themed site amenities, high-efficiency irrigation, new shade trees, and shrub and turf planting. DATES: 2018 - 2021 JUAN GUADARRAMA BAZ Societies & Awards Sigma Lambda Alpha, California Polytechnic State University, San Luis Obispo Phi Theta Kappa Honor Society, Fullerton CollegeGolden Eagle Award Professional ExperienceAmerican Landscape - Operations, Estimating & Purchasing Internship, 2017 Pacific Coast Landscaping - Installation, Repairs, Tree Removal & Labor, 2009 Baz Landscape - Irrigation Repair, Installation & Maintenance, 2007-present CA 3943 . NV 1097 With NUVIS since 2018 Education BSLA Landscape Architecture California State Polytechnic University, San Luis Obispo, 2018 AA Horticulture, AS Landscape Mgmt., AS Ornamental Hort., Fullerton College, 2015 Juan brings over 10 years of landscape installation and maintenance experience to the NUVIS team. With a passion for horticultural design, and a background in landscape operations and estimating, Juan integrates client objectives with design implementation. His field experience provides valuable insight into NUVIS’ design process and professional document preparation. Fluent in Spanish and English, Juan has a strong background in graphics as well as construction documents and project planning. Pepper Tree Park City of Tustin, CA Juan provided technical document preparation of preliminary plans and construction documents for a 2.5 acre park renovation including new concrete accessible paving, themed fence panels, decomposed granite infield, turf open space, high-efficiency irrigation, picnic areas, raised community garden beds, refreshed rubberized playground surfacing, guardrail at stage, bleachers, turf block maintenance access, signage, and curb ramps. DATES: 2019-2021 20 CAD Tech IOn-Call Role: CAD Tech Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Richard Norton, PE Role within On-call: Civil engineering design (grading, drainage, utilities, roads and parking) Length of Time with Company: 6 years Registration: California, 1987, Professional Engineer Civil No. 41646 Educational Background: BS Worcester Polytechnic Institute, 1975, Civil Engineering MS Northeastern University, 1977, Civil Engineering MS Massachusetts Institute of Technology, 1985, Management Work History: City of Santa Ana, Santiago Park Improvements, Santa Ana, CA: Mr. Norton managed design of an upgraded entry plaza, viewing areas along Santiago Creek, pedestrian trails, paved bike path and picnic areas. State of California, Department of Parks and Recreation, Leo Carrillo State Beach, Malibu, CA Mr. Norton supervised the site plans with grading, utilities and drainage for Maintenance Yard (office/shop/storage and residence) and South Beach including walkway under PCH, Restroom Facilities at Group Camp facility and Sector Office. State of California, Department of Parks and Recreation, Malibu Creek State Park, Malibu, CA Mr. Norton supervised the site plans with grading, utilities and drainage for multiple buildings at historic Reagan Ranch (stable, barn, garage, office/storage, residence) and April Road Complex (greenhouse, residence, office/storage). County of Orange, OC Parks On-Call Engineering, Orange County, CA: Mr. Norton supervised the following assignments: •Holderman Park Lighting Modifications •Irvine Ranch Historic Park Water and Sewer Systems Improvements •Irvine Regional Park Entrance Improvements City of Los Angeles Parks and Recreation Department On-Call Engineering, Los Angeles, CA: Norton was responsible for the following assignments: •Averill Park Waterscape Improvements and replacement/upgrade of recirculating pump •Technical review of Reseda Park pond improvements including liner upgrade City of Santa Ana, A/E On-Call Contract, Santa Ana, CA: Mr. Norton administered the following assignments: •Centennial Park soccer field with synthetic turf and playing field lighting system. •Santa Ana Zoo replacement restroom building conforming to ADA requirements •City Auditorium - installation of ground mounted HVAC unit to serve City auditorium KEY FACTORS 50 years of experience with PE registration Experienced project manager for infrastructure projects Wide ranging technical knowledge and experience Conducted numerous transportation projects Effective coordinator with agencies and stakeholders 21 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Project Management Approach Section 4.7 PROJECT MANAGEMENT APPROACH OVERALL PROJECT MANAGEMENT APPROACH AND METHODOLOGY Project Management Approach NUVIS’ assigned Principal in Charge/Project Manager will be a fully licensed landscape architect and will be in charge of all aspects of the project from beginning through project completions. They will be responsible for team coordination and completeness of services. Project management includes coordination and interface including, but not limited to, meetings, telephone conversations, memos, faxes, voice mail, and email with community stakeholders, applicable governmental agencies’ departments, and project design team. Initially, the meetings will establish the guidelines and specific criteria to direct the team's efforts. Thereafter, these meetings will provide a continuum to receive information, clarify input, inform staff of progress and direction, generate information and allow the City the opportunity to review and comment on draft concepts and recommendations. These concerns, needs or alterations will be addressed expeditiously, thereby keeping the progress of the work at a maximum. Meetings and conferences as required by the City and agreed upon in the schedule will be attended by the Project Principal and/or Project Manager, and applicable subconsultants who will be directly responsible for execution of the design documents. NUVIS will ensure that the project adheres to all applicable local, County, state and federal guidelines, codes and regulations including Title 24, ADA and all other accessibility requirements. Departure and/or discrepancies between these requirements will be discussed with the County and included in the BDR. All services will be performed in accordance with public laws, ordinances and regulations as applicable. Ideology to NUVIS’ Approach to Scope of Services NUVIS is a strong proponent of participatory planning and design, believing that the goals and direction of a project should evolve from a process which provides for expression of concerns and values of those involved and affected by the project. We enjoy the process of working with the community and its various organizations and groups to build a consensus of ideas that encourages interactive opportunities for a variety of age and user groups. We believe that one of the keys to the success of the project is effective and thorough communication between the City and design team to identify and resolve issues, thus allowing the necessary services to proceed quickly and efficiently. We prefer to build a ‘partnering’ relationship with our project team - the client, associated review agencies, and subconsultants. Regular meetings provide a continuum to receive information, clarify input, inform staff of progress and direction, generate information, and allow the City the opportunity to review and comment on concepts and design formulation. Creative problem solving evolves from maintaining communication, building consensus, and identifying issues before they become problems. We encourage interactive participation of 22 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Project Management Approach involved parties to allow for appropriate orientation and awareness of project site potential and constraints, obtaining concurrence on schedules, team effort conflict resolution, adaptability, flexibility, responsiveness, and looking at problems as opportunities. NUVIS’ philosophy includes not only an aesthetic but a pragmatic look at materials selected, balanced by their cost. This procedure for developing cost effective plans is integral throughout the design process. Statements of probable construction costs are prepared on a regular basis to monitor the effect on the budget. We are proponents of sustainable design - meeting current needs without compromising the ability of future generations to meet their needs. We strive for the best solution, based on technical information and incorporating environmentally sensitive construction methods. We are also proponents of universal design - where decisions are based on actual user characteristics with consideration given to all types of physical locomotion limitations, degrees of sensory awareness, and level of emotional and intellectual functions. NUVIS approaches the design process as an opportunity to achieve the highest level of aesthetics without compromising fundamental engineering criteria. Construction documents should minimize contractor deviation or interpretation. Facility design should be functional, easy to maintain, contemporary in the type of elements selected, impart a sense of place and safety, and be pleasing to the eye. Active Process + Simplified Approach = Comprehensive Solutions QUALITY CONTROL/QUALITY ASSURANCE Due to the fact that NUVIS has had several state and federal projects, our Quality Control/Assurance Process has been in place for decades. The program involves a minimum of two individuals: an originator and back checker, and a checker and verifier. The originator provides design information to the drafter or CADD technician who then submits applicable documents, first, for plan check then after corrections are made to the checker. The checker is responsible for reviewing exhibits, drawings and calculations, independent of originator or project manager, for technical adequacy, conformance to applicable standards/formats and consistency with corresponding calculations. Calculations are prepared by two separate individuals then averaged by the project manager. The process is easily tracked and visually verified by performance auditors. COST AND SCHEDULE CONTROL/PROJECT TRACKING NUVIS is proud of our reputation for timely responsiveness and ability to prepare plans and documents which are sensitive to our client’s budgetary constraints, but not limited by them. Statements of probable construction cost are prepared at established milestones to monitor the effect of the design solution on the budget. Services are performed expeditiously as consistent with professional skill and care to meet mutually agreed deadlines and submittal dates. NUVIS shall perform services as expeditiously as is consistent with generally accepted standards of practice, professional skill and care to meet requested submittal dates. We prefer to address projects in a pro-active stance, not by reactionary or crisis management. 23 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Project Management Approach Quality services are by design. Advanced planning and experience guide the project and team toward the delivery of quality professional products. It will be this team's goal to monitor and furnish services in a manner which will produce consistency in deliverables. Regular communication and forums will be held with NUVIS team members to monitor schedules, review technical items, and address remedial actions as necessary to maintain adherence to desired time frames. The software program, Microsoft Project, is often utilized to keep the Client and team on track. NUVIS currently has an average staff of 17 professionals. Our design studios are divided into teams to more efficiently handle the workload. Due to the size and volume of our business, NUVIS is constantly looking for new and challenging projects that reflect our firm's capabilities, interests, and marketing strategies. Essentially, we felt it appropriate to put in the time and effort to prepare this response since providing a quality of life in the public realm is of great interest to NUVIS. The NUVIS team is prepared to begin work immediately with appropriate resources allocated to meet the desired time frames and deadlines as they arise, without any known conflict of time or interest as of the date of this response to the Request for Qualification. PERFORMANCE MONITORING/PROJECT PROGRESS REPORTING Based upon the information received during the kick-off/orientation meeting, NUVIS prepared project schedules delineating each task and milestone. Schedules are prepared in Microsoft Project and by a Critical Path Method. The schedule will be prepared and provided to the City for review and comment. Project schedules are typically updated at critical milestones and included in monthly progress reports. NUVIS prepares monthly progress reports during the development of the design and construction documents with the proposed fee allowance. Monthly progress reports include complete work and progress for each task. Reports typically include, but are not limited to: •Summary review of key performance •Updated project schedule (as applicable) •Updated statement of probable construction cost (as applicable) •Review/status of any Requests for Change Orders (as applicable) •Statement of the percentage of work completed •Certification of coordination between all design team members •Indication of any project concerns Monthly progress reports are submitted as agreed upon in the project schedule. 24 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B contact@nuvis.netwww.nuvis.net Since 1971, NUVIS has provided the full spectrum of professional landscape architectural services, from creative idea generation to graphic conceptuals through construction documents and field observation, for a multitude of private developers, design professionals, and public agencies. Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 20250 Acacia Street, Suite 260, Newport Beach, CA 92660 | 714.754.7311 | accounting@nuvis.net | www.nuvis.net | CA 1891 . NV 396 | DBE . SBE Landscape Architecture Section 5.8 LANDSCAPE ARCHITECTURE Per the RFP, Landscape Architecture Services that will be provided under this on-call contract may include, but not be limited to, the following: •Provide 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. The following is a narrative supporting NUVIS’ approach to the requested landscape architecture scope of services within the RFP. PROJECT INITIATION The first step in initiating the design for a project includes a kickoff meeting with the NUVIS design team, subconsultants, City Project Manager, and invited stakeholders. The purpose of the meeting is to receive information, establish project goals, and determine an approved project schedule. SITE RECONNAISSANCE/DATA REVIEW This phase centers on information gathering and program definition. Part of this task will be to perform appropriate functions such as project research through a review and research of City documents. The NUVIS team shall conduct a pre-design tour field review with digital camera to become further familiar with and document existing landscape and irrigation system and note any conditions that may have a potential effect on the design solution. The tour will include the City’s Project Manager and appropriate subconsultants and inter-departmental representatives. The typical reconnaissance process includes: •visually identifying: adjacent land uses, drainage patterns, existing infrastructure, pertinent visual characteristics, environmental conditions, site influences, and view potential/orientation and visual impact; and •evaluating: impact of pedestrian, equestrian, bicycle, and vehicular circulation patterns, physical opportunities and constraints, maintenance needs, and interrelationship with current trails and recreation facilities. If existing data is not sufficient, NUVIS will notify the City and provide written request for such data and/or services to obtain required data. 1 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Landscape Architecture PRELIMINARY PLANS Initial preliminary design documents may include concept exhibits, schematic, and design development plans. Conceptual Plans The concept plan is the draft stage of the design and documentation process and may include an array of sketches, renderings, and computer generated exhibits. The concept plans are presented of the proposed landscape design. The concept plan exhibits may include alternatives, and it outlines spatial definition, hard and soft landscaped areas, indication of planting themes and the beginning of hard surface specification. NUVIS may prepare computer generated ‘before/after’ graphics to depict current conditions and design opportunities. NUVIS meets with the Client and possible other City staff, governing agencies, and stakeholders, to receive input and additional direction as required so that the concept plan can be progressed to the next level. Schematic Plans Using the approved concept plan and information received, NUVIS formulates plans, elevations, sections and site plans to communicate our design intent. A plant palette is developed indicating botanical and common names with images to further convey the design intent. NUVIS meets with the Client to obtain concurrence on the schematic plan prior to progressing to the next phase. Design Development Plans In addition to all the hardscape and softscape elements, this plan will also show the grading concept. A materials board is generated that presents the types of plant materials, hardscape materials, finishes, materials and colors that will be prepared to depict the character, color and texture of the hardscape and landscape materials. The plant palette is refined and image boards containing digital prints of intended plant material may be included. A final meeting is held with the Client to seek approval. PS&E DEVELOPMENT From approved preliminary plans or other approved design document (potentially by others), NUVIS will begin preparing construction document plans, technical specifications, engineered cost estimates, and quantity take offs. NUVIS prepares plans in AutoCAD at a scale of 1”=20’ (or agreed upon scale) on 24”x36” sheets and conforming to all local, state, and federal requirements including City of Rancho Cucamonga’s manuals and policies. Plans are project specific, and may include as applicable: •title sheet/vicinity map •referenced standard drawings •utility notifications (civil) 2 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Landscape Architecture •earthwork/grading delineating contours and significant spot elevations defining the vertical alignment, accompanied by cut/fill calculations (civil) •drainage plans showing area drains, catch basins, and connections to the underground storm drain system (civil) •general site construction/layout plan depicting horizontal alignment utilizing the grid/coordinate and stationing systems and detail references •irrigation plans which illustrate pipe sizes, heads, valves, clock locations and points of connection •planting plans which illustrate size, location, and species •appropriate notes and development details (with structural calculations); and •technical specifications (based on the Green Book - Standard Specifications for Public Works Construction). Technical specifications are developed in CSI format to support City Standard Boilerplate Specifications. NUVIS will assist in developing the City bid schedule from final quantity take-offs. Plans, specifications and estimates will be submitted for the City and governing agency plan check at predetermined stages of completion. Any comments and corrections received during the plan check process will be addressed prior to progressing to the next phase of completion. Final plans, specifications, and estimates will be provided in pdf format and CAD. NUVIS ensures the City that all documents are prepared under the responsible direction and supervision of appropriate State of California licensed/registered professionals. PERMITTING Based on NUVIS’ experience of over 53 years, NUVIS has the knowledge of requirements of regulations for project acceptance. NUVIS will assist the City in completing documents for design approval with other regulatory agencies. NUVIS ensures all work in is conformance with City, State, and Federal laws, latest versions of City Design Manuals, City Standard Plans, Model Water Efficient Landscape Ordinance, APWA Standard Specifications for Public Works Construction “Greenbook”, and California Building Codes, all as revised and amended. PROFESSIONAL SERVICES DURING BID AND CONSTRUCTION PHASES It is our understanding that the City will perform bid administration duties, including but not limited to, advertising for bid, preparing addenda, receiving and awarding construction bid. Although the City administrates the bid process, the NUVIS team is available for interpretation of plans and specifications, submitting information for addenda, reviewing bid proposals and assisting with the awarding of the construction contract. Performance of field observation during construction establishes standards of acceptability. Duties could include but are not limited to: •attendance at pre-construction conference •respond to questions and interpret plans and specifications •assisting in determining and processing change orders •attendance at periodic site visits as mutually agreed with City •review of shop drawings, samples and other submissions 3 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Landscape Architecture •field selection of plant material •participation in preliminary and final checklist preparation; or •development of record drawings from Contractor redlined as-builts. As requested by City, NUVIS will visit the site at intervals appropriate to the stage of construction to review the progress and quality of the work and to determine in general if the work is being performed in a manner indicating that the work, when completed, will be in substantial conformance with the construction documents Upon completion of construction, record drawings are prepared from Contractor provided red- lined as-built plans. 4 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B ACTIVE/ATHLETIC PARKS NICKERSON CENTRAL PARK Housing Authority of Los Angeles, Compton, CaliforniaConceptual designs and construction documents for renovations to an existing inter-city community park providing a much needed refreshment and reactivation including multi-use ball fields, shade trellis structures, accessible walkways, shade trees, bleachers, dugouts, backstop, fencing, entry monument, picnic tables, benches, drinking fountains, removable bollards, bike racks, rain garden, colorful low water use planting, and high-efficiency irrigation. Phase 2 includes partnership with local professional sports teams. NUVIS TEAM: T. Munoz, L. Forde, P. Cardoza, B. Maddock, T. Morita, J.Baz GREAT PARK SYNTHETIC TURF REPLACEMENT PROJECT City of Irvine, CaliforniaScope includes the conversion of 2 natural turf soccer fields (#4 & #7) to synthetic turf, replace the existing synthetic turf on 2 fields (#5 and #6), and convert a baseball infield to synthetic turf at the Irvine Great Park. The project includes PS&E for all grading, drainage, cooling system, and construction plans for the latest professionalquality synthetic turf sports fields to meet MLS standards NUVIS TEAM: T. Munoz, J. Baz, T. Morita, B. Maddock CENTRAL PARK Preliminary plans and construction documents for 17-acre expansion to an existing sports park including 4 new soccer fields, gathering plaza, rest room building, parking lot, walkways, trails, exercise stairs with rest landings, shade structures, grass berms, preservation of existing trees, infiltration basin, and terraced dog park with contoured exercise steps. NUVIS TEAM: P. Cardoza, T. Morita, J. Baz, L. Forde, T. Munoz KINESIOLOGY LABS, SPORTS FIELDS & AQUATIC CENTER Westberg White Architects for LBCCD, Long Beach, CaliforniaPreliminary plans through construction documents, and construc-tion observation for 16.1 acres of campus improvements surrounding the new Kinesiology Labs buildings and Aquatic Center including a new amphitheater, pedestrian promenade, parking lot, synthetic turf soccer fields, sand volleyball courts, tennis courts, and synthetic turf softball complex. Reclaimed water supplies a high-efficiency ir-rigation system and low water use / low maintenance plant species coordinated with campus facilities team. Potable water cool-down system for synthetic turf fields. NUVIS TEAM: L. Forde, J. Baz, T. Morita 5 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B STREETSCAPES, MEDIANS, & PARKWAYS IRVINE JAMBOREE ROAD/BARRANCA PARKWAY INTERSECTION BKF for the City of Irvine, CaliforniaConceptual designs and construction documents for 0.7 miles of roadway widening and landscape improvements as a result of addition and conversion of lanes to accommodate increased traffic volumes including new weather-based high-efficiency irrigation system and water-wise plant palette with new trees, shrubs and groundcover. Project featured real-time water based drip irrigation system and low water use plant palette NUVIS TEAM: T. Munoz, P. Cardoza. WESTERN AVENUE BEAUTIFICATION City of Rancho Palos Verdes, CaliforniaConceptual plans, construction documents, plans, specifications and estimates to enhance and beautify the public right of way along the Western Avenue corridor (from Peninsula Verde Drive to Summerland Avenue). Beautification includes landscape improvements in medians and parkways, encompassing water conservation and drought tolerant landscaping materials, irrigation improvements, lighting improvements including up-lighting of landscape, and street furniture such as bus shelters, benches and trash receptacles. Coordination with Caltrans. NUVIS TEAM: T. Munoz, J. Baz, P. Cardoza, T. Morita, L. Forde, B. Maddock NEWHOPE-PLACENTIA MEDIAN LANDSCAPE Lee & Ro for OCSD, Fullerton & Anaheim, CaliforniaDesign development and construction documents on 4-miles of median landscape along State College Blvd. as part of an $80 million trunk sewer replacement project with high-efficiency subsurface drip irrigation and new low water use planting. Stakeholders include the cities of Fullerton and Anaheim, Caltrans, CSU Fullerton, USACE, and Anaheim Stadium. NUVIS TEAM: T. Munoz, P. Cardoza, L. Forde, J. Baz Median Evaluation & Improvement Plans City of La Palma, CaliforniaConceptual plans and design simulations for 4.7 miles of median improvements and beautification including protection of existing mature trees, safety maintenance strips, colorful low water use planting, non-irrigated landscape materials, and irrigation system improvements.Project scope:Moody Street (1.4 miles)La Palma Avenue (1.5 miles) Orangethorpe Ave. (0.8 miles)Valley View Street (0.7 miles) Walker Street (0.3 miles) NUVIS TEAM: T. Munoz, J. Baz, T. Morita 6 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PARKS, PLAYGROUNDS & SHADE STRUCTURES SWEET SHADE PARK City of Irvine, CaliforniaPreliminary plans, construction documents, and construction observation for innovative space-themed improvements, partially funded by a Community Development Block Grant, to 0.75 acres of an existing 8-acre civic park including new inclusive multi-age play equipment, interpretive paving elements, sand play areas, shade structures, pre-fab restroom building, seating areas, climbing boulders, sensory gardens, permeable paving, irrigation upgrades, and new low water use trees and shrubs. Scope included multiple theme alternatives, presentation graphics, and protection of existing shade structures and mature trees. NUVIS TEAM: T. Munoz, J. Baz, T. Morita, L. Forde, P. Cardoza. B. Maddock PLAZA NEIGHBORHOOD PARK City of Irvine, CaliforniaPreliminary plans, shade modeling, and construction documents, partially funded by a Community Development Block Grant, for ADA circulation improvements to an existing park. 2-acres of new accessible enriched concrete paving and resilient surfacing, new play structures and play elements, accessible picnic tables, bbqs and hot coal recptacles under shade structures, bike racks, seating, themed site amenities, high-efficiency irrigation, new shade trees, and shrub and turf planting. NUVIS TEAM: T. Munoz, J. Baz, P. Cardoza, T. Morita, L. Forde GREAT PARK VISITOR CENTER & HANGAR 244 NORTH City of Irvine, CaliforniaArtistic aviation themed conceptual designs, alternatives, site programming, and renderings for the renovation and expansion of an existing plaza, visitor center, and Great Park Balloon Launch on the former Marine Corps Air Station base including the historic Hangar 244 housing several WWII era planes. Scope includes aviation themed shade structures, enriched paving, ‘runway’ lighting, multi-use plaza for events, turf mounds, shade structures, interactive fountain, play area, parking lot, and relocation of an historic carousel. Construction documents completed. NUVIS TEAM: L. Forde, P. Cardoza, T. Morita, T. Munoz TEHACHAPI PARK City of Corona, CaliforniaDemolition plans and construction plans for new playground paying tribute to Corona’s historic Grand Circle Raceway/Grand Boulevard with a racetrack themed renovation to an existing park.Amenities include playground, restrooms, covered shelter, basketball court, ADA accessible pathways, barbecue area, drinking fountains, high-efficiency irrigation, and low water use planting. NUVIS TEAM: T. Munoz, J. Baz 7 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B HABITAT RESTORATION & REHABILITATION HANSON PROPERTY RESTORATION ENHANCEMENT PLAN The Nature Conservancy, Santa Paula, CaliforniaConceptual plans, design alternatives, and construction documents including entry gateways, trail improvements, viewing outlooks, movable site elements, and interpretive features for the restoration and enhancement of 415 acre habitat site along the Santa Clara River. Kiosks, storage sheds, and gabion seating all designed to be relocated during river flood periods or remain and withstand the effects of the seasonal water flow. Interpretive signage celebrates the River’s integral role, both locally and regionally, for people and wildlife. Permeable earthen trails and parking areas with habitat protection and California native plant palette. NUVIS TEAM: T. Munoz, P. Cardoza, L. Forde, J. Baz OWENS LAKE LAND ART, HABITAT RESTORATION & TRAILS Conceptual graphics, construction documents, and construction observation for a 700-acre land art and habitat restoration project including 4 miles of trails, parking area, ‘white cap’ habitat islands, interpretive signage focused on native peoples and lake history, and a sculptural shade structure inspired by the wing shape of the endangered Snowy Plover bird. Collaboration between state and local agencies, community members, tribal leaders and biologists. ‘Whitecaps’ recall the past when 80 mph winds blew across the 100-square-mile lake. Forms provide habitat for migratory birds, mammals and invertebrates with stacked rock niches which offer protection from wind and predators. NUVIS TEAM: T. Munoz, J. Baz, P. Cardoza, T. Morita, L. Forde THE VILLAGE PUTUIDEM AT NORTHWEST OPEN SPACE PARK City of San Juan Capistrano, CaliforniaPreliminary plans and construction documents for a 3-acre historic preservation and interpretive park replicating a Juaneno village including cultural group area, amphitheater, Kiicha dwellings, pond with corrone statue, horse hitching and trail, interpretive signage, directional markers, bus drop-off, parking lot, permeable paving, shade structure, picnic benches, outdoor kitchen, and entry monument. Protection of existing Oaks and extensive California native plant palette selected for medicinal, edible, and construction uses by native peoples. NUVIS TEAM: T. Munoz, P. Cardoza, L. Forde, J. Baz RANCHO LOS CERRITOS RESTORATION City of La Palma, CaliforniaConceptual plans, design alternatives, construction documents, and construction observation for the restoration of several areas on the historic Rancho Los Cerritos property along with the creation of aperiod-appropriate interpretive garden. Projects provide for weekly public education opportunities, docent-led living history programs, walking tours, annual events, and themed holiday galas. NUVIS TEAM: L. Forde, P. Cardoza 8 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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. Perry Cardoza, PLA Proposed Vendor/Consultant President 12/30/2024 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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. x Perry A. Cardoza, PLA President 12/30/2024 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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. Perry A. Cardoza, PLA President NUVIS Perry A. Cardoza, PLA President 12/30/2024 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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 1 dated 12/12/2024 Perry A. Cardoza, PLA President 12/20/2024 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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. NUVIS Perry A. Cardoza, PLA President 12/30/2024 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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. 90 x Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign 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. NUVIS 714-754-7311 714-754-7346 pcardoza@nuvis.net Perry A. Cardoza, PLA President www.nuvis.net 20250 SW Acacia Street, Suite 260 Newport Beach, CA 92660 12/30/2024 Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B 3151 Airway Avenue, J3, Costa Mesa, CA 92626 | 714.754.7311 | accounting@nuvis.net | www.nuvis.net | CA 1891 . NV 396 | DBE . SBE PR O F E S S I O N A L H O U R L Y R A T E S Corporate Principal Principal Senior Associate Associate CADD Technician I CADD Technician II Administrative $235.00/hour 200.00/hour 185.00/hour 165.00/hour 155.00/hour 145.00/hour 110.00/hour 2025 HOURLY RATES: Professional services (including portal to portal domestic travel time) performed on an hourly basis will be billed at the following personnel rates. DIRECT PROJECT EXPENSES: Direct Project Expenses (DPE) shall be billed to the CLIENT in addition to fees for professional scope of services at the multiplier of 1.15% of actual cost. They include, but may not be limited to, production ‘materials’ or expenditures on behalf of the project, including: computer related expenses (ie: plotting and digital transfer items); domestic courier delivery service and postage/ shipping/ overnight delivery; facsimile (outgoing); photography and related supplies; in-house printing/ reproduction; special insurance coverage; and sub-consultants not retained by the CLIENT. STATEMENT: The above referenced rates are valid for the full term of the agreement from 2025-2030. The rates for this agreement are subject to an increase at the beginning of each fiscal year, starting with July 1, 2026, pursuant to the terms specified in the contract. Schedule of Rates for Rancho Cucamonga On-Call Professional Service Agreement Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B HUNSAKER & ASSOCIATES Schedule of Rates for Rancho Cucamonga On-Call Contract Office Staff Schedule 5 Year Fixed Rates for this Contract (7/1/25 – 6/30/30) Principal ..................................... $260/hour Project Manager ........................ $220/hour General Office Staff ................. $230/hour Prevailing Wage-Union Schedule Field Survey One-Person Crew . $270/Hour Field Survey Two-Person Crew . $360/Hour Field Survey 3-Person Crew ...... $440/Hour The above rates are for all professional staff and will be valid for the 5 year period as noted above. The rates for this contract are subject to an increase on at the end of each year as described in the City description below. Please provide a rate sheet for each discipline for all required classifications that your organization is identified as an awardee. The rate sheet must include a statement that the rates are valid for the full term of the agreement from 2025-2030. Commencing July 1st, 2026, and on each July 1 thereafter, the consultant shall notify the City by May 15th of each year if they desire to increase the annual rates of the contract, and the City shall negotiate in good faith. Any rate adjustments shall require prior approval of the City Council if they exceed the percentage increase in the United States Department of Labor, Bureau of Labor Statistics’ Consumer Price Index for All Urban Consumers for Riverside-San Bernardino-Ontario (“CPI”) for the twelve-month period ending on the immediately prior April 30. However, the rates will not increase by more than five percent (5%) in any given year without City Council approval even if the CPI increase exceeds that amount. We do not bill for secretarial or other office support personnel. We also do not bill for computer time and minor copying. It should be noted that our fee does not include the cost of reproductions, computer plotting or deliveries. Outside services will be invoiced directly to you through your suppliers or at cost plus 10% when invoiced through Hunsaker & Associates Irvine, Inc. All travel lodging, meals, onsite transportation, auto, or truck rental and fuel costs are reimbursable to H&A at cost plus 10% in addition to the stated fees. Invoicing will be on a monthly basis and payable within 30 days after receipt of our invoice. Should payment not be received within thirty (30) days, a one and one-half percent (1½%) per month late fee will be charged on any unpaid balance. Docusign Envelope ID: 5C1A0904-A326-4827-86F8-63391489196DDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B