Loading...
HomeMy WebLinkAboutCO 2025-174 - SVA Architects, Inc.PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 1 AGREEMENT FOR DESIGN PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this 4th day of September, 2025, by and between the City of Rancho Cucamonga, a municipal corporation and the Rancho Cucamonga Fire Protection District (“City”) and SVA Architects, Inc., a California Corporation (“Consultant”). RECITALS A.City has heretofore issued its request for proposals to perform the following design professional services: on-call architectural engineering services (“the Project”). B.Consultant has submitted a proposal to perform the professional services described in Recital “A”, above, necessary to complete the Project. C.City desires to engage Consultant to complete the Project in the manner set forth and more fully described herein. D.Consultant represents that it is fully qualified and licensed under the laws of the State of California to perform the services contemplated by this Agreement in a good and professional manner. AGREEMENT NOW, THEREFORE, in consideration of performance by the parties of the mutual promises, covenants, and conditions herein contained, the parties hereto agree as follows: 1.Consultant’s Services. 1.1 Scope and Level of Services. Subject to the terms and conditions set forth in this Agreement, City hereby engages Consultant to perform all technical and design professional services described in Recitals “A” and “B” above, including, but not limited to on-call architectural engineering services all as more fully set forth in the Request for Statement of Qualifications, attached hereto as Exhibit “A” and Consultant’s proposal, dated January 13, 2025 attached hereto as Exhibit “B”, and incorporated by reference herein. The nature, scope, and level of the services required to be performed by Consultant are set forth in the Scope of Work and are referred to herein as “the Services.” In the event of any inconsistencies between the Scope of Work and this Agreement, the terms and provisions of this Agreement shall control. 1.2 Revisions to Scope of Work. Upon request of the City, the Consultant will promptly meet with City staff to discuss any revisions to the Project desired by the City. Consultant agrees that the Scope of Work may be amended based upon said meetings, and, by amendment to this Agreement, the parties may agree on a revision or revisions to Consultant’s compensation based thereon. A revision pursuant to this Section that does not increase the total cost payable to Consultant by more than ten City of Rancho Cucamonga CONTRACT NUMBER 2025-174 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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 Robert Simmons, 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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. 8.1 Architects Practice Act. Architect's Practice Act. Architects are licensed and regulated by the California Architects Board located at 2420 Del Paso Road, Suite 105, Sacramento, California 95834. 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 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 7 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. 11. Indemnification. 11.1 Design Professional Services. To the fullest extent permitted by law, the Consultant shall, at its sole cost and expense, indemnify, 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 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 8 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 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 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 9 provide protection against claims of professional negligence arising out of Consultant’s performance of the Services and otherwise complying with all applicable provisions of this Section 12. The policy shall be endorsed to include contractual liability to the extent insurable. Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 10 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 less than: (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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 11 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 12 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 13 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: SVA Architects, Inc. 6 Hutton Centre Dive Suite 1150 Santa Ana, CA 92707 Attn: Robert M. Simmons, Partner / President 16. Non-Discrimination and Equal Employment Opportunity. In the performance of this Agreement, Consultant shall not discriminate against any employee, subcontractor, or applicant for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Consultant will take affirmative action to ensure that subcontractors and applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. 17. Assignment and Subcontracting. Consultant shall not assign or transfer any interest in this Agreement or subcontract the performance of any of Consultant’s obligations hereunder without City’s prior written consent. Except as provided herein, any attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 14 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 15 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: SVA Architects, Inc. By: ______________________________ Name Robert M. Simmons Date ______________________________ Title City of Rancho Cucamonga By:________________________________ Name Date _________________________________ Title By: ______________________________ Name William R. Koster Date ______________________________ Title (Two signatures required if corporation) Rancho Cucamonga Fire Protection District By:________________________________ Name Date _________________________________ Title Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06 9/4/2025 | 4:42 PM PDT President 9/9/2025 | 7:51 AM PDT Principal Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Mayor/President 9/16/2025 | 8:55 PM PDT Fire Chief 9/16/2025 | 9:44 PM PDT PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 16 EXHIBIT A REQUEST FOR STATEMENT OF QUALIFICATIONS Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign 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: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B PSA with professional liability insurance (Design) Last Revised: 01/11/2018 Page 17 EXHIBIT B CONSULTANT PROPOSAL Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501 FOR VARIOUS ON-CALL SERVICES 5.7 ARCHITECTURAL ENGINEERING Due Date: January 13, 2025 CITY OF RANCHO CUCAMONGA SVA ARCHITECTS, INC. 6 Hutton Centre Drive, Suite 1150 Santa Ana, CA 92707 T: 949.809.3380 www.sva-architects.com Submitted by: Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 1 January 13, 2025 City of Rancho Cucamonga Purchasing Division 10500 Civic Center Drive Rancho Cucamonga, California 91730 Attn: Marlena Perez, Principal Engineer RE: REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501 FOR VARIOUS ON-CALL SERVICES 5.7 ARCHITECTURAL ENGINEERING Dear Ms. Perez: SVA Architects, Inc. (SVA), is delighted to have the opportunity to present our team’s qualifications to the City of Rancho Cucamonga (City) to provide Architectural Engineering Services for the City’s various upcoming projects. The SVA team and key staff members have decades of relevant experience in facilities planning, design, and construction with a variety of civic work. The City will benefit from a team that can demonstrate expertise with the following assets: •Relevant Public Sector Experience – SVA has a portfolio of civic work that spans over two decades, including designs for new construction and expansion, as well as renovations and modernization of all scales. Our civic clients trust us to deliver innovative designs to service the needs of their respective communities. SVA has broad experience in the design of all types of structures from civic centers and council chambers to picnic shelters and bus washes. •Serving as “On-Call” Architects – Having served as on-call and task order architects for various clients over the years, our team understands the expectations of this role and can deliver the work required by the City. We have provided similar on-call services for clients such as OC Public Works, OC Public Libraries, City of Hemet, Moreno Valley, and the City of Riverside. Much of this work encompasses similar projects the City may undertake. •Local Presence – With SVA already having a presence within the Inland Empire, our key team members have the experience and effectiveness to respond to the City’s projects in a timely manner. We have completed several projects within the area, which includes Renovations to the Civic Center for the City of Fontana, designing the Arlanza Library for the City of Riverside, and providing Tenant Improvements to the IEHP Learning and Training Center in the City of Rancho Cucamonga. •Budget & Schedule Control – SVA has a proven track record of projects delivered on time and on budget. Our firm has the technical expertise and the staff resources to complete project(s) for the City efficiently. We will work with the City and its stakeholders to develop projects that will meet the new uses while remaining cost-conscious so the available funds are spent resourcefully. Utilizing a fully integrated design approach, SVA will meet and exceed the goals of the City. Our reputation in completing projects of similar sizes and scope, our many award-winning designs, and our repeat relationships with satisfied clients makes us uniquely qualified. We look forward to the opportunity to show our commitment to the City of Rancho Cucamonga. Sincerely, SVA Architects, Inc. Robert M. Simons, AIA Partner & President E: bsimons@sva-architects.com 4.1 Cover Letter / Introduction SVA ARCHITECTS, INC. 6 Hutton Centre Dr., Suite 1150 Santa Ana, California 92707 T: 949.809.3380 www.sva-architects.com Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 2 4.1 Cover Letter / Introduction 1 4.2 Table of Contents 2 4.3 Executive Summary 3 4.4 Firm Experience / Qualifications 4 4.5 Third-Party / Subcontractors 16 4.6 Staff Resumes & Organization Chart 17 4.7 Project Management Approach 29 4.2 Table of Contents *Exhibits A-G & Exhibit H have been submitted separately Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 3 4.3 Executive Summary DESIGN PHILOSOPHY SVA views the practice of Architecture as much more than just the creation of buildings: it is the creation of environments in which society interacts on a daily basis. It is the concerted efforts of numerous people endeavoring to do what they do best, accepting important design challenges, blending together, and contributing as a team. It is in this spirit that SVA intends to work closely with the City, to design highly effective and economical projects that take into consideration the history and tradition of each and their surrounding communities; the core values of the City as represented in its mission, vision, and strategic goals; the data from within each college and from authoritative external sources; and the best thinking of all constituency groups regarding their vision. We have no set “style” or design agenda, but rather develop each facility we touch to suit the needs, wants and desires of our clients. This is coupled with a realistic approach to technology, constructability and cost consciousness. PROJECT TEAM Our firm is led by Mr. Robert M. Simons, AIA, who has devoted most of his 30-years professional career to the improved development of public works facilities and responding to the complex needs of California’s communities. As Partner and President of SVA, Mr. Simons leads the firm’s design practices in creating environments that improve the quality of local neighborhoods while enhancing the experience of all participants. Mr. Simons, will lead a project team that provides a proven collaborative experience to deliver complete, quality-driven services in a timely and cost-effective manner. Collectively, we bring an invaluable experience to the table. Below is our proposed Architectural and Engineering team; more details of the firms and individuals are enclosed. • Architect: SVA Architects • Civil: Kimley-Horn • Structural: T&B Engineering • MEP: Design West Engineering • Landscape: Architerra Design Group • Cost Estimating Sierra West Group Our firm and team members have successfully completed hundreds of projects for both public and private clients. Some of our relevant assignments include:Orange County Public Works • Mile Square Park Shelter #3 Replacement • Carbon Canyon Amphitheater Remodel Orange County Public Libraries • Rancho Santa Margarita Library (Completed) • Stanton Library (Under Construction) City of Irvine • Civic Center Tenant Improvements City of Moreno Valley • Civic Center Amphitheater • Senior Center Expansion City of Riverside • Arlanza Library • La Sierra Senior Center City of Santa Ana • Corbin Center • Ana Delhi Community Center Library Renovation • Newhope Library Renovation City of Temecula • Margarita Recreation Center City of Fontana • Civic Center Bridging Design County of Los Angeles • Quartz Hill Library • LAC+USC Child Care Center Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 4 ORANGE COUNTY PUBLIC WORKS Orange County, California SVA has or is currently providing services for Orange County Public Works on several different projects. The projects vary in scope from an amphitheater seating remodel to a park shelter replacement to a harbor revitalization master plan. These projects prioritize community needs and reflect SVA’s commitment to enduring and healthy public spaces. Some of the projects are listed below: • Mile Square Park Shelter #3 Replacement • Carbon Canyon Amphitheater Remodel • Dana Point Harbor Revitalization • Craig’s Park Sports Complex Update • Yorba Maintenance Building Remodel • Orange County Child Support Services Counter T.I. • Orange County Juvenile Hall Security Camera Upgrade • Mile Square Park Maintenance Building Expansion Contact Person Mathew DeHart Project Manager T: 714.667.4972 E: matthew.dehart@ocpw. ocgov.com Project Timeline 2016 - Ongoing SVA Team Members Robert Simons - PIC Doug Brown - Sr. PM Dean Hawkins - PM 4.4 Firm Experience / Qualifications Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 5 ORANGE COUNTY PUBLIC LIBRARIES VARIOUS RENOVATIONS Orange County, California Orange County Public Libraries (OCPL) selected SVA as the archtiect for a County-wide renovation program with a dozen projects currently on the board. OCPL selected SVA to design the interior standards for both the development of all planned interior renovations of existing County libraries and construction of all new public libraries. Our team is working on the following libraries to bring each of them up to today’s standards with 21st century technology features; the renovations will provide each facility with a modern look and the design. Contact Mathew DeHart Project Manager T: 714.667.4972 E: matthew.dehart@ocpw. ocgov.com Project Timeline 2019 - Ongoing SVA Team Members Robert Simons - PIC Doug Brown - PM. / PA Robert Puleo - Dir. of Interior Completed • Cypress Branch Library • Rancho Santa Margarita Library • San Juan Capistrano Regional Branch Library • Westminster Public Library In Progress • Dana Point Library • Aliso Viejo Library • Stanton Library • Garden Grove Library Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 6 ORANGE COUNTY PUBLIC LIBRARIES VARIOUS RENOVATIONS (CONT.) Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 7 CITY OF IRVINE VARIOUS PROJCTS Irvine, California SVA is providing design services for the City for four critical buildings. The new Great Park Administration Building is approximately 28,000 sq. ft and will house Community Services, Public Safety, Building Maintenance, and Staff Operational Areas. The design for the Public Safety Training Center will accommodate three key programs: Emergency Management Division, Training Division and its Support Facilities, and Emergency Vehicle Operations Course (EVOC) & Vehicle Training. The new Maintenance Operations Building & will feature office spaces, landscape mechanic shop, facility maintenance area, community service area, conference rooms, restrooms, and storage. Finally, a new tenant improvement project encompasses the third floor of B-wing of the Civic Center, which will involve converting existing offices and cubicle areas into new enclosed areas. Contact Person Scott Smith Deputy Director, Public Works T: 949.724.7526 E: ssmith@cityofirvine.org Project Timeline 2018 - Ongoing SVA Team Members Robert Simons - PIC Daniel Ruiz - PM Doug Brown - PA Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 8 CITY OF MORENO VALLEY VARIOUS PROJECTS Moreno Valley, California City of Moreno Valley Civic Center Amphitheater In 2016, the City of Moreno Valley adopted a strategic plan known as “Momentum Moval” to expand cultural and recreational opportunities. The Moreno Valley Civic Center Amphitheater targets a seven-acre green space adjacent to the City Hall and Conference Recreation Center. The new 500-600 seat theater hosts 75-100 events a year and serves as the city’s premier performance venue. City of Moreno Valley Senior Center Expansion SVA is working with the City of Moreno Valley to expand the existing Moreno Valley Senior Center, which was built in 1993, by approximately 4,000 square foot of new building space. The expansion will take place at the patio/courtyard behind the existing building and expand it outwards to allow for additional space for the facility. Additionally, there will be modifications and upgrades to the existing restrooms, as well as any other facilities within the Center, to meet current ADA requirements. There will also be modifications to the existing garden block walls, landscape, and irrigation to accommodate the new building footing expansion. Construction for the project is expected to conclude in December 2024. Contact Person Patti Solano Parks & Community Service Director T: 951.413.3280 E: pattis@moval.org Project Timeline 2018 - 2025 SVA Team Members Robert Simons - PIC Doug Brown - PM Mel Tan - PA Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 9 CITY OF RIVERSIDE VARIOUS PROJECTS RIVERSIDE, CALIFORNIA City of Riverside La Sierra Senior Center This state-of-the-art facility is designed to function as a central meeting, recreation, and event space for an active senior community in the City of Riverside. La Sierra Senior Center was constructed using design-build delivery and includes a 5,300 sq. ft. banquet hall, complete with stage and full kitchen, as well as a designated shuttle drop-off/pick-up area, library, gymnasium, computer lab, billiard room, and indoor and outdoor lounge spaces. This vital clubhouse is integral to facilitating the vibrant social life of Riverside’s senior community. City of Riverside Arlanza Library SVA wanted to draw from that spirit of service and deliver an essential community need that could provide a modern and comfortable place to access information and technological resources. At the core of this 10,000 sq. ft. library is a public computer center of 80 stations that provides software and internet access to the city’s residents. Surrounding this central hub is space for the library’s educational support and homework literacy assistance services, as well as an extensive collection of books for children and young adults. Contact Person Richard Gonzalez Project Manager T: 951.826.2217 E: rgonzalez@riversideca.gov Project Timeline 2008 - 2010 SVA Team Members Robert Simons - PIC Mel Tan - PM Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 10 CITY OF SANTA ANA VARIOUS PROJECTS Santa Ana, California City of Santa Ana Delhi Library Renovation SVA is currently renovating the library to improve both the indoor and outdoor space. The outdoor space will include space for storytelling, possible café, play area, outdoor reading with ample covered areas. City of Santa Ana Corbin Center SVA was selected to help replace the existing community center with a new one community center that will consider the entire campus, including all parking lots, access points, and the adjacent Senior Center. City of Santa Ana Newhope Library Renovation SVA was recently selected to deliver the renovation of the Newhope Library. The team will explore options for expanding the media center/lab as well as modernizing the current large meeting room. Contact Person Brian Sternberg Library Services Director T: 714.647.5296 E: bsternberg@santa-ana.org Project Timeline 2021 - Ongoing SVA Team Members Robert Simons - PIC Mel Tan - PM Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 11 CITY OF TEMECULA MARGARITA RECREATION CENTER Temecula, California The project includes the complete demolition of the existing Margarita Recreation Center and pool, which was replaced with a completely new facility. The new building is a single-story structure of approximately 8,500 sq. ft. and includes a multipurpose room (with room divider), dance/fitness room, classroom, kitchen, separate main and pool offices, restrooms with showers and changing areas, family restrooms, and storage. The facility also includes an outdoor 25-yard pool with both zero-depth entry and diving board. The pool is the central focus of the project; however, the facility is intended as a multi-generational facility that can provide a variety of different programming such as dance/fitness, cooking classes, computer classes, and other programming. Contact Person Erica Russo Director of Community Services T: 951.694.6480 E: erica.russo@ temeculaca.gov Project Timeline 2021 - 2024 SVA Team Members Robert Simons - PIC Lori Ichisaka - PM Mel Tan - PA Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 12 CITY OF FONTANA CIVIC CENTER BRIDGING DESIGN Fontana, California The existing one-story civic center will be demolished and will be replaced by a two-story municipal building with parking structure on the first level and office space on the second level. Each level will have a footprint of approximately 30,000 square feet with one vehicle entrance and exit located on Upland Ave. just west of Wheeler Ave. The City anticipates 65 parking spaces to be within the parking structure portion of the building. The intent of the building is to serve as office space for city staff as well as both public and employee parking for the civic campus. Contact Person Christopher Smethurst Associate Engineer T: 909.350.6649 E: CSmethurst@fontanaca. gov Project Timeline 2022 - Ongoing SVA Team Members Robert M. Simons - PIC Mel Tan - PA Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 13 LOS ANGELES COUNTY VARIOUS PROJECTS Los Angeles County, California Quartz Hill Library The linear, one-story library is anchored by a metal canopy structure that runs north to south along the eastern façade and accommodates 39,000 books and media, 70 seats, 23 computer stations, a meeting space for 100, and required administrative space. The project is LEED Gold certified. La Puente Enhanced One-Stop Development Center The new building is 7,500 sq. ft., with public queuing/waiting spaces, interactive application workstations, and public restrooms. It will also include staff offices, open workstations, conference rooms, and a staff lunch area. LAC + USC Childcare Center The site covers over 17,500 sq. ft. of vacant land in the middle of the larger medical center campus. The project constructed a new single-story child care facility of approximately 6,000 sq. ft. with additional covered walkways that serve the needs of staff and community. Contact Person Parisa Dadmehr, CCM Capital Projects Manager T: 310.968.2927 E: pdadmehr@pw.lacounty. gov Project Timeline 2014 - 2024 SVA Team Members Robert Simons - PIC Doug Brown - PM Mel Tan - PA Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 14 INLAND EMPIRE HEALTH PLAN TRAINING & LEARNING CENTER Rancho Cucamonga, California The project consists of 100,000 sq. ft. of office tenant improvements and 75,000 sq. ft. of exterior/landscaping renovations. The interior tenant improvements consisted of a center for learning and innovation, in addition to a wellness and workout room. IEHP’s objective is to provide a dedicated space for non-department specific company training and development such as leadership trainings, provider meetings, certification programs, orientations, community meetings, retreats, and college course classes. IEHP also promotes and encourages employee health and wellness education. To continue supporting this vision, the improvements also include a yoga studio, aerobic room, fitness equipment, shower facilities, and interior mile markers. The exterior tenant improvements included a campus courtyard circulation to combine the existing buildings and empire lakes. Amenities include outdoor meeting spaces, open amphitheater, garden scenes, shaded walking paths, and casual eating areas. Contact Person Briana Esparza Business Analyst/ Project Specialist T: 951.396.3100 E: esparzab@iehp.org Project Timeline 2018 - 2020 SVA Team Members Robert Simons - PIC. Mel Tan - PA. Bill Koster - QA/QC Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 15 SVA FIRM HISTORY Found in 2003, SVA Architects, Inc. possesses decades of innovative and award-winning architecture, master planning, and sustainable design achievements. Mr. Robert Simons, AIA, and Mr. Ernesto Vasquez, FAIA, founded the company in 2003. Since its inception, SVA has advocated for the development and improvement of healthy communities through creative and sustainable design. We regularly and avidly interacted with cities and counties, public agencies, school districts, universities, and redevelopment agencies to produce successful projects. As President and CEO, respectively, Mr. Simons and Mr. Vasquez have over 80 years of combined experience, and have utilized this expertise and skill to lead the SVA Team in designing a wide range of 21st century facilities. The firm’s success lies in our well-demonstrated ability to achieve highly attractive, functional, and efficient architecture, while completing a wide variety of projects on time and on budget. CONSENSUS BUILDING Our most exciting projects are those in which we get to work closely with the stakeholders, including city officials, employees, and community members. We build consensus by taking feedback from assessments, public hearings, and workshops and, as a result, produce projects tailored to the specific desires and needs of the community. TRACK RECORD WITH CIVIC CLIENTS Our firm was established to focus on institutional and civic assignments. SVA has had the pleasure of working with various Cities and Counties and their respective communities throughout California; through continuous communication as a collective team, we have designed and delivered creative, sustainable, and cost-effective facilities. With decades of similar and relevant experience, we have acquired the skills and developed the methodologies to program, design, and construct projects while keeping the goals and objectives of our clients and stakeholders in mind. Below are some of the clients that SVA has performed a variety of similar/relevant services for: Form of Organization California Corporation Offices Locations • Santa Ana • San Diego • Pleasanton • Davis Number of Employees 70+ Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 16 SUB-CONSULTANTS SVA has enjoyed successful working relationships with many qualified consultants in the area. We are confident in their design and technical expertise; references for each of them are listed in Exhibit H. 3801 University Ave, Riverside, CA 92501 T: 951.543.9868 KIMLEY HORN CIVIL ENGINEER kimley-horn.com Founded in 1967, Kimley-Horn is one of the nation’s premier design consulting firms, known for our high quality of work and superior client service. We have provided comprehensive site civil development services which include site planning and site work, survey, design, utilities, permitting, bid phase assistance, and construction phase services throughout California and the United States. Kimley-Horn’s expertise in anticipating and addressing a variety of issues—such as those unique to civic and community projects—enables our engineers and planners to provide innovative solutions, successful permitting, and on-time completions. T&B ENGINEERING STRUCTURAL ENGINEER tbengineeringinc.com T & B Engineering, Inc. covers a wide spectrum of market segments in both new construction and renovation. Our design experience includes Educational, Industrial, Municipal, Churches, Recreational, Community Centers, and Commercial Projects. Our firm consists of highly qualified and experienced professionals whose ultimate goal is to provide efficient and practical solutions for all types of structures, regardless of the scale or complexity of the design. Our firm fully recognizes the importance of, and is dedicated to, providing quality services that focus on a complete awareness of client needs and priorities. 4344 Latham St Ste. 200, Riverside, CA 92501 T: 951.684.6200 4.5 Third Party / Subcontractors MEP ENGINEERSDESIGN WEST ENGINEERING designwesteng.com Design West Engineering is a full-service Mechanical, Electrical, Plumbing, and Energy Consulting Firm. We are founded on the philosophy of providing second-to-none service. We offer a diversified range of practical experience in educational, governmental, healthcare, and private building sectors. Our team of innovative designers and engineers work closely together in this multi-disciplined environment. 412 E. Vanderbilt Way San Bernardino, CA 92408 T: 909.890.3700 ARCHITERRA DESIGN GROUP LANDSCAPE ARCHITECT www.architerradesigngroup.com Located in San Bernardino County, Architerra is a professional landscape architectural and site-planning firm serving California, Arizona, Oregon, New Mexico and Nevada. We are a full-service landscape architecture and planning firm. Since 1991 we have provided design excellence, top drawer customer service and impeccable deliverables to a diverse array of public and private clients. This includes a rich history projects that incorporate sustainability and maintainability. 10221 Trademark St. A, Rancho Cucamonga, CA 91730 T: 909.484.2800 SIERRA WEST CONSULTING GROUP COST ESTIMATOR www.sierrawestgroup.com Sierra West Group is the leading cost estimating firm in the western United States and at the forefront of current developments in the construction industry. We have worked on educational projects for over 20 years. With over 200 successful educational projects behind us, we are uniquely suited to provide the comprehensive estimating that is needed. 9700 Business Park Drive, #102 Sacramento, CA 95827 T: 916.203.9802 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 17 4.6 Staff Resumes & Organization Chart SVA has the resources and professional staff members to provide the architectural services that the City will need. Our office has assigned team members with substantial civic experience and have been carefully selected for these projects. Doug Brown Architect, NCARBSenior Project Manager SVA Project Leadership Jonathan StalveyASLA Landscape Designer Judy Cheng MBA, LEED APProject Coordinator William Koster NCARB, LEED APDirector of QA/QC Additional SVA Staff Robert M. SimonsAIAPartner-In-Charge/Architect of Record Mel TanArchetectSenior Project Architect Robert PuleoAssociate IIDA Director of Interiors Lawrence HaSenior Designer Subconsultants Kimley-Horn Civil Engineer T&B Engineering Structural Engineer Design West MEP Engineers ANLA Associates Landscape Architect Sierra WestCost Estimator Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 18 KEY TEAM MEMBER RESUMES ww TITLE Partner & President LENGTH OF TIME WITH THE COMPANY 21 Years YEARS OF EXPERIENCE 40 EDUCATION Bachelor of Architecture, California Polytechnic State University, San Luis Obispo REGISTERED ARCHITECT C-18301 PROFESSIONAL AFFILIATIONS American Institute of Architects Coalition for Adequate School Housing Community College Facility Coalition California Parks and Recreation Society Society of College and University Planners Mr. Simons is the President of SVA and will serve as the Partner-In-Charge and Architect of Record for these projects. Mr. Simons has devoted his 40-year career to creating enduring, functional, and sustainable spaces. He believes that exceptional planning and architecture sets the foundation to improve cities and neighborhoods. His vision for creating spaces that enhance quality of life has resulted in an array of innovative and award-winning projects. •Inland Empire Health Plan Training & Learning Center, Rancho Cucamonga, CA, The project consists of over 100,000 sq. ft. of office tenant improvements and 75,000 sq. ft. of exterior/landscaping renovations. The interior tenant improvements will consist of a center for learning and innovation, in addition to a wellness and workout room. •City of Jurupa Valley City Hall Remodeling & Building Addition, Jurupa Valley, CA, SVA is working with the City of Jurupa Valley on remodeling and adding a building addition to their City Hall. The project is to take place over two phases. Phase 1 involves the construction of a new building to support the City’s growth in various departments and a corresponding parking lot. Phase 2 will focus on the required renovation of the current facilities, with an emphasis on optimizing workstations and collaborative spaces, as well as ADA and MEP improvements. •City of Riverside La Sierra Senior Center, Riverside, CA, This state-of-the-art facility is designed to function as an active senior community clubhouse as well as a facility for various community activities. There is a 5,350 sq. ft. banquet hall with a stage and a full kitchen to accommodate the senior nutrition program. •City of Temecula Margarita Recreation Center, Temecula, CA, The new 8,500 sq. ft. new recreation center includes a multipurpose room, dance/fitness room, classroom, kitchen, separate main and pool offices, restrooms with showers and changing areas, family restrooms and storage. It also includes an outdoor 25- yard pool with a zero-depth entry. •City of Murrieta Library Expansion, Murrieta, CA, SVA helped the City determine the exact needs and goals for the expansion and renovation of the children’s library section. SVA is providing concept studies and completed plan specifications and cost estimates for the 5,000 square foot expansion, including interior design and landscape design. •City of Hemet Fire Station #1, Interior Renovations, Hemet, CA, The City of Hemet is renovating the Second Floor of the Fire Station #1, consisting of a full interior renovation of the upstairs, and the replacement of all HVAC, plumbing and lighting. The Fire Department’s goal is to have seven private bedrooms and three or four sets of private, single-occupant restrooms and showers that will accommodate male/female/non-binary staff and provide privacy. •City of Montclair’s Saratoga Park Master Plan, Montclair, CA , The scope includes new lighting, batting cages, signage, turf replacement, walking path, picnic areas, parking lot, basketball court, soccer field, parking lots, and two replacement/new buildings. For the Concession Building, our team will provide a single-story solution and a two-story alternative similar to how the existing building is used. ROBERT M. SIMONS, AIA Partner-In-Charge / Architect of Record Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 19 TITLE Principal LENGTH OF TIME WITH THE COMPANY 19 Years YEARS OF EXPERIENCE 25 EDUCATION Master of Architecture, Arizona State University Bachelor of Architecture, Arizona State University REGISTERED ARCHITECT C-30818 PROFESSIONAL AFFILIATIONS National Council of Architectural Registration Boards Mr. Brown’s solid background in construction and project management has made him a highly qualified member of SVA’s design development and production teams. Mr Brown will serve as the Senior Project Manager on the City’s projects. He has made extensive contributions in both the design and management of many civic projects. He will be responsible for fully coordinating the consultants and the deliverables. •Orange County Public Works On-Call Projects, Orange County, CA, SVA is currently providing services for eight of OCPW’s projects, among which: •City of La Habra Civic Center Renovation, La Habra, CA, Relocated the existing civic center to a business complex as it had outgrown its space over the years. The two-story office complex was fully converted to a new City Hall which houses administration, finance, community development, public works, and engineering, along with a Post Office and art museum. •Orange County Public Library Renovations, Orange County, CA, Our team is currently working on the following four libraries to bring each of them up to today’s standards with 21st century technology features; the renovations will provide each facility with a modern look and the design will be more responsive to emerging programs to serve all patrons. •City of Moorpark City Hall Tenant Improvements, Moorpark, CA, These tenant improvements will consist of office space, meeting rooms, and other ancillary spaces for approximately 60 people. Additionally, the design will provide a new 100-seat city council chamber with an audio-video room and an overflow room, a new central records vault, storage, new signage, and landscaping. •City of Irvine Public Safety Training Facility, Irvine, CA, As part of our ongoing relationship with the City of Irvine, SVA is developing a conceptual site plan and massing studies for the layout of a Public Safety Training Facility. The design will accommodate three key programs: Emergency Management Division, Training Division and its Support Facilities, and Emergency Vehicle Operations Course & Vehicle Training. •City of Anaheim Sustainability Education Center, Anaheim, CA, SVA and Oltmans Construction are providing professional services to plan, design, and construct the new Sustainability Education Center (SEC) building. The SEC will feature highly interactive and engaging multi-purpose exhibits that highlight energy- and water-efficiency measures and strategies, solar and other renewable technologies. DOUG BROWN, ARCHITECT, NCARB Senior Project Manager - Mile Square Park Shelter #3 Replacement - Carbon Canyon Amphitheater Remodel - Dana Point Harbor Revitalization - Craig’s Park Sports Complex Update - Yorba Maintenance Building Remodel - Orange County Child Support Services Counter T.I. - Orange County Juvenile Hall Security Camera Upgrade - Mile Square Park Maintenance Building Expansion Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 20 TITLE Principal LENGTH OF TIME WITH THE COMPANY 19 Years YEARS OF EXPERIENCE 35 EDUCATION Bachelor of Architecture, California State Polytechnic University, Pomona Architecture & Planning Certificate, University of Copenhagen, Denmark REGISTERED ARCHITECT C-18828 Mr. Tan has been responsible for master planning, conceptual design solutions and crafting the vision of the firm’s various public projects. His contributions of design and management experience bring to the team a unique spirit of creative and thoughtful design which ultimately results in successful projects. He has worked on many civic projects and will serve as the Senior Project Architect for the City’s projects. •City of Fontana Civic Center Expansion, Fontana, CA, The existing civic center will be demolished and will be replaced by a two-story municipal building with parking structure on the first level and office space on the second level. The intent of the building is to serve as office space for city staff as well as both public and employee parking for the civic campus. •City of Riverside Arlanza Library, Riverside, CA, This new facility responds to the community’s need to access information and technology with a dy- namic digital media program. At the core of this 10,000 sq. ft. library is a public computer center that provides internet and software access. •City of Moreno Valley Civic Center Amphitheater, Moreno Valley, CA, The new amphitheater provides seats in an open-air venue with an architectural style that responds to the adjacent civic center. The ADA accessible stage features a large 9’ x 16’ LED screen that facilitates movie nights and serves as a backdrop for concert performances. Production equipment, such as road cases and mixing consoles, are securely stored backstage, aided by the band shell’s roll-down retractable door. •West Basin Municipal Water District Edward C. Little Water Recycling Facility & Visitor Center Renovation (ECLWRF), El Segundo, CA, This project includes reconfiguration of the existing large conference room; construction of new large divisible meeting/conference room, restrooms and storage rooms; remodeling of the reception and front office space area; and relocation of the control room. It also includes a multipurpose visitor center/exhibit room that includes interpretive exhibits. •City of Signal Hill Amphitheater, Signal Hill, CA, The Amphitheater Project, identified as Phase 1 in the Master Plan, will be a versatile outdoor performance venue designed to host a wide range of cultural and community events, thereby enriching the civic and recreational life of the City. Key components shall include a canopy, backdrop, green room, concessions, storage, and restrooms. •Fontana Middle School Building “L” Reconstruction, Fontana, CA, As the oldest campus in the District, Fontana Middle School requires multiple campus improvements to its campus buildings including a complete renovation of Building L, a 2-story classroom building constructed in 1931, various ADA improvements, and parking enhancements. SVA will provide architectural design services for the reconstruction of Building L and the various campus improvements. •City of Santa Ana Various Project, Santa Ana, CA, SVA has worked on several civic projects for the City of Santa Ana, including the Corbin Center, which replaced the existing community center with a new facility. SVA has also helped renovated the Delhi and Newhope Libraries for the City. MEL TAN, ARCHITECT Senior Project Architect Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 21 TITLE Director of Interiors LENGTH OF TIME WITH THE COMPANY 18 Years YEARS OF EXPERIENCE 31 EDUCATION Bachelor of Architecture, University of Arizona PROFESSIONAL AFFILIATIONS International Interior Design Association Mr. Puleo has over 30 years of professional experience in functional space planning, overall facility utilization and layout studies, interior design, and project management. He is especially accomplished in building requirements programming, existing facility evaluation studies, building renovation and relocation, floor area analysis, and space layout planning. •Inland Empire Health Plan Training & Learning Center, Rancho Cucamonga, CA, The project consists of over 100,000 sq. ft. of office tenant improvements and 75,000 sq. ft. of exterior/landscaping renovations. The interior tenant improvements consist of a center for learning and innovation, in addition to a wellness and workout room. •Boy Scouts of America Orange County, Santa Ana, CA, A bold color scheme derived from traditional tones found in Scouting uniforms was employed throughout the space, while a custom graphics program created by our in-house graphic design team, resulted in a design statement that was harmonious with the interiors. The program incorporates directional signage, donor plaques, honor walls and vintage photographs. A new Heritage center features graphic displays that celebrate not only the history of the Scouts, but contemporary honors and achievements, while a 45-foot custom designed mural. •City of Westminster Civic Center Space Planning, Westminster, CA , SVA is providing programming and conceptual planning for the relocation of the internal functions of the City Hall into the existing Police Headquarters. Scope includes meeting with stakeholders of both City Hall and Police Department to understand their functional requirements. •City of San Diego San Ysidro Library, San Ysidro, CA, The project involves design and construction of a new single-story library of approximately 15,000 sq. ft. and the restoration of the existing designated historic home. The library building will consist of Entry/Community Services, Computer Lab, Reader Service Area, Informal Reading/Special Feature Area, Reference Area, Multipurpose Room, Adult/Young Adult Area, Children’s Area, and Staff Support Areas. •Department of Public Social Services, El Monte, CA , This project is home to 600 employees who administer public outreach programs and provide counseling for families. The lower floors of the building have been designed to house the public functions for reception, interviewing, and development skills training; the upper floors accommodate administrative and private counseling requirements with multiple office functions and systems. •City of Beaumont Civic Center Master Plan, Beaumont, CA , SVA is in the process of assessing the City Hall Building, Police Department Building, Transit Building, Animal Shelter, Building E, Two Modular Buildings and Building F. SVA will also provide conceptual design renderings to beautify the streetscapes in the Downtown area nearby the Civic Center. •Delhi Community Center, Santa Ana, CA , The project consists of a 23,000 sq. ft. community recreation center, with a 6,462 sq. ft. multi-purpose room as the hub of the complex. Other key facilities include a mini-gym, handball courts, and a 2,283 sq. ft. cultural arts courtyard. ROBERT PULEO, IIDA Director of Interiors Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 22 ADDITIONAL TEAM MEMBERS In addition to those already listed, the following SVA team members can provide their specialized expertise. Their knowledge, along with their experience working as a team on multiple projects together, will further aid the City in pursuit of its goals. JUDY CHENG, MBA, LEED AP — Project Coordinator Length of time with the Company: 21 Years | Years of Experience: 25 Ms. Cheng is one of the Principals at SVA and will be the Project Coordinator assigned to these projects. She has been involved with various public and institutional projects, including the firm’s recent work for the City of Hemet and Los Angeles County Public Works. She received her Bachelor of Architecture from the University of Southern California and a Master’s in Business Administration from the University of California, Irvine. JONATHAN STALVEY, ASLA — Landscape Designer Length of time with the Company: 6 Years | Years of Experience: 10 Mr. Stalvey’s experience as a landscape designer ranges from a variety of civic and public works to historic private and multi-family residential as well as a number of educational projects. He brings a diverse portfolio of projects with a personal emphasis on sustainability, place making, site identity, and quality. Mr. Stalvey graduated from California State Polytechnic University, Pomona with a Bachelor of Science in Landscape Architecture. WILLIAM KOSTER NCARB, LEED AP— Director of QA / QC (Architect #23364) Length of time with the Company: 20 Years | Years of Experience: 30 Mr. Koster leads the production team at SVA and will be responsible for the Technical & Quality Control effort. He is very knowledgeable of the Building Information Modeling (BIM) program, up-to-date with the latest technology in our industry, and has conducted seminars and workshops on BIM/Revit. Mr. Koster received his Bachelor of Architecture from Iowa State University and Master’s Degree in Architecture from the University of Colorado. LAWRENCE HA — Senior Designer Length of time with the Company: 7 Years | Years of Experience: 12 Mr. Ha joins SVA Architects with extensive experience that has led him around the world. Mr. Ha has had the opportunity to work on a variety of building types spanning multiple sectors, giving him a versatile background in design. He is continually enhancing his digital design acumen, from learning new 3D modeling, animation and visualization programs and employing digital fabrication tools. He received his Bachelor of Architecture from Lawrence Technological University and a Master of Architecture from the Southern California Institute of Architecture. Mort Rowghani Harbor Engineer/Chief Program Manager Port of Los Angeles Police Headquarters I highly value SVA’s cooperativeness and responsiveness during the design and construction phase of this very challenging project. They have worked successfully with the Port staff and the project contractor to control costs, comply with schedules, and integrate a sustainable design into this project. “ “ Robert Simmons Emergency Management Administrator City of Irvine It became apparent to me from our initial meetings that the SVA team was committed to taking our conceptual desires for this facility and translating them into a realistic, functional design... Overall, it was a pleasure to work alongside the SVA team and I am pleased to share the design has surpassed our expectations. “ “ Richard Gonzales Project Manager City of Riverside I have found SVA and their staff to be cooperative, responsive, and comprehensive in their work. I appreciate their ability to help guide the project’s programming and construction, providing solutions that have saved the District precious dollars without sacrificing quality. “ “ Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 23 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 24 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 25 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 26 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 27 GREGG DENSON ASLA, PLA#4302 PRESIDENT, DIRECTOR OF DESIGN PROFESSIONAL BACKGROUND Mr. Denson has been involved with designing some of the firm’s most challenging projects. The talented design team he heads up works on projects focusing on sustainable design such as open space public gathering areas, retrofits of existing public facilities for resource conservation, specific plan developments for master planned communities, schools, mixed-use residential developments, trail planning, and open space preserve enhancement projects. Mr. Denson will work with staff to prepare the graphic sketches and sections detailed in the scope of services. Additionally, he will attend team meetings as required to assist in the presentation of our work. Mr. Denson has a Bachelor of Science in Landscape Architecture from California State Polytechnic University, Pomona, and provides more than 25 years of design experience to the firm. He is also a native plant enthusiast who utilizes his own residence for studying the growth characteristics and water requirements of California native plants. RELEVANT EXPERIENCE • Award-Winning Designs • Nature Parks and Open Space Planning • Educational Spaces • Conservation and Preservation EDUCATION B.S. LandscapeArchitecture California State Polytechnic University,Pomona LANDSCAPE ARCHITECTURE LICENSES California #4302 The Mark-Stalder Building, Riverside, CA Role: Project Manger Project Features: Hardscaping, Landscaping, Irrigation Improvements, Streetscapes, Open Recreation Center, Rooftop Planters Riverside | 2016-2023 Moreno Valley Amphitheater, Moreno Valley, CA Role: Project Manger Project Features: Public Performance Stage, Terraced Seating, Informational Sloped Lawn Area for Overflow Seating Moreno Valley | 2019-2023 Public Safety Station #172 Fire/Sheriff, Rancho Cucamonga, CA Role: Project Manger Project Features: Conceptual Plan, Landscape, Hardscape, Irrigation, Drought Tolerant Planting Rancho Cucamonga | 2017-2020 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 28 9700 Business Park Drive #102 Sacramento, CA 95827 JOHN MORENO Vice President and Chief Estimator (916) 925-4000, ext. 102 jlmoreno@sierrawestgroup.com EDUCATION • AA Construction — Butte Community College, Chico, CA • RS Means — Electrical Estimating • RS Means — Mechanical Estimating • CSUS & ARC — Estimating & Construction Management AFFILIATIONS • Association of Professional Estimators — (ASPE) • Construction Specifications Institute — (CSI) • Association of General Contractors — (AGC) PROFILE Mr. Moreno offers a diverse range of construction expertise. He brings with him over 26 years of experience in construction and estimating. Specializing in mechanical and electrical work, his participation ranges from the conceptual planning phase through design and final construction. With an extensive knowledge base, Mr. Moreno has a proven record and is known for his ability to work with clients to produce quality results. PROJECT ROLE John Moreno leads the cost estimating efforts for Sierra West Consulting Group, Inc. He works closely with the entire team through each phase of the project to provide a series of successively refined estimates as the project scope is clarified to assure that the project remains within the budget parameters. RELEVANT EXPERIENCE Stanislaus County On- Call Stanislaus County-Bonita Park, Modesto, CA Stanislaus County-Oregon Drive Park, Modesto, CA Stanislaus County Burbank Paradise Park, Modesto, CA Stanislaus County- Community Service Facility-Life Energy Analysis, Turlock, CA Stanislaus County- Community Service Facility-Mechanical Upgrades, Turlock, CA Stanislaus County –Coroner/Public Administration, Video Visualization and Medical Records Relocation, Modesto, CA City of Sacramento On-Call City of Sacramento-Old Sac Riverfront Boardwalk & K Street Barge, Sacramento, CA City of Sacramento- Fire Station No. 15 Replacement, Sacramento, CA City of Sacramento- Sleep Train Arena Removal/Demolition, Sacramento, CA City of Sacramento- North Natomas Sports Complex, Sacramento, CA Kern County Construction Services: Kern County- Golden Hills Fire Station, Tehachapi, CA Kern County Mental Health Tenant Improvements, Bakersfield, CA Kern County Major Maintenance & Capital Projects, Various Locations Kern Medical Center G Wing Commissioning-HVAC Improvements, Bakersfield, CA Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 29 WORKING WITH THE CITY Unlike a residential or a commercial project, civic projects that serve the community are program intensive. With decades of similar and relevant experience, we have acquired the skills and developed the methodologies to program, design, and construct these types of projects by keeping the goals and objectives of our clients and stakeholders in mind. SVA Architects was established to focus on institutional and civic assignments; we feel strongly that we have the capabilities and resources to fulfill the objectives and maximize benefits for the project. As a collaborative team, we will work with all stakeholders in generating satisfying programs and design options for these projects while staying realistic to the available budget. Dedicated to collaborating closely with key staff to integrate feedback and input, we craft and fine-tune a comprehensive scope that aligns with each City’s specific requirements and budget. Further, our team of engineers and consultants will provide their expertise throughout the process in order to make our approach complete and inclusive of all elements. DESIGN ABILITY AND APPROACH SVA Architects views the practice of Architecture as the concerted efforts of numerous people endeavoring to do what they do best: resolving important design challenges through creative and forward-thinking, collectively contributing to maximize our team’s abilities, and blending our solutions together to create a successful project. It is in this spirit that SVA intends to work closely with all parties from City staff to community partners to design highly effective and economical projects for the City. Our team will follow a systematic approach, utilizing a proven design team strategy and verified methods to fully implement standards and techniques, quality control measures, timely communications, and a greater awareness of schedule and budget constraints. Over the years, we have built our portfolio around various types of projects, ranging from offices and retail developments to educational institutions and affordable housing facilities; the aspect that binds these projects together is our commitment to contextual design. Our team has quintessential experience and expertise in both the public and private sectors, and we use this knowledge to create comprehensive designs that meet our client’s goals while considering important characteristics of the local environment. Understanding the basic project program, site constraints, and other influencing factors is a key first step in the process. This includes the review and analysis of any existing building architecture, the project objectives and delivery schedule, and other contractual items. In order to work effectively on an assignment within established time and budget constrictions, the key SVA team members will organize themselves and collaborate within a studio. Based in our office, this system has been highly effective in the past: we have found it to be a very satisfactory tool for facilitating communication among the assigned members of the team. In this integrated studio, the team maintains an almost continuous dialogue, working collectively to assess every building element from a design viewpoint as well as from a technical perspective. QUALITY ASSURANCE / QUALITY CONTROL The SVA team firmly believes that the key to a successful quality assurance plan is buy-in from the entire project team, not just one specialist. It is the responsibility of all project team members to maintain the highest quality of standards for all project documentation, and this commitment is at the core of every project we undertake. Our process starts with resources and standards that help guide our drawings and documentation – we have compiled a vast library of projects that are available for references for different project types, a library of standards that are common for all project (customized by construction type), as well as training resources and documents for particular topics, such as waterproofing and fire/life safety analysis. We publish standards internally on our company intranet, with updates reviewed by our leadership team and posted regularly. We have regular in-house training sessions to keep ourselves up to date with code updates, project challenges and new best practices. 4.7 Project Management Approach Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B City of Rancho Cucamonga | SOQ #24/25-501 | 5.7 Architectural Engineering | 30 Another protocol that has become an SVA standard is to do a ‘page turn’ with stakeholders. During this over the shoulder review, a representative from each discipline reviews each sheet of their design with the group in attendance, which can include the Owners, Contractors, and other key decision makers. This process takes away the need for those individuals to review the set of documents on their own while allowing them to ask questions directly with those responsible for the design they are reviewing. Some clients do request outside constructability reviews of the project, and we are happy to have additional eyes on the project and treat these reviews seriously and work to respond to all comments. Lastly, every project is reviewed by the project manager as well as SVA’s QA/QC Director (William Koster) who provides a fresh set of eyes to both architectural and engineering drawings; Mr. Koster has over 20 years of project experience. Reviews are built into the project schedule at the kickoff meeting, and deadlines are established for all responses. These QA/QC comments are made in Bluebeam, shared with the entire project team, and must be responded to by SVA staff and all consultants, just as though they were agency plan check comments. COST & SCHEDULE CONTROL Cost control is a constant goal of management and is placed as a permanent item on the project meeting agendas. SVA Architects keeps up-to-date records of building system costs for its past and current assignments in an effort to monitor the costs of construction. Our team’s proactive cost management approach to providing cost estimates assures our clients are getting the most for their invested dollar as well as accurate pricing based upon our local market analysis and our understanding of the national economy. We employ a proven process that delivers the goals and objectives set by the client on time, on budget, and within quality standards. The detailed process of development of our estimate which includes checking the costs with the industry assures our ability to have an accurate estimate through each phase of the development. For schedule control, we establish a detailed work plan at the start of each phase, indicating the major tasks and milestones to be accomplished by each team member. This schedule is used to track the progress of design and construction throughout the assignment. We maintain continuous communication with our clients, focusing on the important design, cost, and schedule issues to ensure both technical accuracy and timeliness of delivery. This is invaluable in fostering a team spirit for successful project completion. With substantial project experience, SVA has an excellent understanding of what it takes to provide a realistic and efficient project schedule. We have decades of experience and have maintained excellent relationships with the various local jurisdictions, including the Fire Marshal. PROJECT TRACKING AND PERFORMANCE MONITORING PROCEDURES SVA is dedicated to using comprehensive project management methods for all of our projects. These methods include user-driven design meetings and workshops, a robust QA/QC process that produces highly accurate construction documents, and budget and schedule control that adheres to the clients’ needs. In this way, we are able to incorporate feedback and creative design solutions from all team members—owner, architect, construction manager, engineers, and subcontractors—to form a collaborative effort, while eliminating waste and cutting costs. Our approach involves a three- pronged platform with the owner as one entity, the architect, and engineers as the second, and the contractors or builders as the third; the three parties act as the core group to manage the integrated project delivery process. SVA will coordinate with our consultants to prepare a detailed schedule and budget for each project at inception, against which the project manager will monitor work completed to date on a regular basis. At that time, he/she will also utilize a budget report to check expenditures against schedule and budget. We set up procedures to coordinate with each stakeholder from the outset when the contract is developed, establishing the baseline on how the coordination will occur. Further, we require each consultant to respond to a detailed quality review of their documents; this procedure is necessary to prevent conflicts between disciplines and to eliminate conflicts under construction. During the project closeout phase, our team will work with the construction team to prepare a project punch list and review and check off the completion of all items within a reasonable timeframe. We will provide a close out check list and will review all close out documents and warranties prior to submission to the City. Our communications on the close out documents and punch list completion will be sent daily until all is complete. PROJECT PROGRESS REPORT PREOCEDURES The project manager monitors work completed to date against the schedule biweekly. At this time, he/she also utilizes a budget report to check expenditures against schedule and budget. The project manager will prepare a status report to be submitted to the City with monthly milestones. The manager will also indicate on the schedule milestone meeting with the architect’s consultants for review and approval. Each consultant is required to respond to a detailed quality review of their documents. This procedure is necessary to prevent conflicts between trades and to eliminate conflicts under construction. Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B www.sva-architects.com Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501 FOR VARIOUS ON-CALL SERVICES 5.7 ARCHITECTURAL ENGINEERING Due Date: January 13, 2025 CITY OF RANCHO CUCAMONGA SVA ARCHITECTS, INC. 6 Hutton Centre Drive, Suite 1150 Santa Ana, CA 92707 T: 949.809.3380 www.sva-architects.com Submitted by: EXHIBITS A-G Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Robert M. Simons N/A Partner & President 1/13/25 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B ✓ Robert M. Simons Partner & President 1/13/25 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B EXCEPTION SUMMARY SVA has reviewed Exhibit B “Professional Services Agreement”, we propose the following exceptions. 6. Consultant’s Personnel 6.4 “Consultant shall indemnify, defend reimburse the reasonable cost of defense, and hold harmless City and its elected officials, officers and employees...” Rational: SVA prefers to reimburse the cost of defense. 7. Ownership of Work Product 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 reimburse the reasonable cost of defense, 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...” Rational: SVA prefers to reimburse the cost of defense. 8. Status as Independent Contractor 8.1 Architect’s Practice Act. Architects are licensed and regulated by the California Architects Board located at 2420 Del Paso Road, Suite 105, Sacramento, California 95834. Rational: This is a required statement by the California Architects Board, Architects Practice Act, Business and Professions Code, Chapter 3, Article 3, Code 5536.22, Section (a)(8) (in 12 point font). 11. Indemnification 11.1 Design Professional Services. To the fullest extent permitted by law, the Consultant shall, at its sole cost and expense, indemnify, reimburse the reasonable cost of defense, 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 Rational: SVA prefers to reimburse the cost of defense. 11.1 “...Consultant shall, at its sole cost and expense, protect, defend reimburse the reasonable cost of defense, hold harmless and indemnify the Indemnitees from and against any and all damages, costs...” Rational: SVA prefers to reimburse the cost of defense. 18. Compliance With Laws Consultant shall defend reimburse reasonable cost of defense, 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. Rational: SVA prefers to reimburse the cost of defense. Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Robert M. Simons Partner & President SVA Architects, Inc. Robert M. Simons Partner & President 1/13/25 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Addenda 1 - Dec 12, 2024 Robert M. Simons Partner & President 1/13/25 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B Robert M. Simons Partner & President 1/13/25 SVA Architect, Inc. Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B ✓ 1825 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B SVA Architect, Inc. 949.809.3380 N/A bsimons@sva-architects.com Robert M. Simons 6 Hutton Centre Drive Suite 1150, Santa Ana, CA 92707 sva-architects.com Partner & President 1/13/25 Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B BILLING RATES SVA Architects, Inc. Architect & Interior Designer Partner / Principal $225 Senior Project Architect / Manager $195 Senior Designer / Planner $195 Project Architect / Manager $175 Designer / Planner $175 Job Captain $155 Intermediate Technical Designer $125 Junior Technical Designer $100 Administrative $75 Kimley-Horn Civil Engineer Analyst I $145 - $175 Analyst II $185 - $220 Professional $215 - $250 Senior Professional I $265 - $345 Senior Professional II $360 - $395 Senior Technical Support $130 - $310 Technical Support $105 - $180 Support Staff $95 - $160 T&B Engineering, Inc. Structural Engineers President $270.77 Principal $232.37 Senior Project Engineer $197.85 Project Manager / BIM Speclaist $127.48 Accounting/Marketing $109.03 Design West Engineering MEP, AV, Low Voltage, Commissioning Director of Mechanical $235 Mechanical Project Manager $185 Mechanical Designer $145 Mechanical CAD Draftsperson $125 Director of Electrical $235 Electrical Project Manager $185 Electrical Designer $145 Electrical CAD Draftsperson $125 Commissioning Agent $185 Energy Services Engineer $185 Fire Protection Project Manager $185 Project Manager $185 Low Voltage Project Manager $185 Architerra Design Group Landscape Architect Principal $210 Director of Design $185 Director of Production $185 Project Manager $145 Landscape Designer $135 Plan Checking Services $135 CAD Designer $140 Clerical $70 Sierra West Group Cost Estimator Chief Estimator $150 Sr. Estimator $150 Principal Expert Witness $300 Trade Surveyor $125 Administative $80 SVA confirms that the hourly rates listed below are valid for the full term of the agreement from 2025-2030. Docusign Envelope ID: EBA2C5CA-5303-4758-9E28-4A1C293F8F06Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B