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