HomeMy WebLinkAboutCO 2025-163 - PBK 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 PBK
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
2025-163
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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 practiced by
professionals performing similar work under similar circumstances in the location of 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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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 Bruce Ou, Principal 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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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. Provided City substantially performs its obligations,
including prompt payment of all sums due 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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 6
Consultant shall fully comply with the workers’ compensation law regarding Consultant
and Consultant’s employees.
9. Confidentiality. Consultant may have access to financial, accounting,
statistical, and personnel data of individuals and City employees. Consultant covenants
that all data, documents, discussion, or other information developed or received by
Consultant or provided for performance of this Agreement are confidential and shall not
be disclosed by Consultant without prior written authorization by City. City shall grant
such authorization if applicable law requires disclosure. All City data shall be returned to
City upon the termination of this Agreement. Consultant’s covenant under this Section
shall survive the termination of this Agreement. This provision shall not apply to
information in whatever form that is in the public domain, nor shall it restrict the Consultant
from giving notices required by law or complying with an order to provide information or
data when such an order is issued by a court, administrative agency or other legitimate
authority, or if disclosure is otherwise permitted by law and reasonably necessary for the
Consultant to defend itself from any legal action or claim.
10. Conflict of Interest.
10.1 Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the Services, or which
would conflict in any manner with the performance of the Services. Consultant further
covenants that, in performance of this Agreement, no person having any such interest shall
be employed by it. Furthermore, Consultant shall avoid the appearance of having any
interest, which would conflict in any manner with the performance of the Services.
Consultant shall not accept any employment or representation during the term of this
Agreement which is or may likely make Consultant “financially interested” (as provided
in California Government Code §§1090 and 87100) in any decision made by City on any
matter in connection with which Consultant has been retained.
10.2 Consultant further represents that it has not employed or retained
any person or entity, other than a bona fide employee working exclusively for Consultant,
to solicit or obtain this Agreement. Consultant has not paid or agreed to pay any person or
entity, other than a bona fide employee working exclusively for Consultant, any fee,
commission, gift, percentage, or any other consideration contingent upon the execution of
this Agreement. Upon any breach or violation of this warranty, City shall have the right,
at its sole and absolute discretion, to terminate this Agreement without further liability, or
to deduct from any sums payable to Consultant hereunder the full amount or value of any
such fee, commission, percentage or gift.
10.3 Consultant has no knowledge that any officer or employee of City
has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise,
in this transaction or in the business of Consultant, and that if any such interest comes to
the knowledge of Consultant at any time during the term of this Agreement, Consultant
shall immediately make a complete, written disclosure of such interest to City, even if such
interest would not be deemed a prohibited “conflict of interest” under applicable laws as
described in subsection 10.1.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 7
11. Indemnification.
11.1 Design Professional Services. To the fullest extent permitted by
law, the Consultant shall, at its sole cost and expense, indemnify 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
damages, liabilities, third party claims, judgments, liens, and losses including attorneys’
fees and costs of defense recoverable under applicable law, arising out of, pertaining to,
or relating to 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
and indemnify the Indemnitees that is charged to Consultant exceed Consultant’s
proportionate percentage of fault.
11.2 Other Indemnities. With respect to claims and liabilities which do
not arise in connection with the performance of professional services by a “design
professional”, as that term is defined in California Civil Code Section 2782.8(c),
including, but not limited to, those claims and liabilities normally covered by commercial
general and/or automobile liability insurance, and to the maximum extent permitted by
law, Consultant shall, at its sole cost and expense, protect, defend, hold harmless and
indemnify the Indemnitees from and against any and all damages, costs, expenses,
liabilities, claims, demands, causes of action, proceedings, judgments, penalties, liens,
stop notices, and losses of any nature whatsoever, including fees of accountants,
attorneys and other professionals, and all costs associated therewith, and the payment of
all consequential damages (collectively “Damages”), in law or equity, whether actual,
alleged or threatened, which arise out of, pertain to, or relate to the acts or omissions of
Consultant, its officers, agents, servants, employees, subcontractors, materialmen,
suppliers, or contractors, or their officers, agents, servants or employees (or any entity or
individual for which or whom Consultant shall bear legal liability) in the performance of
this Agreement, except to the extent the Damages arise from the active or sole negligence
or willful misconduct of any of the Indemnitees, as determined by final arbitration or
court decision or by the agreement of the Parties. Consultant shall defend the
Indemnitees in any action or actions filed in connection with any Damages with counsel
of the Indemnitees’ choice, and shall pay all costs and expenses, including all attorneys’
fees and experts’ costs as they are actually incurred in connection with such defense.
Consultant shall reimburse the Indemnitees for any and all legal expenses and costs
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 8
incurred by the Indemnitees in connection therewith. The indemnification obligation
herein shall not in any way be limited by the insurance obligations contained in this
Agreement.
. 11.3 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that
they may possess against Consultant because of the acceptance by City, or the deposit
with City, of any insurance policy or certificate required pursuant to this Agreement.
11.4 Waiver of Right of Subrogation. Except as otherwise expressly
provided in this Agreement, Consultant, on behalf of itself and all parties claiming under
or through it, hereby waives all rights of subrogation against the Indemnitees, while acting
within the scope of their duties, from all claims, losses and liabilities arising out of or
incident to activities or operations performed by or on behalf of the Consultant.
11.5 Survival. The provisions of this Section 11 shall survive the
termination of the Agreement and are in addition to any other rights or remedies which
Indemnitees may have under the law. Payment is not required as a condition precedent to
an Indemnitee’s right to recover under this indemnity provision, and an entry of judgment
against Consultant shall be conclusive in favor of the Indemnitee’s right to recover under
this indemnity provision.
12. Insurance.
12.1 Liability Insurance. Consultant shall procure and maintain in full
force and effect for the duration of this Agreement, insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the
performance of the services hereunder by Consultant, and/or its agents, representatives,
employees and subcontractors.
12.2 Minimum Scope of Insurance. Unless otherwise approved by City,
coverage shall be at least as broad as:
(1) Insurance Services Office Commercial General Liability
coverage (occurrence form CG 0001).
(2) Insurance Services Office form number CA 0001 (Ed. 1/87)
covering Automobile Liability, code 1 (any auto).
(3) Worker’s Compensation insurance as required by the State
of California, and Employer’s Liability Insurance.
(4) Professional Liability insurance in a form approved by the
City, having an extended reporting period of not less than
three (3) years after completion of the Services which shall
provide protection against claims of professional negligence
arising out of Consultant’s performance of the Services and
otherwise complying with all applicable
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 9
less than:
provisions of this Section 12. The policy shall be endorsed
to include contractual liability to the extent insurable.
12.3 Minimum Limits of Insurance. Consultant shall maintain limits no
(1) Commercial General Liability: $2,000,000 per occurrence
for bodily injury, personal injury and property damage.
Commercial General Liability Insurance with a general
aggregate limit shall apply separately to this Agreement or
the general limit shall be twice the required occurrence limit.
(2) Automobile Liability: $2,000,000 per accident for bodily
injury and property damage.
(3) Employer’s Liability: $1,000,000 per accident and in the
aggregate for bodily injury or disease and Workers’
Compensation Insurance in the amount required by law.
(4) Professional Liability: $1,000,000 per claim/aggregate.
(5) The Insurance obligations under this agreement shall be the
greater of (i) the Insurance coverages and limits carried by
the Contractor; or (ii) the minimum insurance requirements
shown in this Agreement. Any insurance proceeds in excess
of the specified limits and coverage required which are
applicable to a given loss, shall be available to the City. No
representation is made that the minimum insurance
requirements of this Agreement are sufficient to cover the
obligations of the Contractor under this Agreement.
12.4 Deductibles and Self-Insured Retentions. Any deductibles or self-
insured retentions must be declared to and approved by the City and shall not reduce the
limits of coverage. City reserves the right to obtain a full certified copy of any required
insurance policy and endorsements.
12.5 Other Insurance Provisions.
(1) The commercial general liability and automobile liability
policies are to contain the following provisions on a separate
additionally insured endorsement naming the City, its
officers, officials, employees, designated volunteers and
agents serving as independent contractors in the role of City
officials as additional insureds as respects: liability arising
out of activities performed by or on behalf of Consultant;
products and completed operations of
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 10
Consultant; premises owned, occupied or used by
Consultant; and/or automobiles owned, leased, hired or
borrowed by Consultant. The coverage shall contain no
limitations on the scope of protection afforded to City, its
officers, officials, employees, designated volunteers or
agents serving as independent contractors in the role of City
officials which are not also limitations applicable to the
named insured.
(2) For any claims related to this Agreement, Consultant’s
insurance coverage shall be primary insurance as respects
City, its officers, officials, employees, designated volunteers
and agents serving as independent contractors in the role of
City or officials. Any insurance or self- insurance
maintained by City, its officers, officials, employees,
designated volunteers or agents serving as independent
contractors in the role of City officials shall be excess of
Consultant’s insurance and shall not contribute with it.
(3) Consultant’s insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with
respect to the limits of the insurer’s liability.
(4) Each insurance policy required by this clause shall be
endorsed to state that coverage shall not be canceled except
after 30 days prior written notice by first class mail has been
given to City (ten (10) days prior written notice for non-
payment of premium). Consultant shall provide thirty
(30) days written notice to City prior to implementation of a
reduction of limits or material change of insurance coverage
as specified herein.
(5) Each insurance policy, required by this clause shall
expressly waive the insurer’s right of subrogation against
City and its elected officials, officers, employees, servants,
attorneys, designated volunteers, and agents serving as
independent contractors in the role of City officials.
(6) Each policy shall be issued by an insurance company
approved in writing by City, which is admitted and licensed
to do business in the State of California and which is rated
A:VII or better according to the most recent A.M. Best Co.
Rating Guide.
(7) Each policy shall specify that any failure to comply with
reporting or other provisions of the required policy, including
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 11
breaches of warranty, shall not affect the coverage required
to be provided.
(8) Each policy shall specify that any and all costs of adjusting
and/or defending any claim against any insured, including
court costs and attorneys' fees, shall be paid in addition to and
shall not deplete any policy limits.
(9) Contractor shall provide any and all other required insurance,
endorsements, or exclusions as required by the City in any
request for proposals applicable to this Agreement.
12.6 Evidence of coverage. Prior to commencing performance under this
Agreement, the Consultant shall furnish the City with certificates and original
endorsements, or copies of each required policy, effecting and evidencing the insurance
coverage required by this Agreement including (1) Additional Insured Endorsement(s),
(2) Worker’s Compensation waiver of subrogation endorsement, and (3) General liability
declarations or endorsement page listing all policy endorsements. The endorsements shall
be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All
endorsements or policies shall be received and approved by the City before Consultant
commences performance. If performance of this Agreement shall extend beyond one year,
Consultant shall provide City with the required policies or endorsements evidencing
renewal of the required policies of insurance prior to the expiration of any required policies
of insurance.
12.7 Contractor agrees to include in all contracts with all subcontractors
performing work pursuant to this Agreement, the same requirements and provisions of this
Agreement including the indemnity and insurance requirements to the extent they apply to
the scope of any such subcontractor’s work. Contractor shall require its subcontractors to
be bound to Contractor and City in the same manner and to the same extent as Contractor
is bound to City pursuant to this Agreement, and to require each of its subcontractors to
include these same provisions in its contract with any sub- subcontractor.
13. Cooperation. In the event any claim or action is brought against City
relating to Consultant’s performance or services rendered under this Agreement,
Consultant shall render any reasonable assistance and cooperation that City might require.
City shall compensate Consultant for any litigation support services in an amount to be
agreed upon by the parties.
14. Termination. City shall have the right to terminate this Agreement at any
time for any or no reason on not less than ten (10) days prior written notice to Consultant.
In the event City exercises its right to terminate this Agreement, City shall pay Consultant
for any services satisfactorily rendered prior to the effective date of the termination,
provided Consultant is not then in breach of this Agreement. Consultant shall have no
other claim against City by reason of such termination, including any claim
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 12
for compensation. City may terminate for cause following a default remaining uncured
more than five (5) business days after service of a notice to cure on the breaching party.
Consultant may terminate this Agreement for cause upon giving the City ten (10) business
days prior written notice for any of the following: (1) uncured breach by the City of any
material term of this Agreement, including but not limited to Payment Terms; (2) material
changes in the conditions under which this Agreement was entered into, coupled with the
failure of the parties to reach accord on the fees and charges for any Additional Services
required because of such changes.
15. Notices. Any notices, bills, invoices, or reports authorized or required by
this Agreement shall be in writing and shall be deemed received on (a) the day of delivery
if delivered by hand or overnight courier service during Consultant’s and City’s regular
business hours; or (b) on the third business day following deposit in the United States mail,
postage prepaid, to the addresses set forth in this Section, or to such other addresses as the
parties may, from time to time, designate in writing pursuant to the provisions of this
Section.
All notices shall be addressed as follows:
If to City: City of Rancho Cucamonga
Engineering Services Department
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
Attn: Marlena Perez, Principal Engineer
If to Consultant: PBK Architects, Inc.
8163 Rochester Avenue
Rancho Cucamonga, CA 91730
Attn: Bruce Ou, Principal
16. Non-Discrimination and Equal Employment Opportunity. In the
performance of this Agreement, Consultant shall not discriminate against any employee,
subcontractor, or applicant for employment because of race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical
condition, or sexual orientation. Consultant will take affirmative action to ensure that
subcontractors and applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, religion, sex, marital status, national
origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.
17. Assignment and Subcontracting. Consultant shall not assign or transfer
any interest in this Agreement or subcontract the performance of any of Consultant’s
obligations hereunder without City’s prior written consent. Except as provided herein, any
attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations
arising hereunder shall be null, void and of no effect.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 13
18 Compliance with Laws. Consultant shall comply with all applicable federal,
state and local laws, ordinances, codes and regulations in force at the time Consultant
performs the Services. Consultant is aware of the requirements of California Labor Code
Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations,
Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), which require the payment of
prevailing wage rates and the performance of other requirements on “public works” and
“maintenance” projects. If the Services are being performed as part of an applicable
“public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if
the total compensation is $1,000 or more, Consultant agrees to fully comply with such
Prevailing Wage Laws. The applicable prevailing wage rate determinations can be found
at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm
Consultant shall make copies of the prevailing rates of per diem wages for each craft,
classification or type of worker needed to execute the Services available to interested
parties upon request, and shall post copies at the Consultant’s principal place of business
and at the Project site. Consultant shall defend, indemnify and hold the City, its elected
officials, officers, employees and agents free and harmless from any claim or liability
arising out of any failure or alleged failure to comply with the Prevailing Wage Laws.
19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of
any one or more of the conditions of performance under this Agreement shall not be a
waiver of any other condition of performance under this Agreement. In no event shall the
making by City of any payment to Consultant constitute or be construed as a waiver by
City of any breach of covenant, or any default which may then exist on the part of
Consultant, and the making of any such payment by City shall in no way impair or
prejudice any right or remedy available to City with regard to such breach or default.
20. Attorney’s Fees. In the event that either party to this Agreement shall
commence any legal action or proceeding to enforce or interpret the provisions of this
Agreement, the prevailing party in such action or proceeding shall be entitled to recover
its costs of suit, including reasonable attorney’s fees and costs of experts. Attorney fees
and costs referenced in this Article are recoverable only if allowed under applicable law
and provided that the party claiming to be the prevailing party recovers above a bona fide
written settlement offer; or a party successfully defends and prevents recovery above a
bona fide written settlement offer. If neither of these conditions are met, the parties agree
to bear their own respective attorney’s fees, expert fees and court costs.
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
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 14
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.
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: PBK Architects, Inc.
By: ______________________________
Name Bob Lavey Date
______________________________
Title
City of Rancho Cucamonga
By:________________________________
Name Date
_________________________________
Title
By: ______________________________
Name Gilbert Baez Date
______________________________
Title
(Two signatures required if corporation)
Rancho Cucamonga Fire Protection District
By:________________________________
Name Date
_________________________________
Title
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8
Managing Senior Principal
9/15/2025 | 10:36 AM PDT
Managing Senior Principal
9/12/2025 | 9:58 AM PDT
Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
Mayor/President
10/2/2025 | 11:23 AM PDT
10/2/2025 | 2:30 PM PDT
Fire Chief
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 15
EXHIBIT A
REQUEST FOR STATEMENT OF QUALIFICATIONS
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 16
EXHIBIT B
CONSULTANT PROPOSAL
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
Ci
t
y
o
f
R
a
n
c
h
o
C
u
c
a
m
o
n
g
a
Re
q
u
e
s
t
f
o
r
S
t
a
t
e
m
e
n
t
o
f
Q
u
a
l
i
f
i
c
a
t
i
o
n
s
(
S
O
Q
)
#
2
4
/
2
5
-
5
0
1
VA
R
I
O
U
S
O
N
-
CA
L
L
S
E
R
V
I
C
E
S
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
CHP HEADQUARTERS
SAN DIEGO, CA
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
January 13, 2024 Marlene Perez, Principal Engineer
City of Rancho Cucamonga
Purchasing Division
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
Re: Proposal for Various On-Call Services
Request for Statement of Qualifications (SOQ) #24/25-501
City of Rancho Cucamonga
Dear Marlena Perez and Selection Committee,
On behalf of PBK and our entire consulting team, thank you for the opportunity to submit our proposal for Various On-
Call Services. As you may already be aware, our firm specializes in the planning and design of a wide variety of municipal
facilities. We have designed hundreds of such facilities, each of which is specifically tailored to the unique requirements
of the City and the communities they serve. We have extensive experience with the City of Rancho Cucamonga, and have
completed various projects such as Fire Stations 3, 4, 5, and 6. Our experience with the City also includes the Victoria
Gardens Community/Cultural Center, as well as as the Rancho Cucamonga Animal Shelter. As you can imagine, we believe
our specific knowledge and local presence makes us uniquely qualified for your upcoming projects.
I will be the Principal-in-Charge of the project and will be the main point of contact from design through construction. All
work will be completed in our office in Rancho Cucamonga.
Thank you again for this opportunity. If you should have any questions or require any additional information, please do not
hesitate to contact me at any time. We look forward to hearing from you.
Very truly yours,
BRUCE OU
AIA, Architect, NCARB, LEED AP
Principal
Bruce.Ou@pbk.com
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
FIRE STATION 4
RANCHO CUCAMONGA, CA
TABLE OF CONTENTS
4.3 EXECUTIVE SUMMARY
Key Highlights
Availability of Staff
4.4 FIRM EXPERIENCE/QUALIFICATIONS
Introduction
Better Together
Relevant Experience
Selected Projects
Additional References
4.5 THIRD PARTY/SUBCONTRACORS
Sub-consulting Team
Resumes
4.6 STAFF RESUMES AND ORGANIZATIONAL CHART
PBK Team
Resumes
Organizational Chart
4.7 PROJECT MANAGEMENT APPROACH
Understanding
Methodology
Project Committee
Quality Assurance
1
3
25
27
37
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
1
4.3 Executive Summary
For over 50 years, the primary focus of PBK has been the
design and construction of outstanding public facilities.
Municipal and Public Agency clients make up much of the
work for our firm. Our project team consists of experienced
professionals who have worked together on many similar
public agency projects for over 25 years. We believe our
qualifications within this proposal reflect the best local team
available to the City.
Our multidisciplinary team combines expertise in
architectural engineering, planning, and construction
administration to deliver projects that exceed client
expectations in quality, functionality, and efficiency. PBK’s
local presence, including our Rancho Cucamonga office,
ensures a deep understanding of regional codes, standards,
and community values, enabling us to seamlessly integrate
into the City’s processes and culture.
A. KEY HIGHLIGHTS
Extensive Experience: PBK has successfully completed
numerous projects for municipal clients, including ADA
compliance upgrades, facility renovations, and new
construction.
Comprehensive Services: Our offerings include architectural
design, cost estimation, preparation of technical
specifications, and construction support, ensuring holistic
project execution from concept to completion.
Local Expertise: With a strong presence in Rancho
Cucamonga since 1986, we bring unparalleled familiarity with
local regulations and community needs.
Collaborative Approach: We prioritize stakeholder
engagement, ensuring all voices are heard and reflected in
project outcomes.
Qualified Team: Our professionals are licensed in California,
bringing specialized knowledge in architectural and
engineering disciplines essential to the scope of work for any
project.
B. AVAILABILITY OF STAFF
Our team is committed to delivering the highest level of
service to all our clients, and we would not pursue work
if we were not fully confident in our ability to meet that
standard. The team that we propose will remain available
throughout the contract and will not be removed without
prior approval from the City of Rancho Cucamonga. With
over 300 California-based team members and a long-
standing commitment to our clients, we never overextend our
resources.
PBK’s commitment to quality, efficiency, and partnership
ensures we are prepared to meet and exceed the City of
Rancho Cucamonga’s expectations for this on-call contract.
We look forward to collaborating with the City on its
continued growth and success.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
2
DELANO COMMUNITY CENTER
DELANO, CA
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
3
4.4 Firm Experience/Qualifications
ESTABLISHED IN 1974 | BASED IN RANCHO CUCAMONGA SINCE 1986
A. INTRODUCTION
For more than five decades, PBK
has served as an award-winning
pioneer for architectural and
engineering design solutions for
clients in public safety, education,
healthcare, sports, and corporate
business. The firm embraces a unique
business culture that prioritizes
customer service and approaches
each project without preconceived
notions in order to deliver custom
solutions that effectively address the
unique needs of each client. Since
we completed our first public facility
over 50 years ago, we have strived to
become experts in the areas of fire,
police, municipal, and community
facilities throughout California. We
have designed hundreds of public
facilities, each of which is specifically
tailored to the unique requirements
of the communities they serve. As
department needs have changed,
so has PBK. We have expanded our
expertise to include drill towers
and training facilities, vehicle
maintenance, dispatch centers, and
emergency operations centers. PBK
is proud to be considered one of the
leaders in the design of municipal and
civic facilities.
B. BETTER TOGETHER
In October 2020, PBK Architects
merged with WLC Architects. The
merger has been in the planning
stages for several years in order
to maintain a seamless transition
in regard to customer service,
quality, and attention to detail. With
27 offices nationwide and over 900
design professionals, PBK is one of
the largest architectural firms in the
country and continues to embrace a
culture which prioritizes customer
service.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
4
PRESENT FIRM SIZE | 937 PERSONNEL
POSITION FIRM WIDE CALIFORNIA
Architects 511 147
Engineers 165 51
Designers 71 23
Construction Administration 55 9
Landscape 12 4
Corporate/Business/IT 108 40
Roofing 24 12
Administrative 64 16
TOTAL 1030 302
RANCHO CUCAMONGA
8163 Rochester Ave
Rancho Cucamonga, CA 91730
909.987.0909
SAN DIEGO
4250 Executive Square, Suite 101
La Jolla, CA 92037
619.695.0400
FOLSOM
1110 Iron Point Road, Suite 200
Folsom, CA 95630
916.355.9922
BERKELEY
2600 Tenth Street, Suite 700
Berkeley, CA 94710
510.450.1999
SAN LUIS OBISPO
1327 Archer Street, Suite 110
San Luis Obispo, CA 93401
805.329.3076
ANAHEIM
2400 E Katella Ave, Suite 950
Anaheim, CA 92806
949.548.5000
LOS ANGELES
360 East 2nd Street, Suite 705
Los Angeles, CA 90012
323.800.3330
FRESNO
7790 North Palm Ave, Suite 300
Fresno, CA 93711
559.448.8400
BAKERSFIELD
4900 California Ave, Suite 130-A
Bakersfield, CA 93309
661.509.2099
PRIMARY DISCIPLINE, RESOURCE AND SERVICES
PBK provides complete architectural services, urban and regional planning, and
interior design. Structural, civil, electrical, mechanical, acoustical engineering, and
landscape architecture are all provided by retention of appropriate consultants highly
experienced within the desired disciplines.
CURRENT WORKLOAD
The current workload of the staff listed in this Proposal is such that we are in an
excellent position to begin your project immediately. The entire project team will
remain with your project through completion. Work will be performed in our office in
Rancho Cucamonga.
FINANCIAL REFERENCES
Mr. Vince Gottuso, Citizens Business Bank. 909.483.4301
Mr. Scott Maxwell, Swenson Corporation. 909.989.5867
Ms. Donna Melton, AG Risk Management Services. 281.760.2977
INSURANCE
A general liability insurance policy with a minimum coverage limit of $2.0 million is
carried by the firm as standard coverage. A professional liability insurance and errors
and omissions with minimum coverage limits of $5.0 million is carried by the firm as
standard coverage. Insurance will be in place at the time of contract execution.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
5
C. RELEVANT EXPERIENCE
With 50+ years of experience, PBK is a leader in the design of Civic and Municipal facilities. Our work has been recognized
at state and national levels by the American Institute of Architects, International Association of Fire Chiefs, International
Association of Police Chiefs, California Energy Commission, the Environmental Protection Agency, and the California Parks and
Recreation Society.
Municipal and Public Agency clients make up a majority of the work in the studio proposed for your new projects. Our design
team consists of experienced professionals who have worked together on many public agency projects. All of the key consultants
we have proposed work within the immediate project area and were selected because of their collective expertise.
The following is a selection of projects we are currently designing or have recently completed:
UTILITY AGENCIES
• Big Bear Lake DWP Water Operations Facilties
• Upper San Gabriel MWD District Headquarters
• Valley County Water District Headquarters
• Yuba Water Agency Administration Facilities
• Cucamonga Valley Water District Remodel
• Victor Valley Wastewater Reclamation Lab
• Inland Empire Utilities Agency Lab
• Southern California Gas Company Engineer Center
•Coachella Valley Water District Administration Center
• Coachella Valley Water District Laboratory
• Irvine Ranch Water District Master Plan
• Victor Valley Water District Headquarters
• Azusa Light and Water Administration Facility
• Glendale Water and Power Stores Building
• Southern California Gas Energy Resource Center
• Inland Empire Utilities Agency Headquarters
• SCE Agricultural Technology Application Center
• American Honda Motor Company
• UCI National Fuel Cell Research Center
• Elyze Clifford Interpretive Center
ANIMAL FACILITIES
• Rancho Cucamonga Animal Shelter
• Rancho Cucamonga Animal Shelter Addition
• Hesperia Animal Shelter
• LA County Animal Shelter
• Visalia Animal Shelter
• Coachella Valley Animal Shelter
• Tulare Animal Services Center
• Morena Valley Animal Shelter
• Yuba City Animal Services Floor Plan Study
CIVIC CENTERS
• Yucaipa Civic Center
• Avalon Civic Center
• Walnut City Hall
• American Canyon City Hall
• Big Bear Lake Civic Center
• Grand Terrace Civic Center
• Banning Civic Center
• Citrus Heights City Hall
• City of Gilroy Civic Center
• City of Clovis Civic Center
• Laguna Woods City Hall Renovation
• Escondido City Hall Renovation
MAINTENANCE FACILITIES
• Brea Maintenance Yard
• Chino Maintenance Yard
• San Carlos Corporate Yard
LAW ENFORCEMENT
• Upland Police Facility
• Montclair Police Facility Headquarters
• Ontario Fire and Police Administrative Facilities
• Ontario Precom and Emergency Operations Center
• County of San Bernardino Trona Sheriff’s Substation
• Monrovia Police Facility
• Clovis Police and Fire Facility
• Burbank Police and Fire Facility
• Manhattan Beach Police and Fire Facility
• San Marcos Sheriff Facility
• Oceanside Police and Records Facility
• Escondido Police and Fire Administration
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
6
FIRE STATIONS
• Rancho Cucamonga Fire Station 175
• Rancho Cucamonga Fire Station 176
• Rancho Cucamonga Fire Station 174
• Rancho Cucamonga Fire Station 173
• Los Angeles Fire Station 15
• Los Angeles Fire Station 39
• Los Angeles Fire Station 7
• Chino Fire Station 1
• Chino Fire Station 2
• Chino Fire Station 3
• Chino Fire Station 7
• Chino Fire Training Center
• Manhattan Beach Fire Station 2
• Anaheim Fire Station 5
• Newport Beach Fire Station 2
• Monterey Park Fire Station 62
• Costa Mesa Fire Station 1
• Newport Beach Fire Station 5
• Eastvale Fire Station 31
• Sendero Ranch Fire Station 56
• Fontana Fire Station 73
• Malibu Fire Station 71
• San Diego Fire Station 45
• Ontario Fire Station 9
• Chino Fire Station 3
• Tustin Fire Station 37
• Carlsbad Fire Station 3
• Bonsall Fire Station 5
• Hesperia Fire Station 301
• Mecca Fire Station 40
• Simi Valley Fire Station 47
• Fontana Fire Station 71
• Rialto Fire Station 202
• Cypress Fire Station 17
• Scottsdale Fire Station 8
• San Mateo Fire Station 23
• Stanton Fire Station 46
• Scottsdale Fire Station 1
• LAX - ARFF Station 80
• San Jose Fire Station 2
• Fremont Fire Station 11
• Escondido Fire & Police HQ
• Hesperia Fire Station 305
• Fremont Fire Station 2
• Culver City Fire Station 3
COMMUNITY CENTERS
• Victoria Gardens Community/Cultural Center
• La Verne Teen Center
• Montclair Youth Center
• Yucaipa Community Center
• Delano Community Center
• Agoura Hills Calabasas Community Center
• Murrieta Teen Center
• Woodbridge Community Center, Irvine
• Rancho Santa Susana Community Center
• Cameron Park Community Center
• Rainbow Acres Community Center
• Fontana Community Center
• Cameron Park Community Center
• Citrus Park Community Center
• Corona Comunity Center
SENIOR CENTERS
• Montclair Senior Center
• Fontana Senior Center
• Glendale Adult Recreation Center
• Murrieta Teen Center
• Chino Senior Center
• Cerritos Senior Center
• American Canyon Senior Center
• Murrieta Senior Center
RECREATIONAL FACILITIES
• Maclaren Coommunity Park
• Esencia Sports Park
• Norm Ross Sports Park
• Dunlap Community Park
• Family YMCA of Upland
• Chino Hills Sports Park
• Patricia Birdsall Sports Park
• Glendale Aquatic Facility
• Jurupa Valley Aquatic Center
• Santa Clarita Aquatic Center
D. SELECTED PROJECTS
The following pages provide some additional information on
specific projects in progress or completed by our firm:
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
7
VALLEY COUNTY WATER DISTRICT HEADQUARTERS
Baldwin Park, CA
Project Cost:
$10,425,124
Square Footage:
Administration/Operations: 11,487
Warehouse: 3,635
Completion Date:
March 2023
Contact:
Jose Martinez
General Manager
Valley County Water District
(626) 338-7301
jmartinez@vcwd.org
The Valley County Water District constructed a new headquarters facility in the City of
Baldwin Park. Located on a 2.4 acre site in a mostly industrial area, the project included
new areas for administration and operations as well as a new 3,635 sf warehouse
building. The new administration areas included a public lobby, staff offices, break
areas, and boardroom. The new operations area included staff offices, meeting rooms,
shower and locker facilities, and workout facility. The entire facility is supported by an
emergency generator.
Site features included visitor parking, secured staff parking and an above grade fuel
island. A large demonstration garden is open to the public and accessible from the main
entrance.
Architecturally, the building utilized a combination of plaster and metal panels for a
more contemporary look. Elevated massing provided for deep overhangs and expansive
clerestory lighting. The warehouse facility incorporated the same materials and colors
insuring the facility has a unified appearance.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
8
FIRE STATION 2
Newport Beach, CA
Project Cost:
$6,289,000
Square Footage:
12,000
Completion Date:
August 2022
Contact:
Mr. Peter Tauscher
Project Engineer
City of Newport Beach
(949) 644-3316
ptauscher@newportbeachca.gov
Fire Station 2 is a new 12,000 sf Fire Station built by the City of Newport Beach. The 0.4
acre site is located on the Balboa Peninsula in a mixed use area of the City.
The Station is designed to accommodate 10 fire fighters in an individual dormitory
setting. Other station features include a 3-bay, double-deep apparatus room,
administrative offices, kitchen, dining room, day room, physical training room, and the
various support spaces required for a facility of this type. Secured fire fighter parking
is included on site. The project also includes a small, stand-alone restroom building
dedicated for public use.
Designed with a definitive coastal appearance, the station’s architecture celebrates
Newport Beach’s Cape Cod aesthetic. Materials include simulated wood siding,
asphalt shingles, and a variety of trellis and railing elements. A lighthouse element
incorporated at the building entry completes the overall design.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
9
UPPER SAN GABRIEL VALLEY MUNICIPAL WATER DISTRICT HEADQUARTERS
San Gabriel, CA
Project Budget:
$3,200,000
Square Footage:
16,300
Completion Date:
November 2022
References:
Mr. Tom Love
General Manager
Upper San Gabriel Valley Municipal
Water District
(626) 443-2297
tom@usgvmwd.org
The new District Headquarters facility is an adaptive re-use of a 1980’s office building
that was in need of a major restoration. The 16,000 square foot structure is located in
the City of Monrovia. The three-story structure is composed of two levels of office space
over grade level parking.
The entire interior of the building was demolished to make space for the District’s office
and boardroom. A unique aspect of the project restoration was exposing the massive
glue-laminated beams and heavy timber posts that supported the floor and roof
structure. The post and beams were refinished to match a new wood ceiling system in
the main board room.
New heavy-gauge wire mesh panels and automatic gate were installed at the parking
level to provide safety and security for staff. The renovation also included all new
mechanical, plumbing, electrical, and security systems. The building’s exterior plaster
finish was repainted and re-insulated. A new white reflective roof completes the
renovation which exceeded CalGreen minimum standards for sustainability.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
10
FIRE STATION 1
Orange, CA
Project Cost:
$17,500,000
Square Footage:
28,300
Completion Date:
March 2022
Contact:
Mr. Matt Nelson
Administrative Captain
City of Orange
(714) 288-2506
mnelson@cityoforange.org
Fire Station 1 is a new two-story 28,300 sf facility built by the City of Orange. The project
is designed to include both Fire Station 1 and the Department Headquarters for the City
of Orange Fire Department.
The Station is designed to accommodate 12 fire fighters in an individual dormitory
setting. Other station features include a 4-bay, double-deep apparatus room,
administrative offices, kitchen, dining room, day room, physical training room, display
area, training classroom, and the various support spaces required for a facility of this
type. The project also includes the remodel of an adjacent premanufactured building
scheduled to be used for the storage of reserve apparatus.
Site features include visitor parking, secured fire fighter parking, and an above ground
fuel station. An adjacent site provides additional parking for administrative staff. The
station includes an extensive photovoltaic system on both the building and parking area.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
11
FIRE STATION 9
Ontario, CA
Project Cost:
$7,894,760
Square Footage:
10,476
Completion Date:
January 2022
Contact:
Mr. Raymond Gayk
Fire Chief
Ontario Fire Department
(909) 395-2002
rgayk@ci.ontario.ca.us
Fire Station 9 is a new 10,476 sf fire station built by the City of Ontario. The 1.2 acre site
is located in a new residential development in the southern portion of the city.
The Station is designed to accommodate 10 fire fighters in an individual dormitory
setting. Other station features include a 3-bay, double-deep apparatus room,
administrative offices, kitchen, dining room, day room, physical training room, training
classroom, and the various support spaces required for a facility of this type. Site
features include visitor parking, secured fire fighter parking, hose tower, and an above
grade fuel island.
Architecturally, the station is designed to present a more historical appearance. Plaster,
brick veneer, and pre-cast concrete elements are combined with traditional turn-of-
the-century detailing. Sloped roof forms are used in conjunction with parapet areas
designed to screen mechanical equipment.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
12
FIRE AND POLICE TRAINING CENTER
Ontario, CA
Project Cost:
$8,519,610
Square Footage:
Classroom Building - 3,388
Fire Training Tower - 14,475
Burn Building - 2,372
Completion Date:
June 2020
Contact:
Mr. Mike Pelletier
Deputy Chief (R)
Ontario Fire Department
(909) 229-3333
leykers@msn.com
The new fire and police training center is located on a 4.5 acre site directly adjacent
to Fire Station 3 in the City of Ontario. The project includes a new burn building along
with an expansive training complex. The facility includes both five-story and six-story
training towers. The classroom building includes administrative offices, restrooms,
break area and multiple classrooms. The classrooms include both tiered and flat-floor
layouts for maximum flexibility.
Site features include a new concrete perimeter road, training grounds, above grade
vent props, pump test pit, utility props, and an extensive confined space prop. Additional
parking was also provided over the entire site.
Located in a largely industrial area, the project uses various colors and textures of
concrete masonry to help blend with the community and give the buildings a sense
of scale. Residential, commercial, and industrial forms provide for a wide variety of
training scenarios.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
13
POLICE STATION REMODEL
Newport Beach, CA
Project Cost:
Phase 1 - $500,000
Phase 2 - $691,000
Phase 3 - $762,000
Square Footage:
Phase 1 - 5,280
Phase 2 - 1,994
Phase 3 - 4,636
Completion Date:
Phase 1 - October 2018
Phase 2 - December 2020
Phase 3 - June 2021
Contact:
Mr. Peter Tauscher
Project Manager
City of Newport Beach
(949) 644-3330
ptauscher@newportbeach.ca.gov
Originally constructed in 1973, the Newport Beach Police Department is
currently being remodeled in multiple phases. Due to the nature of the original
construction and a very small site, additions or renovations to the facility present
a unique set of challenges.
Phase 1 included a complete interior renovation of the detective division,
interview rooms, CAP office, CSI, SIU, CSU, and briefing room. Phase 1 also
included a new kitchen area, organization of the existing battery charging area,
and new audio visual equipment.
Phase 2 included a complete remodel of the gun range, armory, and range
master office. This phase also includes the remodel of the gun cleaning area.
Phase 3 includes the remodel of the staff shower and locker facilities. This phase
will also include the addition of an accessible parking area in the secure area of
the station.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
14
FIRE STATION 2 REMODEL
Ontario, CA
Project Cost:
$680,000
Square Footage:
Fire Station - 2,561
Fitness Room - 600
Completion Date:
July 2017
Contact:
Mr. Mike Pelletier
Deputy Chief (R)
Ontario Fire Department
(909) 229-3333
leykers@msn.com
Fire Station 2 was originally constructed in 1983 for the Ontario Fire Department. The
station is only 2,561 sf in addition to a 2-bay, double-deep apparatus room. An extensive
remodel of the living areas was required in order to accommodate changes in staffing,
administrative office requirements and gender privacy. New station features include
individual dormitories, kitchen, dining, dayroom, administrative areas and the various
support spaces required for a project of this type.
Exterior improvements included new plaster, paint, and asphalt shingle roofing. Parking
areas for both fire fighters and visitors was modified to enhance the drive through
capability of the station as well as visitor accessibility.
The project also included a new 600 sf stand-alone fitness building located in the secure
area of the station.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
15
The following are some specific references for our firm. PBK takes great pride in not only the facilities we help create but the
relationships that develop with many County, City, Fire, and Law Enforcement representatives.
ORANGE COUNTY FIRE AUTHORITY
Mr. Steve Chambers, Property Manager (R)
Orange County Fire Authority
Phone: (714) 720-4499
Email: stevechambers1922@gmail.com
Mr. Chris DeCoursey, Construction Mgr. (R)
Orange County Fire Authority
Phone: (949) 887-9368
Email: chrisdecoursey59@gmail.com
SAN MARCOS FIRE DEPARTMENT
Mr. Brett Van Wey, Fire Chief (R)
San Marcos Fire Department
Phone: (760) 594-4700
Email: bkid@msn.com
Mr. Todd Newman, Fire Chief (R)
San Marcos Fire Department
Phone: (760) 594-4704
Email: newman62@aol.com
Mr. Greg Woolf, Division Chief (R)
San Marcos Fire Department
Phone: (760) 594-4705
Email: gwoolf1950@cox.net
CHINO VALLEY FIRE DISTRICT
Mr. Luke Nurre, Fire Fighter (R)
Chino Valley Independent Fire District
Phone: (909) 907-0166
Email: lnurre@charter.net
Mr. Scott Atkinson, Deputy Chief (R)
Chino Valley Fire District
Phone: (909) 816-7682
scottatkinson006@gmail.com
FREMONT FIRE DEPARTMENT
Mr. Mike Avila, Fire Captain (R)
Fremont Fire Department
Phone: (925) 683-1802
Email: mavila1727@yahoo.com
POWAY FIRE DEPARTMENT
Mr. Jon Canavan, Fire Chief (R)
Poway Fire Department
Phone: (858) 735-4925
Email: jmcanavan@cox.net
CITY OF ESCONDIDO
Ms. Joyce Masterson, Asst. City Manager (R)
City of Escondido
Phone: (760) 715-8407
Email: masterson4@cox.net
CITY OF CARLSBAD
Mr. Terry L. Smith, Senior Civil Engineer (R)
City of Carlsbad
Phone: (760) 613-8205
Email: tlsmith60@yahoo.com
CARLSBAD FIRE DEPARTMENT
Mr. Chris Lawrence, Captain (R)
Carlsbad Fire Department
Phone: (760) 415-4679
Email: lairpie@hotmail.com
ONTARIO FIRE DEPARTMENT
Mr. Michael Pelletier, Deputy Chief (R)
Ontario Fire Department
Phone: (909) 229-3333
Email: leykers@msn.com
Mr. Raymond Gayk, Fire Chief
Ontario Fire Department
Phone: (909) 395-2002
Email: rgayk@ci.ontario.ca.us
SAN BERNARDINO COUNTY FIRE
Mr. Terry Welsh, Division Chief (R)
San Bernardino County Fire Department
Phone: (760) 954-7779
Email: tnkwelsh@verizon.net
Mr. Bryant O'Hara, Battalion Chief
San Bernardino County Fire Department
Phone: (909) 387-5974
Email: bohara@sbcfire.org
MURRIETA FIRE & RESCUE
Mr. Mike Lopez, Deputy Fire Chief
Murrieta Fire & Rescue
Phone: (760) 212-2569
Email: mlopez@murrietaca.gov
CITY OF CHINO
Mr. Michael A. Kolling, Project Manager (R)
City of Chino
Phone: (909) 664-6220
Email: kolling5@aol.com
Ms. Carolyn Baltzer, Project Manager
City of Chino
Phone: (909) 627-7577
Email: cbaltzer@cityofchino.org
SAN BERNARDINO COUNTY
Mr. Noel Castillo, Public Works Director
Department of Public Works
Phone: (909) 275-5889
Email: noel.castillo@dpw.sbcounty.gov
COUNTY OF RIVERSIDE
Ms. Anna E. Rodriguez, Project Manager
County of Riverside, EDA
Phone: (760) 863-2537
Email: aarodriguez@rivcoeda.org
Ms. Leah Rodriguez, Project Manager
County of Riverside, EDA
Phone: (760) 863-2534
Email: lmrodriguez@rivcoeda.org
NORTH COUNTY FIRE PROTECTION DIST.
Mr. Keith McReynolds, Fire Chief
North County Fire Protection District
Phone: (760) 497-2568
Email: kmcreynolds@ncfire.org
Mr. Steve Marovich, Battalion Commander (R)
North County Fire Protection District
Phone: (760) 497-2215
Email: steven.marovich@gmail.com
CITY OF FONTANA
Ms. Kimberly Young, Senior Civil Engineer
City of Fontana
Phone: (909) 350-7632
Email: kyoung@fontana.org
Mr. Weldon Babino, Project Manager (R)
City of Fontana
Phone: (909) 855-6201
Email: wbabino@ymail.com
LOS ANGELES WORLD AIRPORTS
Mr. Robert Falcon, Chief Airports Engineer
Los Angeles International Airport
Phone: (424) 646-5973
Email: rfalcon@lawa.org
SANTA MONICA FIRE DEPARTMENT
Mr. Jim Hone, Fire Chief (R)
Santa Monica Fire Department
Phone: (310) 749-3523
Email: jnhone@me.com
DEPARTMENT OF GENERAL SERVICES
Ms. Shelley Whitaker, Program Manager
Department of General Services
Phone: (916) 376-1674
Email: shelley.whitaker@dgs.ca.gov
MANHATTAN BEACH FIRE DEPARTMENT
Mr. Mike Boyd, Battalion Chief (R)
Manhattan Beach Fire Department
Phone: (714) 318-9811
Email: mboyd31@icloud.com
E. ADDITIONAL REFERENCES
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
16
CITY OF LOS ANGELES
Mr. Curt Klafta, Battalion Chief (R)
Los Angeles Fire Department
Phone: (805) 300-3256
Email: cmklafta@verizon.net
CITY OF PASADENA
Mr. Dale Torstenbo, Project Manager (R)
City of Pasadena
Phone: (626) 484-5640
Email: daletorstenbo@gmail.com
CITY OF HESPERIA
Mr. David R. Burkett, Project Manager
City of Hesperia
Phone: (760) 947-1202
Email: dburkett@cityofhesperia.us
CITY OF SAN DIEGO
Ms. Rowaida Jadan, Project Manager
City of San Diego
Phone: (619) 533-6655
Email: rjadan@sandiego.gov
SAN DIEGO FIRE DEPARTMENT
Mr. Kevin Ester, Assistant Fire Chief
San Diego Fire-Rescue Department
Phone: (858) 573-1359
Email: kester@sandiego.gov
CITY OF SAN MARCOS
Mr. Paul Malone, City Manager (R)
City of San Marcos
Phone: (760) 802-2487
Email: paulmalone@gmail.com
MONTEREY PARK FIRE DEPARTMENT
Mr. Matthew Hallock, Fire Chief
Monterey Park Fire Department
Phone: (626) 476-2226
Email: mhallock@montereypark.ca.gov
FOUNTAIN VALLEY FIRE DEPARTMENT
Mr. Ron Cookston, Fire Chief (R)
Fountain Valley Fire Department
Phone: (949) 589-8950
Email: roncookston@gmail.com
HUNTINGTON BEACH FIRE DEPARTMENT
Mr. Scott Haberle, Fire Chief
Huntington Beach Fire Department
Phone: (626) 705-4095
Email: scott.haberle@surfcity-hb.org
ORANGE CITY FIRE DEPARTMENT
Mr. Robert Stefano, Deputy Chief
Orange City Fire Department
Phone: (949) 533-2049
Email: rstefano@cityoforange.org
Mr. Matt Nelson, Administrative Captain
Orange City Fire Department
Phone: (714) 388-2500
Email: mnelson@cityoforange.org
NEWPORT BEACH FIRE DEPARTMENT
Mr. Jim Boland, Captain
Newport Beach Fire Department
Phone: (714) 915-4896
Email: jboland@nbfd.net
CITY OF NEWPORT BEACH
Mr. Mark Vukojevic, Public Works Director
City of Newport Beach
Phone: (949) 644-3319
Email: mvukojevic@newportbeachca.gov
Mr. Peter Tauscher, Project Engineer
City of Newport Beach
Phone: (949) 644-3316
Email: ptauscher@newportbeachca.gov
COSTA MESA FIRE DEPARTMENT
Mr. Tim Vasin, Battalion Chief
Costa Mesa Fire Department
Phone: (714) 754-5204
Email: timothy.vasin@costamesaca.gov
Mr. Jason Pyle, Division Chief
Costa Mesa Fire Department
Phone: (714) 754-5069
Email: jason.pyle@costamesaca.gov
CITY OF PALM DESERT
Ms. Lucero Leyva, Project Manager
City of Palm Desert
Phone: (760) 346-0611
Email: lleyva@palmdesert.gov
CITY OF COSTA MESA
Mr. Arash Rahimian, Associate Engineer
City of Costa Mesa
Phone: (714) 754-5069
Email: arash.rahimian@costamesaca.gov
ANAHEIM FIRE & RESCUE
Mr. Jeff Alario, Deputy Chief (R)
Anaheim Fire & Rescue
Phone: (714) 240-3419
Email: jalario44@gmail.com
VALLEY COUNTY WATER DISTRICT
Mr. Jose Martinez, General Manager
Valley County Water District
Phone: (909) 973-9553
Email: jmartinez@vcwd.org
USGVM WATER DISTRICT
Mr. Tom Love, General Manager
USGVM Water District
Phone: (626) 443-2297
Email: tom@usgvmwd.org
CITY OF ONTARIO
Mr. Dan Beers, Project Manager
City of Ontario
Phone: (909) 395-2806
Email: dbeers@ontario.gov
BIG BEAR LAKE WATER DISTRICT
Mr. Reggie Lamson, General Manager
City of Big Bear Lake
Phone: (909) 866-5050
Email: rlamson@bbldwp.com
CLAREMONT COLLEGES
Mr. David Simpson, Project Manager
The Claremont Colleges
Phone: (951) 217-6340
Email: david.simpson@claremont.edu
CONTRACTORS
Mr. Nathan Complin, Project Executive
Erickson-Hall Construction Co.
Phone: (760) 801-4284
Email: ncomplin@ericksonhall.com
Mr. Jon Wollam, Construction Manager
RC Construction Services
Phone: (909) 772-2654
Email: jon.wollam@rcconstruction.com
Mr. Bryan Aylor, Director of Construction
TELACU Construction Management
Phone: (714) 541-2390
Email: baylor@telacu.com
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
17
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
18
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
19
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
20
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
21
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
22
� r5 University of \li1 Southern California
August 6. 20 l 5
Re: Letter of �ecommendorion
WLC Architects Inc.
In the foll of 20 I 1 the Universiry of Southern California round itself in the unusual position of
having lo build o replacement for Fire Station 15 in the City of Los Angeles. After receiving
recommendo'1ons from various agencies. incluoing borh ·ne City of Los Angeles and the Los
Angeles Fire Deportment we retained WLC Architects. The proiecr was extremely complex. In
addition to our own design requirements the requirements of tne various city agencies os well
as those of the fire deportment. hod ro be consrontly addressed and incorporated. To make
matters worse the project hod o shorrened timefrome. and the schedule of o much larger
university project depended heavily on the completion of 'he station. WLC's knowledge,
experience, and ability to manage multiple client interests were instrumental in making the
project successful. They were always responsive and never lost sight of he best interests of rhe
project and the University. They ore o unique combinorion of professionalism and common
sense.
In summary, I would not hesitate to recommend WLC Arch11ects and I look forward to the
opportunity to work with them in the future.
Sincere
Progran Di ctor Capital Construction Development
University of Southern Cotifornia
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
23
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
24VICTORIA GARDENS COMMUNITY/CULTURAL CENTER
RANCHO CUCAMONGA, CA
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
25
CIVIL ENGINEERING
Epic Engineers
101 E. Redlands Blvd, Suite 146
Redlands, CA 92373
(909) 792-5969
Epic Engineers was incorporated in 1995, and specializes
in civil engineering. As an industry leader in California, they
have worked on hundreds of municipal projects throughout
the state. They also have extensive experience in the design
of utility infrastructure, master planning, and storm water
design. Epic Engineers has been working with our firm
since 2001.
STRUCTURAL ENGINEERING
R.M. Byrd/Miyamoto
1047 West Sixth Street, Suite A
Ontario, CA 91762
(909) 983-5599
R.M. Byrd and Associates, Inc. was founded in 1992
on fundamental principles designed to provide quality
consulting engineering services. In 2022, R.M. Byrd and
Associates officially joined Miyamoto International. The
merger will use the strengths of both companies to deliver
greater value and level of service to their clients. Rick Byrd,
President of R.M. Byrd/Miyamoto has been working with
our firm since 1986.
MECHANICAL ENGINEERING
Pocock Design Solutions
14451 Chambers Road #210
Tustin, CA 92780
(949) 417-3903
Pocock Design Solutions is a full-service mechanical and
plumbing engineering firm that has a diverse portfolio
of projects that are varied in size and complexity. Their
work includes public safety, colleges, universities,
schools, laboratories, hospitals, municipal, commercial
developments, retail, and entertainment venues. Tim
Pocock, President of Pocock Design Solutions, has been
working with our firm since 1986.
ELECTRICAL ENGINEERING
A&F Engineering Group
9320 Baseline Road, Suite C
Alta Loma, CA 91701
(909) 941-3008
A&F Engineering Group is an electrical engineering firm
specializing in power distribution, lighting, fire alarm
systems, security, communications systems, controls and
emergency power systems. Their experience includes public
safety facilities, dispatch centers, emergency operations
centers, and educational facilities. A&F Engineering Group
has been working with our firm since 2001.
4.5 Third-Party / Subcontractors
A. SUB-CONSULTING TEAM
We have selected our proposed consulting team based upon their combined technical expertise and capabilities for performing
necessary consulting services on facilities of similar size and scope. Our consultants are not specialty consultants brought in to
make up for our own lack of specific project experience. In most cases, we have a long history and close working relationship
with each firm. All of our consultants utilize computer-aided design and management systems to interface with our own CAD
systems. Specifically, our consulting team will be able to provide services in the following areas:
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
26
LANDSCAPE ARCHITECTURE
RJM Design Group
31591 Camino Capistrano
San Juan Capistrano, CA 92675
(949) 493-2600
Established in 1987, RJM Design Group has evolved into a
multi-disciplinary landscape architectural, planning, and
design firm committed to serving the needs of cities and
public agencies throughout California. They believe quality
design is the physical expression of fundamentally sound
ideas, infused with imagination and creativity. RJM Design
Group has been working with out firm since 1987.
TRAFFIC ENGINEERING
KOA Corporation
2141 West Orangewood Avenue, Suite A
Orange, CA 92868
(714) 573-0317
Founded in 1987, KOA is a leading provider in professional
services in the fields of transportation engineering, mobility
planning, traffic analysis, and construction management for
both public agencies and private sector clients. Their focus
on safety for all roadway users is the foundation of their
professional practice. KOA has been working with our firm
since 2000.
GEOTECHNICAL
Verdantas Inc.
10500 Civic Center Drive
Rancho Cucamonga, CA 91729
(909) 477-2740
Verdantas, Inc. has provided innovative design solutions
and field support for construction projects for more than
six decades. Specializing in geotechnical, environmental,
materials testing, and inspection, their several hundred
employees are strategically located throughout Southern
California. Verdantas has been working with our firm since
1989.
HAZARDOUS ASSESSMENT
Masek Consulting
23478 Sandstone Street
Mission Viejo, CA 92692
(949) 581-8503
Masek consulting is an environmental consulting company
which specializes in toxic material assessment, testing, and
remediation. Founded in 1992, they have both the equipment
and staff necessary for a wide variety of environmental
conditions. Masek Consulting has been working with our
firm since 2003.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
27
A. PBK TEAM
The staff which we propose for the Project Team is highly experienced and well qualified in the planning and design of civic and
municipal facilities. Our team members are skilled professionals having extensive experience in the assessment of space needs,
site and building analysis, programming, interior design, and organizational management.
BRUCE OU, Principal in Charge
Mr. Ou will serve as the Principal-in-Charge and Project
Architect for the duration of the project. He will be the primary
day-to-day contact and will be working closely with the Project
Committee and all members of the PBK consulting team. Mr.
Ou will manage the contract agreement and monitor scope,
budget, and schedule requirements.
JAIME MORENO, Project Manager
Mr. Moreno will serve as Project Manager and will be primarily
responsible for the layout and design of the project. Mr.
Moreno will also be responsible to ensure all programmatic
and code requirements are met. During the design phase, Mr.
Moreno will be responsible for producing design presentations
and other visual communication materials. Mr. Moreno will
coordinate the preparation of the final construction documents
and provide administrative support throughout the entire
construction process.
FRANK CUOMO, Quality/Cost Assurance
Mr. Cuomo will serve as our Quality Assurance/Cost
Coordinator. Mr. Cuomo oversees the entire office's work in
the areas of specifications, cost and quality control. He stays
abreast of all recent governmental changes and product
updates. Most importantly, he updates PBK's Contract
Document Checklist. This comprehensive document is used
by the design team and our consultants to ensure a thorough
review of your project prior to the start of construction.
4.6 Staff Resumes and Organizational Chart
KELLEY NEEDHAM, Architect, Senior Principal
Kelley Needham is a Senior Principal of the firm and
will serve as the Municipal Design Specialist. He will be
responsible for planning, coordinating, and administering
the project throughout all phases of development. Kelley
has a unique combination of public agency and municipal
facility experience that we believe will be important in the
overall success of your projects.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
28
Bruce Ou Architect, AIA, NCARB, LEED AP, Principal
Bruce Ou joined PBK in 2002. In his
role as a Principal-in-Charge, Mr. Ou is
responsible for the complete delivery
of the project from Concept through
Occupancy. PBK’s Principals are
intimately involved in all stages of project
delivery and actively participate with both
the PBK Project Team and the consulting
engineering disciplines. The Principal
has the corporate authority to sign all
Agreements and Contract Documents.
EDUCATION
University of California, Berkeley
College of Environmental Design
Master of Architecture
University of California, Berkeley
College of Environmental Design
Bachelor of Arts
Major - Architecture
Minor - Urban Planning
REGISTRATION
Architect, California - C34832
Architect, Hawaii - AR-19097
PROFESSIONAL AFFILIATIONS
American Institute of Architects, Secretary
(Executive Board of Directors) 2015-2018
Leadership in Energy and Environmental
Design (LEED AP)
National Council of Architectural
Registration Boards (NCARB)
PBK is a non-departmentalized office, the Principal-in-Charge works in close
coordination with the PBK Project Manager, Project Architect, and Design Team
members on a daily basis. Bruce is also responsible for oversight of the project
budget, schedule, and scope. He will author and/or oversee the composition of all
important written communication on your project.
FIRE STATIONS
• West Covina Fire Station 1
• Costa Mesa Fire Station 2
• Costa Mesa Fire Station 1 HVAC Improvements
• Laguna Fire Station 4
PUBLIC SAFETY
• Costa Mesa Fire Training Center
• Newport Beach Harbor Department Remodel
• Newport Beach Utility Department Remodel
CIVIC CENTERS
• Huntington Beach Explorer Training Center
LIBRARIES
• Huntington Beach Central Library Remodel
RECREATIONAL CENTERS
• Irvine William Woollett Jr. Aquatics Center
• Stanton Norm Ross Sports Park
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
29
Jaime Moreno Associate II, Senior Project Manager
EDUCATION
California State Polytechnic University,
Pomona
Bachelor of Architecture
PROFESSIONAL AFFILIATIONS
National Council of Architectural
Registration Boards
Inland Chapter, American Institute of
Architects
Jaime Moreno joined PBK in 2020, and
has extensive experience working with
municipalities throughout Southern
California. In his role as a Project
Manager, Mr. Moreno is responsible
for the complete delivery of the project
from concept through occupancy.
PBK's Project Managers are intimately
involved in all stages of project delivery
and actively participate with both the
PBK Project Team and the consulting
engineers. The Project Manager reports
directly to the Principal-in-Charge
and works in close coordination with
the Design Team members on a daily
basis. Mr. Moreno is also responsible
for overseeing and updating the Project
Budget, Schedule, and Scope.
TRAINING FACILITIES
• Fontana Training Center
• San Marcos Training Center
• Costa Mesa Training Center
• Huntington Beach Training Center
FIRE STATIONS
• Fontana Fire Station 81
• Fontana Fire Station 80
• Monterey Park Fire Station 62
• Newport Beach Fire Station 2
• Redlands Fire Station 262
• Ontario Fire Station 11
• Ontario Fire Station 1
• Vista Fire Station 3
• Manhattan Beach Fire Station 2
• Orange Fire Station 1
• Costa Mesa Fire Station 2
• Corona Fire Station 2
• Laguna Beach Fire Station 4
• Fountain Valley Fire Station 1
LAW ENFORCEMENT
• City of Orange Police Facility
• Newport Beach Police Station
• Placentia Public Safety Center
• Orange Police Department Lobby
CIVIC CENTERS
• Huntington Beach Explorer Training Center
• Newport Beach Harbor Department Remodel
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
30
Frank Cuomo Associate Principal, Qual. Assurance/Cost Coordinator
EDUCATION
University of Illinois, Champaign
School of Architecture, 1983
REGISTRATION
Architect, California - 27449
PROFESSIONAL AFFILIATIONS
Inland Chapter
American Institute of Architects
Mr. Cuomo has been with the firm since
1985 and as Quality Assurance/Cost
Coordinator is not assigned to just one
studio team. Instead, Mr. Cuomo acts as
a resource to the entire office, answering
technical questions, developing PBK's
specification system, and overseeing all
product literature.
Mr. Cuomo is responsible for PBK's
Contract Document Checklist. Each
project team and their consulting
engineers must complete this thorough
checklist before a PBK project is deemed
"ready for bid."
MUNICIPAL FACILITIES
• Upper San Gabriel MWD District Headquarters
• Montclair Youth and Teen Center
• Yucaipa Community Center
• Gilroy Civic Center
• Woodbridge Community Park
• Corona Community Center
• Yucaipa Civic Center
• City of Clovis Civic Center
PUBLIC SAFETY
• CSUSM Public Safety Building
• Placentia Public Safety Facility
• Folsom Police Department
• Santa Clarita Sheriff's Facility
• San Diego CHP Facility
• City of Commerce EOC
• Montclair Police Facility
• Escondido Police and Fire Facility
• Turlock Public Safety Facility
• Yucaipa Sheriff Facility
• Cathedral City Fire Station 411
• Gilroy Police Facility
• Clovis Police and Fire Facility
• San Marcos Training Facility
• San Marcos Sheriff's Facility
NEEDS ASSESSMENTS
• Menifee Police Facility
• Santa Clarita Sheriff Facility
• Yucaipa Sheriff Facility
• Gilroy Police Facility
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
31
Kelley Needham Architect, Senior Principal
Kelley Needham joined PBK in
April 1986. He has brought to the
firm a wide variety of experience
and expertise in project design and
construction document preparation.
His architectural education was
taught with a strong emphasis on
human needs and how to integrate
them into the built environment.
This emphasis was combined with a
methodical and logical design process
geared toward the achievement of
appropriate design solutions. He has
experience in a wide variety of project
types but has specialized in the
design of both public and essential
service facilities.
YEARS OF EXPERIENCE
38 years
YEARS WITH PBK
38 years
EDUCATION
Bachelor of Architecture
California Polytechnic University, Pomona
REGISTRATION
Architect, California - 19064
PROFESSIONAL AFFILIATIONS
Los Angeles Chapter
American Institute of Architects
CIVIC CENTERS
• Eastvale City Hall
• Yucaipa Civic Center
• Avalon CIty Hall
• Walnut City Hall
• Clovis Civic Center
• Citrus Heights City Hall
COMMUNITY CENTERS
• La Verne Teen Center
• Corona Community Center
• Live Oak Park Community Center
• Calabasas Community Center
• Yucaipa Community Center
WATER DISTRICTS
• Valley County Water District
• CVWD Remodel
• CVWD Administration
• Inland Empire Utilties Agency HQ
• Inland Empire Utilties Agency Lab
LAW ENFORCEMENT
• Placentia Public Safety Center
• Santa Clarita Valley Sheriff
• Upland Police Facility
• Escondido Police and Fire Facility
• Cabazon Sheriff's Facility
• Palomar College Police Facility
• CSU San Marcos Public Safety Facility
• San Diego County Sheriff's Facility
• Commerce EOC
PARKS
• Chino Hills Community Park
• Patricia H. Birdsall Sports Park
• Essencia Sports Park
FIRE STATIONS
• Los Angeles Fire Station 15
• Los Angeles Fire Station 7
• Los Angeles Fire Station 39
• Rancho Cucamonga FS 173
• Rancho Cucamonga FS 176
• Rancho Cucamonga FS 175
• Rancho Cucamonga FS 174
• Chino Fire Station 1
• Chino Fire Station 2
• Chino Fire Station 3
• Chino Fire Station 7
• Chino Fire Training Center
• Fontana Fire Station 80
• Fontana Fire Station 81
• Fontana Fire Station 71
• Fontana Fire Station 73
• Fontana Fire Station 74
• Fontana Fire Station 77
• Fontana Fire Station 78
• Eastvale Fire Station 2
• Malibu Fire Station 71
• Carlsbad Fire Station 3
• San Diego Fire Station 45
• Bonsall Fire Station 5
• Ontario Fire Station 9
• Vernon Fire Station 4
• Rialto Fire Station 1
• Rialto Fire Station 2
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
32
Thomas Edward Carcelli Principal, civTEC
EDUCATION
California State Polytechnic University,
Pomona
Master of Architecture
University of California, Irvine
Bachelor of Science in Civil Engineering
REGISTRATIONS
Licensed Prof. Engineer - CA RCE #81640
Qual. SWPPP Developer (QSD) - C-81640
PROFESSIONAL AFFILIATIONS
ASCE - Member
Tom Carcelli has over 25 years of experience in the civil engineering field with a
particular emphasis on parks and recreation, commercial/industrial, education
and public works projects. His extensive design and management experience in
all phases of civil engineering for land development projects throughout Southern
California includes grading, water quality, hydrology, hydraulics, storm drain,
water/sewer, survey/mapping and street design.
EXPERIENCE
• Chino Valley Fire Station 8
• Costa Mesa Fire Station 2
• Costa Mesa Training Center
• Vista Fire Station 3
• Ontario Fire Station 11 (Temporary)
Richard M. Byrd President, R.M. Byrd/Miyamoto
As President of R.M. Byrd/Miyamoto, Mr. Byrd has dedicated his career to the
implementation of the fundamental principles of Structural Engineering. With
his Architectural Engineering education background and an appreciation for
Architecture, he has a respect and understanding of the needs of the firm’s
clients. Whether working with Architects, Developers, Building Owners,
Contractors, or Public Agencies, the process begins with needs assessment,
performance criteria evaluation, and cost considerations.
EDUCATION
California Polytechnic State University
San Luis Obispo
Bachelor of Science, Architectural
Engineering, 1984
REGISTRATIONS
CA Civil Engineer No. CE41857
CA Structural Engineer No. SE3350
PROFESSIONAL AFFILIATIONS
Structural Engineers Association of CA
Consulting Engineers Association of CA
EXPERIENCE
• USGVM Water District HQ
• Big Bear Lake DWP Master Plan
• Valley County Water District
Headquarters
• Coachella Valley Water District
Administration Building
• Glendale Water and Power
Corporate Yard
• City of Highland Corporate Yard
• City of Rancho Cucamonga
Corporate Yard
• Cucamonga Valley Water District
Demonstration Facility
• Coachella Valley Water District
Laboratory
• Ontario Fire Station 1
• Newport Beach Fire Station 2
• Newport Beach Fire Station 5
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
33
EXPERIENCE
• Riverside County Early Childhood
Learning Center
• Palm Springs USD District
Education/Administration Center
• Menifee USD District Education
Center
• Irvine USD Portola High School
• Cucamonga SD Los Amigos
Elementary School
• Cucamonga SD Cucamonga Middle
School
• Cucamonga SD Cucamonga High
School
• Moreno Valley USD Moreno Valley
Elementary School
• Muroc Joint USD Desert High School
Troy Molaug President, Civil Engineer, EPIC Engineers
Mr. Molaug, president of Epic Engineers is a registered Civil Engineer and QSD in the
State of California with more than 25 years of professional experience. He provides
his clients services that are timely, cost effective, and that incorporate functional
solutions that help to ensure the success of their projects. Over the years Mr. Molaug
has provided plans and feasibility studies for Hospitals, Developers, Public Agencies,
and School Districts for potential site modifications with the clients immediate and
long-term needs considered.
EDUCATION
California State Polytechnic
University, Pomona
Bachelor of Science
REGISTRATION
Professional Engineer, C-59118
PROFESSIONAL AFFILIATIONS
ASCE
CASQA
Rolando E. Sotelo Principal, A&F Engineering Group
As a principal of the firm, Mr. Sotelo serves as the Chief Engineer for A&F
Engineering Group, Inc. ventures. Mr. Sotelo has over twenty years of experience
and has completed projects throughout Southern California. His expertise has
been an integral part of large and small projects that include civic centers,
educational facilities, medical centers, office buildings, commercial centers and
industrial plants.
EDUCATION
B.S., Electrical Engineering,
California State University, Long Beach
REGISTRATIONS
California License E17229
Arizona License E48795
PROFESSIONAL AFFILIATIONS
Nat. Society of Prof. Engineers (NSPE)
CA Society of Prof. Engineers (CSPE)
Institute of Electrical and Electronic
Engineers (IEEE)
EXPERIENCE
• USGVM Water District Headquarters
• Big Bear Lake DWP Master Plan
• Valley County Water District
Headquarters
• Coachella Valley Water District
Laboratory
• Thompson Building T.I. State Water
Resources Control Board Renovation
• Ontario Fire Station 1
• Ontario Fire Station 9
• Manhattan Beach Fire Station 2
• Dana Point Fire Station 29
• Malibu Fire Station 71
• Costa Mesa Fire Station 1
• Anaheim Fire Station 5
• Newport Beach Fire Station 5
• Monterey Park Fire Station 62
• Monterey Park Fire Station 61
• Fontana Fire Station 73
• Fontana Fire Station 71
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
34
Larry P. Ryan Principal, RJM Design Group
EDUCATION
University of California, Berkeley, CA
Bachelor of Landscape Architecture
CERTIFICATIONS
Disadvantaged Business Enterprise
Minority Business Enterprise
Women Business Enterprise
PROFESSIONAL AFFILIATIONS
Licensed Landscape Architect #1746
CLARB Registration
Amer. Society of Landscape Arch. (ASLA)
Jason D. Hertzberg Principal Engineer, Verdantas, Inc.
Mr. Hertzberg has 18 years of experience in various areas of roadway,
transportation, public works, water, wastewater, and residential developments
throughout Southern California. He has performed geotechnical investigations
from the most preliminary stages through site investigation, laboratory testing,
data analysis, and report preparation for various types of civil facilities. Mr.
Hertzberg’s areas of expertise include seismic and liquefaction hazards analysis,
foundation design, soil reinforcement, slope stability analysis, and the use of
computer applications for geotechnical engineering.EDUCATION
M.S., Civil Engineering, specialization in
Geotechnical Engineering
California State University, Long Beach
B.S., Civil Engineering
Cal State Polytechnic University,
Pomona
REGISTRATIONS
CA Geotechnical Engineer – 2711
CA Registered Civil Engineer – 61778
EXPERIENCE
• USGVM Water District Headquarters
• Big Bear Lake DWP Master Plan
• CSUF Corporate Yard
• Claremont Corporation Yard
• Corona Corporate Yard
• Indio Public Works Yard
• Santa Monica Maintenance Yard
• Murrieta Maintenance Yard
• Newport Beach Corporate Yard
• Rancho Cucamonga Public Works
Building Corporate Yard
• San Gabriel Public Works New
Administration, Fleet Maintenance,
Engineering and Field Operations
• Santa Ana Corporate Yard
• Ontario Fire Station 9
Larry Ryan is a founding principal of RJM Design Group, Inc. During his 20 years
of experience Mr. Ryan has been involved with a wide variety of planning and
landscape architectural projects that range from master planned communities
to neighborhood parks. His project involvement encompasses all phases of
site development, including concept formulation, agency processing, design
development, and construction implementation.
EXPERIENCE
• Newport Beach Fire Station 5
• Newport Beach Fire Station 2
• Sendero Ranch FS 56
• Carlsbad Fire Station 3
• Anaheim Fire Station 11
• Culver City Fire Station 3
• San Marcos Fire Station 4
• Carlsbad Fire Station 6
• Chino Fire Station 63
• Dana Point Fire Station 29
• Lake Forest Fire Station 19
• San Marcos Fire Station 2
• San Bernardino Fire Station 232
• Rancho Cucamonga FS 173
• La Quinta Fire Station 93
• Rancho Cucamonga FS 176
• Rancho Cucamonga FS 175
• Rancho Cucamonga FS 174
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
35
EXPERIENCE
• Costa Mesa Fire Station 1
• San Diego Fire Station 45
• North Valley Fire Station 7
• Bonsall Fire Station 5
• Van Nuys Fire Station 39
• Eastvale Fire Station 2
• Costa Mesa Fire Station 2
• La Quinta Fire Station
• Thousand Palms Fire Station
• Rancho Cucamonga FS 5
• Manhattan Beach Fire Station 2
• Orange Fire Station 1
George Rhyner Senior Transportation Engineer, KOA Corporation
EDUCATION
MS, Civil Engineering
Stanford University, Stanford, CA
BS, Civil Engineering
Marquette University, Milwaukee, WI
REGISTRATIONS
Professional Engineer,Civil, CA #47763
Professional Engineer,Traffic, CA #2143
PROFESSIONAL AFFILIATIONS
Institute of Transportation Engineers
Urban Land Institute
Mr. Rhyner has managed/worked on a wide range of transportation planning and
traffic engineering projects. He has served on Master Plan development teams
to provide input on transportation considerations, developing transportation
demand forecasting and impact analysis procedures that conform to California
Environmental Quality Act/National Environmental Policy Act (CEQA/NEPA)
standards, and leading technical analyses of the transportation issues. Mr.
Rhyner also manages the development of transportation improvement plans to
implement alternative transportation mode improvements.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
36
B. ORGANIZATIONAL CHART
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
37
A. UNDERSTANDING
It is our understanding that the City of Rancho Cucamonga
wishes to receive proposals from qualified firms to provide
various on-call services. Architectural Engineering Design
Services include, but are not limited to adherence to the
City's design guidelines and knowledge of:
• Preliminary architectural design including planning and
cost estimating
• Preparation of plans, technical specifications, and cost
estimates for new structures or modifications of existing
structures
• Preparation of sketches, renderings, and materials
boards providing alternative architectural concepts and
designs
• Preparation of 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
preparation of record drawings
B. METHODOLOGY
Our firm consistently utilizes a Design Team approach for
establishing project delivery and control during all phases
of planning and design. The primary contact will be our
Principal-in-Charge, Bruce Ou, AIA. The Principal-in-
Charge will be responsible for coordinating our in-house
architectural team and our consultant team. The Team
remains with the project from concept through completion.
Therefore, continuity of the project participants and of the
process is achieved. The Design Team shall produce all
necessary reports, studies, drawings, models, renderings,
and cost estimates, and shall perform all necessary
administrative, management, and coordination services
throughout the entire course of the project.
Our organization reflects a commitment towards planning
and design in a team approach rather than on an individual
basis. We feel that the final product can be substantially
improved by a process which reflects many more design
alternatives and ideas available for consideration and input.
We believe that the success of the project depends upon
involving all appropriate parties early on and throughout
the planning and design process. It is important that the
City and Department staff provide review and input early
on in the conceptual Design Phase of the project. With our
municipal design experience, it is our job to explore options
and alternatives that meet the needs of the program, and to
provide design schemes that can be depended upon to be the
best possible solutions.
C. PROJECT COMMITTEE
Our approach to your project depends upon a participatory
process with key staff members who are involved within
a given consideration of each of the project areas. We
recommend that a Project Committee be established with a
specific review process to enhance project communications.
The exchange of information is critical to the process of
planning, design, and construction. Periodic progress
and review meetings will be established with milestone
presentations and periods for comprehensive review during
the entire project process. Beneficial and informal design
workshops are also envisioned to explore options and
alternatives likely to be discovered in the planning and design
process.
4.7 Project Management Approach
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
38
D. QUALITY ASSURANCE
1. COST ESTIMATING
Our proposal provides cost estimating as an integrated
function attached to each and every design phase of the
project. During the design phases of this project, cost
estimates will be prepared during schematic design,
design development, and at 60% and 90% complete final
construction documents. Our construction cost control
process ensures updated construction costs by linking value
engineering to the project design. This approach helps
make certain that the project budget is clearly recognized
and understood by all project team decision-makers.
The successful completion of a winning facility design
requires accuracy in estimating and compliance
with allowable building costs as a prerequisite to the
implementation of any proposed design option. A majority
of our projects involve state and federal funding processes.
Failure to comply with funding limitations will mean failure
to get the project built. Consequently, PBK has developed
the necessary cost estimating and project cost control
systems within the design studio to ensure that construction
cost limitations are achieved during both design and
construction. Our cost estimating system uses completed
projects as the primary source of a networked cost data
base with secondary levels of data derived from leading cost
estimating resource publications combined with current
projects. The cost estimating process is interactive with the
design and planning process, and constantly links estimated
project development costs with allowable budgets.
2. MEETING DESIGN OBJECTIVES WITHIN AVAILABLE
BUDGETS
The objective of financial planning and scheduling is to
identify the resources necessary to implement facility
concepts. A thorough assessment of project costs,
scheduling requirements, and development scenarios is
needed. Evaluations will include the required expenditures
for land acquisition, infrastructure, site amenities, and
indirect costs related to furniture, equipment, professional
and construction services, testing, fees, and permits.
During the Design Development Phase, PBK will provide
Value Engineering Analysis consisting of the review of cost,
quality, and time influences of proposed building materials,
systems, and construction methods relative to design
objectives.
3. PROJECT CONSTRUCTIBILITY
PBK schedules ongoing constructibility reviews between all
consultant disciplines and Project Team members throughout
all project phases. These activities consist of review,
coordination, oversight, and administrative functions including
the following:
• Continuing consultation in development of the Project.
• Preparation of constructibility review comment
checklists.
• Project-related research to confirm industry standards.
• Conduct routinely scheduled workshops.
• Preparation and tracking of all project
communications.
• Publication of progress reports, drawings, and project
status.
• Direction of the work by skilled in-house personnel.
• Coordination between all disciplines for the Project.
• Use of Quality Control Document Checklist.
OPENLY SHARE KNOWLEDGE AND EXPERIENCE
PBK unifying principle No. 7
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
ONTARIO FIRE TRAINING CENTER
ONTARIO, CA
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
Section Tab 2: Project Team
and Experience
WHY PBK?
“PBK was a fantastic firm to work with. They listened to every word I had to say
and delivered the perfect design on the first try - which was exactly what I was
looking for.”
Curt Klafta, Battalion Chief
Los Angeles Fire Department
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
RANCHO CUCAMONGA
8163 Rochester Avenue
Rancho Cucamonga, CA 91730
909.987.0909
BERKELEY
2600 Tenth Street, Suite 700
Berkeley, CA 94710
510.450.1999
SAN DIEGO
4250 Executive Square, Suite 101
San Diego, CA 92037
619.695.0400
FOLSOM
1110 Iron Point Road, Suite 200
Folsom, CA 95630
916.355.992
SAN LUIS OBISPO
1327 Archer Street, Suite 110
San Luis Obispo, CA 93401
805.329.3076
ORANGE COUNTY
600 Anton Boulevard, Suite 1375
Costa Mesa, CA 92626
949.548.5000
LOS ANGELES
360 East 2nd Street, Suite 705
Los Angeles, CA 90012
323.800.3330
FRESNO
7790 North Palm Avenue
Fresno, CA 93711
559.448.8400
BAKERSFIELD
4900 California Ave, Suite 130-A
Barkersfield, CA 93309
661.509.2099
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
5.7 Architectural Engineering
PBK offers comprehensive Architectural Engineering Design Services tailored to meet the diverse needs of on-call projects while
aligning with the City of Rancho Cucamonga’s design guidelines. These services include, but are not limited to:
• Preliminary architectural design including planning and cost estimating
• Preparation of plans, technical specifications, and cost estimates for new structures or modifications of existing structures
• Preparation of sketches, renderings, and materials boards providing alternative architectural concepts and designs
• Preparation of 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 preparation of record drawings
In addition to the services indicated in the RFP, the following is a list of the basic activities and services anticipated for your projects:
PROJECT PLANNING, SITE ASSESSMENT
We’ll kick off the project by reviewing responsibilities, schedules,
and procedures with the owner’s project manager. PBK will
then conduct a detailed review of available plans and develop an
understanding of each project. Our A/E team will follow up with
site visits and work with the City to evaluate existing conditions
and current operations. We’ll assess existing conditions of
all buildings to identify opportunities and constraints related
to the building’s architectural, structural, electrical, lighting,
mechanical, fire sprinkler, and plumbing systems. Finally, our
team will conduct meetings with the City Staff to refine the scope
of the proposed improvements required and distribute minutes.
SCHEMATIC DESIGN
Preliminary design concepts will be prepared for review and
approval of design direction. These preliminary concepts will be
developed into schematic drawings and submitted to the City
for review/approval. Code compliance and regulations will be
reviewed with local building officials during this time as well.
Preliminary cost estimates will be developed throughout the SD
phase and submitted before receiving final approval to proceed
from the City.
DESIGN DEVELOPMENT
Utilizing the approved schematic plans, we’ll prepare and submit
100% DD demolition, site, architectural, structural, mechanical,
plumbing, and electrical drawings and specifications to establish
the project budget. The cost estimate will be updated as we
progress through the DD phase. Utility coordination will occur as
needed. A finish presentation will be prepared and submitted that
includes all materials, finishes, and colors for the spaces.
CONSTRUCTION DOCUMENTS
Based on the approved SD and DD documents, we’ll develop
construction documents in order to obtain proper permitting
and enable construction of the project. Specifications will be
prepared that include supplementary General Conditions, Special
Conditions, and Technical Specifications. The cost estimate will be
continually updated, and utility coordination will regularly occur.
We’ll submit progress sets for review/approval by the City at 50%
and 90% completion. Any comments will be incorporated, and a
Final CD set will be submitted for permit approval.
BID AND AWARD
PBK will prepare and submit Bid Documents, final cost
documents, structural calculations, and final estimates for
bidding according to Prevailing Wage Requirements and the CA
Public Contract Code. We’ll interpret plans and specs as required
during the process and respond to RFIs from potential bidders.
Addenda will be prepared as needed and issued to bidders. PBK
will participate in Bid Meetings and assist the City Staff with Bid
Results.
CONSTRUCTION PHASE
PBK will attend construction meetings on a regular basis and
participate in a pre-construction conference with the selected
contractor. We’ll assist City Staff, contractor, construction
manager, and inspector with interpretation of plans and
specifications, RFIs, analysis of change conditions, development
of corrective actions, and review of submittals. We’ll coordinate
revisions for all disciplines during the entire permitting process.
Finally, we’ll conduct project close-out inspections, prepare the
final punch list, and, upon completion of construction, PBK will
assist with preparation of the Record Drawings.
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
5.7 Architectural Engineering
In addition to architectural engineering services, our consulting team will be able to provide services in the following areas:
LANDSCAPE ARCHITECTURE
RJM Design Group
31591 Camino Capistrano
San Juan Capistrano, CA 92675
(949) 493-2600
TRAFFIC ENGINEERING
KOA Corporation
2141 West Orangewood Avenue, Suite A
Orange, CA 92868
(714) 573-0317
GEOTECHNICAL
Verdantas Inc.
10500 Civic Center Drive
Rancho Cucamonga, CA 91729
(909) 477-2740
CIVIL ENGINEERING
Epic Engineers
101 E. Redlands Blvd, Suite 146
Redlands, CA 92373
(909) 792-5969
STRUCTURAL ENGINEERING
R.M. Byrd/Miyamoto
1047 West Sixth Street, Suite A
Ontario, CA 91762
(909) 983-5599
MECHANICAL ENGINEERING
Pocock Design Solutions
14451 Chambers Road #210
Tustin, CA 92780
(949) 417-3903
ELECTRICAL ENGINEERING
A&F Engineering Group
9320 Baseline Road, Suite C
Alta Loma, CA 91701
(909) 941-3008
Prepared By:
BRUCE OU
AIA, Architect, NCARB, LEED AP
Principal
Bruce.Ou@pbk.com
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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.
Bruce Ou
N/A
Principal
1/13/2024
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 24 of 30
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY”
Mark the appropriate choice, below:
_____ Vendors accepts the PSA without exception.
OR
_____ Vendors proposes exceptions to the PSA.
Summarize all exceptions on a separate document. Enclose a written summary of each change and title as
“Exception Summary”, which shall include the Vendors’ rationale for proposing each such exception. Each
exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the
submitted summary may deem the response as non-responsive.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
X
Bruce Ou
Principal
1/13/2024
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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.
PBK Architects, Inc.
Bruce Ou
Bruce Ou
Principal
Principal
1/13/2024
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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.
No. 001
Bruce Ou
Principal
1/13/2024
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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.
Bruce Ou
PBK Architects, Inc.
Principal
1/13/2024
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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.
5 years
X
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
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.
Bruce Ou
bruce.ou@pbk.com
(909) 987-0909
www.pbk.com
8163 Rochester Avenue
Rancho Cucamonga, CA 91730
PBK Architects, Inc.
Principal
1/13/2024
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29
PBK Architects, Inc.
Billing Rates
Attachment 'A'
California
Effective June 1,2025 - May 31, 2026
Senior Principal 400.00$
Principal/Client Executive/Director (President/VP)350.00$
Senior Project Manager/Director 310.00$
Project Manager 300.00$
Senior Project Architect 275.00$
Project Architect 260.00$
Construction Services Manager 250.00$
Construction Services Coordinator/Construction
Administrator 200.00$
Production Staff (Job Captain, Asst. PM, Project
Coord., Design Coord., Associates, Tech. Designer)180.00$
Draftsman 180.00$
Interior Designer 170.00$
Designer 130.00$
Administrative 120.00$
Ar
c
h
i
t
e
c
t
u
r
e
Docusign Envelope ID: A3A7D3B8-670A-4A51-8072-56AA901D0EE8Docusign Envelope ID: D140DC56-D461-4F68-9558-3557E2133CB1Docusign Envelope ID: 561FAD6C-913C-40C3-9A09-0237BEE20C29