Loading...
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