Loading...
HomeMy WebLinkAboutGillis & Panichapan Architects, Inc. - 2025-08-19 ,r�ilS��,Grn�• 2000 Main Street, Huntington Beach,CA .- It;_� 92648 City of Huntington Beach APPROVED 7-0 File #: 25-553 MEETING DATE: 8/19/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Ashley Wysocki, Director of Community & Library Services PREPARED BY: Chris Cole, Community & Library Services Manager Subject: Approve and authorize execution of Professional Services Contracts for On-Call Multi- Discipline Architectural Engineering, Landscape Architectural Engineering and Professional Consulting Services with Bureau Veritas North America, Inc., Dahlin Group Inc., David Volz Desigp Landscape Architects, Inc., M. Arthur Gensler & Associates, Inc. (Gensler), Gillis + Panichapan Architects, Inc., HAl Hirsch & Associates, Inc., IDS Group, Inc., Johnson Favaro, LLP, Michael Baker International, Inc., NUVIS, PBK Architects, Inc., RDC-S111, Inc., DBA Studio One Eleven, RJM Design Group, Inc., RRM Design Group, SVA Architects, Inc., and Verde Design, Inc. each in an amount not to exceed $1,000,000 over a three-year term Approve and authorize Amendment No. 2 to extend the contract terms for two additional years for On-Call Architectural Engineering & Professional Consulting Services for Kitchell/CEM, Inc. and Westberg White, Inc. Statement of Issue: The Community & Library Services and Public Works Departments require multi-discipline architectural engineering, landscape architectural engineering, and professional design consulting services on an on-call, as-needed basis for architectural engineering, landscape architectural engineering, and professional consulting services for design and construction administration for capital projects and city facilities. Financial Impact: The FY 2025/26 Capital Improvement Program (CIP) includes over $8.6 million in new and continuing appropriations for beach, facilities, and park development projects. With the additional projects anticipated to be scheduled in future years, there is a need to approve new on-call Professional Services Agreements for project design, efficiency, and continuity purposes. The recommended contracts, each with a "not-to-exceed" amount of$1,000,000, would be utilized for approved CIP projects, based on the discipline needed to advance the project into the next development phase. The $1,000,000 amount is the "not-to-exceed" amount over the life of the City of Huntington Beach Page 1 of 9 Printed on 8/14/2025 powered by Legistar"' 77 File #: 25-553 MEETING DATE: 8/19/2025 contract, not a guaranteed amount. No funds will be expended under these contracts unless approved as part of the City's Annual Budget. As such, no additional funding is required for this action. Additionally, no additional funding is required to approve the two contract term extensions for On-Call Architectural Engineering & Professional Consulting Services for Kitchell/CEM, Inc. and Westberg White, Inc. Project funds have already been encumbered with no need for additional funding. Recommended Action: A) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Bureau Veritas North America, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, .- B) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Dahlin Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, C) Approve and authorize the Mayor and City Clerk to execute "Professional Services Contract between the City of Huntington Beach and David Volz Design Landscape Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, D) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Arthur M. Gensler, Jr. & Associates, Inc. (Gensler) for On- Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, E) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract. between the City of Huntington Beach and Gillis + Panichapan Architects, Inc. for On-Call Architectural Engineering. Landscape Architectural Engineering. and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, .• F) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and HAI Hirsch & Associates, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, G) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and IDS Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, H) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Johnson Favaro, LLP for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an City of Huntington Beach Page 2 of 9 Printed an 8/14/2025 powered by Legistar" . aretiV l.� 78 File #: 25-553 MEETING DATE: 8/19/2025 amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, I) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Michael Baker International, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, J) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and NUVIS for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, K) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and PBK Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, L) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and RDC-S111, Inc., DBA Studio One Eleven for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, M) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and RJM Design Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, N) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and RRM Design Group for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, 0) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and SVA Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, P) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Verde Design, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term. Q) Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Kitchell/CEM, Inc. for On-Call Architectural Engineering & Professional Consulting Services to extend the term for two additional years until July 19, 2027; and, R) Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Westberg White, Inc. for On-Call Architectural Engineering & Professional City of Huntington Beach Page 3 of 9 Printed on 8/14/2025 powered by LegistarT" x0,i- frOt) file) 79 I ' • I File#: 25-553 MEETING DATE: 8/19/2025 Consulting Services to extend the term for two additional years until July 19, 2027. Alternative Action(s): Do not approve the recommended actions and direct staff accordingly. i i II I Analysis: On March 17, 2025, a Request for Qualifications (RFQ) for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services was requested and submitted in compliance with Chapter 3.03 of the Huntington Beach Municipal Code. Proposals were due by 4:00 PM on Tuesday, April 29, 2025. Thirty-three (33) proposals were received and reviewed by staff from.Public Works and Community & Library Services. Proposals were ranked based on six (6) categories: Compliance with RFQ Requirements; Understanding of the Project-Methodology; Qualifications and Experience; Educational Background; Cost/Price; and References. Each element was ranked based on factors between 1-5 and weighted as noted: Understanding of the Project-Methodology (25); Qualifications and Experience (25); Cost/Price (25); Compliance with RFQ requirements (10); Educational Background (10); and References (5). Based on this review, staff recommend awarding contracts to the sixteen (16) firms listed below for three-year terms each as shown in Attachment 1. Architectural Engineering and Landscape Architectural Engineering 1. Bureau Veritas North America, Inc. 2. Dahlin Group Inc. 3. M. Arthur Gensler, Jr. &Associates, Inc. (Gensler) 4. Gillis + Panichapan Architects, Inc. 5. IDS Group, Inc. 6. Johnson Favaro, LLP 7. NUVIS 8. PBK Architects, Inc. 9. RDC-S111 Inc., DBA Studio One Eleven 10. RRM Design Group 11. SVA Architects, Inc. Landscape Architectural Engineering -Only 12. David Volz Design Landscape Architects, Inc. 13. HAI Hirsch &Associates, Inc. 14. Michael Baker International, Inc. 15. RJM Design Group, Inc. 16. Verde Design, Inc. By contracting with the above firms, the Community & Library Services and Public Works Departments will have more options and a larger pool of qualified consultants for any given project based on each consultant's specific area of expertise. For example, some firms specialize in master City of Huntington Beach Page 4 of 9 Printed on 8/14/2025 powered by legistarw 80 _ 1 File#: 25-553 MEETING DATE: 8/19/2025 plans, park development, geotechnical, elevators, structures, and new builds, etc. Fewer on-call consultants limits staffs ability to schedule and manage projects in an efficient manner. Consultants with specific areas of expertise often have substantial workloads and may have conflicts in adhering to the requested timeline. With multiple consultants, staff will have increased flexibility in scheduling project design tasks or even scheduling projects simultaneously, creating a more timely and effective process. The use of multiple contracts also assists in creating a competitive climate between firms, which is advantageous in securing the best pricing. In general, the Standard Operating Procedure (SOP) in administering on-call contracts is for staff to issue task orders for each project based upon the scope of services. For task orders greater than $50,000, the City will typically solicit proposals from two or more of the qualified consultants. Bids are requested from the on-call list, based on the firm's !, specialty. For example, architectural-only firms will be asked to bid on library, facility, structural, and electrical projects and landscape-only firms will be asked for park development, right-of-way, etc. The firms that can do both will be used the same way. As part of the RFQ process, all firms had to provide work history and specialties, and the dual functioning firms are able to take on a larger variety of projects. The scope of work for architectural engineering, landscape architecture engineering, and professional consulting firms may involve all phases of a development project. The following summarizes the major elements of the scope of work included in the RFQ. Preliminary Plans and Design - Prepare alternative preliminary layouts, surveying, architectural services, and estimates of probable cost for alternatives, and prepare details and calculations. Present alternatives, as needed at staff and/or City Council meetings, and provide recommendations and analyses of the advantages of each alternative. Entitlements/Permits -As a primary consultant, assist the City in obtaining entitlements and approvals from applicable agencies for environmental and/or other permits as may be required. Construction Documents - Prepare designs, plans, specifications, cost estimates and contract bidding documents. The City shall review the construction documents at the preliminary engineering, sixty (60%), ninety percent (90%), and final documents stages. Landscape, Architectural, Engineering Services - Provide landscape, architectural, planning, and design services primarily for existing City parks, facilities, community centers, clubhouses, i.e., tenant improvements, ADA modifications, etc., and park developments, as well as City medians and public spaces. Prepare sketches, renderings, and materials boards providing alternative architectural concepts, designs, and options that can be applied to project requirements. Prepare construction drawings for bidding and archival purposes, as well as technical specifications for materials and methods. The Consultant may be required to perform or assist in environmental assessments, material testing, civil and soils engineering and building architecture. Technical Reports and Analysis - Prepare needs assessments, master plans, and technical studies such as park development fee analysis, including public outreach, community workshops and City of Huntington Beach Page 5 of 9 Printed on 8/14/2025 powered by Legiatar" 81 - 1 File#: 25-553 MEETING DATE: 8/19/2025 surveys. Bidding Stage -Assist the City in answering bidders' questions, attend pre-bid conferences and job walks, prepare addenda, analyze bids, and recommend award. Construction Stage -Attend pre-construction conference, monitor construction schedule, visit construction site as required for progress and quality of work. Assist the contract manager, contractor, and inspector with interpretation of the plans, specifications, analysis of changed conditions, development of corrective action, review of shop drawings, and other required tasks. Architectural/Landscape Architectural Engineering Services - Provide landscape, architectural, planning, and design services primarily for existing City parks, facilities, community centers, clubhouses i.e., tenant improvements, ADA modifications, etc., and park developments, as well as City medians and public spaces. Prepare sketches, renderings, and materials boards providing alternative architectural concepts, designs, and options that can be applied to project requirements. Prepare architect's/engineer's cost estimates. In addition to the services listed above, using sub-consultants or in-house personnel, landscape architect firms may be required to perform environmental assessments, material testing, civil and soils engineering and building architecture. Funding for services associated with each of the various CIP projects is based on the City Council approved CIP budget. Each contract is based on a three-year term, with a total not-to-exceed amount of$1,000,000. The $1,000,000 amount is a "not-to-exceed" contract limit only, not a guaranteed amount. In the past five years, specialized architectural and landscaping services have been used in conjunction with $16.7 million of park development and park facility projects, including: Bartlett Park, Blufftop Park, Central Park Restrooms, Edison & Murdy Community Center Building Improvements, Edison Park Reconfiguration, Harbour View Clubhouse Rehabilitation, Lake Park Reconfiguration, LeBard Park Improvements, Marina Park Reconfiguration, as well Rodgers Senior Center Redevelopment (now known as Memorial Hall). Projects currently underway, scheduled, or budgeted for FY 2025/26 requiring various architectural and design consulting services are listed below. The amount shown for each project is based on current project estimates and total $2,154,418. Blufftop Slope Stabilization Repairs- Project Management $ 60,000 Carr Park Reconfiguration -Design &Construction Documents $316,113 Central Park Electrical Switchgear Replacement- Project Management $100,000 Central Park Master Plan-Conceptual Design and Costing $181,800 City Gym & Pool Flooring- Project Management $ 30,000 City Gym & Pool Partial Re-Roff- Project Management $ 35,000 Edison Park Reconfiguration -CEQA analysis $127,200 Edison Park Reconfiguration-Geotechnical Review $180,440 City of Huntington Beach Page 8 of 9 Printed on 8/14/2025 powered by Legistar'" - i 82 File#: 25-553 MEETING DATE: 8/19/2025 HB Art Center Electrical & Lighting Rehabilitation- Project Management $ 30,000 Helen Murphy Branch Foundation -Geological & Design Services $ 80,000 Huntington Central Library Child-Teen Reconfiguration $129,245 Library Facilities Master Plan -Conceptual Design & Preliminary Costs $334,277 Main Promenade Parking Structure Improvement— Project Management $ 35,000 Marina Park Rehabilitation- Design and Construction Documents $344,343 Schroeder Park- Design $ 64,000 South Beach Lots Attendant Booths- Project Management $ 11,000 Water Production Building Rehabilitation $ 96,000 Looking forward to future fiscal years, staff anticipate design and construction management services will be needed for Carr, Edison, and Marina Park Reconfigurations. Preliminary construction costs for these three park development projects alone are estimated at$32 million with anticipated consulting services needed for the development of plans and specs, as well as construction management costs, totaling approximately 10% or$3.2 million. Staff also anticipates future on-call architectural engineering and landscape architectural services will be needed as a result of the recommendations included in the Library Facilities Master Plan and Central Park Master Plan, although preliminary cost estimates are not available at this time. In addition to this request for approval of the 16 new on-call contracts, staff are requesting approval - of two Amendment No. 2's for existing On-Call Architectural Engineering and Professional Consulting . Services contracts for Kitchell/CEM, Inc. and Westberg White, Inc. The original two agreements expired July 20, 2024, but were extended for one year through July 19, 2025. These requested amendments would extend the contract terms for two additional years through July 19, 2027. Both firms currently have on-going on-call architectural projects with the City, however they did not participate in the recent on-call RFQ bidding process. The projects they have been working on are either fully designed, nearly fully designed, or entering the construction phase, requiring minimal service requirements, minimal or no additional compensation, and funded fully under the existing purchase order. Staff are requesting a second amendment for both firms to add two additional years to the contract duration, with no additional funding, and no new projects during or after the completion of existing obligations. This two-year extension is being requested as a safeguard to ensure project completion; however, it is not expected that the full two years will be utilized. In summary, staff are requesting the approval of 16 new on-call Architectural Engineering and Landscape Architectural Engineering contracts as well as the approval of two additional contract extensions for the firms of Westberg &White, Inc. and Kitchell/CEM, Inc. Environmental Status: Administrative Items: Pursuant to CEQA Guidelines Section 15378(b)(5), administrative activities of governments that will not result in direct or indirect physical changes in the environment do not constitute a project. Strategic Plan Goal: City of Huntington Beach Page 7 of 9 Printed on 8/14/2025 powered by LegistarTM 83 File #: 25-553 MEETING DATE: 8/19/2025 Non Applicable -Administrative Item Attachment(s): 1. RFQ Recommended Listing of Consultants 2. Professional Services Contract between the City of Huntington Beach and Bureau Veritas North America, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 3. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Dahlin Group, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 4. Approve and authorize the Mayor and City Clerk to execute Professional Services Contract between the City of Huntington Beach and David Volz Design Landscape Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 5. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and M. Arthur Gensler, Jr. &Associates, Inc. (Gensler) for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. O. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Gillis + Panichapan Architects, Inc. for On-Call plc,fessional Architectural Engineering. Landscape Architectural Engineering, and Professional Consulting Services. 7. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and HAI Hirsch &Associates, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 8. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and IDS Group, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting i Services. 9. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Johnson Favaro, LLP for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 10. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Michael Baker International, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 11. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract City of Huntington Beach Page 8 of 9 Printed on 8/14/2025 powered by Legistar"4 84 File #: 25-553 MEETING DATE: 8/19/2025 between the City of Huntington Beach and NUVIS for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 12. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and PBK Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 13. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RDC-S111, Inc., DBA Studio One Eleven for On- Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 14. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RJM Design Group, Inc. for On-Call Professional i Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 15. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RRM Design Group for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 16. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and SVA Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 17. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Verde Design, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 18. Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Kitchell/CEM, Inc. for On-Call Architectural Engineering & Professional Consulting Services to extend the term for two additional years until July 19, 2027. 19. Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Westberg White, Inc. for On-Call Architectural Engineering & Professional Consulting Services to extend the term for two additional years until July 19, 2027. RFQ for On-Call Architectural Engineering, Landscape Architectural Engineering an& Professional Consulting Services. City of Huntington Beach Page 9 of 9 Printed on 8/14/2025 powered by Legistar"" 85 RFQ for On-Call Architectural Engineering,Landscape Architectural Engineering and Professional Consulting Services Landscape Firm Architect Architect Bureau Veritas North America,Inc. Architect Yes Yes Dahlin Group, Inc. Architect Yes Yes David Votz Design Landscape Architects,Inc. Landscape No Yes Gensler-M Arthur Gensler Jr&Associates Architect Yes Yes Gillis&Panichapan Architects, Inc. Architect Yes Yes HAI Hirsch&Associates, Inc. Landscape No Yes IDS Group,Inc. Architect Yes Yes Johnson Favaro, LLP Architect Yes Yes Michael Baker International,Inc. Landscape No Yes NUVIS Landscape Yes(via sub) Yes PBK Architects, Inc. Architect Yes Yes RCS-S111,inc.,DBA Studio One Eleven Architect Yes Yes RJM Design Group, Inc. Landscape No Yes RRM Design Group Architect Yes Yes SVA Architects, Inc. Architect Yes Yes Verde Design, Inc. Landscape No Yes 86 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND GILLIS &PANICHAPAN ARCHITECTS, INC. FOR ON-CALL ARCHITECTURAL ENGINEERING, LANDSCAPE ARCHITECTURAL ENGINEERING AND PROFESSIONAL CONSULTING SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and GILLIS & PANICHAPAN ARCHITECTS, INC., a California Corporation hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to provide on-call architectural engineering, landscape architectural engineering and professional consulting services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Jack Panichapan who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-16636/383282 1 of 11 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on 91' , 20 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than three (3) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed One Million Dollars($1,000,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 25-16636/383282 2 of 11 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit, provided that any such use not within the purposes intended,by the Agreement shall be at City's sole risk. 8. HOLD HARMLESS A. To the extent allowed by Civil Code Section 2782.8, CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. 25-16636/3833894 3 of 11 B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of,pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars 25-16636/383282 4 of 11 ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2)years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: 25-16636/383282 5 of 11 A. provide the name and policy.number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall 25-16636/383282 6 of 11 be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY,become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service,to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or 25-16636/383282 7 of 11 other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach Gillis & Panichapan Architects, Inc. ATTN: Dir. Comm. &Library Services ATTN: Jack Panichapan 2000 Main Street 1101 Quail Street Huntington Beach, CA 92648 Newport Beach, CA 92660 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining 25-16636/383282 8 of 11 covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is.any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for 25-16636/383282 9 of 11 CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that parry's behalf,which are not embodied in this 25-16636/383282 10 of 11 Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a GILLIS & PANICHAPAN ARCHITECTS, municipal corporation of the State of INC. California By: Mayor Longkav "Jack" Panichapan print name ITS: (circle one)Chairma 1•residen i ice President City Clerk By:4A D INITIATED AND APPROVED: DIIk Linda Panichapan Director of Community & Library Services print name ITS: (circle one t hief Financial Officer/Asst. REVIEWED AND APPROVED: Secretary-Treasurer City Manager APPROV AS TO FORM: Ci Attorney COUNTERPART 25-16636/383282 11 of 11 Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a GILLIS & PANICHAPAN ARCHITECTS, municipal corporation of the State of INC. California By: Mayor Longkava "Jack" Panichapan print name ITS: (circle one)Chairma '•residen ice President City Clerk AN INITIATED AND APPROVED: By: @iftlAkt 0/4( L Linda Panichapan Director of Community & Library Services print name ITS: (circle one hief Financial Officer/Asst. RE VIEWED AND APPROVED: Secretary-Treasurer City Manager APPROVE AS TO FORM: Ci Attorney COUNTERPART 25-16636/383282 11 of 11 reliance onrepresentation, Agreement, and that thathas not executed this Agreement in e ance g � party gany inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a GILLIS & PANICHAPAN ARCHITECTS, municipal corporation of the State of INC. California 0.4:d By: yor print name ila'4,/ f €1AKI11 ITS: (circle one)Chai man/PresidentNice President City C erk 8/.2-7/29 AND IN*TIATED AND APPROVED: By: irec or of ty& Library Services print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. RE VIEWED AND APPROVED: Secretary-Treasurer o. City Manag-_ APPROVES AS TO FORM: w Ci Attorney COUNTERPART 25-16636/383282 1 1 of 11 EXHIBITA �(tf.•��NTINcr��, � • 0` ��6A M fO��\ • II Fy�k Gills Panichapan Architects.Inc. 6-1. _ _ { , orchlecture • infenor • planning www.gparchitects.org ,4500NTV t`,�� City of Huntington Beach REQUEST FOR QUALIFICATIONS for On-Call Architectural/Landscape Engineering & Professional Consulting Services April 29, 2025 JACK PANICHAPAN, AIA, LEED AP PRINCIPAL/CEO Gillis + Panichapan Architects, Inc. 1101 Quail St., Newport Beach, 92660 jack@gparchitects,org Tel. 714.668.4260 ,••.•t ww 4 t, ,�f n+i- ;,,s + ." .) S fi .r r ^*IA:`"" , •:i „' ! .. x4.5` t•,_•df .y c< MS s3,,a v. s*• ' i. �.` i n • cue" +aP _ �'.. '1 .nlr z tt r Yi • ,� #. M .. ,=fir_ a 01 ..r¢ =p,.v x�''► # " r x•'d ^ ��' ' r• 4r � "+ rt '' a . . c �: w ti tom''''' .:rF ``fit». :��"` '+4 : . o dam"" ...44- 1 f a., ,. - -at -rates yr .t .r k 7i „n. ar« ,A�y ,y*�q^ : < ..yid, . '`wrF "'S-,y f T+`".4-i' b ' , TABLE OF CONTENTS Table of Contents A 1 Cover Letter 02 1 Vendor Application Forms B 2 Background & Project Summary 2.3 Scope of Work 03 3 Methodology 04 4 Staffing 4.1 Key Personnel 05 4.2 Sub-Consultants 12 5 Qualifications 5.1 Firm Qualifications 15 5.3 References 20 6 Fee Proposal See Separate File (el•- Request for Statement of Qualifications for On-Call Architectural Design Services A www.gparchttects.org B/VENDOR APPLICATION FORM ai REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: 0 NEW ❑ CURRENT VENDOR Legal Contractual Name of Corporation: Gillis + Panichapan Architects, Inc. Contact Person for Agreement: Jack Panichapan Corporate Mailing Address: 1101 Quail Street City, State and Zip Code: Newport Beach, CA 92660 E-Mail Address: Jack@gparchitects.org Phone: 714-668-4260 Fax: Contact Person for Proposals: Jack Panichapan Title:Principal CEO E-Mail Address: Jack@gparchitects.org Business Telephone: 714-668-4260 Business Fax: Year Business was Established: 1989 Is your business: (check one) ❑ NON PROFIT CORPORATION 0 FOR PROFIT CORPORATION Is your business: (check one) 0 CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION 1 of Request for Statement of Qualifications for On-Call Architectural Design Services B wwwgparchitects.org B/VENDOR APPLICATION FORM Names&Titles of Corporate Board Members (Also list Names&Titles of persons with written authorization/resolution to sign contracts) I` Names Title Phone Jack Panichapan Principal CEO 714-668-4260 Linda Panichapan Secretary 714-668-4260 Federal Tax Identification Number: 33-0951611 City of Huntington Beach Business License Number: N/A (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: N/A 2 of 2 -,tom Request for Statement of Qualifications for On-Call Architectural Design Services www.gparchttects.org B/VENDOR APPLICATION FORM References of Work Performed Form (List 5 Local References) ComanyName: Gillis + Panichapan Architects, Inc. 1. Name of Reference: Southern California Edison Address: 2244 Walnut Grove, Rosemead, CA 91770 Contact Name: Martha Macpherson Phone Number: 626-676-4100 Email: martha.macpherson@sce.com Dates of Business: 2017-Current 2. Name of Reference: UCI Health Address: 4000 MacArthur Blvd. Suite 110, Newport Beach, CA 92660 Ellen Khoudari Phone Number: 949-374-8446 Contact Name: Email: ekhoudari@uci.edu Dates of Business. 2019-2022 3. Name of Reference: City of Irvine Address: 1 Civic Center Plaza, Irvine, CA 92606 Contact Name: _Sean Crumby Phone Number: 949-724-6070 Email: scrumby@cityofirvine.org Dates of Business: 2020-2024 4. Name of Reference: WRD GRIP Advancement Treatment Address: 4320 San Gabriel River Pkwy, Pico Rivera 90660 Contact Name: Charlene King Phone Number: 949-809-5153 Email: cking@wrd.org Dates of Business: 2015-2022 5. Name of Reference: Yucca Valley Library Address: 57098 Twentynine Palm Hwy, Yucca Valley, CA 92284 Contact Name: Shane R. Stueckle Phone Number: 760 369 1265 Email: sstueckle@yucca-valley.org Dates of Business: 2019-2020 (e9 Ali Request for Statement of Qualifications for On-Call Architectural Design Services www.gparchttects.org 1 1 / COVER LETTER [C, architecture • interior • planning 1101 Quail Street Newport Beach,California 92660 Tel.714-668-4260 www.gporcttitecis ay April 29, 2025 City of Huntington Beach Community& Library Services Department Re: Statement of Qualifications-On-Call Architectural Design Services Dear Community&Library Services Department, Gillis + Panichapan Architects, Inc. (GPa) is pleased to submit our Statement of Qualifications for On-Call Architectural Design and Landscape Architecture Services for the City of Huntington Beach. As a full-service Architecture, Planning, and Interior Design firm with over 30 years of experience, we offer a depth of knowledge and municipal expertise ideally suited for the City's on-call needs. Our team is based at 1 101 Quail Street, Newport Beach,CA 92660,conveniently located near Huntington Beach. The project will be managed from this office,with Vic Nguyen as your primary point of contact at(714) 668-4260 or vnguyen@gparchitects.org. GPa has long served as a trusted partner to municipalities and public agencies throughout Southern California. We specialize in the design of civic centers, community facilities, park improvements, and essential infrastructure, delivering sustainable, functional, and community-centered solutions. Our proven ability to manage projects from conceptual planning through construction support allows us to seamlessly integrate into your team's workflow and respond effectively to on-call assignments of varying scopes. We offer the following core capabilities to support the City's objectives: • Comprehensive Design Services: Including site analysis, field verification, conceptual alternatives, interior space planning, construction documentation, and cost estimating. • Project Support:Assisting with permitting, agency coordination, community outreach, bidding, and construction phase support including plan interpretation, submittal review, and as-builts. • Collaborative Teaming: Through long-standing partnerships with DCSE Structural Engineers, Cummings Curley and Associates, Inc. and H2S Engineers Inc. (MEP), we ensure cohesive and technically sound solutions across disciplines. We understand that the City anticipates a variety of project types, including tenant improvements,ADA upgrades, and park renovations. Our experience with these project types and our proactive, responsive approach will allow us to deliver creative, code-compliant, and cost-effective results. This proposal shall remain valid for a period of 180 days from the submission date. Thank you for your consideration of GPa as a partner in shaping the built environment of Huntington Beach.We look forward to the opportunity to contribute to your vision for accessible,vibrant, and resilient public spaces. Warm regards, Jack Panichapan,ALA, LEED AP,President,CEO jack@gparchitects.org 714-668-4260 -- Request for Statement of Qualifications for On-Call Architectural Design Services 2 www.gparchltects.org / 0 O 0 4:1) Er) T • ce) O 0 4-- ••••• CI 0 a) 0 0 6.1 _c) 0,) BACKGROUND & cr) (GI T5 c IT) • C (1) PROJECT SUMMARY [el Ai Request for Statement of Qualifications for On-Call Architectural Design Services www.gparchtfects.org 2 / SCOPE OF WORK The City of Huntington Beach is a well-established coastal community known for its vibrant civic life,diverse public amenities, and dedication to maintaining a high standard of infrastructure, parks, and community facilities. As a built-out city, its current focus is on improving and modernizing existing assets through a wide range of small- to medium-scale capital improvement and rehabilitation projects. These may include ADA upgrades, tenant improvements, facility enhancements, and landscape redesigns-often under tight timelines and requiring seamless collaboration with City staff and departments. Gillis + Panichapan Architects, Inc. (GPa) understands the nature of on-call assignments and the need for a responsive,experienced team that can adapt to evolving priorities,meet regulatory and permitting requirements, and consistently deliver thoughtful,community-centered design solutions.As a full-service architecture, planning, and interior design firm with over 30 years of experience serving public agencies, GPa brings the technical capacity, municipal insight, and collaborative approach needed to support the City across all project phases— from early planning through construction. Our proposed methodology ensures efficiency, quality, and accountability across each task order: Task 1: Inventory and Analysis • Conduct site visits and assess existing conditions. • Review City-provided documentation and gather relevant data. • Create accurate base plans and identify accessibility and compliance issues. • Deliver verified record drawings in AutoCAD and PDF formats. Task 2: Conceptual Design • Develop design concepts tailored to each project's goals and constraints. • Incorporate sustainability, accessibility, and functional performance from the outset. • Provide renderings, materials boards, and visuals to communicate design intent. • Present concepts to City staff for input and refinement. Task 3: Design Development • Advance approved concepts into fully coordinated design plans. • Collaborate with our trusted engineering consultants—DCSE(Structural)and H2S Engineers Inc. (MEP)—to ensure system integration. • Provide detailed drawings, elevations, cost estimates, and milestone review packages at 30%, 60%, and 90% completion. Task 4: Construction Documentation • Produce 70%and 100% bid-ready construction documents per City and code standards. • Coordinate plan check responses and assist with securing required permits. • Prepare specifications in MS Word format aligned with City standards. • Finalize documents for public bidding and construction. (tj AM Request for Statement of Qualifications for On-Call Architectural Design Services 3 www.gperchttects.org 2 / SCOPE OF WORK Task 5: Bidding and Construction Support • Assist with RFIs, bid addenda, and contractor questions. • Attend pre-bid meetings and job walks as needed. • Support construction administration through site visits, submittal reviews, and field clarifications. • Conduct punch walks and provide closeout documentation, including final as-builts in AutoCAD/Revit and PDF. Our team is well-versed in delivering work that aligns with municipal priorities—balancing aesthetics,function, durability, and cost-efficiency. With our office located nearby at 1 101 Quail Street, Newport Beach, CA, we are ideally positioned to provide timely, in-person support and to build a close working relationship with the City of Huntington Beach throughout the term of this contract. [N Ail Request for Statement of Qualifications for On-Call Architectural Design Services 4 www.gparchttects.org s 3 / (1) t.r 3 7 C v) O 0 U v C U > 0 •�, Cn METHODOLOGY U � Oo [e9 AI Request for Statement of Qualifications for On-Call Architectural Design Services www.gparchitects.org 3 / METHODOLOGY Methodology/Work Plan Gillis + Panichapan Architects, Inc. (GPa) employs a client-centered, detail-oriented methodology to ensure projects are delivered efficiently, accurately, and in alignment with City objectives. Our process emphasizes clear communication, proactive project controls, multidisciplinary coordination, and responsiveness throughout every project phase. The following section outlines our implementation strategy, stakeholder engagement, quality assurance, and a representative work plan to support the City of Huntington Beach on an on-call basis. 1) Implementation Plan Project Management Controls: GPa assigns a dedicated project manager to oversee all aspects of each task order from initiation to closeout.This individual ensures scope, schedule, and budget alignment through milestone tracking, regular progress meetings, and clear delegation of responsibilities across all consultants and disciplines.Tools such as internal QA/QC checklists, cost control worksheets, and submittal logs support consistency and accountability throughout project delivery. Stakeholder Communication and Engagement: We will work closely with internal departments and external agencies by leading or participating in kickoff meetings, community outreach events, and progress workshops. Feedback loops are embedded into our process at critical design milestones(30%, 60%, 90%)to ensure community needs and agency requirements are fully captured and reflected. All input will be documented via meeting minutes, matrix tracking tools, and plan revisions. Implementation Techniques and Strategy: Our proactive approach minimizes surprises through early field investigations, jurisdictional coordination, and constructability review. We leverage our longstanding relationships with subconsultants—including DCSE Structural Engineers, Cummings Curley and Associates, Inc. and H2S Engineers Inc.—to deliver seamless, multi-disciplinary support. Our team is experienced in navigating permitting processes, meeting CEQA/environmental obligations, and coordinating with the Community Development Department for expedited approvals. 2) Client Satisfaction and Responsiveness to Scope of Work Our top priority is delivering solutions that are practical, buildable, and community-responsive.We achieve this by: - Developing site-specific design alternatives and recommending the most advantageous options based on technical, financial, and public factors. - Incorporating sustainable,ADA-compliant, and cost-conscious design strategies from the outset. - Maintaining flexibility for on-call needs—whether a project involves preparing full construction documents or supporting technical studies or entitlement processes. - Proactively communicating with City staff to provide progress updates, decision-making support, and timely deliverables. -Coordinating subconsultant input so that MEP, civil, landscape, and structural systems are aligned with architectural intent and municipal requirements. 3) Sample Approach to Project Schedule, Tasks, and Deliverables Below is our representative Work Plan that outlines how we typically manage architectural design projects in alignment with the City's requested scope. This process is scalable based on project complexity and tailored for each task order. Task 1: Inventory and Analysis • Conduct comprehensive site visits to assess existing conditions and gather field data. • Review City-provided documentation and relevant background materials. • Develop accurate base plans reflecting current site and facility conditions. • Identify accessibility barriers and compliance requirements. • Deliver verified record drawings in AutoCAD and PDF formats for City review. (ei Am Request for Statement of Qualifications for On-Call Architectural Design Services 5 www.gparchifects.org 3 / METHODOLOGY Task 2: Conceptual Design • Develop conceptual design solutions tailored to project needs. • Incorporate sustainability, accessibility, and functional efficiency into initial concepts. • Provide visual exhibits, including renderings and material boards. • Present concepts to City staff and incorporate feedback into refinements. Task 3: Design Development • Advance approved concepts into detailed design development plans. • Coordinate with MEP and structural consultants for system integration. • Develop floor plans, elevations, and sections, with cost estimates. • Conduct milestone reviews (e.g., 30%, 60%, 90%)with City representatives. • Deliver updated plans in digital and hardcopy formats. Task 4: Construction Documentation • Prepare construction drawings and specifications at 70%and 100%milestones. • Ensure compliance with ADA standards, California Building Code, and other applicable regulations. • Coordinate with permitting agencies and respond to plan check comments. • Finalize construction documents for bidding and implementation. Task 5: Bid and Construction Support • Assist the City during the bidding process by responding to RFIs and providing clarifications. • Support construction efforts by attending pre-construction meetings, reviewing submittals, and conducting site visits. • Monitor construction progress to ensure alignment with design intent and project goals. • Conduct substantial completion reviews, prepare punch lists, and oversee project closeout. • Provide final as-built drawings in AutoCAD and PDF formats. 4) Roles and Responsibilities of City and Consultant GPa will lead all architectural design, coordination, documentation, and construction support services. We anticipate needing the following assistance from City staff: City's Role: - Provide access to existing as-builts, survey data, or facility reports(if available). -Assign a project manager or point of contact for each task order. -Coordinate interdepartmental feedback and facilitate internal review meetings. - Manage community engagement processes when applicable. GPa's Role: -Serve as project lead and point of coordination between City departments and all subconsultants. -Prepare and submit all required deliverables, including drawings, specifications, and cost estimates. -Manage subconsultant work and deliverables to ensure alignment with City goals. -Conduct presentations and provide technical guidance as needed during design and construction. (ei'1i. Request for Statement of Qualifications for On-Call Architectural Design Services 6 wwwgp°rchttecis.org 4 / o ,O (1) (I) co 0 O 0 o 43 < (1) o n STAFFING oOo Eel Ai Request for Statement of Qualifications for On-Call Architectural Design Services wwwgparchttects.org 4.1 ! KEY PERSONNEL - ORGANIZATIONAL CHART ref�v— iNG cp. 4k Ny��, OU /c 0 0 POINT OF CONTACT • ARCHITECT Gillis + Panichapan Architects, Inc Jack Panichapan,AIA, LEED®AP Principal In-Charge/Project Director • ARCHITECT • ARCHITECT Gillis + Panichapan Architects, Inc Gillis + Panichapan Architects, Inc Kent Klueter,AIA,LEED®AP Vic Nguyen,AIA,LEED®AP Project Architect Project Architect ARCHITECT ' Gillis + Panichapan Architects, Inc Cynthia Perez Project Coordinator/Designer ELECTRICAL/MECHANICAL ENGINEER '• STRUCTURUAL ENGINEER H2S Engineers Dale Christian Structural Engineers • LANDSCAPE ARCHITECT Cummings Curley Associates Inc. [v al. Request for Statement of Qualifications for On-Call Architectural Design Services 7 www.gparchttects.org 4.1 / KEY PERSONNEL - RESUMES Jack Panichapan, AIA, NCARB, LEED AP CEO/Principal BIOGRAPHY Jack Panichapan has over thirty years of experience, ranging from interior design, brand new buildings, and the renovation of existing buildings to complete master planning of city campuses. He has extensive experience attested throughout his career with assembling the need's assessment,site survey,and ADA analysis in all types of civic and public facilities.This includes but isn't limited to: schools, municipal, water district, corporate yard, and health Q Experience: care facilities. Years of RELEVANT EXPERIENCE Experience:arswithGPa:3 San Gabriel Corporate Yard FacilitySan Gabriel, CA » Years with 20 • p Registration: Located on a 3.5-acre narrow sloping parcel of land bordering a wash on one side and homes on another, the new Maintenance Facility for the city of San Gabriel had Professional Architect programmatic challenges with vehicular circulation, and noise mitigation that GPa » CA, 29344 was able to resolve architecturally on a narrow, challenging site. The facility exhibits » IL, 001-018109 sustainable design features such as window shading strategies, recycled materials, and north-south fenestration orientation. » LEED Accredited Professional As the Lead Design Principal, Jack oversaw the programming development and schematic design through construction administrative efforts for the new facility. #89402» CA DSW Volunteer, Water Replenishment District (WRD) ARC Safety Assessment Cal OES- Advanced Water Treatment FacilityPico Rivera, CA Safety Program The new 5-acre garden campus of Albert Robles Center (ARC), is a Water Treatment Education: Facility that contains two main buildings among its variety of structures: A 45,000sf water treatment process building, and a 24,000sf Visitors Learning Center topped with » M. Arch, 1997, a roof garden. The facility provides delivery of purified recycled water to replenish Architecture, Iowa aquifers creating a sustainable water supply while serving as an immersive learning State University environment for the community. It provides a tribute to the San Gabriel River's presence and purpose in the region. This facility achieved LEED Platinum certification. » B. Arch, 1996, Architecture, Iowa As the Lead Design Principal, Jack oversaw the schematic design and community State University outreach efforts through construction administrative efforts for the new facility. Westminster Corporate Yard and Police Training Facility Professional Westminster,� Affiliations: CA » American Institute The existing facility built in the early 1960s, was overcrowded, inefficient, and no of Architects longer sufficient enough to implement the city's needs as a maintenance facility. GPa was deployed to update and expand the current facility. The new corporate » National Council yard has a canopy, fuel station, new administration building, and warehouse facilities. of Architecture The renovation and other additional programs take place within the existing site of Registration Board the city's current municipal facility along with an adjacent site the city has obtained for a police training facility with a Firing Range that GPa also designed. One of the challenges of this project was that the facility was required to be operational during the course of renovation. The new building has many notable sustainable features and reflect the scale of the surrounding residential neighborhood. As the Lead Design Principal, Jack worked with the city for a phasing plan to relocate staff and keep it operational during the construction phase. [el AN Request for Statement of Qualifications for On-Call Architectural Design Services 8 www.gparchltects.org 1 4.1 / KEY PERSONNEL - RESUMES Vic Nguyen, AIA, LEED®AP Design Director/Project Manager r ic- BIOGRAPHY r Vic Nguyen has over twenty years of experience, ranging from development of complex mixed use, civic, and transportation-oriented projects, to highly detailed interiors of + residential, retail, health care, and office environments. He has a wealth of experience / working with cities and the community directly to attain consensus for project design and __ ----- development. 0 Experience: RELEVANT EXPERIENCE >> Years of Experience: 24 • Ehlers Community Center I Buena Park, CA » Years with GPa; 14 The existing 30,000 square foot facility is composed of a campus of Community Registration: Buildings, Senior Citizens'Center, and Banquet Facilities that is currently a major community gathering place. Built in the 1960s,the facility had a great deal of » Registered deterioration including dry rot along with deferred maintenance that was in need of Architect CA, updating. It also had issues of security and homeless accessing private courtyard areas C 30250 of the facility. Many of the mid-century modern exposed wood details needed to be » LEED Accredited repaired and protected. Professional GPa was selected to provide a strategic design to enhance security while also giving Education: the facility a restoration and architectural update. Details were developed to repair and prevent future dry rot and deterioration.As the Design Director, Vic lead the development » B. Arch. 2000 of design schemes and renderings as a part of an interactive process to design the Architecture, Facility with the City and the Community's input and collaboration while staying on a University of Arizona restrictive budget. Professional • Orange County Public Works Administrative Office Renovation I Santa Affiliations: Ana, CA >> American Institute of Architects The project scope required consolidating 8 distinct County Departments with over 100 employees spread among various floors of a midrise building into a single 14,000sf floor I » National Council that was continuously occupied during the process. We provided full space planning as of Architecture well as architectural services.We also developed a phasing plan for the move. During Registration Board the process, we found many opportunities for shared optimized spaces among the various departments leading to less space requirements than when the Departments » USGBC Orange were separated. By understanding specific function and layouts required specifically County for each department, it helped to standardize work stations and offer an optimum work layout for everyone while utilizing space much more efficiently and effectively. Vic was the Design Director and Project Architect in charge of the design, phasing, entitlements, construction documents, and construction administration for the project which also included move phasing for the stakeholders. • San Gabriel Corporate Yard Facility 1 San Gabriel, CA Located on a 3.5-acre narrow sloping parcel of land bordering a wash on one side and homes on another, the new Maintenance Facility for the city of San Gabriel had programmatic challenges with vehicular circulation, and noise mitigation that GPa was able to resolve architecturally on a narrow challenging site. The facility maximizes sustainable design features such as window shading strategies, recycled materials, and north-south fenestration orientation. As Design Director,Vic led the overall Master Planning and Design Guideline effort for City entitlements and future development opportunities. [el;au Request for Statement of Qualifications for On-Call Architectural Design Services 9 www.gparchifectsorg 4.1 / KEY PERSONNEL - RESUMES Kent Klueter, AIA, LEED® AP Project Architect ROLE IN THE PROJECT Mr. Klueter is experienced in project coordination and management including developing working drawings, coordinating with engineering consultants, coordinating production of construction documents and building department, administration of the bidding process, ADA compliance, building code requirement, specification, and Q Experience: construction administration. » Years of EXPERIENCE WITH THE REQUIREMENT AND TASKS Experience: 35 » Years with GPa: 29 With 35 years of experiences, and 29 years with GPA, Mr. Klueter has been working with Registration: varies types of project, such as municipal, water district, police facility, corporate yard, pump station, maintenance facility, civic facilities and training center(dispatch centers » Professional and essential facilities). Architect CA, 25189 RELEVANT EXPERIENCE • Mojave Water Agency I Need Assessment, New Agency Headquarters » LEED Accredited Facility Professional Education: • Mojave Water Agency I Need Assessment, Central Operation Facility » B. Arch, 1990, • Moulton Niguel Water District I Need Assessment on Administration Building Architecture, California • University of California, Irvine, Health I On-Call NE Services Polytechnic State University, San Luis • Southern California Edison I On-Call NE Services Obispo Professional • City of Long Beach I On-Call NE Services Affiliations: • Inland Empire Utilities Agency I On-Call NE Services » American Institute • Water Replenishment District of Southern California I Administration of Architects Needs Assessment and Tenant Improvement » National Council • City of Long Beach I Municipal Urban Stormwater Treatment Facility of Architecture Registration Board • Southern California Edison I GO-1 Tenant Improvement • Water Replenishment District of Southern California I Administration Needs Assessment and Tenant Improvement • Water Replenishment District of Southern California I Advanced Water Treatment Facility- GRIP • Bellflower Somerset Mutual Water Company I Leahy Avenue Water Well Facility • City of Anaheim I Linda Vista Reservoir and Pump Station • City of Riverside I Pyrite Canyon Water Treatment Facility agis Request for Statement of Qualifications for On-Call Architectural Design Services 10 www.gparchRecls.org 3.4/ KEY PERSONNEL - RESUMES Cynthia Perez Project Coordinator/Designer ROLE IN THE PROJECT Ms.Perez works closely with the Project Architect and Principal with the coordination of team members. She handles product research, color/material for furniture selection, and 3-D renderings. In addition, she is also involved in coordinating construction administration, Q Experience: production of construction documents, and administration of the bidding process. » Years of EXPERIENCE WITH THE REQUIREMENT AND TASKS Experience: 16 » Years with GPa: 16 Ms. Perez has experience working through all project stage processes. Moreover, she worked on many types of projects,such as municipal,administration office,pump station, maintenance facility, firing range, training facility, and corporate yard. Education: » B. Arch., 2006, RELEVANT EXPERIENCE Architecture, University of • Mojave Water Agency I Need Assessment, New Agency Headquarters California, Berkeley Facility, and Central Operation Center • Marine Corporation Community Services I Indoor Firing Range • Yorba Linda Water District I New Administration Facility • Moulton Niguel Water District I Need Assessment on Administration Building • City of San Gabriel I Maintenance Facility Yard • City of Riverside I Pyrite Canyon Water Treatment Facility • City of Westminster I Corporate Yard, Maintenance Facilities, Police Department, and Boy and Girl Club • City of Fullerton I Public Facility and CNG Station • City of Stanton I Municipal Corporate Facility Yard • City of Barstow I Needs Assessment & Conceptual Design for City Hall Campus • Palmdale Water District I Master Plan &CMU Wall for District Headquarters Facility • Water Replenishment District of Southern California I Administration Needs Assessment and Tenant Improvement, Long Beach, CA • University of California, Irvine, Health I On-Call A/E Services • University of California, Irvine, Health I Gottschalk Exterior Facade Renovation • City of Burbank I Master Plan for Corporate Yard [el ago Request for Statement of Qualifications for On-Call Architectural Design Services 1 1 www.gparchttects.org 4.2 / SUB-CONSULTANTS - RESUMES r_• L. Richard Suzuki, RE., S.E. Director of Engineering, Structural Engineer, DOSE ,, :m ROLE IN THE PROJECT 4 Director of Engineering (previously Staff Engineer then Senior Engineer) 1991 to present DCSE Associates, Inc. -Structural Engineers • Responsible for day-to-day supervision and management of 7 engineers, CAD Q Experience: operator » Years of Experience: 33 • Responsible for allphases of structurak eertn de '.. anal is;•client P erg 9 ( ... . ys meetings, submissions, contractor, etc.) for industrial/commercial buildings, Registration: » 2006, Structural civil infrastructure, retail buildings, police and fire stations, office buildings, and Engineering automobile dealerships. Certification,CA, S4971 • Responsible for job scheduling (including assignments to engineers), site visits, • 1992, Registered plan checks, quality control, client relationships, etc. Professional Engineer EXPERIENCE WITH THE REQUIREMENT AND.TASKS CA, CE-49775 Education: Mr. Suzuki is experienced in all phases of structural engineering and design analysis » B.S. Civil Engineering, for different types of structures including mixed-use multi story facilities, retail buildings, May, 1987 tilt-up industrial buildings, restaurants, police and fire stations, steel office building, and University of California, subterranean parking structures. He is involved with the projects from the conceptual Irvine design phase all the way though the construction phase. He also performs site visits during construction as well as the review of various structural submittals. • M.S. Structural RELEVANT EXPERIENCE Engineering, December 2004 Irvineog • Municipal Maintenance Yard Complex, City of San Gabriel I New Institute of Technology administration, vehicle repair garage, storage buildings, in team with References: Gillis-Panichapan Architects » Bundy-FinkelTimothy Bundy Municipal Maintenance Yard Complex, Cityof Stanton New Architects p � 1 120 Bristol St. #120 administration, vehicle repair garage, storage buildings, in team with Costa Mesa, CA 92626 Gillis-Panichapan Architects (714)850-7575 tbundy@ • Yorba Linda Water District, Yorba Linda, CA I New administration bundyfinkelarchitects. building,approx.. 20,000 sq. ft., in team with Gillis-Panichapan Architects corn • Mojave Water Agency I New Agency Headquarters Facility-LEED Gold » Brandon Waernli KTGY • Water Replenishment District of Southern California 1 Administration 17911 Von Karman Needs Assessment and Tenant Improvement Ave. Suite 200 Irvine, CA • South Coast Water District I Operations Center Facility 92614 (949)797-8366 • Yorba Linda Water District I New Administration Facility bwernli@ktgy.com • Bridgepark Plaza I Wood Framed Retail, Ladera Ranch, CA » Alex Catala DLR Group • City of Santa Ana I Santa Ana, California (Multiple projects including 700 Soth Flower St. Fire Station and Community Center Remodel) 22nd Floor Los Angeles, CA 90017 (213)373-6935 acatala@dlrgroup. corn [el AO Request for Statement of Qualifications for On-Call Architectural Design Services 1 2 www.gparchitects.org 4.2 / SUB-CONSULTANTS - RESUMES Hiten Sheth P.E., LEED®AP Principal Mechanical Engineer, H2S Engineers Inc. ROLE IN THE PROJECT As the Principal/Mechanical Engineer, he is committed to managing projects as MEP leader with hands on design work, in-house quality control and coordination between various trades to ensure accuracy in the delivery of every project personally for every client. EXPERIENCE WITH THE REQUIREMENT AND TASKS Q Experience: • Years of Hiten Sheth is a seasoned mechanical engineer and the Founder and President of Experience: 20 H2S Engineers. With over 20 years of experience in mechanical engineering for the Registration: construction industry, he has built a reputation for excellence, predominantly serving the » Professional Southern California and Nevada regions. Engineer CA M35789 Hiten's core expertise lies in HVAC system design and engineering. Over his career, he has designed HVAC systems for more than 600 projects, ranging from simple packaged » LEED Accredited systems to complex central plants and steam system retrofits. His portfolio includes Professional collaborations with prominent clients such as UCLA,UCI,LAUSD, Dignity Health,and various counties, where he has develapect infrastructure-ctesigns-for batfl new and rerrrodeled Education: HVAC systems. » M.S. Mechanical Engineering, His approach emphasizes sustainable upgrades to existing building systems, resulting in University of long-lasting designs with reduced maintenance and energy costs. He also has significant Bridgeport(CT),2006 experience in value engineering and retrofitting HVAC systems for buildings of all sizes. Beyond HVAC, Hiten oversees plumbing design, medical gas design, and specialty » B.E. Mechanical plumbing systems, including compressed air, vacuum, fuel oil, and lab waste systems. Engineering, Sarder Patel University Since founding H2S Engineers in 2013, Hiten has played a pivotal role in developing (India), 2002 the company's robust engineering capabilities and delivering high-quality solutions. His leadership has driven sustainable growth and client retention, ensuring repeat business Professional through excellence in service and design. Affiliations: » ASHRAE Associate Member since RELEVANT EXPERIENCE 2006 • Terminal HVAC design for Sky Harbor International, LAX and JWA. • Classrooms, Labs, Libraries, HVAC retrofits and offices for I UCLA Westwood campus buildings, UCI, WCU (West Coast University), ACC (American Career College). • City Hall, Admin Buildings, Indoor Activity Centers and Sport Centers, and Community Center Remodels for I City of Irvine, City of Redondo Beach, City of Irvine, City of Temecula, City of Moreno Valley, Los Angeles County City of Paris, City of Yucca Valley, City of San Marino, Eastern Municipal Water District(EMWD), Inland Empire Utility Agency(IEUA), City of Buttonwillow, East Orange County Water District(EOCWD) • Fire Station Remodel for I Orange County, City of Temecula, City of Fullerton. [el all Request for Statement of Qualifications for On-Call Architectural Design Services 13 www.gporeNtects.org 4.2 / SUB-CONSULTANTS - RESUMES Robert L. Curley Principal Landscape Architect, CCA Inc. ROLE IN THE PROJECT Cummings Curley and Associates, Inc. was organized to provide professional services in landscape architecture and land planning. Their approach employs involvement from basic project analysis, design concept and comprehensive preparation to observation of final construction.This method of design implementation'eni=ibleS 115 tdprovicie deSigrs" Q Experience: services to our clients on a variety of unique and challenging assignments. » Years of Experience: 30 Cummings Curley and Associates Inc. was established in 1970 and has completed a wide variety of impressive residential and ranch estate projects across fourteen states, Registration: Mexico and Brazil as well as commercial, residential development and recreational » Licensed projects. They have extensive experience in design, cost estimation and preparation of Landscape working drawings for all phases of landscape development including construction plans Architect- and details, grading and drainage plans, planting plans and lighting plans. CA 3583 AZ 30100 Cummings Curley and Associates Inc. is insured and fully licensed in California,Arizona NV 578 and Nevada. The firm provides personal principal participation on each project from UT 377204 preliminary design through construction observation. They have served as consultant to CO 1 159 architectural and engineering firms in plan coordination and contract administration. WA 1069 OR 11120 EXPERIENCE WITH THE REQUIREMENT AND TASKS OH 2201613 MO 2022036503 TX 3337 Extensive experience in design, cost estimating, and preparation of working drawings for all phases of landscape architectural construction including entitlement packages, Education: construction plans and details, site grading and drainage plans, site irrigation, » Bachelor specifications and lighting plans. Experienceparticipating in city hearings, presentations of Science, Landscape to city councils, workshops with neighborhood interest groups and serving as a Design Architecture Review Commissioner and Chair. Projects include developments ranging in size from California State half acre residential projects to 150 acre commercial andgovernment developments to Polytechnic p Nr University, Pomona 200+ acre recreational projects. Consultant to architects, engineering firms and public agencies in plan coordination and preparation, installation observation and contract administration. Principal of Cummings Curley and Associates for thirty-two years. Robert is currently managing projects in California, Texas, Utah, Washington, Missouri, Ohio and Arizona. (el jall Request for Statement of Qualifications for On-Call Architectural Design Services 14 www.gparcNtects.org / .c 0 0 0 4- a 1;J to C ' 3 (0'7' "6 6— it. QUALIFICATIONS cel-jim Request for Statement of Qualifications for On-Call Architectural Design Services www.gparchltects.org 5.1 / FIRM QUALIFICATIONS 0 COMPANY BACKGROUND Our work encompasses a large range and scale of project types and project diversity. Beyond entire building and campus designs from ground up,we also carry expertise on renovation and retrofits of existing buildings. Our portfolio includes projects for the University of California, Irvine, the City of Long Beach, Southern California Edison (SCE), and Orange County Public Works. Our office provides full service and encompasses both Architecture and Interior Design. In each and every project, we are Involved in space planning and furniture procurement.We can be involved from early stages of programming all the way to the move-in coordination up to opening day. Within the project process even in early stages, we hold interactive workshops showcasing progress to help our clients obtain a clear sense of the direction development of the design is going, at every step. GPa's PHILOSOPHY We have completed a large breadth and variety of projects for Public Agencies all over California, with each one being uniquely different based on the respective needs of the client and regional context. Even though building and project types may be similar,each project is distinctly unique to our Clients.We believe the foundation for the project starts with the goals and visions of our Client. We guide our Clients into making small decisions at a"step by step"basis with a number of simple strategic questions that can move a project forward rather than overwhelm.Our strategy of collaboration can provide an overall sense of ownership and pride for our Clients in the direction and outcome of a project.The Client's involvement at every step of the process allows an open door to communication and flexibility while the direction and goals of the overall project are kept under control and the budget kept in check. Jack Panichapan leads an architecture studio composed of an experienced team of professional architects and interior designers. Jack is directly hands-on,working one-on-one with the Client throughout every stage of the project from the start of the needs assessment stage to move-in day. O MANAGING PROJECT DESIGN SERVIC During the process of documentation, organized workshops will be provided to share our findings and the project's development coordinating with the Client's team. The project progress will be presented for input and guidance for iterative refinements. These workshops would involve meetings with the Client staff to discuss design ideas and operational needs, and it will be a chance to showcase progress and gage reaction. Through these interactive meetings we would have drawings,exhibits,and renderings are used optimally and effectively to communicate ideas and bring the Client's vision to life, be it conceptual, entitlement, or construction stages. O BUDGET MANAGEMENT Our team has worked on a comprehensive range of Public Works projects throughout California and is accustomed with fluctuations and impacts on costs that influence the construction of Public Works facilities, in particular. As the project develops,our team can provide and update detailed cost estimates for the project. Knowing the cost estimates early allows us to make necessary adjustments to bring the project under budget with minor concessions. We use In-house as well as professional cost estimating services to effectively control the project cost during design. More importantly, all major project decisions are evaluated in terms of cost impact on the project. We Inform our Clients of the cost impact on the project to assist with the decision-making process. During the course of the project design, we will have scheduled opportunities to present our client with a statement of probable cost based on the current stage as a way to keep budget in check. Each stage of design will be accompanied by a general cost statement to keep the city knowledgeable every step of the way on the general cost of the noted improvements. (el 21111 Request for Statement of Qualifications for On-Call Architectural Design Services 15 www.gparchfects.org 5.1 / FIRM QUALIFICATIONS 0 GPa FIRM DESCRIPTION Gillis + Panichapan Architects, Inc. (GPa) is a full-service Architecture, Planning, and Interior Design Firm that has been in practice for well over 30 years. We are locally based in Newport Beach. Our firm has distinguished itself by providing excellence in architecture, space programming, master planning, and interior design services. With extensive architectural experience in civic and public work, our knowledge encompasses public facilities ranging from municipal offices, community centers, city maintenance facilities, fire and police facilities, educational facilities, and more. Our portfolio encompasses a large range and scale of project types in a diversity of public and civic building categories. Beyond ground up building and campus master planning, we carry expertise on renovation and retrofits of existing buildings. We have successfully completed and are currently completing new buildings as well as renovations for projects throughout California. We believe sustainability is a major cornerstone of our practice.We commit to sustainable practices in every project whether or not a project seeks formal sustainable certification. Every architect here at GPa is LEED accredited and well qualified to guide project towards practical sustainable design solutions or formal LEED certification. We have achieved LEED certification up to the Platinum level in a number of our projects. Considering cost and schedule, we endeavor to maximize sustainable features within the project. Our design philosophy encourages passive building conditioning strategies that are a reflection of local climate, site orientation, and environment. We trust that sustainability is an optimal approach for cost savings, lower long-term maintenance, and minimizes impact on the site, and the environment overall. While creating a more sustainable built environment,our core values are based on connection to community and by making a difference with enhancing the places people work and visit. We have the experience and expertise for municipal and civic design,and planning to exceed objectives in a timely and cost-effective manner. It would be an honor to work with the City, which exemplifies our commitment to sustainability with a healthy balanced lifestyle seamlessly connected with the outdoors. 1 CERTIFICATIONS EF • Disadvantaged Business Enterprise (DBE), California Unified Certification Program • Small Business Enterprise (SBE), DGS California Department of General Services • Minority Business Entity(MBE), The Supplier Clearinghouse SERVICES • INTERIOR DESIGN, INCLUDING SELECTION AND/OR DESIGN OF FURNITURE, FIXTURD EQUIPMENT GPa can provide design and/or recommend selection of furniture, fixture and equipment. We have extensive experience and expertise in office planning and interior design and can prov' these services. We foresee the coordination of workstations, and general equipment and furniture t correlate to interior design. 1 • Furniture Evaluation, Selection and Imple anon r • Define selection criteria and guideline-specifications • Define panel, electrical_and-dbmponent requirements _______i____ • Develop Detailed-Office and Workstation Plans __•.----OverSree Development of Final Furniture Shop Drawings • Oversee the Final Purchase Order Requirement • Prepare Furniture Installation Punch List 6 MOVE MANAGEMENT SERVICES Our team has a lot of experience in regards to move management services. Many of our projects involve construction during occupancy where we have assisted the client temporarily relocate from one area to another. (ei Ai Request for Statement of Qualifications for On-Call Architectural Design Services 16 www.gparchitects.org 5.1 / FIRM QUALIFICATIONS 0 SERVICES �w Q PROGRAMMING & REVIEW OF PREVIOUSLY DEVELOPED ARCHITECTURAL PROGRAMS We help the client to review and assess previous studies of their existing facilities and develop a solid program that initiates the physical building design process. Q SITE ANALYSIS AND FEASIBILITY STUDIES Our site studies regard the community, codes, zoning, ease of circulation, department infrastructure, urban infrastructure,and transportation.They are often aligned with maximizing passive sustainable strategies.Our in-depth site analysis regards the community context, codes, zoning, ease of circulation, department infrastructure, urban infrastructure and transportation, and are often aligned with maximizing passive sustainable strategies for Urban Design and Master Planning. O SPACE PLANNING Stemming from our expertise and experience with office planning,we would develop design schemes for workstation layouts needed for optimal function of the client within a given space. O CONCEPTUAL/SCHEMATIC STUDIES We work.closely with the client developing ideas and the program to ensure that the design from beginning to end is an expression of the client's needs and budget while having the design enhance connectivity within the surrounding community. " 3-D MODELING AND RENDERING SERVICES We render buildings and spaces to convey to our clients the surrounding community through vivid 3-dimensional characteristics of the proposed design from schematic design to design development. Q SCHEMATIC DESIGN; NEW LAYOUT, EXISTING PLANS, RENOVATION AND RESTORATION PLANS, AND DEMOLITION PLANS We work closely with the City developing ideas and the program to ensure that the design from beginning to end is an expression of the client's needs and budget while having the design enhance function and safety of the facility while maintaining connectivity within the surrounding community. 0 DESIGN DEVELOPMENT OF FACILITIES AND PARKS, INCLUDING ELECTRICAL, PLUMBING, HEATING AND AIR CONDITIONING (HVAC) PLANS Above and Beyond working to develop Mechanical, Electrical and Plumbing systems for Facilities and Parks,we work with many additional disciplines as well including Structural Engineering, Landscape Architects and Civil Engineer. PROJECT ADMINISTRATION & MANAGEMENT SERVICES ----'" We have a wealth of experience in orchestrating consultants and the team to ensure integrity remaiRs-irrtlleTunction and intent of design throughout the process. ENTITLEMENT PROCESSING We have experience with CEQA and California Coastal Commission procedures, as well as looalcity planning and plan check procedures throughout California. In every step of the way we are there to communiobtesolutions to community sensitivities and facilitate an expedient entitlement. -- ig Request for Statement of Qualifications for On-Call Architectural Design Services 1 7 www.gparch tects.org 5.1 / FIRM QUALIFICATIONS GM O Q SITE DEVELOPMENT PLANNING Our experience ranges from designing master plans for complex city yard facilities, campuses for water districts,to smaller urban infill projects and projects that involve challenging topological conditions. O HISTORIC PRESERVATION PLANNING, REVIEW, AND DESIGN Restoring historic city buildings (including the Irving Gill designed Oceanside City Hall), members on our team have had a rich experience with work on renovation of sensitive historical landmark buildings,and working with historical landmarks preservation committees. O ADA COMPLIANCE REVIEW PLANNING AND RETROFITS Many of our projects have involved older existing buildings often with tight and complex conditions in which we resolve and retrofit for ADA compliance. SCHEDULE DEVELOPING We have a wealth of experience scheduling and phasing projects for design and construction, including for O existing facilities, many which allow for continuous occupancy during construction. CONSTRUCTION DOCUMENT DEVELOPMENT, SPECIFICATION WRITING Our office provides precise construction document work, often leading to minimal change orders resulting in 0 projects that have a high likelihood of on time and on budget. COST ESTIMATING SERVICES We can provide the client with good conceptual cost estimates based on our experience and history with working on a large range and variety of municipal project types. For in-depth cost analysis during design development, we work with an experienced team of cost estimators that can give specific construction costs O to help us meet the budget during design. CONSTRUCTION MANAGEMENT INCLUDING INSPECTIONS We work closely with Griffin Structures-A construction management company that has decades of experience b in the construction of Civic projects. We also have an abundant experience in orchestrating consultants and the team to ensure integrity remains in the function and intent of design throughout the process. CONTRACT BIDDING AND/OR NEGOTIATIONS SERVICES, I.E. CHANGE ORDERS, ETC. During construction,there could be added value in spotting solutions that can improve the building and save Ocosts which results in change orders during construction. We would be there to rectify the situation and clarify this with the client and the team to ensure the project remains on schedule and on budget. CONSTRUCTION CONTRACT ADMINISTRATION O In order to ensure quality, we recommend being retained for construction administration. We are there to verify that the building meets the design intent, quality, as well as code and energy issues as depicted on the construction documents. Eel Am Request for Statement of Qualifications for On-Call Architectural Design Services 18 www.gparchltects.org 5.1 / FIRM QUALIFICATIONS 0 DESIGN QUALITY CONTROL Regardless of whether the drawings pertain to retrofits or ground up new facilities, GPa will work very closely with the City and its stakeholders to define and understand how to meet the City's objectives. This includes selecting the appropriate team members for the design, using resources effectively,preparing a design schedule with clear and feasible milestones and deadlines,and offering a fair and competitive design budget. GPa proposes the following design quality control approach to achieve these objectives. Our design aualiiv control processes include: 1. Design Criteria and Programming Validation-GPa,with significant input from the City,will develop clear parameters for what City space needs are and minimum criteria for City's operational functionality and aesthetic preferences (e.g. space needs, departmental adjacencies, minimum square footages as needed, IT, security, sustainability, broader architecture context or civic design standards, etc). GPa will develop the criteria prior to completion of the Schematic Design documents and track and communicate changes through the design phase. GPa recommends scheduling interactive design workshops with the City early in the Conceptual Design development process to discuss design ideas and operational needs and solicit real-time feedback. Drawings, exhibits, reference designs, and renderings are used optimally and effectively to communicate ideas. 2. Design Reviews with City-GPa will prepare Design Control Documents during the design phase for the City and other relevant stakeholders to review for both conformance to the Design Criteria as well as to promote dialogue and input on the design at critical design milestones. Comments from all stakeholders will be collected in a standardized comment form and review periods will have fixed deadlines to meet the proposed schedule.At a minimum, Design Reviews will take place at Conceptual Design(CD), Schematic Design (SD), 65% Construction Documents and 95% Construction Documents design milestones. It is expected that the CD and SD sets will be complete prior to release of the Design-Builder RFQ such that critical Design Criteria are set prior to engaging the Design-Builder community. 3. Design Review Comment Resolution -GPa will compile all stakeholder comments to the Design Control Documents in a Design Management Log.The log will identify which party initiated each comment and require the same party to agree to close the comment when it has been addressed. Following completion of each Design Review period, GPa will meet with the City and other review stakeholders to page-turn through the comments and ensure that GPa clearly understands the intent of each comment or request. Where possible, comments will be resolved in real-time during the meeting. The then-current Design Management Log will be submitted with each set of Design Control Documents to track the progress and close-out of design comments. Note that it is common for many comments from the CD and SD Design Reviews to be deferred to a future Design Review as many aspects of the design are detailed and evidenced during the construction documents phase. 4. Internal QA/QC - In between the formal review packages, GPa will perform internal reviews on the design development so as to track and/or correct variances to the Design Criteria and coordinate design output among the various design disciplines. This is accomplished by electronic file sharing, face-to-face coordination meetings, and in-house QC reviews prior to submitting each Design Control Document set. GPa also has BIM software to effectively highlight items of needed coordination and refinement. 5. Design Deviations-There may be deviations to the Design Criteria that arise throughout the design phase,whether due to comments initiated by the City during the Design Reviews or due to internal design coordination and progression. GPa will track such deviations on the Design Management Log to flag them for review and acceptance by City,and other relevant stakeholders. It is imperative for all parties to provide timely feedback and approval to maintain the design schedule. 6.Submittal Reviews-We would perform shop drawing and other contractor submittal reviews to confirm compliance to the Design Control Documents and Design Criteria during construction. (Cj mg Request for Statement of Qualifications for On-Call Architectural Design Services 19 www.gparchitects.org 5.2 / REFERENCE PROJECTS UCI / MUNICIPAL HEALTH CENTER I I noon • 0'1 •fr" UC1 HEALTH Schematic Design/Orange,CA COMPLETION DATE: ...0 2023 This was a phased renovation of the creation of new restrooms, shared Chapman Pavilion, spanning the 7th, and private office spaces, conference PROJECT SIZE: •••a 6th, 3rd, and 2nd floors, was driven by rooms, break area and enhanced HVAC the critical need for lease relocation due infrastructure to ensure a modern and 20,000 sf EACH FLOOR to the expiration of leases at city tower. sustainable working environment. Each floor encompassed approximately 20,000 sf. This comprehensive build The 2nd floor renovation at Chapman , •..0 out project supported the transition of Pavilion involves the design and build various departments into newly designed out of office spaces tailored for medical ELLEN KHOUDARI spaces across multiple floors. Each floor's staff, admin, pediatrics, GME, marketing, UCI Health Project Manager design is tailored to meet the specific patient experience, and clinical affairs needs of its occupants while maintaining departments. Planning Administration a cohesive approach to functionality (949)374-8446 and efficiency. The renovations include ekhoudari@uci.edu ■ • KEY PERSONNEL: ••0 wsvay-ws® 0_ " oe " t C .' m ° ws . • .. S A ®®® '' JACK PANICHAPAN - Mr. Panichapan acted as the Pa �F3 ebn Principal in Charge and was responsible for the design L� of this project for the exterior and interior including -MEE"� ' = � ) ' i k - ' " furnishing, ti sewed - IIIII L. �- ( -> cia `— e VIC NGUYEN - Mr. Nguyen was the Project Architect �" ° and was in charge of the PDR, design, rendering, en- • titlements, construction documents and construction w° ws,m ws we .:ws we ws wa we.'wn ws ws�ws ws, Min_.__. administration for the project which also included co- _ Ill ^°°M ordinating documents between all the disciplines. oRe�� � amre __'''a aix rFoae ®�®wro (Cj; M Request for Statement of Qualifications for On-Call Architectural Design Services 20 www.gparcNtects«g MUNICIP' -k. r 5.2 / REFERENCE PROJECTS - ,r.-„;„;:..- ka . , t_ fl Fa • ",Fr I � 'i '. ry- �lliGs..__ f . iy% 1111111 II. YUCCA VALLEY LIBRARY own of Yucca Valley/Schematic Design/Yucca Valley, CA The Town of Yucca Valley was required GPa presented three separate Q`••• COMPLETION DATE: to re-assess and revise organization- schemes: a community library, a al and infrastructural changes to its combination of a hi-desert museum 2020 master plan study, as the last needs along with a California welcome cen- assessment was completed approxi- ter, and a hi-desert museum. 0•• PROJECT SIZE: mately ten years ago. 7,140 sf The community library program was GPa had proposed a plan and de- determined as the most optimal fit. veloped a report determining a corn- A conceptual plan of renovations of patible new program to occupy the the bank were developed to depict its ••••0• • E infrastructure of the existing mid-20th library use as one of three schemes. century bank facility located at 57271 GPa then proceeded with schemat- SHANE R. STUECKLE Twenty-nine Palms Highway, Yucca is design through construction ad- Deputy Town Manager Valley, CA. ministration for the Architectural and Town of Yucca Valle The report Engineering for the renovation of the y p provided programming former Bank Building to the County (760) 369-1265 ext. 305 and architectural/engineering assess- Library sstueckle@yucca-valley.org ments of the existing building. JACK PANICHAPAN - Mr. Panichapan acted as the Principal in Charge and was responsible for the design of this project for the exterior and interior in- (:).- KEY PERSONNEL: cluding furnishing. KENT KLUETER-Mr. Klueter was the Project Architect and was in charge of the construction documents and construction administration for the project which also included coordinating documents between all discplines. [el AN Request for Statement of Qualifications for On-Call Architectural Design Services 21 www.gparchfects.org I 1 j I' {11!I I j I1 I'll 11 "� IL CHAMBERS III 1 ,I 1 l 1 , i f'III i II � j wc'' , � 1 , 5 I f F f �� 11 I.t( S j 'i , SF } i ,i,' - C i s !. i , itUJ !l s',t •; , ?7r li 1F°t ti ift I l ' t1l�� 0,�r 1 �'' ' ' , 4 r 1 . "tin... _ - - i _ N. REDONDO BEACH CITY COUNCIL CHAMBERS City of Redondo Beach/Schematic Design/Redondo Beach, CA V,4W1 Built in the 1960s, the pre-existing fa- The next steps involved taking the es- cility composed of the city council tablished conceptual design scheme TOTAL COST OF chambers, lobby, and restroom area, into further design development to the Q., which needed a significant amount Construction Document through Con- COMPLETED PROJECT: of work to meet current ADA/ acces- struction Administration services. $610K sible requirements. This was achieved GPa provided a strategic design to through modifying the floor, ramps, stairs, doors, seating, and toilet rooms meet ADA/ accessible requirements, O•• COMPLETION DATE: for improved accessibility. alongside an overall aesthetic archi tectural update. We provided design 2020 GPa completed the conceptual de- schemes and renderings as a part of sign stage, providing the City of Re- an interactive process with the City's (D•• PROJECT SIZE: dondo Beach with a CASp Report, input and collaboration, while staying conceptual design, and statement of on a restrictive budget as noted on 2,900 sf probable cost for review and approv- our original PDR early in the project al. development. a••.C1=tom JACK PANICHAPAN-Mr.Panichapan acted as the Principal in Charge and was ANDREW WINJE responsible for the design of this project for the exterior and interior including Engineering Services Division furnishing. (310) 318-0661 x 2431 andrew.winje@redondo.org VIC NGUYEN-Mr. Nguyen was the Project Architect and was in charge of the PDR, design, rendering, entitlements, construction documents and construc- tion administration for the project which also included coordinating docu- ments between all the disciplines. O.-- KEY PERSONNEL: • (ei--Agi Request for Statement of Qualifications for On-Call Architectural Design Services 22 www.gparchfects.ag WATER DISTRICT/TREATMENT PLANT 5.2 / REFERENCE PROJECTS �-.View 1 - - -`` e �-.- i . A 5. k+ '' d • AML i rtt � ` I 0. 111 II01.C9 ��! ' 1.9. : 199, li I 1 I.1.I I .-''' .1 i._ — ' * klli -,. - A li - . it ... _i _ L lain 7.-. —um * T , mar~ ,x' . . ., WRD - GRIP ‘sseN,L040 ADVANCEMENT TREATMENT �_ Water Replenishment District!Schematic Design/Pico Rivera, CA °S` WRD is developing an advanced The design was developed through stages COMPLETION DATE: -0 reclaimed water treatment campus of Design-Build with an architectural 2019 ($100 million construction cost) that philosophy which is consistent with the includes an approximately 45,000 sf theme and character that has been PROJECT SIZE: "U treatment plant process building and an established by WRD in terms of outdoor approx. 24,150 sf two story Administration connections,views, and transparency.We 69,150 sf and Visitors Building. During the course worked interactively with WRD in order to of development, GPa developed the ensure that the implementation of the final r�^^t� v general architectural aesthetic of the design aligns with the established budget, buildings and site landscape concepts needs, and goals for the architecture of STEVE TEDESCO and theme through several phases of new facility. Throughout the development Senior Vice President public outreach input with the surrounding of the project this can be implemented Tetra Tech community. The goal was to have a with workshops. This project achieved (949) 809 5153 building and a campus that facilitated a USGB LEED Platinum in 2020. w- ---- - ---- - - - - munity steve.tedesco@ tetratech.com KEY PERSONNEL: Q ri - ,; ' JACK PANICHAPAN - Mr. Panichapan acted as the Principal in Charge and was k responsible for the design of this project for the exterior and interior including om1:- furnishing. ,or J ill KENT KLUETER - Mr. Klueter was the Project Architect and was in charge of the - construction documents and construction administration for the project which i • also included coordinating documents between all discplines. View 3 • (el-„ . Request for Statement of Qualifications for On-Call Architectural Design Services 23 www.gparch tects.org 5.2 / REFERENCE PROJECTS SOUTHERN CALIFORNIA EDISON / OFFICE �_■i _ z t� i -..,. SCE C-SUITE .µ d �, 1 Cyl ja. R , f a ems. {� { q } �g4&y.� 71 --_— 4 , I I VE W . Vir 1 _ 1 i 1 1r it, , 1 _--- ,Vr G. 1 4141011bibmb.. y �s I'�' t; "3`,7�h1 ir' 1 Vs-as ., Ent C-SU11 \GT TO SCALE View 3 / View 2 l = �it14 0 SCE HEADQUARTERS SCE/Retrofit& Renovation/Rosemead, CA I 1 �" This project involves the seismic retrofit and interior renovation of the five-story 700,000 sf executive headquarters for Southern I - California Edison (SCE) called GO-1. The project scope involves II . v; space planning and interior design for a complete refresh of their corporate offices.This project is being done through phases floor by ,, '. .,. - - = floor, with the last phase being the 4th floor executive office suite. t'1 General Scope of GO-1 renovation: #, — — } . ,. • Remove and replace existing ceiling. j • Remove and replace lighting and controls - 1 ri ' I /, �• • Remove and replace HVAC ductwork, registers, diffusers and f � VAV's back to main duct and Install new ductwork, registers, 411 diffusers and VAV's. '' ' • Remove and replace systems furniture with SCE standard. (Space Planning) • Interior Design for Cafe Central and Executive Offices • Design of Collaboration Spaces - COMPLETION DATE: 1 EL IIIr UNDER CONSTRUCTION MARTHA CPHERSON II , - ,n Project Manager PROJECT SIZE: (626) 676-4100 700,000 sf- martha.macpherson@SCE. (el d, Request for Statement of Qualifications for On-Call Architectural Design Services 24 www.gparchBects.org EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. EXHIBIT B architecture • interior • planning • j ri -1- PrrnirhnorIn Architects !nc...),roc,rc,teci 1101 Quail Street Newport Beach,California 92660 Tel.714-668-4260 www.gparchitects.org We propose to furnish the services based on the hourly billing rates listed below for the services associated with this project. Offen, we propose an "hourly not to exceed" contract at the beginning of our process. Below is a schedule of hourly billing rates. We tailor our scope and subsequent fee proposals to accommodate the scope of work realizing that there is latitude in both parameters to be discussed during the contract negotiation. These rates we propose will be valid for the contract duration. SCHEDULE OF HOURLY BILLING RATES Principal 210 Project Director 185 Project Architect 165 Job Captain 115 Designer/CAD Tech 100 Clerical 80 CONSULTANTS When additional consultants are needed, we will be the primary point of contact and the team leader. Our contract will include and convey all consultant fees and contracts as a subcategory of our fee and services. Consultant fees will be charged with an additional 15%management and coordination fee. STRUCTURAL ENGINEER SCHEDULE OF HOURLY BIWNG RATES Principal 250 Sr. Engineer V.P 200 Sr. Assoc. Engineer 185 Project Engineer 165 Draft person 105 Clerical 95 MEP ENGINEER SCHEDULE OF HOURLY BIWNG RATES Principal Engineer 225 Project Engineer 200 Sr. Mechanical Engineer 195 Sr. Electrical Engineer 195 Sr. Plumbing Engineer 185 Mechanical Designer 150 Electrical Designer 150 Draft Person 100 BIM/CAD Tech 150 Admin 120 Secretary 80 1 101 Quail Street I Newport Beach,California 92660 I P. 714.668.4260 F, 714.668.4265 I www.gparchitects.org LANDSCAPE ARCHITECT SCHEDULE OF HOURLY BIWNG RATES Principal 185 Project Landscape Architect 200 CAD Operator/Tech 95 Clerical 75 REIMBURSABLES In our contract we often have a reimbursable allowance. This reimbursable allowance covers fees beyond general B&W printing fees on standard ledger or tabloid size paper. Government fees, delivery costs(such as United Parcel Service charges), and the costs of special sized prints/ reproductions are not included in our fee. These items are"reimbursable" items and will be shown separately on our invoice. MILEAGE GPa bases our standard mileage rates for the use of a vehicle such as a car, van SUV or pickup will be: 67 cents per mile for business miles based on State of California Employers Association 2024 and the IRS standard rates Mileage Reimbursement Rates Effective January 1, 2025. 1 101 Quail Street I Newport Beach,California 92660 I P. 714.668.4260 F. 714.668.4265 I www.gparchitects.org .. Icb �...., GILL&PA-01 MCCOWANA. A. �n CERTIFICATE OF LIABILITY INSURANCE DA6/16/2a2TE s n THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER:THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR'NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT 'CONSTITUTE A CONTRACT BETWEEN'THE ISSUINGINSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. ' IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or he.endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the pollcy,.certain policies.may require an endorsement. A statement.on this certificate.does not confer rights.,to.the certificate holder in lieu ofsuch endorsement(s). PRODUCER License#0E67768 CONTACT Lea Coleman 'NAME:, IOAInsuranceServices PHONE 619 400-1996 I FAX 3636 Nobel Drive (arc,No,Ex1): ) (NC,No): Suite 410 MSS;Iea.coleman@ioausa.com San Diego,CA 92122 INSURER(S)AFFORDING COVERAGE _ NAIC It INSURER A:RLI Insurance.Company 13056 INSURED INSURER B:Hudson Insurance Company 25054, Gillis,&Panichapan Architects,Incorporated INSURER C: 1101 Quail Street INSURER 0: NewportBeach,CA 92660 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE'LISTED'BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN;THE INSURANCE AFFORDED BY THE.POLICIES DESCRIBED HEREIN IS.SUBJECT TO ALL THE'TERMS, EXCLUSIONS AND CONDITIONS OFSUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITSLTR !NSA WVD (MM/DD/YYYY) (MMIDD/YYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 2,000,000 CLAIMS-MADE X OCCUR X X PSB0001119 9/1/2024 11/8/2025 PREMISESO(EaEocN.«rrrrence) $ 1,000,000 X' Coht liab/Sev Int MED EXP(Anyone person $ 10,000 PERSONAL&ADVINJURY $ '2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 4,000,000 POLICY X JECT LOC PRODUCTS-COMP/OP AGG' S 4,000,000 OTHER: Ded S 0 A AUTOMOBILE LIABILITY CO BINEDSINGLELIMIT $ 1,000,000 X ANY AUTO _ X X PSA0001116 9/1/2024 11/8/2025 BODILY INJURY(Per person) $ ^_ OWNED TEN OS ONLY _ AUTOS BODILYBODILY INJURY(Per accident) $ AURTOS ONLY At1TOS ONIlfLY PPer PE Y ROPER�Y DAMAGE ( 5 ..X Comp.:$1,000 X C0l:$1,000 S A UMBRELLALIAB X OCCUR EACH OCCURRENCE s 3,000,000 X EXCESS LIAR CLAIMS-MADE PSE0001038 9/1/2024 11/8/2025 AGGREGATE s 3,000,000 DED X RETENTION$ 0 S A WORKERS COMPENSATiON. X PE_R. OTH AND EMPLOYERS'LIABILITY PSW0001177. 9/1/2024 11/8/2025 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE ER V!N N!A X EL.EACH ACCIDENT 'S OFFICER/MEMBER EXCLUDED? 1,00.o,000 (Mandatory In NH) E:L.DISEASE-EA EMPLOYEE$ Eyes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below EL.DISEASE-POLICY LIMIT S B Prof Llab/Cams Made FR130619119734 11/8/2024 1118/2025 Per Claim 2,000,000 B Ded.:$5k Per Claim PRB0619119734 11/8/2024 11/8/2025 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(ACORD 101;Additional Remarks Schedule,may be attached if more space Is required) Re:City of Huntington Beach Architectural Services APPROVED AS TO FORM City of Huntington Beach its officers;elected or appointed officials,employees,agents and volunteers areAddltlonai Insured with respict o General and Auto Liability per the attached endorsements as required by written contract.Insurance is Primary and NoB fontributory,.Waiver of Su gation applies to . Generalliability,Auto•Liability and Workers',Cotnpensation. MICHAEL J.VIGLIOTTA 30 Days Notice of Cancellation with 10 bays Notice for Non-Payment Of Premium in,accordance with the policy O,kTi. SsT K.II ORNEY CITY-OF HUNT1NGI-ON BEACH CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE City of Huntington Beach . -`t_ It_-/ 2000 Main Street �u^'V, v +i` (Huntington Beach,CA.02648 ACORD 25(2016/03) ©1988-2015 ACORD'CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy Number: PSB0001119 RLI Insurance Company Named Insured:Gillis+Paniohapan Architects, Inc. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. RLIPack® FOR PROFESSIONALS BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM-SECTION II—LIABILITY 1. C. WHO IS AN INSURED is amended to include as 'additional insured under this policy must apply on a an additional insured any person or organization that primary .basis, or a primary and non-contributory you agree in a contract or agreement requiring basis, this insurance -Is primary to other insurance insurance to include as an-additional insured on this that is available to such additional insured which policy, but only with respect to liability for "bodily covers.such additional insured as a named insured, injury", "property damage" or "personal and and we will not share with that other insurance, advertising injury" caused in whole.or in part by you provided that: or those acting on your behalf: a. The "bodilyinjury" 1 y" or "property damage" for a. In the performance of your ongoing operations; which coverage is sought occurs after you have b. In connection with premises owned by or rented entered into that contract or agreement;or to you;or b. The "personal and advertising injury" for which c. In connection with "your work" and included coverage is sought arises out of an offense within the "product-completed operations committed after you have entered into that contract or agreement. hazard". 2. The insurance provided to the additional insured by 4. The following is added to. SECTION III K. 2. this endorsement is limited follows: Transfer of Rights of Recovery Against Others to Us 4., COMMON POLICY CONDITIONS (BUT a. This'insurance does, not apply on any basis to APPLICABLE TO ONLY TO SECTION any person or organization for which coverage LIABILITY) as an additional insured specifically is added by We waive any rights of recovery we may have another endorsement to this policy. against any person or organization because of b. This insurance does not apply to the rendering payments we make for "bodily injury", "property of or failure to render any "professional damage" or"personal and advertising injury" arising services out of "your work" performed by you, or on your behalf, under a contract or agreement With that c. This endorsement does not increase:any of the limits of insurance stated in D. Liability And person or organization. We waive these rights only Medical Expenses Limits of Insurance. where you have agreed to do so as part of a contract or agreement with' such person or 3. The,following .is added to SECTION III H.2. Other organization entered into by you before the "bodily Insurance — COMMON POLICY CONDITIONS injury"or"property damage"occurs,or the"personal (BUT APPLICABLE .ONLY TO 'SECTION II — and advertising injury"offense is committed. LIABILITY) However, if you specifically agree in a contract, or agreement that the insurance provided to an ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN'UNCHANGED. PPB 304 02 12 Page 1 of 1 Policy Number: PSA0001116 RLI Insurance Company Named Insured: Gillis+Panichapan Architects, Inc. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. RLIPack® BUSINESS AUTO ENHANCEMENT SCHEDULE OF COVERAGES ADDRESSED BY THIS ENDORSEMENT A. Broad Form Named insured B. Employees As Insureds C. Blanket Additional Insured D. Blanket Waiver Of Subrogation E. Employee Hired Autos F. Fellow Employee Coverage G. Auto Loan Lease Gap Coverage H. Glass Repair—Waiver Of Deductible I. Personal Effects Coverage • J. Hired Auto Physical Damage Coverage K. Hired Auto Physical Damage—Loss Of Use L. Hired Car Worldwide Coverage M. Temporary Transportation Expenses N. Amended Bodily Injury Definition—Mental Anguish O. Airbag Coverage P. Amended Insured Contract Definition—Railroad Easement Q. Coverage Extensions—Audio,Visual And Data Electronic Equipment Not Designed Solely For The Production Of Sound R. Notice Of And Knowledge Of Occurrence S. Unintentional Errors Or Omissions T. Towing Coverage PPA 300 03 13 Page 1 of 5 This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM A. Broad Form Named Insured of the operations contemplated by such contract.The The following is added to the SECTION II — waiver applies only to the person or organization COVERED AUTOS LIABILITY COVERAGE, Para- designated in such contract. graph A.1.Who Is An Insured Provision: E. Employee Hired Autos Any business entity newly acquired or formed by you 1. The following is added to the SECTION II — during the policy period, provided you own fifty COVERED AUTOS LIABILITY COVERAGE, percent(50%)or more of the business entity and the Paragraph A.1.Who Is An Insured Provision: business entity is not separately insured for Bus-iness An "employee" of yours is an "insured" while Auto Coverage. Coverage is extended up to a operating an "auto" hired or rented under a maximum of one hundred eighty(180)days following contract or agreement in that"employee's"name, the acquisition or formation of the business entity. with your permission, while performing duties This provision does not apply to any person or related to the conduct of your business. organization for which coverage is excluded by 2. Changes In General Conditions: endorsement. B. Employees As Insureds Paragraph 5.b. of the Other Insurance Con- dition in the BUSINESS AUTO CONDITIONS is The following is added to the SECTION II — deleted and replaced with the following: COVERED AUTOS LIABILITY COVERAGE, Para- b. For Hired Auto Physical Damage Coverage, graph A.1.Who Is An Insured Provision: the following are deemed to be covered Any"employee"of yours Is an"insured"while using a "autos"you own: covered "auto"you don't own, hire or borrow in your (1) Any covered "auto"you lease, hire, rent business or your personal affairs. or borrow;and C. Blanket Additional Insured (2) Any covered "auto" hired or rented by The following is added to the SECTION II — your"employee" under a contract in that COVERED AUTOS LIABILITY COVERAGE, Para- individual "employee's" name, with your graph A.1.Who Is An Insured Provision: permission, while performing duties related to the conduct of your business. Any person or organization that you are required to However,any"auto"that is leased,hired, include as an additional insured on this coverage form rented or borrowed with a driver is not a in a contract or agreement that is executed by you covered"auto". before the"bodily injury"or"property damage"occurs is an "insured" for liability coverage, but only for F. Fellow Employee Coverage damages to which this insurance applies and only to SECTION II — COVERED AUTOS LIABILITY the extent that person or organization qualifies as an COVERAGE, Exclusion B.5. does not apply if you "insured" under the Who Is An Insured provision contained in SECTION II — COVERED AUTOS have workers compensation insurance in-force LIABILITY COVERAGE. covering all of your employees. The insurance provided to the additional insured will G. Auto Loan Lease Gap Coverage be on a primary and non-contributory basis to the SECTION III — PHYSICAL DAMAGE COVERAGE, additional insureds own business auto coverage if C.Limit Of Insurance,is amended by the addition of you are required to do so in a contract or agreement the following: that is executed by you before the "bodily injury" or In the event of a total"loss"to a covered"auto"shown "property damage"occurs. in the Schedule of Declarations, we will pay any D. Blanket Waiver Of Subrogation unpaid amount due on the lease or loan for a covered "auto", less: The following is added to the SECTION IV— BUSI- 1. The amount paid under the PHYSICAL NESS AUTO CONDITIONS,A.Loss Conditions,5. DAMAGE COVERAGE section of the policy;and Transfer Of Rights Of Recovery Against Others To Us: 2. Any: We waive any right of recovery we may have against a. Overdue lease/loan payments at the time of any person or organization to the extent required of the"loss"; you by a contract executed prior to any"accident"or "loss",provided that the"accident"or"loss"arises out PPA 300 0313 Page 2 of 5 b. Financial penalties imposed under a lease for (2) An adjustment for depreciation and physical excessive use, abnormal wear and tear or condition will be made in the event of a total high mileage. "loss". c. Security deposits not returned by the lessor; (3) If a repair or replacement results in better d. Costs for extended warranties, Credit Life than like kind or quality,we will not pay for the betterment. Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; (4) A deductible equal to the highest Physical and Damage deductible applicable to any owned e. Carry-over balances from previous loans or auto will apply. leases. (5) This Coverage Extension will not apply to: H. Glass Repair—Waiver Of Deductible (a) Any "auto" that is hired, rented or SECTION III — PHYSICAL DAMAGE COVERAGE, borrowed with a driver;or D.Deductible is amended by adding the following: (b) Any "auto" that is hired, rented or No deductible for a covered"auto"will apply to glass borrowed from your"employee". damage if the glass is repaired rather than replaced. K. Hired Auto Physical Damage—Loss Of Use I. Personal Effects Coverage The following Is added to SECTION III— PHYSICAL The following is added to SECTION III—PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions: DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions: e. We will pay sums which you legally must pay to c. Personal Effects Coverage the lessor of a covered "auto" which you have leased without a driver for thirty(30)days or less In the event of a total theft loss of your covered for the lessor's loss of use of the covered"auto", "auto"we will pay up to$400 for"loss"to wearing provided: apparel and other personal effects which are: (1) This insurance provides comprehensive, (1) Owned by an"insured";and specified causes of loss or collision covered (2) In or on your covered"auto"; on the covered"auto"; No deductible applies to Personal Effects (2) The loss of use results from the covered Coverage. "auto" being damaged in an "accident"while you are leasing it. J. Hired Auto Physical Damage Coverage We will pay up to a maximum limit of$1,500 for The following is added to SECTION III—PHYSICAL this covered extension. DAMAGE COVERAGE, A. Coverage, 4. Coverage L. Hired Car—Worldwide Coverage Extensions: d. Hired Auto Physical Damage Coverage The following is added to SECTION II — COVERED AUTOS LIABILITY COVERAGE, A.2. Coverage If hired "autos" are covered "autos" for Liability Extensions: Coverage and this policy also provides Physical f. Hired Car—Worldwide Coverage Damage Coverage for an owned"auto",then the Physical Damage Coverage is extended to (1) We will pay all sums an"insured"legally must "autos"that you hire,rent or borrow subject to the pay as damages because of"bodily injury"or following: "property damage" to which this insurance (1) The most we will pay for "loss" in any one applies, caused by an "accident" which occurs outside of the United States of "accident" to a hired, rented or borrowed is the lesser of: America, the territories and possessions of "auto" the United States of America, Puerto Rico (a) $60,000 and Canada resulting from the maintenance, or use of any covered "auto" of the private (b) The actual cash value of the damaged or stolen property as of the time of the passenger type you lease, hire, rent or borrow without a driver for thirty(30)days or "loss";or less. (c) The cost of repairing or replacing the (2) With respect to any claim made or "suit" damaged or stolen property with other instituted outside the United States of property of like kind and quality. America, the territories and possessions of the United States of America, Puerto Rico, and Canada: PPA 300 03 13 Page 3 of 5 (a) You shall undertake the investigation, M. Temporary Transportation Expenses settlement and defense of such claims SECTION III — PHYSICAL DAMAGE COVERAGE, and "suits" and keep us advised of all proceedings and actions. A.4. Coverage Extensions, subparagraph a. Transportation Expenses is deleted and replaced (b) You will not make any settlement without by the following: our consent. a. Transportation Expenses (c) We will reimburse you: (1) We will pay up to a maximum of$1,500 for (i) For the amount of damages be- temporary transportation expense incurred cause of liability imposed upon you by you because of Physical Damage to a by law on account of"bodily injury'or covered"auto". "property damage" to which this insurance applies,and (2) We will pay only for those covered"autos"for For all reasonable expenses incurred which you carry Comprehensive,Colli-sion or (II) p Specified Case of Loss Coverage. with our consent in connection with the investigation, settlement or (3) We will pay only for those expenses incurred defense of such claims or "suits". by you during the period of time that begins Reimbursement for expenses will be twenty-four (24) hours after the covered part of the Limit of Insurance for "loss"and ends at the time when the covered liability coverage shown in the "auto" can be reasonable repaired or Business Auto Coverage replaced. Declarations, and not in addition to (4) This coverage does not apply while there are such limits. spare or reserve"autos" available to you for (3) The limit of Insurance for Liability Coverage your operations. shown in the Business Auto Coverage Declarations is the most we will reimburse N. Amended Bodily Injury Definition — Mental you for the sum of all damages imposed on Anguish you,as set forth In paragraph 2.c.above,and The following is added to SECTION V -- all expenses incurred by you arising out of DEFINITIONS, Definition C.: any single"accident"or"loss". "Bodily injury"also includes mental anguish, but only (4) You must maintain the greater of the follow- when the mental anguish arises from other bodily ing primary auto liability insurance limits: injury,sickness or disease. (a) Compulsory admitted insurance with O. Airbag Coverage limits required to be in force to satisfy the legal requirements of the jurisdiction The following is added to SECTION III— PHYSICAL where the accident occurs;or DAMAGE COVERAGE B. Exclusions 3.a.: (b) Insurance limits required by law and However, this exclusion will not apply to accidental issued by a government entity or by an discharge of an airbag due to mechanical or electrical insurer licensed or permitted by law to do breakdown. business in the jurisdiction where the accident' occurs;or P. Amended Insured Contract Definition — Railroad Easement (c) Auto liability insurance limits of at least $300,000 combined single limit or SECTION V— DEFINITIONS paragraph H. "Insured $100,000 per person/$300,000 per acci- contact"is modified as follows: dent Bodily Injury, $100,000 Property 1. Paragraph H.3. is replaced by the following: Damage. If you fail to comply with the above, this 3. Any easement or license agreement. insurance is not invalidated. However, in the 2. Paragraph H.6.a.is deleted. event of a"loss",we will pay only to the extent that we would have been liable had you so Q. Coverage Extensions — Audio, Visual And Data complied. Electronic Equipment Not Designed Solely For The Production Of Sound (5) The insurance provided by this coverage extension is excess over any other collec- SECTION III—PHYSICAL DAMAGE COVERAGE B. tible insurance available to you whether on a Exclusions,exception paragraph a.to exclusion 4.c. primary, excess contingent or any other and 4.d.is deleted and replaced with the following: basis. PPA 300 03 13 Page 4 of 5 a. Equipment and accessories used with such (2) A partner if you are a partnership;or equipment, except for tapes, records, discs or (3) An executive officer or insurance manager, if other electronic media device, provided such you are a corporation. equipment is permanently installed in the covered "auto" at the time of the "loss" or is removable S. Unintentional Errors Or Omissions from the housing unit which is permanently SECTION IV—BUSINESS AUTO CONDITIONS, B. installed in the covered "auto" at the time of the General Conditions; 2. Concealment Misrepre- "loss", and such equipment is designed to be sentation Or Fraud is amended by adding the solely operated by use of the power from the following: "autos"electrical system, in or upon the covered "autos";or The unintentional omission of, or unintentional error R. Notice Of And Knowledge Of Occurrence in, any information given by you shall not prejudice your rights under this insurance. However this pro- SECTION IV — BUSINESS AUTO CONDITIONS, vision does not affect our right to collect additional A.2. Duties In The Event Of Accident, Claim Suit premium or exercise our right of cancellation or Or Loss, subparagraph a. is deleted and replaced nonrenewal. with the following: T. Towing Coverage a. In the event of"accident", claim, "suit" or"loss", SECTION III — PHYSICAL DAMAGE COVERAGE, you must give us or our authorized repre- A.2. Towing, is deleted and replaced by the sentative prompt notice of the"accident"or"loss" following: including: (1) How,when and where the"accident"or"loss" 2. We will pay up to$750 for towing and labor costs occurred; incurred each time a covered "auto" is disabled due to a covered cause of toss. However: (2) The"lnsured's"name and address;and a. All labor must be performed at the place of (3) To the extent possible, the names and disablement;and addresses of any injured person and witnesses. b. If the covered auto is a private passenger type no deductible applies;and Your duty to give us or our authorized c. If the covered auto Is not of the private representative prompt notice of the"accident"or passenger type our obligation to pay will be "loss"applies only when the"accident"or loss"is reduced by a $250 deductible per known to: disablement. (1) You, if you are an individual; ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PPA 300 0313 Page 5 of 5 Named Insured: Gillis&Panichapan Architects,Incorporated Policy Number: PSW0001177 WORKERS'COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed.04.04) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT—CALIFORNIA We have the right to recover our payments from anyone liable for an Injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule.(This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees white engaged in the work described in the Schedule. The additional premium for this endorsement shall be %of the California workers'compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description All persons or organizations that are party to a contract that Jobs performed for an person or organization requires you to obtain this agreement,provided you that you have agreed with In a written contract executed the contract before the loss to provide this agreement { { EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Consultant to provide on-call architectural engineering, landscape architectural engineering and professional consulting services B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: SEE ATTACHED EXHIBIT A C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: EXHIBIT A Iii3ONT IN G j� L CITY OF o 1 n� s = _, HUNTINGTON BEACH C01/Ami;;�� Lisa Lane Barnes I City Clerk August 27, 2025 Gillis & Panichapan Architects, Inc. Attn: Jack Panichapan 1101 Quail Street Newport Beach, CA 92660 Dear Mr. Panichapan, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and Gillis & Panichapan Architects, Inc. for On-Call Architectural Engineering and Professional Consulting Services, approved by the Huntington Beach City Council on August 19, 2025. Sincerely, 114-;i./tetz/fLtAKtAK Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov ON-CALL ARCHITECTURAL ENGINEERING,LANDSCAPE ACHRITECTUAL ENGINEERING,AND PROFESSIONAL CONSULTING SERVICES REQUEST FOR QUALIFICATIONS (RFQual) 1. BACKGROUND The City of Huntington Beach("City") Community&Library Services Department is seeking experienced Consultant firms to assist the City's staff in the following service categories: Architecture Engineering/Landscape Architecture Engineering Qualified firms shall provide consulting services on an "on-call" basis for projects to be determined during the term of the contract. The contract shall be for a minimum three (3) year term with the option for one(1)additional one-year term.The City shall issue task orders for each project based upon the scope of services,qualifications,work schedule,and reasonableness of the fee.For task orders greater than$50,000 City will typically solicit qualifications from two or more qualified consultants. 2. SCHEDULE OF EVENTS This request for qualifications will be governed by the following schedule: Release of RFQual Monday,March 17,2025 Deadline for Written Questions by 4:00 PM Tuesday,April+2025 Responses to Questions Posted on Web Tuesday,April-8,2025 Proposals are Due by 4:00 PM Tuesday,April HT 2 25 Proposal Evaluation Completed Week of 1Vi�,_yy ,9 025 Notification of Intent to Award(Tentative) Week of April-28 2025 Approval of Contract by City Council(Tentative) Meeting of July-1 2025 3. SCOPE OF WORK In general, the Consultant shall perform consulting services on an "on-call" basis for projects assigned by the City. If the Consultant does not have the ability to self-perform all aspects of the scope of services,then the Consultant shall subcontract for those services.The scope of work for any one project may involve all phases of project development and may include but is not limited to the following: Kick-Off&Progress Meetings Attend mandatory project kick-off meeting(s) and subsequent progress meetings, as needed. Meetings may require in-person attendance, while others may allow a virtual attendance option. Provide minutes of meeting(s). 2 1315 Preliminary Plans and Design Prepare alternative preliminary layouts, surveying, architectural services, and estimates of probable cost for alternatives,and prepare details,and calculations.Present alternatives,as needed at staff and/or City Council meetings, and provide recommendations and analyses of the advantages of each alternative. Entitlements/Permits As a primary consultant, assist the City in obtaining entitlements and approvals from applicable agencies for environmental, and/or other permits as may be required. Construction Documents Prepare designs, plans, specifications, cost estimates, and contract bidding documents. The City shall review the construction documents at the preliminary engineering, sixty (60%) percent, ninety(90%)percent,and final documents stages. Prepare 24x36 inch construction drawings for bidding and archival purposes, providing code requirements, and all project related plan set details required for constructability. The City will provide a Microsoft Word Version of the General Provisions and bid forms; the Consultant shall modify the documents by adding the necessary special provisions and bid items. Based on direction from the City, consultant may also be asked to take the lead on construction plan submittals,plan checks and obtaining required permits through the Community Development Department. Technical Reports and Analysis Prepare needs assessments, master plans and technical studies such as park development fee analysis (including public outreach, community workshops/surveys), arborist (tree assessments), geotechnical/geophysical, and environmental (i.e., water, asbestos, lead, noise, impact, etc.) studies. Bidding Stage Assist the City in answering bidders'questions,attend pre-bid conferences and job walks,prepare addenda,analyze bids, and recommend award. Construction Stage Attend pre-construction conference, monitor construction schedule, visit construction site as required for progress and quality of work. Assist the contract manager, contractor,and inspector with interpretation of the plans and specifications,analysis of changed conditions,development of corrective action,review of shop drawings and other required tasks. Architectural/Landscape Architectural Engineering Services Consultant shall provide experienced personnel,equipment,and facilities to perform the following tasks. • Provide landscape, architectural,planning, and design services primarily for existing City Parks, facilities, Community Centers, Clubhouses i.e., tenant improvements, ADA modifications, etc., and park developments. The City is currently"built out" with limited 3 1316 "new" facilities anticipated in the next 3 years. The City also has a need for landscaping architecture services throughout City medians and public spaces. • Prepare sketches, renderings, and materials boards providing alternative architectural concepts,designs, and options that can be applied to project requirements. • Prepare in AutoCAD or Revit,24x36 inch construction drawings for bidding and archival purposes, providing code requirements, floor plans, ceiling plans, roof plans, elevations, walls,materials schedules, door and window schedules, and details. Provide one full-size set at each design stage with electronic file in *.PDF format,and in AutoCAD(I.DWG)or Revit(I.RVT)format. • Provide technical specification in MS Word format, for materials and methods to be incorporated into the City's Standard Supplemental Master Specifications. • Prepare Architect's/Engineer's cost estimates. • Provide architectural support during construction of projects. • Prepare as-builts and provide electronic file in *.PDF format, and in AutoCAD (*.DWG) or Revit(*.RVT)format. In addition to the services listed above,through the use of sub-consultants or in-house personnel, Consultants may be required to perform or assist in environmental assessments, material testing, civil and soils engineering and building architecture. 4. PROPOSAL FORMAT GUIDELINES Interested firms are to provide the City of Huntington Beach with a thorough proposal using the following guidelines: Proposal should be typed and contain no more than 25 typed pages using a 12-point font size, including transmittal letter,but excluding resumes of key people, Index/Table of Contents,tables, charts, and graphic exhibits. Each proposal will adhere to the following order and content of sections. Proposal should be straightforward, concise and provide "layman" explanations of - technical terms that are used. Emphasis should be concentrated on conforming to the RFQual instructions, responding to the RFQual requirements, and on providing a complete and clear description of the offer.Proposals,which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract,may be rejected. The following proposal sections are to be included in the bidder's response: A. Vendor Application Form and Cover Letter Complete Appendix A, "Request for Proposal-Vendor Application Form" and attach this form to the cover letter. A cover letter, not to exceed three (3) pages in length, should summarize key elements of the proposal. An individual authorized to bind the consultant must sign the letter. The letter must stipulate that the proposal price will be valid for a period of at least 180 days. Indicate the address and telephone number of the contractor's office located nearest to Huntington Beach, California and the office from which the project will be managed. B. Background and Project Summary Section The Background and Project Summary Section should describe your understanding of the City,the work to be done, and the objectives to be accomplished. Refer to Scope of Work of this RFQua1. 4 1317 C. Methodology Section Provide a detailed description of the approach and methodology to be used to accomplish the Scope of Work of this RFQual. The Methodology Section should include: 1) An implementation plan that describes in detail (i)the methods, including controls by which your firm manages projects of the type sought by this RFQual; (ii) methodology for soliciting and documenting views of internal and external stakeholders; (iii) and any other project management or implementation strategies or techniques that the respondent intends to employ in carrying out the work. 2) Detailed description of efforts your firm will undertake to achieve client satisfaction and to satisfy the requirements of the "Scope of Work" section. • 3) A sample approach to developing a project schedule, identifying tasks and deliverables to be performed,tracking costs and overall time of completion. 4) Detailed description of specific tasks you will require from City staff.Explain what the respective roles of City staff and your staff would be to complete the tasks specified in the Scope of Work. D. Staffing Provide a list of individual(s) who will work on requested projects and indicate the functions that each will perform. Include a resume for each designated individual. Upon award and during the contract period, if the contractor chooses to assign different personnel to the project, the Contractor must submit their names and qualifications including information listed above to the City for approval before they begin work. E. Qualifications The information requested in this section should describe the qualifications of the firm,key staff and sub-contractors performing projects within the past five years that are similar in size and scope to demonstrate competence to perform these services. Information shall include: 1) Names of key staff that participated on named projects and their specific responsibilities with respect to this scope of work. 2) A summary of the your firm's demonstrated capability, including length of time that your firm has provided the services being requested in this Request for Qualifications. 3) Provide at least five local references that received similar services from your firm. The City of Huntington Beach reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Client name • Project description • Project start and end dates • Client project manager name,telephone number, and e-mail address 5 1318 F. Fee Proposal Please include a fee schedule with your proposal, including hourly rates for the primary firm and any subcontractors,if applicable. Rate Sheet } Salary information shall be included in the RFQua1 of all proposed positions needed in the performance of duties. Rate sheets shall include a four (4) year, locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub- consulting,surveying,the rate structure for those services shall be included. Sub-Contracting,and Sub-Consultants shall have a maximum markup of 10%. 5. PROCESS FOR SUBMITTING PROPOSALS All proposals must be submitted in PDF file format. • Content of Proposal The proposal must be submitted using the format as indicated in the proposal format guidelines. • Preparation of Proposal Each proposal shall be prepared simply and economically, avoiding the use of elaborate promotional material beyond those sufficient to provide a complete, accurate and reliable presentation. • Number of Proposals Submit one (1) PDF file format copy of your proposal in sufficient detail to allow for thorough evaluation and comparative analysis. A single proposal shall include all diciplines, if proposing more than one. • Submission of Proposals Complete written proposals must be submitted electronically in PDF file format via the Planetbids.com website no later than 4:00 p.m. (P.S.T)on Tuesday,April 1-5;2025 Faxed or e-mailed proposals will not be accepted 29 • Inquiries Questions about this RFQual must be directed in writing through the PlanetBids Q&A tab no later than 4:00 p.m. (PST)April ,-025,for response. From the date that this RFQua1 is issued until a firm is selected and the selection is announced,firms are not allowed to communicate for any reason with any City employee or elected official other than the contracting officer listed above regarding this RFQual, except during the pre-proposal conference. Refer the Schedule of Events of this RFQual or the City webpage to determine if a pre-proposal conference has been scheduled. The City reserves the right to reject any proposal for violation of this provision. No questions other than written will be accepted,and no response other than written will be binding upon the City. 6 1319 i1 • Conditions for Proposal Acceptance This RFQual does not commit the City to award a contract or to pay any costs incurred for any services. The City, at its sole discretion, reserves the right to accept or reject any or all proposals received as a result of this RFQual,to negotiate with any qualified source(s), or to cancel this RFQual in part or in its entirety. All proposals will become the property of the City of Huntington Beach,USA. If any proprietary information is contained in the proposal, it should be clearly identified. 6. EVALUATION CRITERIA The City's consultant evaluation and selection process is based upon Qualifications Based Selection(QBS)for professional services. The City of Huntington Beach may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance: A. Compliance with RFQual requirements B. Understanding of the project C. Recent experience in conducting similar scope,complexity,and magnitude for other public agencies D. Educational background,work experience,and directly related consulting experiences E. Price F. References The City may also contact and evaluate the bidder's and subcontractor's references; contact any bidder to clarify any response;contact any current users of a bidder's services; solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process. The evaluation committee shall not be obligated to accept the lowest priced proposal,but shall make an award in the best interests of the City. After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled,the oral interview will be a question/answer format for the purpose of clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, should be present at the oral interview. A Notification of Intent to Award may be sent to the firm(s) selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not subject to disclosure to competing firms unless an agreement is reached. If contract negotiations cannot be concluded successfully,the City may negotiate a contract with the next highest scoring firm or withdraw the RFQual. Any communications, whether written or verbal, with any City Councilmember, the Honorable Mayor,elected City official,or City staff other than the individual indicated herein,prior to award of a contract by City Council, is strictly prohibited.Any proposer who violates this provision shall be immediately disqualified from consideration as a vendor under the terms of this RFQual. 7 1320 7. STANDARD TERMS AND CONDITIONS • Amendments The City reserves the right to amend this RFQual prior to the proposal due date. All amendments and additional information will be posted to the Huntington Beach Procurement Registry, Huntington Beach - Official City Web Site - Business - Bids & RFP's; bidders should check this web page daily for new information. • Cost for Preparing Proposal The cost for developing the proposal is the sole responsibility of the bidder. All proposals submitted become the property of the City. • Contract Discussions Prior to award,the apparent successful firm may be required to enter into discussions with the City to resolve any contractual differences. These discussions are to be finalized, and all exceptions resolved within a reasonable amount of time from notification. If no resolution is reached,the proposal may be rejected, and discussions will be initiated with the next highest scoring firm. See Exhibit B for a sample agreement. • Confidentiality Requirements The staff members assigned to this project may be required to sign a departmental non- disclosure statement. Proposals are subject to the Freedom of Information Act. The City cannot protect proprietary data submitted in proposals. • Financial Information The City is concerned about bidders' financial capability to perform, therefore, may ask you to provide sufficient data to allow for an evaluation of your firm's financial capabilities. • Payment by Electronic Funds Transfer—EFT: The City requires that payment be made directly to the vendor's bank account via an Electronic Fund Transfer(EFT)process. Banking information will need to be provided to at' form. A CityRepresentative will provide the City via an Electronic Credit Authorization p the Electronic Credit Authorization form upon intent to award. Vendor will receive an Electronic Remittance Advice with the payment details via email. It is solely the responsibility of the vendor to immediately notify the City of any change to their information related to payments. • Insurance Requirements City Resolution 2008-63 requires that licensees, lessees, and vendors have an approved Certificate of Insurance (not a declaration or policy)on file with the City for the issuance of a permit or contract. Within ten (10) consecutive calendar days of award of contract, successful proposer must furnish the City with the Certificates of Insurance proving coverage as specified in Appendix C. Failure to furnish the required certificates within the time allowed will result in forfeiture of the Proposal Security. Please carefully review the Sample Agreement and Insurance Requirements before responding to the Request for Qualifications enclosed herein. The terms of the agreement, including insurance requirements have been mandated by City Council and 8 1321 can be modified only if extraordinary circumstances exist. Your response to the Request for Qualifications must indicate if you are unwilling or unable to execute the agreement as drafted as well as providing the insurance requirements. The City will consider this in determining responsiveness to the Request for Qualifications. 9 1322 APPENDIX A 1323 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW ❑ CURRENT VENDOR Legal Contractual Name of Corporation: Contact Person for Agreement: Corporate Mailing Address: City, State and Zip Code: E-Mail Address: Phone: Fax: Contact Person for Proposals: Title: E-Mail Address: Business Telephone: Business Fax: Year Business was Established: Is your business: (check one) ❑ NON PROFIT CORPORATION ❑ FOR PROFIT CORPORATION Is your business: (check one) 0 CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP El PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION � I 1 of 2 1324 Names&Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone } Federal Tax Identification Number: City of Huntington Beach Business License Number: (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 2 of 2 1325 References of Work Performed Form (Local/like agencies) Comany Name: 1. Name of Reference: Address: Contact Name: Phone Number: Email: Dates of Business: 2. Name of Reference: Address: Contact Name: Phone Number: Email: • Dates of Business: 3. Name of Reference: Address: Contact Name: Phone Number: Email: Dates of Business: 1326 { :••• APPENDIX B 1327 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY, and , a hereinafter referred to as "CONSULTANT." WHEREAS,CITY desires to engage the services of a consultant to ;and Pursuant to documentation on file in the office of the City Clerk,the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with;and CONSULTANT has been selected to perform these services, NOW,THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. agree/surtnet/professional svcs mayor 1 of 11 12/07 1328 } 3. TERM;TIME OF PERFORMANCE I ' Time is of the essence of this Agreement. The services of CONSULTANT are to commence on , 20 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit"A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed Dollars($ ). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit"B." agree/surfnet/professional svcs mayor 2 of 11 12/07 1329 7. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent(or alleged negligent)performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide agree/surfnet/professional Svcs mayor 3 of 11 12/07 1330 coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00)per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work(including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2)years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and,agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. agree/surfnedprofessional svcs mayor 4 of 11 12/07 1331 i � 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force;and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand.the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner,the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and agree/surfnet/professional svcs mayor 5 of 11 12/07 1332 - E employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. agree/surfed/professional svcs mayor 6 of 11 12/07 1333 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach ATTN: 2000 Main Street Huntington Beach,CA 92648 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and agree/sur iet/professional svcs mayor 7 of 11 12/07 1334 are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. agree/surfnet/professional svcs mayor 8 of 11 12/07 1335 22. IMMIGRATION } CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any { subcontractor work involving legal services,and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attomey's fees,such that the prevailing party shall not be entitled to recover { its attorney's fees from the nonprevailing party. 25. SURVNAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement,shall so survive. { 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. agree/surfnet/professional svcs mayor 9 of 11 12/07 1336 3 { 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not,in fact,held by the signatory or is withdrawn. CONSULTANT's initials 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's • E behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this - • Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 29. EFFECTIVE DATE IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. agree/surfnetlprofessional secs mayor 10 of 11 12/07 1337 CONSULTANT, CITY OF HUNTINGTON BEACH, a • municipal corporation of the State of COMPANY NAME California Mayor By: print name City Clerk ITS: (circle one)Chairman/President/Vice President AND INITIATED AND APPROVED: By: • print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. REVIEWED AND APPROVED: • Secretary-Treasurer { City Manager APPROVED AS TO FORM: • • c City Attorney • S3F • 3t{ ' f agree/surfnet/professional svcs mayor 11 of 11 • 12/07 1338 1 EXHIBIT "A" { A. STATEMENT OF WORK: (Narrative of work to be performed) B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: { { C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: } }S} • t Sg { 9i { EXHIBIT A 1339 EXHIBIT"B" Payment Schedule(Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement;and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided • . herein. 1 Exhibit B 1340 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY.. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. • • ti 2 Exhibit B 1341 - i EXHIBIT "B" Payment Schedule(Fixed Fee Payment) 1. CONSULTANT shall be entitled to monthly progress payments toward the fixed fee set forth herein in accordance with the following progress and payment schedules. }. 2. Delivery of work product: A copy of every memorandum, letter,report,calculation and other documentation prepared by CONSULTANT shall be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 3. CONSULTANT shall submit to CITY an invoice for each monthly progress payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 4. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. Exhibit B 1342 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR Table of Contents 1 Scope of Services 1 2 City Staff Assistance 2 3 Term; Time of Performance 2 4 Compensation 2 5 Extra Work 2 6 Method of Payment 3 7 Disposition of Plans,Estimates and Other Documents 3 8 Hold Harmless 3 9 Professional Liability Insurance 4 10 Certificate of Insurance 5 11 Independent Contractor 6 12 Termination of Agreement 6 • 13 Assignment and Delegation 6 14 Copyrights/Patents 7 15 City Employees and Officials 7 16 Notices 7 17 Consent 8 18 Modification 8 • 19 Section Headings 8 20 Interpretation of this Agreement 8 • 21 Duplicate Original 9 22 Immigration 9 23 Legal Services Subcontracting Prohibited 9 24 Attorney's Fees 10 25 Survival 10 26 Governing Law 10 27 Signatories 10 28 Entirety 10 29 Effective Date 11 fi 1343 . _ APPENDIX . . 1344 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance Requirements..,. Vendor Type Additional Automobile Professional Property Insured Liability general Liability Liability Insurance Workers'Comp I ndorsements Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII.See Exhibits Al-4 for sample forms. Email:Justin.Wessels@surfcity-hb.orgorHeather.Campbel@surfcity-hb.org Phone: 714-374-53 78 or 714-536-5210.Fax: 714-536-5212. Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Contractors: Any persons or entities who Minimum of Combined single limit As required by Include the contract with the City and/or provide services to $1,000,000 per bodily injury and the State of policy number the City which are readily available and occurrence for property damage. California,with and Additional efficiently procured by competitive bidding. bodily injury, Minimum of Statutory Limits Insured personal injury $1,000,000 per and Employer's Endorsement and property occurrence.Allows Liability Requirement Permittees: Any persons or entities who make damages.Allows up to $5,000 Insurance with statement application to the City for any use of or up to$1,000 deductible. a limit of no below. (See Note encroachment upon any public street,waterway, deductible.(See (Additional Insured less than 3 below.) pier,or City property. Note 1 below.) Endorsement is always $1,000,000 per Vendors: Any persons or entities who transfers required with General accident for property or goods to the City which may or may Liability Ins.) bodily injury or not involve delivery and/or installation. disease.(See Note 2 below.) Note 1 -Automobile Liability: The City of Huntington Beach, its officers,elected or appointed officials,employees,agents and volunteers must be named as certificate holder and as additional insured by separate attached endorsement.Permittees who do not use vehicles or equipment in connection with the permit shall not be required to provide auto insurance.To be exempt from this requirement,permittees must execute a declaration such as Exhibit 1 attached. Note 2-Workers'Compensation Exemption: If entity has no employees,a signed Declaration of Non-Employee Status form is required. Note 3 -Additional Insured Endorsement Requirements:The City,its officers,elected or appointed officials,employees,agents,and volunteers are to be covered as additional insureds by separate attached endorsement(s)as respects liability arising out of action performed by or on behalf of the contractor, products and completed operations of the contractor,premises owned,occupied or used by the contractor,or automobiles owned, leased or borrowed by the contractor.The coverage shall contain no special limitations on the scope of protection afforded to the City. FIB Insurance Matrix_revised 4-7-16(2)xlsx 1 of4 1345 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance Requirements Vendor Type Additional Automobile Professional Property Insured Liability General Liability Liability Insurance Workers1 Comp Endorsements Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of Insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII.See Exhibits Al-4 for sample forms. Email:christine.keen@surfcity-hb.org Phone: 714-374-5373 Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Design Professionals: Professional service Minimum of contractors who contract with the City and/or $1,000,000 per provide architectural and/or engineering services occurrence and to the City. in the Professional Services: Services that involve aggregate. the exercise of professional discretion and Allows up to $10,00 independent judgment based on an advanced or l deeductiducti ble. specialized knowledge,expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02. Services includes but are not limited to those services provided by appraisers, architects,attorneys,engineers, instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work(including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion, including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. HB Insurance Matrix_revised 4-7-16(2).xlsx 2 of 4 1346 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance Requirements Vendor Type Additional ._.. Automobile Professional Property Insured Liability General Liability Liability Insurance Workers'Comp Endorsements Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VIL See Exhibits Al-4 for sample forms. Email:christine.keen®surfcity-hb.org Phone: 714-379-5373 Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Licensees/Lessees: Any persons or entities Combined single limit Full As required by Include the who contract with the City for the use of public bodily injury and replacement the State of policy number property. property damage. cost with no California,with and Additional Minimum of coinsurance Statutory Limits Insured $1,000,000 per penalty and Employer's Endorsement occurrence.Allows provision. Liability Requirement up to$5,000 Insurance with statement deductible. a limit of no below.(See Note (Additional Insurance less than 2.) Endorsement is always $1,000,000 per required with General accident for Liability Ins.) bodily injury or disease.(See Note I below.) Note 1 -Workers'Compensation Exemption: If entity has no employees,a signed Declaration of Non-Employee Status form is required. Note 2-Additional Insured Endorsement Requirements:The City, its officers,elected or appointed officials,employees,agents,and volunteers are to be covered as additional insureds by separate attached endorsement(s)as respects liability arising out of action performed by or on behalf of the contractor, products and completed operations of the contractor,premises owned,occupied or used by the contractor,or automobiles owned, leased or borrowed by the contractor.The coverage shall contain no special limitations on the scope of protection afforded to the City. HB Insurance Matrix_revised 4-7-16(2).xlsx 3 of 4 1347 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS c Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VIL Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Vendor Type Minimum Insurance Requirements Profeasional iabilit}F Design Professionals: Professional service contractors who Minimum of$1,000,000 per occurrence and in contract with the City and/or provide architectural and/or the aggregate. Allows up to$10,000 deductible. engineering services to the City. Professional Services: Services that involve the exercise of professional discretion and independent judgment based on an advanced or specialized knowledge, expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02. Services includes but is not limited to those services provided by appraisers,architects,attorneys,engineers, instructors, insurance advisors, physicians and other specialized consultants. � I f I Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). I I 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion, including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason, professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. I I { HB Insurance Matrix revised4-7-I6(2).xlsx 4 of 4