Loading...
HomeMy WebLinkAboutPBK Architects, Inc. - 2025-08-19 , �ctir:r 2000 Main Street, '�.� Huntington Beach,CA 92648 z, 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: L 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 Design Landscape Architects, Inc., M. Arthur Gensler&Associates, Inc. (Gensler), Gillis + Panichapan Architects, Inc., HAI 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 I of 9 Printed on 8/14/2025 powered by Legisterm 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 on 8/14/2025 111 , , powered by legistarTM eJ ,C) 1�16 � 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, =t„ 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 Legistar. Zkerft.6 79 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. 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 Legistar" 80 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 Legister," 81 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 6 of 9 Printed on 8/14/2025 powered by Legister"1 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 Attachments): 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. 6. 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 Professional 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 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 Legiatar" 84 _ I j - 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 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. 20. RFQ for On-Call Architectural Engineering, Landscape Architectural Engineering and Professional Consulting Services. City of Huntington Beach Page 9 of 9 Printed on 8/14/2025 powered by legistarTM 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 Volz 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 PBK 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 PBK 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 Bruce Ou who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-16636/383377 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 Acommence on S÷ I , 20,25 (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. 25-16636/383377 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 25-16636/383377 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: 25-16636/383377 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 25-16636/383377 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 25-16636/383377 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 PBK ARCHITECTS, INC. ATTN: Dir. Comm. &Library Services ATTN: Bruce Ou 2000 Main Street 2400 E. Katella Avenue, Suite 950 Huntington Beach, CA 92648 Anaheim, CA 92806 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 25-16636/383377 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 25-16636/383377 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 party's behalf,which are not embodied in this 25-16636/383377 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 PBK ARCHITECTS, INC. municipal corporation of the State of California 11/ By: _ Rosen Lave AA, LEED AP Mayor prin ITS: (circ • . • •<i r President/Vice President Authorized Signor r City Clerk AND INITIATED AND APPROVED: By: Wit� Gilbert :-ez print name Director of Community & Library Services ITS: (circle one)Secrets /Chief Financial Officer/Asst. Secretary-Treasurer Authorized Signato REVIEWED AND APPROVED: City Manager APPRO ED AS TO ORM: City Attorney COUNTERPART 25-16636/383377 11 of 11 EXHIBIT A Signature Authority Policy Each of the following employees of the Corporation is fully authorized and empowered to sign or countersign contracts, renewals, extensions, amendments and/or modifications to previously approved contracts, in each case, that are commercial in nature and consistent with the ordinary course of business of the Corporation consistent with past practice, on behalf the Corporation (in the name of Wolff/Lang/Christopher Architects, Incorporated and in the name of PBK Architects, Inc., or, in each case, any similar names, juxtapositions or derivations thereof) (collectively, "Agreements"), as expressly set forth below, and expressly subject to the limitations set forth below: Corporation Employees Authority & Limitations • Authorized signatory on behalf of the Corporation(in the name of Wolff/Lang/Christopher Architects, Incorporated and in the name of PBK Architects, Inc., or, in each case, any similar names,juxtapositions or Gilbert Baez derivations thereof) on any Agreement involving consideration in an amount of anc Kutz up to $5,000,000.00. Michael Schoen • No material terms that are extraordinary relative to the range of customary provisions for a transaction of the applicable type where such terms would have a material and adverse impact on the Corporation, its affiliates and its subsidiaries, viewed as a whole. • Authorized signatory on behalf of the Eric Dinges Corporation(in the name of Wolff/Lang/Christopher Architects, Robert Lavey Incorporated and in the name of PBK Chris Cunico Architects, Inc., or, in each case, any similar names,juxtapositions or derivations thereof) on any Agreement. 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 PBK ARCHITECTS, INC. municipal corporation of the State of California By: rayor print name 1YP4- CityITS: (circle one)Chairman/PresidentNice President Clerk e< AND IN TIATED AND APPROVED: By: print name ire or of & Library Services ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager er APPI,ZO ED AS TO ORM: City Attorney COUNTERPART 25-16636/383377 1 1 of 1 1 " 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 EXHIBIT A = o V W — ♦O 11 Q e ma r» N*El E: r t ii L.)ram A � ZN q am so Orr ma sot Zic W > ' __ �~ W W i z Vl � y ZZ Z 's'"w., F E STATION Na 37 .. W _ w�+ Qce to Um 1-- Q -411:LINO'. O J LL 0 .6 w 4 ' 4 I f AA,F! / i . I 1._--.7_. / ..:t ; ( r P' a i r i i `d • 13 1 ■■ i ru ('*. q, 1 I't i4,,.t','j 0O'X4Afi1i.4i.14 ri Ii; •'ir� ' 1 1 , j y 1 0i 10 ' .rr< t !t -r ' �• 1 11 't; ;' 1 {n� t f ' ff••!r e la , r 1 ,rip 1 1 ..7,,,,,,:, ‘ i .,,, 111:f.allrk-;' - ,,, ; L,"-,•'''4i. 1/1 0 t . , t ' , i t ' 1 , ._. d J t ��r , , ji�iw 1 t� f . II yii ' t r d4 ri 9 7 �• b # w `a"Za ;i 4,' . .emu. i� r ,� n I 4 . �' a „ - L ■ i • z s'x fix,.;,,* ,.. ,, '..i •ilt"',.'—''A - 1-''',:f.:'''';.;,. ''itt- -. R 1 1.{ 41 rxaerrani :•. ,off y 3 `�¢a c �75 ft ° • '' -3r:c�xr rf , III —_- TABLE OF CONTENTS A. COVER LETTER &VENDOR APPLICATION COVER LETTER APPENDIX A:VENDOR APPLICATION FORM B. BACKGROUND & PROJECT SUMMARY 6 PROJECT UNDERSTANDING C. METHODOLOGY 7 IMPLEMENTATION PLAN SCOPE OF WORK REQUIREMENTS SCHEDULE MANAGEMENT WIN CITY STAFF COLLABORATION;dr ' rnms D. STAFFING 10 — tenet ORGANIZATIONAL CHART TEAM RESUMES E. QUALIFICATIONS 18 sec ' mime _ SUMMARY OF WORK 4 I _' PROJECT HIGHLIGHTS �rl - t REFERENCES F. FEE PROPOSAL 28 sy rJog- x _. HOURLY RATES ARFF STATION 80 LOS ANGELES INTERNATIONAL AIRPORT CHP HEADQUARTERS SAN DIEGO,CA 1 11 1 it ' 4.7tit''.",;•' ...,....„, ..„...,, Itt , w .,- .,.. ,, / , . 4 t . .,......„......:,,,,,--:: .- lir' 1 , r . . ,. .::"..:\\ t- t tt' 1 , ,• - . — ..— — — Dm 1 f I tl,\l'Attrl NI DiVsliYPOre, 4'. 't t . .,. , git DI[rte ', . ; 1211AAXA # .1001Ult MI.MORIA1 --4 , . --,:-- --a i, 0 I '•, . , 4 . -....7.: , - P:4: e ° ,. . .•.. ... _ . .,. ,7- ....... , , ",.....„.... — . ‘.............'-'' ..• '''-'-'-- KOWD-75, ...---- ...........-0... ., ..''', ..*..;*,..4.4,4...%:''• . , ' -*:4'',..' ' '''VN:ktit.X.• M. "1,...:;i- . ',. :4e.,-..-42,,...4,?:,14,1..,,,...,..-i. ., -,,, ' - --____. '.•,,i,•w'., -• - • -- • ,•••• •••••• •4!,..•.•A.....'„.. ...t*.tt.,:e.•,,trytt ti.-1,-.-. ••:\•-• , 41,:,61,tte„,, - --,-.:„ : ,,4.,,,,, ,..,,,,, . .‘...,/4.--, ,,,.-- 4 -,,,,,-:,,,,,,,,,,,,,,...,..WA‘-.,-.0'.:- 0.':''e;45.4-.-4,,i-,:. 404:: t*Ltrii,"14, ' 0 - t4 Pr" tt.r - 4••a- .,-.---- • .,..i...• e.-4 • 4s.t.,:•,,•:-1,-;,,,:. ..;.:‘,ttt,-4,,,•tp ixil:7.,-,7", s; ,-,; is ' :"- •'• . . ot. .‘.••.. -•- •'-ti• 1 Y. • - -, ., 1?6:•...„.•?,,t. 1, ---,•;3,74 tV, '',•-:-7i -,,-J., t. , .,4- ..,... t •1-,t'• .• • ..4 -„,„, tt 1,4-....t.t.,..11;?;--, -- ..._ ,••-• i•-•o- •--W •7 A. ,,, ' "'''',....', 71:N...,7..' •.. 0,^ ,,, ..-...' .. '7,‘-..'' ''Zi* •-t'7%***i?4.,:t4rie, :.1 '''` ' ' '--,'.',71. .. -. _.-4-4,-- . ••••,.,, .4.11,-. ..--, r'f'' -* -e ---., _ _ . .. , ., ... . 4:7;k•ltr:•-•'.-.,.%31 ..'Wati", -'• ' --''4 4.••i'r' -,,waftrviStt,t- • -'•-, •,,"..:.•,..,itrIrtme-....."1 „.. it- -"t ..----`• .t,' , , a r 4„,- e April. 29, 2025 City Huntington Huntin ton Beach Community & Library Services Department Cody Hernandez cody.hernandezlasurfcity-hb.org Re: Request for Qualifications//City of Huntington Beach On-Call Architectural Engineering, Landscape Architectural Engineering, & Professional Consulting Services Dear Cody and the Selection Committee, On behalf of PBK and our entire consulting team, thank you for the opportunity to submit our proposal for Various On-Call Services. PBK is honored to continue serving the City of Huntington Beach. We specialize in the planning and design of a wide variety of municipal facilities and have delivered hundreds of such facilities, each tailored to the unique requirements of the cities and departments they support. We have extensive experience with the City of Huntington Beach and have completed various projects such as the Explorer Training Center and Restroom Renovations at Pier Plaza. As you can imagine, we believe our specific knowledge and local presence makes us uniquely qualified for your upcoming projects. I will be the Principal-in-Charge of the project and will be the main point of contact from design through construction. All work will be completed in our office at 2400 E. Katella Avenue,Anaheim -just a few miles from the Huntington Beach communities. We affirm that the proposed hourly rates included in Section F will be valid for 180 days. For over 50 years, the primary focus of PBK has been the design and construction of outstanding public facilities throughout California. Municipal and Public Agency clients make up much of the work for our firm. Our project team consists of experienced professionals who have worked together on many similar public agency projects for over 25 years. We believe our qualifications within this proposal reflect the best local team within the area. Our multidisciplinary team combines expertise in architectural engineering, planning, and construction administration to deliver projects that exceed client expectations in quality, functionality, and efficiency. PBK's local presence, including our Anaheim office, ensures a deep understanding of regional codes, standards, and community values, enabling us to seamlessly integrate into the City's processes and culture. KEY HIGHLIGHTS OF OUR PROPOSAL • Extensive Experience: PBK has successfully completed numerous projects for municipal clients, including ADA compliance upgrades, facility renovations, and new construction. An Executive Summary • Comprehensive Services: Our offerings include architectural design, cost estimation, preparation of technical specifications, and construction support, ensuring holistic project execution from concept to completion. • Local Expertise: With a strong presence throughout Southern California, we bring unparalleled familiarity with local regulations and community needs. • Collaborative Approach: We prioritize stakeholder engagement, ensuring all voices are heard and reflected in project outcomes • Qualified Team: Our professionals are licensed in California, bringing specialized knowledge in architectural and engineering disciplines essential to this scope of work. AVAILABILITY OF STAFF Our team is committed to delivering the highest level of service to all our clients, and we would not pursue work if we were not fully confident in our ability to meet that standard. The team that we propose will remain available throughout the contract and will not be removed without prior approval from the City of Huntington Beach. With over 300 California-based team members and a long-standing commitment to our clients, we never overextend our resources. PBK's commitment to quality, efficiency, and partnership ensures we are prepared to meet and exceed the City's expectations for this on-call contract. We look forward to collaborating with the City, contributing to its continued growth and success. SERVING THE CITY OF HUNTINGTON BEACH With a legacy built on innovation, adaptability, and a deep commitment to public service, PBK continues to lead the way in the design of municipal and civic facilities across California. Our decades of experience, paired with a client-focused approach and a passion for creating purpose-driven spaces, position us as a trusted partner for communities now and into the future. We remain dedicated to evolving alongside our clients—delivering thoughtful, customized design solutions that support the essential work of public agencies and enrich the lives of those they serve. Thank you again for the chance to continue working for the City of Huntington Beach. If you should have any questions or require any additional information, please do not hesitate to contact me at any time. We look forward to hearing from you. Very truly yours, 17""----41"7". ° BRUCE OU AIA, Architect, NCARB, LEED AP Principal Bruce.OuIdpbk.com 2 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW 0 CURRENT VENDOR Legal Contractual Name of Corporation: PBK Architects, Inc. Contact Person for Agreement: Bruce Ou, Principal Corporate Mailing Address: 2400 E. Katella Avenue, Suite 950 City, State and Zip Code: Anaheim, CA 92806 E-Mail Address: bruce.ou@pbk.com Phone: 949-548-5000 Fax: N/A Contact Person for Proposals: Bruce Ou Title:Principal E-Mail Address: bruce.ou@pbk.com Business Telephone: 949-548-5000 Business Fax: NSA Year Business was Established: Is your business: (check one) ❑ NON PROFIT CORPORATION 0 FOR PROFIT CORPORATION Is your business: (check one) O CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION 1 of2 Names & Titles of Corporate Board Members (Also list Names & Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Bruce Ou Principal 949-548-5000 Bob Lavey Sr. Principal 949-548-5000 Gilbert Baez Sr. Principal 949-548-5000 Yong Yoo Principal 949-548-5000 David Kim Principal 949-548-5000 Federal Tax Identification Number: 95-2983639 City of Huntington Beach Business License Number: A310102 (WLC) (If none, you must obtain a Huntington Beach Business License upon award of contract.) o � � P City of Huntington Beach Business License Expiration Date: 2/28/2026 PBK Architects, Inc., holds Wolff Lang Christopher Architects/WLC as a DBA of our operations here in California. WLC holds the City of Huntington Beach Business License number above. 2 of 2 „. 'won-. , '., .• ,' -- - -7: . AVIIIIMillikk. ""144, - hal AIL .. • _-_ . - -- ” - . -., ........ _ . t • r- - U. a cc 4 t ...[-- < .1 u.) 1-- A ; mu., oz „ ,, rz N., ,...........,_____/......_,/,,, L ...........•. Y,'.0 .,... ‘ .. . •••••••11,,, t • IM•,,, 7W - - -— ".••.•- -, - - . ...... ..,.. , . .r i ..._ . , iiiv..E'''7.., .;#0"7.0.. , „..„„-0 ' ,. . . .,,,:;...,..7.. . . . . -. .. '• ,, , :*mmsilra-7----a" •"--- - • 'i D .... , -- _ 0 U . . . gill. ti 'II ' 1 ' , - ' , . .. . 11111111 0 H 1 r t ---I.' "-1-1 1.-1- i1 ..,-:' ' - ..''''', '-'1 11"'"nt `I''''' 0 ick. : . 1 • ---__ fromer 0 ... ._.. -. ,•- -i _., _ . r. , ,'S 061 , i • ..,...../ , ... ......) „,,... ., . . .. . . . , 7. , ...•..... ....._ . .. I - _.„.7-_- -- ._,,, - ''"T,(7,-,..4000.. . . ,. ...e.......- . • , " '14-t. - ' ...„,, - ... ,71- _ ,....,..•-• • -. - . . .....- _ .. ' / k.". . it ' 1..?'" • 74 ,*- , , . .., ..••• , -'' ' -•• ---.1111qi24 1 I 07, .A, , . - ..„,./.. ,. . ...,` . i ,V0 .', -111,1110..E. - .4 - • V . 't .• ... ' - ' • - " . ' .'.P1.7 I _Ar g. -- i . ,„ . _ ,.......,7?- ...„,,,-//,-- ti . „,";— f• -•„,•-•- "„.-- I( , Ai: IL_..... . ....._7 7, ,,.." / -,..... .. i ..,7 ..- ....-.„...,..." ,- / 4'--- Lf — —'- - . V• ;1D ir.:Awa,:i t. 0,, i f• ..--- , •,,,,,, . / "w -an.- - . — -- r• - . ...., . . , ..., / - • -r, , ---, i : . i. :.." ,.. Aiptte, : - 1 • \ .....___s -....21;"."111111111111- 11.44).- .. .... ,,. .._...,.....,, ,..... ___. ..,.. i .,.......,..z._ :-..,....... ...6- . : .7. ,... 1 1 , • .,...•.- .. .,.... -......4 , ..........--......„, - ,. . ----7.:1117,1----- -- - • :,..iir- , io :,: .*. , --- . , ...- . , I .- , . B . Background & Project Summary Section PROJECT UNDERSTANDING It is our understanding that the City of Our team also brings robust capabilities in Huntington Beach is seeking proposals from ADA compliance review, permit documentation, qualified firms to provide on-call Architectural and coordination with relevant agencies. and Landscape Architectural Engineering Additionally, we maintain partnerships with Services.These services are anticipated to trusted sub-consultants to support environmental support enhancements to existing City parks, assessments, material testing, and civil and soils community centers, clubhouses, and public engineering as needed. spaces,focusing on tenant improvements,ADA modifications,and landscape architecture within Understanding Huntington Beach's unique medians and public areas. Given the City's context—characterized by its commitment to current status as "built out,"with limited new preserving community character, enhancing facility development expected in the next three public spaces, and addressing infrastructure years,the emphasis will be on revitalizing and needs—we are prepared to deliver responsive, optimizing existing infrastructure. high-quality design solutions. Our approach emphasizes sustainability, accessibility, and The PBK Team is fully equipped to meet these community engagement, ensuring that each needs with a multidisciplinary approach and a project not only meets technical requirements but deep bench of experienced professionals. Our also enriches the lives of residents and aligns with team provides comprehensive architectural, the City's long-term vision. landscape architectural, planning, and design services, including: With our client-focused philosophy and proven • Development of conceptual designs, sketches, technical expertise, the PBK Team stands ready to renderings, and materials boards offering support the City of Huntington Beach in achieving multiple design options responsive to each its goals for community enhancement and project's goals and constraints infrastructure revitalization. • Preparation of complete construction drawing sets in AutoCAD and Revit formats, including all required plans, schedules, details, and code compliance information • Delivery of technical specifications in MS Word format to align with the City's Supplemental Master Specifications • Development of detailed cost estimates throughout the design phases • Full architectural and engineering support during construction, including preparation of as-builts in both PDF and editable formats 6 C . Methodology Section METHODOLOGY system that enables real-time tracking of schedules, submittals, consultant coordination, The PBK Team approaches each project with and cost management. Our internal review a commitment to collaboration, creativity, and procedures ensure that every deliverable is technical precision. We recognize that the City subject to thorough QA/QC evaluation before of Huntington Beach is seeking experienced submission. partners who can enhance existing civic and recreational spaces with thoughtful, 21 Stakeholder Engagement cost-effective architectural and landscape Our approach to stakeholder involvement architectural solutions. Our proven methodology is rooted in a participatory process that combines integrated project management, emphasizes collaboration and transparency. We proactive stakeholder engagement, and a deep recommend establishing a Project Committee understanding of public sector processes to composed of key City staff and stakeholders. ensure each project advances smoothly from Through this committee, we will conduct regular concept to closeout. progress meetings, design charrettes, and informal working sessions to solicit feedback Whether revitalizing a community center, and encourage idea-sharing. This ensures that upgrading park infrastructure, or improving the final design reflects both technical needs public medians and outdoor spaces, our goal is and community values. to deliver responsive design solutions that reflect the City's values, align with available resources, We also recognize the importance of external and support long-term community use. With stakeholders - residents, facility users, or an emphasis on accessibility, constructibility, neighboring businesses. We will assist the City and sustainability, we are prepared to meet and in preparing materials for presentations or exceed the City's expectations at every stage of community engagement, should those needs the project lifecycle. arise. IMPLEMENTATION PLAN 31 Implementation Strategies From day one, PBK prioritizes the alignment of 11 Project Management Approach &Controls design solutions with project goals, budget, and PBK utilizes a collaborative and integrated community character. We tailor each solution to Design Team approach, led by Principal- the specific context and challenges of the site in-Charge Bruce Ou, AIA, to ensure quality and intended use. We integrate sustainability, control, schedule adherence, and budget accessibility, and flexibility into each project alignment. Each project is assigned a consistent, while remaining responsive to the City's unique multidisciplinary team that remains engaged infrastructure and landscape needs. from concept through closeout, allowing for seamless communication and continuity. We employ BIM software (Revit) and AutoCAD for We employ a centralized project management precision and coordination across disciplines, and utilize a detailed constructibility review We also track scope and budget alignment with process during all phases. Value engineering a cost estimate log, updated at each major is built into each design milestone to maintain milestone to reflect scope decisions, material alignment with the approved budget. selection, and value engineering. CLIENT SATISFACTION &QUALITY CONTROL CITY STAFF ROLES &COLLABORATION We achieve client satisfaction by maintaining PBK views the City as a true partner in the open communication, being highly responsive, process. To streamline coordination and reduce and delivering on our promises. Our process City staff burden, we will take the lead on all is transparent and proactive: we anticipate planning, design, document production, and challenges early, offer practical solutions, and consultant management tasks. provide consistent updates on progress, costs, and options. We anticipate the following key roles from City staff: To meet the requirements outlined in the Scope of 1. Design Review & Feedback: Participation in Work, we will: milestone reviews and workshops • Prepare construction documentation to the 2. Access & Coordination: Assistance with facility it ' specifications andpreferred formats existing documentation, and relevant C y s access, e s g • Provide clear, code-compliant designs City standards or templates that support ADA accessibility and ease of 3. Permitting Support: Coordination with internal maintenance departments and permit reviewers • Deliver cost estimates and value-based recommendations at each phase We'll provide agendas, meeting notes, and • Provide responsive support during bidding progress documentation to keep the City team and construction, including document informed and reduce the time commitment clarifications, submittal reviews, and required. construction observation CONCLUSION: A TRUSTED PARTNER FOR ON- Our QA/QC procedures are embedded throughout CALL SERVICES the design process, not as a final checkpoint but With more than 50 years of experience in public as an ongoing quality standard. architecture and landscape design, PBK has earned a reputation for delivering high-quality SAMPLE PROJECT SCHEDULE APPROACH projects that stand the test of time. Our team PBK uses a task-based scheduling strategy, understands the importance of working efficiently broken into the following standard phases: within a built-out urban environment and is • Conceptual Design & Programming well-versed in the nuanced needs of municipal • Schematic Design clients like the City of Huntington Beach. We • Design Development offer a hands-on, communicative approach • Construction Documents that minimizes disruption, respects community • Bidding/Permitting identity, and provides lasting value. • Construction Administration • Closeout &As-Builts As your on-call partner, we are prepared to mobilize quickly, adapt to evolving project scopes, Each phase includes specific deliverables and and serve as an extension of your staff. We look milestone reviews. We use Microsoft Project and forward to supporting the City in improving and other scheduling tools to develop Gantt charts maintaining the vibrant civic and recreational with clearly defined tasks, responsible parties, facilities that make Huntington Beach such a and due dates. This schedule is maintained dynamic place to live, work, and visit. collaboratively with the City, updated at regular intervals, and adjusted to reflect project realities in real time. 8 ',.; LIBRARY &FIRE STATION NO.5 CITY OF NEWPORT BEACH e • ` • .�, IMI ij;i"U'iu:iui-: --------- _. -.sea.;.:, '.aI., t Ete'. .-----: 1.4,..........,fit '- A •_� .. �I .i it, ° 1 ?� yy� 1 - . ...„ , ....,..c' . . I . . . _ •- . ...., _ .. , 1111 /,..1.1 . .„,,...,,. . . . wrrer-r-J-7-1- , .,.. ... t . ........ - ..--, .,.., ... . , . ----- i as. 44,4....,. _................,_,,.............. ......... .... . y, w ..... - Iiiimb. - , . .7...:,..1., -.1%* ........ . . . ,..., . .. .., '?elltiL 4 L. • i - h`! n _ :z. . . Staffs n a , • - -......,..„.„, +mil yt. .E, - y 1 ,, R- . ..,.. .... *• , , ,1--- t ,- „ t '�4 s,'�„, ,:. � ... D . Staffing A. PBK TEAM The staff which we propose for the Project Team is highly experienced and well qualified in the planning and design of civic and municipal facilities. Our team members are skilled professionals having extensive experience in the assessment of space needs, site and building analysis, programming, interior design, and organizational management. BRUCE OU, PRINCIPAL IN CHARGE SHONA BOSE, SUSTAINABILITY LEADER Bruce will serve as the Principal-in-Charge Shona is PBK's national Director of and Project Architect for the duration of the Sustainability and will serve as our project. He will be the primary day-to-day Sustainability Coordinator for any City contact and will be working closely with the of Huntington Beach projects. She has Project Committee and all members of the extensive experience with a number of PBK consulting team. Bruce will manage sustainability tracking programs including the contract agreement and monitor scope, LEED, CHPS, and the new CALGreen code budget, and schedule requirements. requirements. Shona will assist the team in identifying sustainable savings. She will also NOAH DEWEY, PROJECT MANAGER ensure that the sustainability requirements Noah will serve as Project Manager and are incorporated into the construction will be primarily responsible for the layout documents during all design phases. and design of any project. He will also be responsible to ensure all programmatic and code requirements are met. During the design phase, Noah will be responsible for producing design presentations and other visual communication materials. He will coordinate - the preparation of the final construction - --- documents and provide administrative support throughout the entire construction process. JOSE VALLARTA, QA/QC Jose will work with the owner's project manager from start to finish of the project, working hand-in-hand with City staff to produce program information, schematic a design, design development, and contract — NI • � Mx documents. He will continue with the project through construction, leading the construction meetings, coordinating issues with the owner and contractor, reviewing applications for — — payment, and ensuring timely responses to all a issues during construction. 10 Bruce Ou Architect,AIA,NCARB,LEED AP, Principal 4110, Bruce Ou joined PBK in 2002. In SELECT EXPERIENCE his role as a Principal-in-Charge, Mr. Ou is responsible for the City of West Covina complete delivery of the project • Fire Station 1 from Concept through Occupancy. PBK's Principals are intimately City of Costa Mesa involved in all stages of project • Fire Station 2 delivery and actively participate • Fire Training Center with both the PBK Project Team • Fire Station 1 HVAC Improvements and the consulting engineering disciplines. The Principal has City of Laguna Beach the corporate authority to sign • Fire Station 4 all Agreements and Contract Documents. City of Hungtington Beach • Explorer Training Center EDUCATION • Central Library Remodel University of California, Berkeley College of Environmental Design City of Newport Beach Master of Architecture • Harbor Department Remodel University of California, Berkeley • Utility Department Remodel College of Environmental Design Bachelor of Arts City of Irvine Major-Architecture • William Woollett Jr. Aquatics Center Minor- Urban Planning REGISTRATION City of Stanton Architect,California-C34832 • Norm Ross Sports Park Architect, Hawaii-AR-19097 PROFESSIONAL AFFILIATIONS Santa Ana USD American Institute of Architects,Secretary • Jackson Elementary School Parking Lot Expansion (Executive Board of Directors)2015-2018 • Jackson Elementary School STEM Dual Language Magnet Leadership in Energy and Environmental Academy Design (LEED AP) National Council of Architectural Fontana USD Registration Boards(NCARB) • Fontana High School Structural Rehabilitation of Covered Walkway • Wayne Ruble Middle School Four Portable Classroom 11 Noah h 1\ 1 1 Dewey Project Manager t`, a With PBK since 2016, Noah SELECT EXPERIENCE will manage all aspects of each project from concept City of Huntington Beach Chino Valley USD to completion. He will guide • Explorer Training Center • Chaparral Elementary the team on document • Central Library Remodel School Playground production, including any Modernization sketches, technical drawings, City of Newport Beach site assessments, and graphic • Harbor Department Colton Joint USD studies for all phases with our Remodel • Colton High School Sports team. He will collaborate with • Utility Department Remodel Stadium Modernization Bruce to develop thoughtful, strategic documentation which City of Irvine Fontana USD will target your cognitive, • William Wollett Jr. Aquatics • Fontana High School cultural, physical, and social Center Structural Rehabilitation of environment, as well as Covered Walkway lead all final programming, City of Costa Mesa • Wayne Ruble Middle School functional diagrams, and • Fire Station 1 HVAC Four Portable Classroom related documents. Improvements • Training Facility Garden Grove USD • James Irvine Intermediate Confidential Client School HVAC Replacement • Grand Californian Hotel • Los Amigos High School Roof Assessment Modernization • Local Boiler Design • Santiago High School • Back-of-House Electrical Modernization Upgrades • Tenaya Stone Spa Muroc Joint USD Modernization • Bailey Elementary School • Building B500 Heat Modernization/Additions Remediation • Branch Elementary School EDUCATION • Desert Junior High/Senior Bachelor of Construction Centinela Valley Union HSD High School Modernization/ Engineering Technology • Hawthorne High School Additions California Polytechnic State Phase II - Classroom University, Pomona Addition 12 Jose Vallarta LEED Green Associate/QA/QC L r t --#f Jose Vallarta joined PBK in SELECT EXPERIENCE 1997. He will be responsible for the management of the project City of Irvine Corona-Norco USD and conceptual, schematic, • William Woollett Jr. • Eleanor Roosevelt High design development, Aquatics Center School construction documentation, • El Cerrito Middle School and construction services. City of Stanton Addition and Modernization Mr. Vallarta will lead our • Norm Ross Sports Park • Santiago High School handpicked consultant team Science Lab Addition and attend all project meetings City of Huntington Beach • Santiago High School and presentations. He will • Central Library Remodel Administration Addition manage internal resources, ensure budget adherence, and City of Placentia spearhead the development • Public Safety Center and facilitation of all project documents, agency approvals, City of Costa Mesa and construction. • Fire Station 1 HVAC Improvements • Training Facility City of Laguna Woods • City Hall Renovation City of Manhattan Beach • Fire Station 2 City of Orange EDUCATION • Police Headquarters Lobby Bachelor of Architecture, Roof Remodel California State Polytechnic University, Pomona Garden Grove USD • Los Amigos HS Bleacher PROFESSIONAL AFFILIATIONS Replacement LEED Green Associate • Los Amigos HS Toastmasters International Modernization • Parkview Elementary 13 Shona Bose AIA, LEED AP BD+C AKDirector of Sustainability Sustainable Design Leader xii Shona's career has focused SELECT EXPERIENCE on public architecture City of Tukwilla balancing environmental • Community Center Study stewardship with community Bellevue College engagement and technical • Student Center precision. She helps to University of Washington, Tacoma create public spaces that • Learning Commons and Engineering Renovation are not only sustainable, • Center for Equity and Inclusion Predesign energy efficient, and Bellevue School District resilient, but also resonate • Highland Middle School with community needs. White River School District She is active in the local • Glacier Middle School architectural community Lake Washington School District relying on her attention • Norman Rockwell Elementary School to detail and public North Thurston Public Schools engagement to help shape • Pleasant Glade Elementary School Addition Washington's energy codes, Clean Building Performance Standards, and public policy in the built environment. EDUCATION Master of Architecture, Washington State University BA, Cognitive Science Occidental College REGISTRATION Architect, Washington PROFESSIONAL AFFILIATIONS AIAIWA Equity Diversity & Inclusion Access Committee Member 14 B. ORGANIZATIONAL CHART CITY OF HUNTINGTON BEACH PBK Bruce Ou Princ' al-in-Charge Projoct Architect DESIGN TEAM Noah Dewey _4004, Project Manager Shona Bose Sustainable Design Leader Jose Vallarta Quality Assurance/Cost Coordinator „ CONSULT T TEAM civilTEC Civil Engineering LEAF Engineers MEP+T Engineering Kubala Engineering Structural Engineering Edgeland Group Landscape Architecture Chambers Group,Inc. Environmental KOA Corporation Traffic Consulting Masek Consulting Hazardous Assessment BEAM Professionals Building Envelope 15 Third - Party / Subcontractors A. IN-HOUSE EXPERTS/SUB-CONSULTING TEAM We have selected our proposed consulting team based upon their combined technical expertise and capabilities for performing necessary consulting services on facilities of similar size. Our consultants are not specialty consultants brought in to make up for our own lack of specific project experience. In most cases, we have a long history and close working relationship with each firm. All of our consultants utilize computer-aided design and management systems to interface with our own CAD systems. Specifically, our consulting team will be able to provide services in the following areas: CIVIL ENGINEERING MECHANICAL ENGINEERING civTEC ELECTRICAL ENGINEERING 999 Corporate Drive, Suite 100 PLUMBING ENGINEERING Ladera Ranch, CA 92694 LOW VOLTAGE CONSULTING (949) 463-8822 LEAF Engineers civTEC was founded with the singular goal 2400 E Katella Avenue, Suite 950 of providing comprehensive civil engineering Anaheim, CA 92806 consulting services. Their team has over 25 years of experience in providing civil Also in-house to PBK, LEAF Engineers was engineering for land development projects. established in 2002, and has since grown Their knowledge of current technology and to a staff of 110+ and has successfully code requirements allows them to provide completed over 2,500 MEP/T projects for their clients the best engineered solutions. 250 different clients across seven states. Civtec has been working with our firm since Their core business includes mechanical, 2003. electrical, plumbing, technology consulting engineering, low voltage, fire protection, STRUCTURAL ENGINEERING and commissioning, as well as LEED Kubala Structural Engineers consulting services, energy modeling 2400 E Katella Avenue, Suite 950 services, third-party energy code compliance Anaheim, CA 92806 services, energy audits, and the production of sustainable-designed buildings with An in-house, exclusive partner to PBK, low utility consumption and extensive Kubala provides structural engineering, automation for ease of operation. LEAF has forensic assessment, peer review, facility the resources and experience to ensure the assessments, and vibration consulting for services provided are executed to the highest projects throughout California. Their projects industry standards with oversight from their range from parking facilities to laboratories professional engineers. to data and administrative centers - working within current California codes to ensure compliance every step of the way. Kubala has been part of PBK since 2018. 16 LANDSCAPE ARCHITECTURE HAZARDOUS ASSESSMENT EDGELAND Group Masek Consulting 2400 E Katella Avenue, Suite 950 23478 Sandstone Street Anaheim, CA 92806 Mission Viejo, CA 92692 (949) 581-8503 Edgeland provides landscape architecture and planning services. The firm focuses Masek consulting is an environmental on designing and planning interactive and consulting company which specializes in resilient outdoor educational spaces that toxic material assessment, testing, and inspire learning through inquiry and play. The remediation. Founded in 1992, they have both firm retains a diverse skill set and offers a the equipment and staff necessary for a wide unique take on the design of sustainable and variety of environmental conditions. Masek collaborative outdoor spaces. At Edgeland's Consulting has been working with our firm core is a passion for imaginative, solution- since 2003. oriented design that adds value to client projects, cities, regions and society at large. BUILDING ENVELOPE ENVIRONMENTAL BEAM Professionals Chambers Group, Inc. 2400 E Katella Avenue, Suite 950 3151 Airway Avenue, Suite F208 Anaheim, CA 92806 Costa Mesa, CA 92626 (949) 261-5414 BEAM Professionals has over 30 years of experience in the design and maintenance Chambers Group has been the standard for of exterior building envelope systems environmental consulting services to private across municipal, corporate, commercial, businesses, industry, and government and sports facilities. Their team specializes agencies throughout the western United in roofing evaluations, offering thorough States. With roots in environmental assessments and cost analyses to define compliance and natural resources a clear scope of work following initial site management, Chambers Group works on investigations. From construction documents behalf of its clients to keep projects moving to pre-proposals and meeting participation forward. Chambers Group has been working through closeout, BEAM provides full project with our firm since 2015. support. They also offer roof management programs using Microsoft Access, ensuring TRAFFIC ENGINEERING compatibility with most client systems. KOA Corporation 2141 West Orangewood Avenue, Suite A Orange, CA 92868 (714) 573-0317 Founded in 1987, KOA is a leading provider in professional services in the fields of transportation engineering, mobility ,,,,, planning, traffic analysis, and construction - ,� ;a��i "� - 11iiiiM111.11.1 - Ir; • - • management for both public agencies and i { imming= private sector clients. Their focus on safety �iii�, for all roadway users is the foundation of ---- • t - their professional practice. KOA has been m working with our firm since 2000. ' 0 lam^ 17 E . Qualifications With 50+ years of experience, PBK is a leader in the design of Civic and Municipal facilities. Our work has been recognized at state and national levels by the American Institute of Architects, International Association of Fire Chiefs, International Association of Police Chiefs, California Energy Commission, the Environmental Protection Agency, and the California Parks and Recreation Society. Municipal and Public Agency clients make up a majority of the work in the studio proposed for your new projects. Our design team consists of experienced professionals who have worked together on many public agency projects. The following is a selection of projects we are currently designing or have recently completed: UTILITY AGENCIES CIVIC CENTERS • Valley County Water District Headquarters • Yucaipa Civic Center • Yuba Water Agency Administration Facilities • Avalon Civic Center • Cucamonga Valley Water District Remodel • Walnut City Hall • Victor Valley Wastewater Reclamation Lab • American Canyon City Hall • Inland Empire Utilities Agency Lab • Big Bear Lake Civic Center • Southern California Gas Company Engineer • Grand Terrace Civic Center Center • Banning Civic Center • Coachella Valley Water District Admin Center • Citrus Heights City Hall • Coachella Valley Water District Laboratory • City of Gilroy Civic Center • Irvine Ranch Water District Master Plan • City of Clovis Civic Center • Victor Valley Water District Headquarters • Laguna Woods City Hall Renovation • Azusa Light and Water Administration Facility • Escondido City Hall Renovation • Glendale Water and Power Stores Building Southern California Gas Energy Resource Center MAINTENANCE FACILITIES •• Inland Empire Utilities Agency Headquarters Brea Maintenance Yard • • Chino Maintenance Yard • SCE Agricultural Technology Application Center • San Carlos Corporate Yard • American Honda Motor Company • UCI National Fuel Cell Research Center LAW ENFORCEMENT • Elyze Clifford Interpretive Center • Upland Police Facility • Montclair Police Facility Headquarters • Ontario Fire and Police Admin Facilities • Ontario Precom and EOC • County of San Bernardino Trona Sheriff's Substation • Monrovia Police Facility yx • Clovis Police and Fire Facility • Burbank Police and Fire Facility • Manhattan Beach Police and Fire Facility .0 4 • San Marcos Sheriff Facility �'-• J • Oceanside Police and Records Facility • Escondido Police and Fire Administration 18 FIRE STATIONS COMMUNITY CENTERS • Rancho Cucamonga Fire Station 175 • Victoria Gardens Community/Cultural Center • Rancho Cucamonga Fire Station 176 • La Verne Teen Center • Rancho Cucamonga Fire Station 6 • Montclair Youth Center • Rancho Cucamonga Fire Station 173 • Yucaipa Community Center • Los Angeles Fire Station 15 • Delano Community Center • Los Angeles Fire Station 39 • Agoura Hills Calabasas Community Center • Los Angeles Fire Station 7 • Murrieta Teen Center • Chino Fire Station 1 • Woodbridge Community Center, Irvine • Chino Fire Station 2 • Rancho Santa Susana Community Center • Chino Fire Station 3 • Cameron Park Community Center • Chino Fire Station 7 • Rainbow Acres Community Center • Chino Fire Training Center • Fontana Community Center • Manhattan Beach Fire Station 2 • Cameron Park Community Center • Anaheim Fire Station 5 • Citrus Park Community Center • Newport Beach Fire Station 2 • Corona Comunity Center • Monterey Park Fire Station 62 • Costa Mesa Fire Station 1 SENIOR CENTERS • Newport Beach Fire Station 5 • Montclair Senior Center • Eastvale Fire Station 31 • Fontana Senior Center • Sendero Ranch Fire Station 56 • Glendale Adult Recreation Center • Fontana Fire Station 73 • Murrieta Teen Center • Malibu Fire Station 71 • Chino Senior Center • San Diego Fire Station 45 • Cerritos Senior Center • Ontario Fire Station 9 • American Canyon Senior Center • Chino Fire Station 3 • Murrieta Senior Center • Tustin Fire Station 37 • Carlsbad Fire Station 3 RECREATIONAL FACILITIES • Bonsall Fire Station 5 • Maclaren Coommunity Park • Hesperia Fire Station 301 • Esencia Sports Park • Mecca Fire Station 40 • Norm Ross Sports Park • Simi Valley Fire Station 47 • Dunlap Community Park • Fontana Fire Station 71 • Family YMCA of Upland • Rialto Fire Station 202 • Chino Hills Sports Park • Cypress Fire Station 17 • Patricia Birdsall Sports Park • Scottsdale Fire Station 8 • Glendale Aquatic Facility • San Mateo Fire Station 23 • Jurupa Valley Aquatic Center • Stanton Fire Station 46 • Santa Clarita Aquatic Center • Scottsdale Fire Station 1 • LAX - ARFF Station 80 THE FOLLOWING PAGES PROVIDE • San Jose Fire Station 2 SOME ADDITIONAL INFORMATION • Fremont Fire Station 11 ON SPECIFIC PROJECTS IN • Escondido Fire & Police HQ PROGRESS OR COMPLETED BY • Hesperia Fire Station 305 OUR FIRM• • Fremont Fire Station 2 • Culver City Fire Station 3 19 EXPLORER TRAINING CENTER Huntington Beach,CA IIIIf I f wee 4 -4110/101010400, , ........... I. r.- t Project Cost: The Explorer Training Center is a new recruit training classroom building to be $2,000,000(est.) shared by both the Huntington Beach Police and Fire Departments.The existing building,affectionately known as the"White House"will be demolished or potentially Square Footage: relocated.The facility includes a large training classroom,restroom,break room,and Building:2,880 administrative office space. Covered Parking:2,480 Located at Fire Station 1,the new facility is accessible from both the training grounds Completion Date: and the Huntington Beach Police Heliport. March 2026(est.) In order to keep costs to a minimum,the structure of the building was kept as simple Contact: as possible.A uniform set of trusses forms the rectangular plan.Exterior materials Mr.Scott Haberle include plaster in varying colors and both vertical and horizontal shading elements.A Fire Chief covered carport structure has also been incorporated into the facility. Huntington Beach Fire Department (626)705-4095 scott.haberle(dsurfcity-hb.org PIER PLAZA RESTROOM RENOVATION P1314 Huntington Beach,CA 4.4 , ' y O C\ . O 1\' LECTRICA V� 1 ROOM - - IC WOMEN'S RESTROO �-41 *I, I' • 'LUMB Ql �'`. CHASE EXISTING \% CONCESSION(ZACK'S) tfe PUBLIC MEN'S RESTROOM (N)AD• RESTRO M • � O RESTROOM/CONCESSION BUILDING-OPTION 1: 570SF/1,076SF=1,646SF Contract Amount: PBK is currently working with the City of Huntington Beach on the redesign of the $20,300 existing restroom facilities at the Huntington Beach Pier.Designed and constructed in the 1970s,the existing facilities no Longer provide a safe environment for the public Square Footage: or City maintenance staff.Coordination with the existing concession tenants is also TBD a consideration in the overall design.PBK's scope of work includes various floor plan alternatives as well as development of beach-themed imagery for the City to Completion Date: incorporate into other restroom facilities located along the coast. In Progress The project is currently in progress and is one of a number of on-call services being Contact: completed with the City of Huntington Beach. Ms.Chau Vu Deputy Director of Public Works City of Huntington Beach (714)374-5345 chau.vu(asurfcity-hb.org COMMUNITY CENTER Pali Delano,CA It .yy 43 . •' , igillIO ' . j - , .,, t l'' • .-.4 'air: . .1 „. t .,,,,,., .. , ,. . ,, ' c r s ' T' '' +, .s„-.7s i ' r a'~ r-eJ'd.,,,N'� dike 4- Fyn ._ w * a...., nm. im. 14 1 410114 j t� vMFioB tl ou , Itiziww% .„-- , :..„.„ ,TEST i Alt 'It' - A Ao 4 2.:".„0 1,,,t Air-,, lie:"-: - ;,, ______. rt Project Cost: The 14,300 s.f.community center will provide the local community with a fun and $3,000,000 exciting place for recreation.There will be various activities for families to enjoy such as basketball,volleyball,dancing,video games,ping-pong or just plain relaxing.The City Square Footage: of Delano Parks Department will administer supervision and plan events out of an office 14,300 and open work area.This facility will be the first phase of a master planned park that will include a community pool,outdoor play courts and an amphitheater stage with a Completion Date: screen wall for outdoor movies. 2017 In keeping with the States current drought condition,the center will has drought Contact: tolerant planting and drip irrigation. Ed Galero City of Delano (6611 720-2221 FIRE AND POLICE TRAINING CENTER POli Ontario,CA t30 s 4 �� ' ►,1 k' . _ 3 t ..t �''' a �1 . ii `, `r :�, Q r i , il: .,4,,)4, =1, ir = a. -u��' �M1 q0.1' ,- „. :,.., -..,:,-;-.4-4,14.1- . , ., ,-15...... r:7, :ii,I, /0 ti• s Art CCitt ' f It %� Project Cost: The new fire and police training center is Located on a 4.5 acre site directly adjacent $8,519,610 to Fire Station 3 in the City of Ontario.The project includes a new burn building along with an expansive training complex.The facility includes both five-story and six-story Square Footage: training towers.The classroom building includes administrative offices,restrooms, Classroom Building-3,388 break area and multiple classrooms.The classrooms include both tiered and flat-floor Fire Training Tower-14,475 layouts for maximum flexibility. Burn Building-2,372 Site features include a new concrete perimeter road,training grounds,above grade Completion Date: vent props,pump test pit,utility props,and an extensive confined space prop.Additional June 2020 parking was also provided over the entire site. Contact: Located in a largely industrial area,the project uses various colors and textures of Mr.Mike Pelletier concrete masonry to help blend with the community and give the buildings a sense Deputy Chief(R) of scale.Residential,commercial,and industrial forms provide for a wide variety of Ontario Fire Department training scenarios. (909)229-3333 leykers(dmsn.com 23 FIRE STATION 5/LIBRARY PI314 Newport Beach,CA t t ....— ,+� fir, ,�"� ,?'''' ,fur�*.'. 410 r �7ATi0h'NO 9 3.'y titifitil'''' ' .„....- ' ' ,.=: ''.. ,,',.1.4 - Da mot , M. 111111111 i R,It 1141 i• ` a imams,"jet_ 0 t u. "gt; tt 'i. ' I x : ,•11 9411, is ,i ;III,..Ft 1_ t' A7" ' r 1 i 41 -'ei ' 4 .,: x �`.`,.iR wE '�m °� _F difit. Project Cost: Faced with the need to replace two aging facilities on adjacent sites,the City of $6,389,186 Newport Beach opted to combine two distinct building types into a single facility.Known affectionately as"The Fibrary,"the project combines Fire Station 5 and the branch Square Footage: library for Corona Del Mar.Located at the edge of a small scale residential area,both 10,314 the fire station and library were considered essential by members of the community. Through a series of community workshops and informational presentations,we were Completion Date: able to work through the distinct issues that come with a combined facility of this type. September 2019 The fire station features a 2-bay,single-deep apparatus room with drive-through Contact: capability and individual dormitories for a crew of six.Other areas include Mr.Jim Boland administrative offices,kitchen and dining room,exercise room,and the various support Captain spaces required for a facility of this type. Newport Beach Fire Department (714)915-4896 The library portion of the facility includes areas for children,teens,and adults.Both jbolandfdnbfd.net traditional and casual furniture are combined to create an open flow between the different areas.Other areas include a staff work room,storage,and public restrooms. The work of a local artist,Rex Brandt,was incorporated into selected areas of the interior to further combine the different areas. VICTORIA GARDENS CULTURAL CENTER PUN Rancho Cucamonga,CA t •r(` f / 1 �v ,; 1 f ," r • ` , Ili -c, s pp pi N. ( u f ,,, f !s r III r:Ate. ` ! !1 ; ' §aM 4 I. w ,;: Iii ;: , . lb • 1r 1 � 4. " . .--' i ■, it 'd! r; • '- ''„i 1 �' it. �# • ..'r am .. *"R4 #�i w F ,.,, r Project Cost: The Victoria Gardens Cultural Center is a community center,library,and performing $33,000,000.00 arts center Located at the north axis of the Victoria Gardens shopping complex in Rancho Cucamonga,California.The building links the Lewis Family Playhouse,Paul A. Square Footage: Biane Library,a new 500 car multi-story parking garage,and the 4,500 sf Celebration Theater:52,000 Hall under one roof.The Celebration Hall can be rented out for private parties or Meeting Space/Kit:14,000 weddings and the City hosts a number of community events such as Star Wars Day and Library:34,000 Harry Potter Day in the outdoor Imagination Courtyard. Total:100,000 The design team emphasized pedestrian access either through or around the facility Completion Date: designing an"Arbor Court"to link the residential area to the public spaces and August 2006 encourage nearby residents to walk through the buildings and Imagination Courtyard. Contact: Award of Excellence in Facility Design-California Park and Recreation Society(CPRS) Diane O'Neal -March 2007 Program Analyst City of Rancho Cucamonga (909)477-2760 References The following are some specific references for our firm. PBK takes great pride in not only the facilities we help create but the relationships that develop with many municipal agencies. CITY OF ESCONDIDO MANHATTAN BEACH FIRE CITY OF SAN DIEGO Ms.Joyce Masterson,Asst.City Manager IR) DEPARTMENT Ms.Rowaida Jadan,Project Manager City of Escondido Mr.Mike Boyd,Battalion Chief(R) City of San Diego Phone: (760)715-8407 Manhattan Beach Fire Department Phone:1619)533-6655 Email: masterson4facox.net Phone:(714)318-9811 Email:rjadanfasandiego.gov Email:mboyd31raicloud.com CITY OF CARLSBAD CITY OF SAN MARCOS Mr.Terry L.Smith,Senior Civil Engineer IR) ORANGE CITY FIRE DEPARTMENT Mr.Paul Malone,City Manager IR) City of Carlsbad Mr.Robert Stefano,Deputy Chief City of San Marcos Phone:(760)613-8205 Orange City Fire Department Phone:1760)802-2487 Email:tlsmith60fdyahoo.com Phone:1949)533-2049 Email:paulmalone( gmail.com Email:rstefanoracityoforange.org CITY OF CHINO FOUNTAIN VALLEY FIRE DEPARTMENT Mr.Michael A.Kolling,Project Manager(R) NEWPORT BEACH FIRE DEPARTMENT Mr.Ron Cookston,Fire Chief(RI City of Chino Mr.Jim Boland,Captain Fountain Valley Fire Department Phone: 1909)664-6220 Newport Beach Fire Department Phone:1949)589-8950 Email: kolling5faaol.com Phone:1714)915-4896 Email:roncookstonrdgmail.com Email:jbolandlanbfd.net Ms.Carolyn Baltzer,Project Manager HUNTINGTON BEACH FIRE DEPARTMENT City of Chino CITY OF NEWPORT BEACH Phone: 19091 627-7577 Mr.Mark Vukojevic,Public Works Director Mr.Scott Haberle,Fire Chief Email: cbaltzerfacityofchino.org City of Newport Beach Huntington Beach Fire Department Phone:I949)644-3319 Phone:(626)705-4095 COUNTY OF RIVERSIDE Email:mvukojevicranewportbeachca.gov Email:scott.haberlefasurfcity-hb.org Ms.Anna E.Rodriguez,Project Manager County of Riverside,EDA Mr.Peter Tauscher,Project Engineer VALLEY COUNTY WATER DISTRICT Phone: 1760)863-2537 City of Newport Beach Mr.Jose Martinez,General Manager Email: aarodriguezrarivcoeda.org Phone:1949)644-3316 Valley County Water District Email:ptauscherfanewportbeachca.gov Phone:1909)973-9553 CITY OF FONTANA Ms.Kimberly Young,Senior Civil Engineer CITY OF PALM DESERT Email:jmartinezfdvcwd.org City of Fontana Ms.Lucero Leyva,Project Manager Phone:1909)350-7632 City of Palm Desert CITY OF ONTARIO Email:kyoungfafontana.org Phone:1760)346-0611 Mr.Dan Beers,Project Manager Email:lleyvalapatmdesert.gov City of Ontario Mr.Weldon Babino,Project Manager(R) Phone:(909)395-2806 City of Fontana CITY OF COSTA MESA Email:dbeersraontario.gov Phone:I9091 855-6201 Mr.Arash Rahimian,Associate Engineer Email:wbabinordymail.com City of Costa Mesa BIG BEAR LAKE WATER DISTRICT LOS ANGELES WORLD AIRPORTS Phone:1714)754-5069 Mr.Reggie Lamson,General Manager Mr.Robert Falcon,Chief Airports Engineer Email:arash.rahimianracostamesaca.gov City of Big Bear Lake Los Angeles International Airport Phone:(909)866-5050 Phone:(424)646-5973 CITY OF LOS ANGELES Email:rlamsonabbldwp.com Email:rfalconfdlawa.org Mr.Curt Klafta,Battalion Chief(R) Los Angeles Fire Department CONTRACTORS SAN BERNARDINO COUNTY Phone:(805)300-3256 Mr.Nathan Complin,Project Executive Mr.Noel Castillo,Public Works Director Email:cmklaftafaverizon.net Erickson-Hall Construction Co. Department of Public Works Phone:(760)801-4284 Phone:1909)275-5889 CITY OF PASADENA Email:ncomplinfaericksonhall.com Email:noet.castilloradpw.sbcounty.gov Mr.Dale Torstenbo,Project Manager(R) City of Pasadena SANTA MONICA FIRE DEPARTMENT Phone:I626)484-5640 Mr.Jon Wollam,Construction Manager Mr.Jim Hone,Fire Chief(R) Email: daletorstenboragmail.com RC Construction Services Santa Monica Fire Department Phone:(909)772-2654 Phone:(3101 749-3523 CITY OF HESPERIA Email:jon.wollamfarcconstruction.com Email:jnhonerame.com Mr.David R.Burkett,Project Manager City of Hesperia Mr.Bryan Aylor,Director of Construction DEPARTMENT OF GENERAL SERVICES Phone: 1760)947-1202 TELACU Construction Management Ms.Shelley Whitaker,Program Manager Email: dburkettracityofhesperia.us Phone:1714)541-2390 Department of General Services Email:baylorratelacu.com Phone:(9161 376-1674 Email:shelley.whitakerradgs.ca.gov 26 References of Work Performed Form (List 5 Local References) Comany Name: PBK ARCHITECTS 1. Name of Reference: HUNTINGTON BEACH FIRE DEPARTMENT Address: 9600 Main Street, Huntingtnn Reach, Co 99648 Contact Name: Mr. Scott Haberle Phone Number: (626) 705-4095 Email: scott.haberlefasurfcity-hb.org Dates of Business: Current (2026) 2. Name of Reference: CITY OF HUNTINGTON BEACH Address: 2600 Main Street. Huntington Beach. CA 92648 Contact Name: Ms. Chau Vu Phone Number: (714) 374-5345 Email: chau.vulasurfcity-hb.org Dates of Business: Current (2026) 3. Name of Reference: CITY OF ONTARIO Address: 303 E. B Street. Ontario. CA 91764 Contact Name: Mr. Mike Pelletier Phone Number: (909) 229-3333 Email: leykersfamsn.com Dates of Business: June 2020 4. Name of Reference: NEWPORT BEACH FIRE DEPARTMENT Address: 100 Civic Center Drive, Newport Beach, CA 92660 Contact Name: Mr.Jim Boland Phone Number: (714) 915-4896 Email: jbolandfanbfd.net Dates of Business: September 2019 5. Name of Reference: ERICKSON-HALL CONSTRUCTION COMPANY Address: 500 Corporate Drive, Escondido, CA 92029 Contact Name: Mr. Nathan Complin Phone Number: (760) 801-4284 Email: ncomplinfaericksonhall.com Dates of Business: Ongoing F. FEE PROPOSAL PBK's billing cycle operates on a monthly basis and is based on the percentage of project completion. Invoices are issued at the beginning of the month following the services provided. FEE SCHEDULE The fees are our typical hourly rates for civic and HOURLY RATES municipal projects. We understand that every client and every project is different. Based on the scope of Effective June 1, 2024-May 31,2025 work and projects outlined in your RFQ, we can work Principal/Client Executive/Director $350.00 with the City to craft a fair and reasonable fee that Senior Project Manager/Director $310.00 accounts for budget constraints. The PBK team is dedicated to ensuring that we help you get the most Project Manager $290.00 out of your established budget while receiving the Senior Project Architect $275.00 highest level of client service. Project Architect $255.00 REIMBURSABLES Construction Services Manager $250.00 Reimbursable expenses will be subject to a 0%markup Construction Services Coordinator/ $200.00 and include: Construction Administrator • Necessary drawings and specifications for City Production Staff $180.00 progress review sets during the design phase(s) Draftsman $180.00 • Fees related to agencies with jurisdiction over the Interior Designer $170.00 projects Intern $155.00 For budgeting purposes, proposals will specify a not- Desi ner $130.00 to-exceed amount for reimbursable expenses. We g appreciate the opportunity to collaborate and will Administrative $120.00 ensure that all reimbursable expenses are reviewed and authorized by the City before proceeding with development. BILLING PRACTICES All of our fees are negotiable. 28 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. r EXHIBIT B Per the City's Binder, Addendum 2 [April 23, 2025): F. Rate Sheet Salary information shall be included in the RFQual of all proposed positions needed in the performance of duties. Rate sheets shall include a four-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 subconsulting, surveying, the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. PBK's Salary Information for our personnel is confidential. Our rate sheet below includes a four-year rate schedule with anticipated increases of 5% per year - subject to review and approval by the City of Huntington Beach. PBK's in-house disciplines use the same identified rates, creating a one-stop-shop for negotiation and pricing on all projects. For external subconsultants, we will work with the City to identify necessary fims and obtain rates with specific projects in mind. Consistent with the information shown, we do not markup reimbursable costs on any project. PBK's billing cycle operates on a monthly basis and is based on the percentage of project completion. Invoices are issued at the beginning of the month following the services provided. FEE SCHEDULE The fees are our typical hourly rates for civic and HOURLY RATES municipal projects.We understand that every client and every project is different. Based on the scope of Effective June 1,2024-May31,2025 work and projects outlined in your RFQ,we can work Principal/Client Executive/Director $350.00 with the City to craft a fair and reasonable fee that Senior Project Manager/Director $310.00 accounts for budget constraints.The PBK team is dedicated to ensuring that we help you get the most Project Manager $290.00 out of your established budget while receiving the Senior Project Architect $275.00 highest level of client service. Project Architect $255.00 REIMBURSABLES Construction Services Manager $250.00 Reimbursable expenses will be subject to a 0% Construction Services Coordinator/ $200.00 markup and include: Construction Administrator • Necessary drawings and specifications for CityProduction Staff $180.00 progress review sets during the design phase(s) Draftsman $180.00 • Fees related to agencies with jurisdiction over the Interior Designer $170.00 projects Intern $155.00 For budgeting purposes, proposals will specify a Designer $130.00 not-to-exceed amount for reimbursable expenses. We appreciate the opportunity to collaborate and will Administrative $120.00 ensure that all reimbursable expenses are reviewed and authorized by the City before proceeding with development. BILLING PRACTICES All of our fees are negotiable. rr vrr........„ 1 / ' ® DATE(AIAIJDO/YYY1� ACOR,O CERTIFICATE OF LIABILITY INSURANCE `...------ 6/17/20.25 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 ISSUING INSURER(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 be endorsed. If'SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Michelle Serrell Arthur J.Gallagher Risk Management Services,LLC PHONE FAX 2618'E Broadway St (EA/ No.Ext);281-670-2956 (A/C.No):281-485-6933 Pearland TX 77581 ADDRESS: Michelle serrell@ajg.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Continental Casualty Company 20443 INSURED PBKARCH-01 INSURER a:LM Insurance Corporation 33600 PBK Architects,lee.WLC Architects, Inc. INSURER c:Liberty Insurance Corporation 42404 11 Greenway Plaza,Suite 2210 INSURERD: Houston TX 77046-1104 INSURER E: INSURER F: COVERAGES CERTIFICATE.NUMBER:2109707018 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 OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER IMMIDDIYYYY) IMM/DDIYYYYI B X COMMERCIAL GENERAL LIABILITY Y Y TB5-Z91-472898-025 4/25/2025 8/1/2026 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) •S 1,000,000 MED EXP(Any one person) •$10,000 PERSONAL 8 ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 POLICY X jEC I X I we PRODUCTS-COMP/OP AGO -S 2,000,000 OTHER: Per ProjiLoc Limit S$20,000,000 B AUTOMOBILE LIABILITY Y Y AS7-Z91-472898.035 4/25/2025 8/1/2026 COMBINED SINGLE LIMIT $1,000,000- (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ ' OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE S AUTOS ONLY _ AUTOS ONLY /Per accident) S C X UMBRELLA LIAB X OCCUR TH7-291-472898-055 4/25/2025 8/1/2026 EACH OCCURRENCE $9.000.000 EXCESS LIAB CLAIMS-MADE AGGREGATE S 9,000,000 DED RETENTION S S C WORKERS COMPENSATION Y WC5-Z91-472898-015 4/25/2025 8/1/2026 X AND EMPLOYERS'LIABILITY ST TUTS ER Y ANYPROPRIETORIPARTNERIEXECUTIVE NN N 1 A E.L.EACH ACCIDENT S 1,000,000 IM •OFFICEREMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,006 If yes,describe under DESCRIPTION OF OPERATIONS below _ E.L.DISEASE-POLICY LIMIT S 1,000,000 .A Professlonal Liability' - AEH591912035 8/1/2024 8/1/2025 Each Claim $10,000;000 Claims Made Form Aggregate $10,000,000 Retro Date 08/01/2017 CD AS TO FnR DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more spa a re .),‘.\, Ilyi MICHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Huntington Beach its officers,elected or appointed ACCORDANCE WITH THE POLICY PROVISIONS. officials,employees,agents and volunteers 2000 Main St AUTHORIZED REPRES NTATIVE Huntington Beach CA 92648 � U.SA r Fcs_ i ©1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD THIS CERTIFICATE SUPERSEDES PREVIOUSLY ISSUED CERTIFICATE AGENCY CUSTOMER ID:PBKARCH-01 LOC#: AR ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Arthur J.Gallagher Risk Management Services,LLC PBK Architects,Inc. WLC Architects,Inc. POLICY NUMBER 11 Greenway Plaza,Suite 2210 Houston TX 77046-1104 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE The General Liability and Auto policies Include a Blanket additional insured endorsement that provides additional insured status when there is a written contract, agreement or permit between the named insured and the certificate holder that requires such status. The General Liability,Auto,Professional Liability and Workers Compensation policies include a Blanket waiver of subrogation endorsement that provides this feature when there Is a written contract,agreement or permit between the named insured and the certificate holder that requires such status. General Liability is primary&non-contributory when required by written contract,agreement or permit. Auto liability is primary&non-contributory as respects the Insured's owned&covered vehicles. The umbrella is follow form and does not include the professional liability. RE:Project: City of Huntington Beach Architectural Services Insurance Submission. City of Huntington Beach its officers,elected or appointed officials,employees,agents and volunteers are Additional Insureds as respects General Liability and Auto Liability policy(ies),pursuant to and subject to the policy's terms,definitions,conditions and exclusions.The insurance provided in the General Liability policy(ies)Is primary and any other insurance shall be excess only,and not contributing.Waiver of Subrogation applies to additional Insureds,as respects General Liability,Auto Liability and Workers Compensation policy(ies),pursuant to and subject to the policy's terms,definitions,conditions and exclusions. I � ' ACORD 101 (2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. 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,but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas Operations 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Issued by LM Insurance Corporation 27243 For attachment to Policy No.WC5-Z91-472898-015 Effective Date:04/25/25 Premium$ Issued to PBK Architects,Inc. Endorsement No. WC 42 03 04 B ©Copyright 2014 National Council on Compensation Insurance,Inc. Page 1 of 1 Ed.06/01/2014 All Rights Reserved. POLICY NUMBER:AS7-Z91-472898-035 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement identifies person(s)or organization(s)who are"insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided In the Coverage Form. SCHEDULE Name Of Person(s)Or Organization(s): Any person or organization whom you have agreed in writing to add as an additional insured, but only to coverage and minimum limits of insurance required by the written agreement,and in no event to exceed either the scope of coverage or the limits of Insurance provided in this policy. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule is an"insured"for Covered Autos LiabilityCoverage,but only to the extent that person or organization qualifies as an"insured"under the Who Is An Insured provision contained in Paragraph A.1.of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2.of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. • CA 20 48 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 Policy Number AS7-Z91-472898-035 Issued by Liberty Insurance Corp. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: i BUSINESS AUTO COVERAGE FORM 1. Newly Acquired or Formed Organizations II. Employees as Insureds I It. Lessor-Additional Insured and Loss Payee IV. Supplementary Payments-Increased Limits V. Fellow Employee Coverage VI. Personal Property of Others VII. Additional Transportation Expense and Cost to Recover Stolen Auto VIII. Airbag Coverage IX. Tapes, Records and Discs Coverage X. Physical Damage Deductible-Single Deductible Xl. Physical Damage Deductible-Glass XII. Physical Damage Deductible-Vehicle Tracking System XIII. Duties in Event of Accident,Claim,Suit or Loss XIV. Unintentional Failure to Disclose Hazards XV. Worldwide Liability Coverage-Hired and Nonowned Autos XVI. Hired Auto Physical Damage XVII. Auto Medical Payments Coverage Increased Limits XVIII. Drive Other Car Coverage-Broadened Coverage for Designated Individuals XIX. Rental Reimbursement Coverage XX. Notice of Cancellation or Nonrenewal XXI. Loan/Lease Payoff Coverage XXII. Limited Mexico Coverage XXII I. Waiver of Subrogation I. NEWLY ACQUIRED OR FORMED ORGANIZATIONS Throughout this policy, the words "you"and "your"also refer to any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain ownership of more than 50 percent interest, provided: A. There is no similar insurance available to that organization; B. Unless you notify us to add coverage to your policy, the coverage under this provision is afforded only until: 1. The 90th day after you acquire or form the organization; or 2. The end of the policy period, whichever is earlier;and C, The coverage does not apply to an "accident" which occurred before you acquired or formed the organization. AC 84 0711 17 ©2017 Liberty Mutual Insurance Page 1 of 10 • Includes copyrighted material of Insurance Services Office,Inc.,with its permission. II II. EMPLOYEES AS INSUREDS Paragraph A.1. Who Is An Insured of SECTION II - COVERED AUTOS LIABILITY COVERAGE is amended to add the following: Your"employee" is an "insured" while using with your permission a covered "auto" you do not own, hire or borrow in your business or your personal affairs. III. LESSOR-ADDITIONAL INSURED AND LOSS PAYEE A. Any "leased auto" will be considered an "auto" you own and not an "auto" you hire or borrow. The coverages provided under this section apply to any"leased auto"until the expiration date of this policy or until the lessor or his or her agent takes possession of the"leased auto"whichever occurs first. B. For any "leased auto" that is a covered "auto" under SECTION II - COVERED AUTOS LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured provision is changed to include as an "insured" the lessor of the "leased auto". However, the lessor is an "insured" only for "bodily injury" or "property damage"resulting from the acts or omissions by: 1. You. 2. Any of your"employees"or agents;or 3. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. C. Loss Payee Clause 1. We will pay,as interests may appear,you and the lessor of the"leased auto"for"loss"to the covered "leased auto". 2. The insurance covers the interest of the lessor of the "leased auto" unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor of a "leased auto",we will obtain his or her rights against any other party. D. Cancellation 1. If we cancel the policy,we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy,we will mail notice to the lessor. 3. Cancellation ends this agreement. E. The lessor is not liable for payment of your premiums. F. For purposes of this endorsement,the following definitions apply: "Leased auto" means an "auto" which you lease for a period of six months or longer for use In your business,including any"temporary substitute"of such"leased auto". "Temporary substitute" means an "auto" that is furnished as a substitute for a covered "auto" when the covered"auto"is out of service because of its breakdown, repair, servicing, "loss"or destruction. AC 84 0711 17 ©2017 Liberty Mutual Insurance Page 2 of 10 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. IV. SUPPLEMENTARY PAYMENTS-INCREASED LIMITS Subparagraphs A.2.a.(2) and A.2.a.(4) of SECTION II - COVERED AUTOS LIABILITY COVERAGE are deleted and replaced by the following: (2) Up to$3,000 for cost of bail bonds (including bonds for related traffic law violations)required because of an"accident"we cover.We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. V. FELLOW EMPLOYEE COVERAGE A. Exclusion B.5.of SECTION II-COVERED AUTOS LIABILITY COVERAGE does not apply. B. For the purpose of Fellow Employee Coverage only, Paragraph B.5. of SECTION IV-BUSINESS AUTO CONDITIONS is changed as follows: This Fellow Employee Covera a is excess over anyother collectible insurance. 9 VI. PERSONAL PROPERTY OF OTHERS Exclusion 6.in SECTION II-COVERED AUTOS LIABILITY COVERAGE for a covered"auto"is amended to add the following: This exclusion does not apply to"property damage"or"covered pollution cost or expense"involving"personal property" of your"employees" or others while such property is carried by the covered "auto". The Limit of Insurance for this coverage is $5,000 per "accident". Payment under this coverage does not increase the Limit of Insurance. For the purpose of this section of this endorsement, "personal property"is defined as any property that is not used in the individual's trade or business or held for the production or collection of income. VII.ADDITIONAL TRANSPORTATION EXPENSE AND COST TO RECOVER STOLEN AUTO A. Paragraph A.4.a.of SECTION III-PHYSICAL DAMAGE COVERAGE is amended as follows: The amount we will pay is increased to$50 per day and to a maximum limit of$1,000. B. Paragraph A.4.a.of SECTION III-PHYSICAL DAMAGE COVERAGE is amended to add the following: If your business is shown in the Declarations as something other than an auto dealership, we will also pay up to$1,000 for reasonable and necessary costs incurred by you to return a stolen covered "auto" from the place where it is recovered to its usual garaging location. VIII.AIRBAG COVERAGE Exclusion B.3.a.in SECTION III -PHYSICAL DAMAGE COVERAGE is amended to add the following: This exclusion does not apply to the accidental discharge of an airbag. IX. TAPES, RECORDS AND DISCS COVERAGE Exclusion B.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: a. Tapes,records,discs or other similar audio,visual or data electronic devices designed for use with audio, visual or data electronic equipment except when the tapes, records,discs or other similar audio,visual or data electronic devices: AC 84 0711 17 ©2017 Liberty Mutual Insurance Page 3 of 10 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 6 (1) Are your property or that of a family member;and (2) Are in a covered"auto"at the time of"loss". The most we will pay for"loss"is$200. No Physical Damage Coverage deductible applies to this coverage. X. PHYSICAL DAMAGE DEDUCTIBLE-SINGLE DEDUCTIBLE Paragraph D.in SECTION III-PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to"loss"caused by fire or lightning. When two or more covered"autos"sustain"loss"in the same collision,the total of all the"loss"for all the involved covered "autos" will be reduced by a single deductible, which will be the largest of all the deductibles applying to all such covered"autos". XI. PHYSICAL DAMAGE DEDUCTIBLE—GLASS Paragraph D.In SECTION III-PHYSICAL DAMAGE COVERAGE is amended to add the following: i I No deductible applies to"loss"to glass if you elect to patch or repair it rather than replace it. XII.PHYSICAL DAMAGE DEDUCTIBLE-VEHICLE TRACKING SYSTEM Paragraph D.in SECTION III-PHYSICAL DAMAGE COVERAGE is amended to add: Any Comprehensive Coverage Deductible shown in the Declarations will be reduced by 50% for any "loss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of recovery of the vehicle. XIII. DUTIES IN EVENT OF ACCIDENT, CLAIM,SUIT OR LOSS Subparagraphs A.2.a.and A.2.b.of SECTION IV-BUSINESS AUTO CONDITIONS are changed to: a. In the event of "accident", claim, "suit" or "loss", your insurance manager or any other person you designate must notify us as soon as reasonably possible of such"accident", claim, "suit"or"loss". Such notice must include: (1) How,when and where the"accident"or"loss"occurred; (2) The"insured's"name and address; and (3) To the extent possible,the names and addresses of any injured persons and witnesses. Knowledge of an "accident", claim, "suit" or "loss" by your agent, servant or "employee" shall not be considered knowledge by you unless you, your insurance manager or any other person you designate has received notice of the"accident",claim,"suit"or"loss"from your agent,servant or"employee". b. Additionally,you and any other involved"insured"must: (1) Assume no obligation, make no payment or incur no expense without our consent, except at the "insured's"own cost. AC 84 0711 17 ©2017 Liberty Mutual Insurance Page 4 of 10 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. • (2) Immediately send us copies of any request,demand,order, notice,summons or legal paper received concerning the claim or"suit". (3) Cooperate with us in the investigation or settlement of the claim or defense against the"suit". (4) Authorize us to obtain medical records or other pertinent information. (5) Submit to examination, at our expense, by physicians of our choice, as often as we reasonably require. XIV. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph B.2.in SECTION IV-BUSINESS AUTO CONDITIONS is amended to add the following: Any unintentional failure to disclose all exposures or hazards existing as of the effective date of the Business Auto Coverage Form or at any time during the policy period will not invalidate or adversely affect the coverage for such exposure or hazard. However, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery. XV. WORLDWIDE LIABILITY COVERAGE-HIRED AND NONOWNED AUTOS Condition B.7.in SECTION IV-BUSINESS AUTO CONDITIONS is amended to add the following: For"accidents"resulting from the use or operation of covered"autos"you do not own, the coverage territory means all parts of the world subject to the following provisions: a. If claim is made or"suit" is brought against an "insured" outside of the United States of America, its territories and possessions, Puerto Rico and Canada, we shall have the right, but not the duty to investigate, negotiate,and settle or defend such claim or"suit". if we do not exercise that right, the "insured" shall have the duty to investigate, negotiate, and settle or defend the claim or "suit" and we will reimburse the "insured" for the expenses reasonably incurred in connection with the investigation, settlement or defense. Reimbursement will be paid in the currency of the United States of America at the rate of exchange prevailing on the date of reimbursement. The"insured"shall provide us with such information we shall reasonably request regarding such claim or "suit"and its investigation,negotiation,and settlement or defense. The "insured" shall not agree to any settlement of the claim or"suit" without our consent. We shall not unreasonably withhold consent. b. We are not licensed to write insurance outside of the United States of America, its territories or possessions, Puerto Rico and Canada. We will not furnish certificates of insurance or other evidence of insurance you may need for the purpose of complying with the laws of other countries relating to auto insurance. Failure to comply with the auto insurance laws of other countries may result in fines or penalties. This insurance does not apply to such fines or penalties. XVI. HIRED AUTO PHYSICAL DAMAGE If no deductibles are shown in the Declarations for Physical Damage Coverage for Hired or Borrowed Autos, the following will apply: A. We will pay for"loss" under Comprehensive and Collision coverages to a covered "auto" of the private passenger type hired without an operator for use in your business: AC 84 0711 17 ©2017 Liberty Mutual Insurance Page 5 of 10 ti Includes copyrighted material of Insurance Services Office,Inc.,with its permission. t 1. The most we will pay for coverage afforded by this endorsement is the lesser of: a. The actual cost to repair or replace such covered "auto" with other property of like kind and quality;or b. The actual cash value of such covered"auto"at the time of the"loss". 2. An adjustment for depreciation and physical condition will be made In determining actual cash value in the event of a total"loss". • 3. If a repair or replacement results in better than like kind or quality, we will not pay for the amount of the betterment. B. For each covered "auto", our obligation to pay for, repair, return or replace the covered "auto" will be reduced by any deductible shown in the Declarations that applies to private passenger"autos"that you own. If no applicable deductible is shown in the Declarations,the deductible will be$250. If the Declarations show other deductibles for Physical Damage Coverages for Hired or Borrowed Autos, this Section XVI of this endorsement does not apply. C. Paragraph A.4.b.of SECTION III-PHYSICAL DAMAGE COVERAGE is replaced by the following: b. Loss of Use Expenses For Hired Auto Physical Damage provided by this endorsement, we will pay expenses for which an "insured"becomes legally responsible to pay for loss of use of a private passenger vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered"auto"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered"auto";or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay under this coverage is$30 per day,subject to a maximum of$900. XVII. AUTO MEDICAL PAYMENTS COVERAGE-INCREASED LIMITS For any covered"loss",the Limit of Insurance for Auto Medical Payments will be double the limit shown in the Declarations if the "insured" was wearing a seat belt at the time of the "accident". This is the maximum amount we will pay for all covered medical expenses, regardless of the number of covered "autos", "insureds", premiums paid,claims made, or vehicles involved in the"accident". If no limit of insurance for Auto Medical Payments is shown on the Declarations,this paragraph Section XVII of this endorsement does not apply. XVIII.DRIVE OTHER CAR COVERAGE-BROADENED COVERAGE FOR DESIGNATED INDIVIDUALS A. This endorsement amends only those coverages indicated with an "X" in the Drive Other Car section of the Schedule to this endorsement. B. SECTION II-COVERED AUTOS LIABILITY COVERAGE is amended as follows: 1. Any "auto" you don't own, hire or borrow is a covered "auto"for Liability Coverage while being used by any individual named in the Drive Other Car section of the Schedule to this endorsement or by his or her spouse while a resident of the same household except: t' I AC 84 0711 17 ©2017 Liberty Mutual Insurance Page 6 of 10 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. a. Any"auto"owned by that individual or by any member of his or her household;or b. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking"autos". 2. The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her spouse,while a resident of the same household, are "insureds" while using any covered "auto" described in Paragraph B.1.of this endorsement. C. Auto Medical Payments, Uninsured Motorist, and Underinsured Motorist Coverages are amended as follows: The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her "family members" are "insured" while "occupying" or while a pedestrian when struck by any "auto" you don't own except: Any"auto"owned by that individual or by any"family member". D. SECTION III -PHYSICAL DAMAGE COVERAGE is changed as follows: Any private passenger type "auto" you don't own, hire or borrow is a covered "auto" while in the care, custody or control of any individual named in the Drive Other Car section of the Schedule to this endorsement or his or her spouse while a resident of the same household except: 1. Any"auto"owned by that individual or by any member of his or her household;or 2. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking"autos". E. For purposes of this endorsement,SECTION V-DEFINITIONS is amended to add the following: "Family member" means a person related to the individual named in the Drive Other Car section of the Schedule to this endorsement by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. XIX. RENTAL REIMBURSEMENT COVERAGE A. For any owned covered "auto" for which Collision and Comprehensive Coverages are provided, we will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of a covered physical damage "loss" to an owned covered "auto". Such payment applies in addition to the otherwise applicable amount of physical damage coverage you have on a covered "auto". No deductibles apply to this coverage. B. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending with the earlier of the return or repair of the covered"auto",or the exhaustion of the coverage limit. C. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses incurred;or 2. $30 per day with a maximum of$900 in any one period. AC 84 0711 17 ©2017 Liberty Mutual Insurance Page 7 of 10 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. D. This coverage does not apply: 1. While there are spare or reserve"autos"available to you for your operations;or 2. If coverage is provided by another endorsement attached to this policy. E. If a covered `loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under Paragraph A.4. Coverage Extensions of SECTION Ili -- PHYSICAL DAMAGE COVERAGE of the Business Auto Coverage Form or Section VII of this endorsement. XX.NOTICE OF CANCELLATION OR NONRENEWAL A. Paragraph A.2.of the COMMON POLICY CONDITIONS is changed to: 2. We may cancel or non-renew this policy by mailing written notice of cancellation or non-renewal to the Named Insured, and to any name(s)and address(es)shown In the Cancellation and Non-renewal Schedule: a. For reasons of non-payment,the greater of: (1) 10 days;or (2) The number of days specified in any other Cancellation Condition attached to this policy;or b. For reasons other than non-payment,the greater of: (1) 60 days; (2) The number of days shown in the Cancellation and Non-renewal Schedule;or (3) The number of days specified in any other Cancellation Condition attached to this policy, prior to the effective date of the cancellation or non-renewal. B. All other terms of Paragraph A.of the COMMON POLICY CONDITIONS,and any amendments thereto, remain in full force and effect. XXI. LOAN/LEASE PAYOFF COVERAGE The following is added to Paragraph C. Limits Of Insurance of SECTION III - PHYSICAL DAMAGE COVERAGE: In the event of a total "loss" to a covered "auto" of the private passenger type shown in the schedule or declarations for which Collision and Comprehensive Coverage apply, we will pay any unpaid amount due on the lease or loan for that covered "auto", less: 1. The amount paid under the PHYSICAL DAMAGE COVERAGE SECTION of the policy;and 2, Any: a. Overdue lease/loan payments at the time of the"loss"; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease;and AC 84 071117 ®2017 Liberty Mutual Insurance Page 8 of 10 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I 1 e. Carry-over balances from previous loans or leases. This coverage is limited to a maximum of$1,500 for each covered"auto". XXII.LIMITED MEXICO COVERAGE WARNING AUTO ACCIDENTS IN MEXICO ARE SUBJECT TO THE LAWS OF MEXICO ONLY-NOT THE LAWS OF THE UNITED STATES OF AMERICA. THE REPUBLIC OF MEXICO CONSIDERS ANY AUTO ACCIDENT A CRIMINAL OFFENSE AS WELL AS A CIVIL MATTER. IN SOME CASES THE COVERAGE PROVIDED UNDER THIS ENDORSEMENT MAY NOT BE RECOGNIZED BY THE MEXICAN AUTHORITIES AND WE MAY NOT BE ALLOWED TO IMPLEMENT THIS COVERAGE AT ALL IN MEXICO. YOU SHOULD CONSIDER PURCHASING AUTO COVERAGE FROM A LICENSED MEXICAN INSURANCE COMPANY BEFORE DRIVING INTO MEXICO. THIS ENDORSEMENT DOES NOT APPLY TO ACCIDENTS OR LOSSES WHICH OCCUR BEYOND 25 MILES FROM THE BOUNDARY OF THE UNITED STATES OF AMERICA. A. Coverage 1. Paragraph B.7.of SECTION IV-BUSINESS AUTO CONDITIONS is amended by the addition of the following: The coverage territory is extended to include Mexico but only If all of the following criteria are met: a. The"accidents"or"loss"occurs within 25 miles of the United States border;and b. While on a trip into Mexico for 10 days or less. 2. For coverage provided by this section of the endorsement, Paragraph B.5. Other Insurance in SECTION IV-BUSINESS AUTO CONDITIONS is replaced by the following: The insurance provided by this endorsement will be excess over any other collectible insurance. B. Physical Damage Coverage is amended by the addition of the following: If a "loss" to a covered "auto" occurs in Mexico, we will pay for such "loss" in the United States. If the covered "auto" must be repaired in Mexico in order to be driven, we will not pay more than the actual cash value of such"loss"at the nearest United States point where the repairs can be made. C. Additional Exclusions The following additional exclusions are added: This insurance does not apply: 1. If the covered"auto"is not principally garaged and principally used in the United States. 2. To any"insured"who is not a resident of the United States. XXIII.WAIVER OF SUBROGATION Paragraph A.5.in SECTION IV-BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed,by written contract executed prior to the date of"accident",to waive rights of recovery against such person or organization. AC 84 0711 17 ©2017 Liberty Mutual Insurance Page 9 of 10 Includes copyrighted material of Insurance Services Office,Inc.,with Its permission. • POLICY NUMBER: TB6-Z91-472898-025 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. • ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II —Who Is An Insured is amended to 1. All work,including materials,parts or equipment include as an additional insured the person(s) or furnished In connection with such work, on the organization(s) shown in the Schedule, but only project (other than service, maintenance or with respect to liability for"bodily injury", "property repairs)to be performed by or on behalf of the damage" or "personal and advertising injury" additional insured(s) at the location of the caused, in whole or in part,by: covered operations has been completed;or 1. Your acts or omissions;or 2. That portion of "your work" out of which the 2. The acts or omissions of those acting on your injury or damage arises has been put to its behalf; intended use by any person or organization other than another contractor or subcontractor in the performance of your ongoing operations for engaged in performing operations for a principal the additional insured(s) at the location(s) as a part of the same project. designated above. C. With respect to the insurance afforded to these However: additional insureds, the following is added to 1. The Insurance afforded to such additional Section III—Limits Of Insurance: insured only applies to the extent permitted by if coverage provided to the additional insured is law;and required by a contract or agreement, the most we 2. If coverage provided to the additional insured is will pay on behalf of the additional insured is the required by a contract or agreement, the amount of insurance: insurance afforded to such additional Insured 1. Required by the contract or agreement;or will not be broader than that which you are 2, Available under the applicable Limits of required by the contract or agreement to provide for such additional insured. Insurance shown in the Declarations; B. With respect to the insurance afforded to these whichever is less. additional insureds, the following additional This endorsement shall not increase the applicable exclusions apply: Limits of Insurance shown in the Declarations. ( This insurance does not apply to"bodily injury"or "property damage occurring after: • CG 2010 0413 ©ISO Properties, Inc„2012 Page 1 of 2 } ( ' SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)Of Covered Operations All persons or organizations with whom you have entered into All locations as required by a written contract or agreement a written contract or agreement,prior to an"occurrence"or entered Into prior to an"occurrence"or offense. offense,to provide additional insured status. Location:All locations as required by a written contract or agreement entered Into prior to an"occurrence"or offense. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. • €F. i 5 . CG 20 10 0413 ©Insurance Services Office,Inc.,2012 Page 2 of 2 • ( ji POLICY NUMBER: TB5-Z91-472898-025 COMMERCIAL GENERAL LIABILITY CG20370413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. (� ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS • This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART f � SCHEDULE • Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Ali persons or organizations with whom you have entered into All locations as required by a written contract or agreement a written contract or agreement,prior to an"occurrence"or entered into prior to an"occurrence"or offense. offense,to provide additional insured status. I 1 , i 11 Information required to complete this Schedule,if not shown above,will be shown in the Declarations. I ' � I A. Section II —Who Is An insured is amended to B, With respect to the insurance afforded to these include as an additional insured the person(s)or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described In the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement;or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever Is less. Insured only applies to the extent permitted This endorsement shall not increase the applicable by law;and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional Insured. CG 20 37 0413 ©insurance Services Office, Inc.,2012 Page 1 of 1 Policy#TB5-Z91-472898-025 4/25/2025-8/1/2026 COMMERCIAL GENERAL LIABILITY CG20011219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance;and CG 20 01 12 19 ©Insurance Services Office, Inc.,2018 Page 1 of 1 POLICY NUMBER:TB5-Z91-472898-025 COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part, Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s)shown In the Schedule above. SCHEDULE Name Of Person(s)Or Organization(s): As required by written contract or agreement entered into prior to loss. Information required to complete this Schedule, if not shown above,will be shown in the Declarations, CG 24 041219 ©Insurance Services Office,Inc.,2018 Page 1 of 1 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Where required by contract or written agreement prior to loss and allowed by law. In the state of GA,the premium charge is 2%of the total manual premium, subject to a minimum premium of$100 per policy. In the state of FL,the premium charge is 1%ofthe total manual premium, subject to a minimum premium of$250 per policy. 1 Issued by LM Insurance Corporation 27243 For attachment to Policy No.WC5-Z91-472898-015 Effective Date: 04/25/25 Premium$ Issued to P8K Architects, Inc. Endorsement No. WC 00 0313 ©1983 National Council on Compensation Insurance. Page 1 of 1 Ed.04/01/1984 1 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 while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. Schedule Additional premium is a percent of the California Manual Workers Compensation premium. Subject to a minimum premium charge of$250 per policy. Person or Organization Job Description Where required by contract or Any written agreement prior to toss and allowed by law. Issued by LM Insurance Corporation 27243 For attachment to Policy No.WC5-Z91-472898-015 Effective Date:04/25/25 Premium$ Issued to P8K Architects,Inc. Endorsement No. WC 04 03 06 R1 Page 1 of 1 Ed.08/01/2013 Policy Number TB5-Z91-472898-025 Issued by LM Insurance Corporation THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART • GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY-UMBRELLA COVERAGE FORM A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule of this endorsement.We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is Intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. Schedule Name of Other Person(s)I Email Address or mailing address: Number Days Notice: Organization(s): Per Schedule On File With The Company Per Schedule On File With The Company Per Schedule On File WIth The Company LIM 99 01 0511 ©2011, Liberty Mutual Group of Companies. All rights reserved, Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A.of the Information Page. , In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 60 2. Notice will be mailed to: Per schedule on file with company • Issued by LM Insurance Corporation 27243 For attachment to Policy No.WC5 Z91-472898-015 Effective Date Premium$ Issued to PBK Architects,Inc. Endorsement No. WC 42 06 01 Page 1 of 1 Ed.07/01/1984 •!0TINGT���\ CITY OF 1 - \ HUNTINGTON BEACH `cF�GUNTV�P�i� Lisa Lane Barnes I City Clerk September 8, 2025 PBK Architects, Inc. Attn: Bruce Ou 2400 E. Katella Avenue, Suite 950 Anaheim, CA 92806 Dear Mr. Ou, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and PBK Architects, Inc. for On-Call Architectural Engineering and Professional Consulting Services, approved by the Huntington Beach City Council on August 19, 2025. Sincerely, 09 .1444416AKAir" 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 1 ,2025 Deadline for Written Questions by 4:00 PM Tuesday,April 2025 Responses to Questions Posted on Web Tuesday,Apri 9,2025 Proposals are Due by 4:00 PM Tuesday,April1 12 25 Proposal Evaluation Completed Week of A�29025 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. y; 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 RFQua1 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 RFQual. 4 j 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 RFQual 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. 1 • 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,April1S;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 17.2025,for response. 15 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 RFQua1 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 • 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 RFQua1. 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 the City via an Electronic Credit Authorization form. A City Representative will provide 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 : 1 1323 I • I . ; _ _ REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: El 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) El NON PROFIT CORPORATION El FOR PROFIT CORPORATION Is your business:(check one) ❑ CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP El INDIVIDUAL El SOLE PROPRIETORSHIP ❑ PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION { 1 of 1324 - F 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: } } } ' - 7 2 of 2 1325 _.W_...._ References(Local/likeo Performed Form._ ..,....._._....m .,, Comany Name: 1. Name of Reference: Address: Contact Name: Phone Number: Email: Dates of Business: 4i 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 - i � j ---- ------~---�-------'--------------~ -----------------�'-- ----------�--'----'-- ---------T-- � � � APP-EN- - DIX 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/surfnet/professional svcs mayor 1 of 11 12/07 1328 3. TERM;TIME OF PERFORMANCE 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/surfnedprofessional svcs mayor 2 of 11 12J07 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/surfnet/professional svcs mayor 4 of 11 12/07 1331 - k - 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 secs mayor 5 of 11 12/07 1332 - I 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 fmished 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/surfnet/professional svcs mayor 6 of 11 12107 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/surtherlprofessional 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/surfnedprofessional svcs mayor 8 of 11 12/07 - l 1335 i 1 22. 1MMIGRATION 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 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. agree/sur&iet/professional svcs mayor 9 of 11 1v07 1336 - I 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/surfnet/professional svcs 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/PresidentNice President AND INITIATED AND APPROVED: By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. i Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney - agree/surfnet/professional secs mayor 11 of 11 • 17/07 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 RESPONSIBIL1T1hS: y�y D. WORK PROGRAM/PROJECT SCHEDULE: 1 1 1 EXHIBIT A 1339 4 Ii 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. • } } } S } Ip�t( ft1 iI 2 Exhibit B 1341 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 4 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 CONSULTANTs 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 I � 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 . i 1343 - I . . _ . . „. . _ . APPENDIX C . . • • .• . 1344 . . CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum insurance Requirements Anal Type Automobile Professional Property Insured >iability 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:VII.See Exhibits Al-4 for sample forms. Email:Justin.Wessels@,surfcity-hb.org or Heather.Campbell@surfcity-hb.org Phone: 714-374-5378 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 ay $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).xisx 1 of 4 1345 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance Requirements Vendor Type �. :.•Additional Automobile Professional Property Insured 11,i�bility General l.ieb►lity Liability lnsurence Workers'Comp itndorsemenis 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 $10,000 independent judgment based on an advanced or deductible. 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 of4 134e CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance Requirements Vendor Type Additional Automobile Professional Property Insured Liability General Liability Liability Insurance Workers'Comp_ Endoraettlents 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: 714-379-5373 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. FIB Insurance Matrix_revised 4-7-16(2).xlsx 3 of4 1347 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS 5°° 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 Types _ nee-Requirements Frof ssiuna&Liability 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. 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. I ; HB Insurance Matrix revised4-7-16(2).xlsx 4 of 4