Loading...
HomeMy WebLinkAboutAGR-7665 - PBK INC DBA BEAM PROFESSIONALS - PROFESSIONAL SERVICES AGREEMENT FOR LEAK INVESTIGATION SERVICES - MARCH 26, 2024DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71D2E7C86 DS AGR-7665 C DS PROFESSIONAL SERVICES AGREEMENT Leak Investigation Services] THIS PROFESSIONAL SERVICES AGREEMENT (the "Agreement") is made at Orange, California, on this 26th day of March 2024 (the "Effective Date") by and between the CITY OF ORANGE,a municipal corporation("City"),and PBK ARCHITECTS, INC., a Texas corporation, dba BEAM PROFESSIONALS ("Contractor"),who agree as follows: 1.Services. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to the reasonable satisfaction of City the services set forth in Exhibit"A," which is attached hereto and incorporated herein by reference. As a material inducement to City to enter into this Agreement,Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. The services which are the subject of this Agreement are not in the usual course of City's business and City relies on Contractor's representation that it is independently engaged in the business of providing such services and is experienced in performing the work. Contractor shall perform all services in a manner reasonably satisfactory to City and in a manner in conformance with the standards of quality normally observed by an entity provided such services to a municipal agency. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. The terms and conditions set forth in this Agreement shall control over any terms and conditions in Exhibit "A" to the contrary. Eric Perez, Assistant Engineer ("City's Project Manager"), shall be the person to whom Contractor will report for the performance of services hereunder. It is understood that Contractor's performance hereunder shall be under the supervision of City's Project Manager (or designee), that Contractor shall coordinate its services hereunder with City's Project Manager to the extent required by City's Project Manager, and that all performances required hereunder by Contractor shall be performed to the satisfaction of City's Project Manager and the City Manager. 2.Compensation and Fees. a. Contractor's total compensation for all services performed under this Agreement, shall not exceed TWENTY-SIX THOUSAND EIGHT HUNDRED NINETY DOLLARS and 00/100 ($26,890.00)without the prior written authorization of City. b. The above compensation shall include all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental, subsistence and all related expenses. c.In addition to the scheduled services to be performed by the Contractor,the parties recognize that additional, unforeseen work and services may be required by City's Project Manager. In anticipation of such contingencies,the sum of TWO THOUSAND SIX HUNDRED EIGHTY-NINE DOLLARS and 00/100 ($2,689.00) has been added to the total compensation of this Agreement. City's Project Manager may approve the additional work and the actual costs DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71D2E7C86 incurred by the Contractor in performance of additional work or services in accordance with such amount as City's Project Manager and the Contractor may agree upon in advance. Said additional work or services and the amount of compensation therefor, up to the amount of the authorized contingency, shall be memorialized in the form of an Amendment to Agreement approved by the City Manager on a form acceptable to the City Attorney. The Contractor agrees to perform only that work or those services that are specifically requested by the City's Project Manager. Any and all additional work and services performed under this Agreement shall be completed in such sequence as to assure their completion as expeditiously as is consistent with professional skill and care in accordance with a cost estimate or proposal submitted to and approved by City's Project Manager prior to the commencement of such services. d. The total amount of compensation under this Agreement, including contingencies, shall not exceed TWENTY-NINE THOUSAND FIVE HUNDRED SEVENTY- NINE DOLLARS and 00/100 ($29,579.00). 3. Payment. a. As scheduled services are completed, Contractor shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. b. All such invoices shall state the basis for the amount invoiced, including services completed, the number of hours spent and any extra work performed. c.City will pay Contractor the amount invoiced within thirty (30) days, but may withhold 10% of any invoice until all work is completed, which sum shall be paid within thirty (30)days of completion of the work and receipt of all deliverables. d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4. Change Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by City as an amendment to this Agreement. City's Project Manager is authorized to approve a reduction in the services to be performed and compensation therefor. All amendments shall set forth the changes of work,extension of time,and/or adjustment of the compensation to be paid by City to Contractor and shall be signed by the City's Project Manager, City Manager or City Council, as applicable. 5. Licenses. Contractor represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the work contemplated by this Agreement and that Contractor and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Agreement. 2 DocuSign Envelope ID:39A730F3-2C34-484C-BE46-E7F71D2E7C86 6. Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and not an employee of City. City shall have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for furnishing services pursuant to this Agreement. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its subcontractors, agents and employees, including compliance with social security withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Contractor acknowledges that it and any subcontractors, agents or employees employed by Contractor shall not,under any circumstances,be considered employees of City,and that they shall not be entitled to any of the benefits or rights afforded employees of City,including,but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. 7.Contractor Not Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, to bind City to any obligation whatsoever. 8. Designated Persons. Only those qualified persons authorized by City's Project Manager, or as designated in Exhibit"A," shall perform work provided for under this Agreement. It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 9. Assignment or Subcontracting. No assignment or subcontracting by Contractor of any part of this Agreement or of funds to be received under this Agreement shall be of any force or effect unless the assignment has the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or designee. 10. Time of Completion. Except as otherwise specified in Exhibit "A," Contractor shall commence the work provided for in this Agreement within five(5)days of the Effective Date of this Agreement and diligently prosecute completion of the work in accordance with the time period set forth in Exhibit"A"hereto or as otherwise agreed to by and between the representatives of the parties. 11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall do all things necessary and incidental to the prosecution of Contractor's work. 12. Reserved. 13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its control, other than those delays caused by City, shall be an extension of time. No matter what the cause of the delay,Contractor must document any delay and request an extension of time in writing 3 DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71D2E7C86 at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor's control. If Contractor believes that delays caused by City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above, absent a written amendment to this Agreement. 14. Products of Contractor. The documents, studies, evaluations, assessments, reports, plans, citations, materials, manuals,technical data, logs, files, designs and other products produced or provided by Contractor for this Agreement shall become the property of City upon receipt. Contractor shall deliver all such products to City prior to payment for same. City may use, reuse or otherwise utilize such products without restriction. 15. Equal Employment Opportunity. During the performance of this Agreement, Contractor agrees as follows: a. Contractor shall not discriminate against any employee or applicant for employment because of race, color,religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, mental or physical disability,or any other basis prohibited by applicable law. Such actions shall include,but not be limited to the following: employment,upgrading,demotion or transfer,recruitment or recruitment advertising,layoff or termination,rates of pay or other forms of compensation and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Contractor shall, in all solicitations and advertisements for employees placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. c.Contractor shall cause the foregoing paragraphs(a)and(b)to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. 16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the making, or in any way attempt to use its position as a consultant to influence any decision of City in which Contractor knows or has reason to know that Contractor, its officers, partners, or employees have a financial interest as defined in Section 87103 of the Government Code. Contractor further agrees that it shall not be eligible to work as the design/build firm for the project that is the subject of this Agreement. 17. Indemnity. a. To the fullest extent permitted by law, Contractor agrees to indemnify, defend and hold City, its City Council and each member thereof,and the officers, officials,agents 4 DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71D2E7C86 and employees of City (collectively the"Indemnitees") entirely harmless from all liability arising out of: 1) Any and all claims under workers' compensation acts and other employee benefit acts with respect to Contractor's employees or Contractor's subcontractor's employees arising out of Contractor's work under this Agreement, including any and all claims under any law pertaining to Contractor or its employees' status as an independent contractor and any and all claims under Labor Code section 1720 related to the payment of prevailing wages for public works projects; and 2) Any claim, loss, injury to or death of persons or damage to property caused by any act, neglect, default, or omission of Contractor, or person, firm or corporation employed by Contractor, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City's property; but not for any loss, injury,death or damage caused by the active negligence or willful misconduct of City. Contractor, at its own expense, cost and risk, shall indemnify any and all claims, actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage under this subparagraph. b. To the fullest extent permitted by law, and as limited by California Civil Code 2782.8, Contractor agrees to indemnify and hold Indemnitees harmless from all liability arising out of any claim, loss, injury to or death of persons or damage to property to the extent caused by its negligent professional act or omission in the performance of professional services pursuant to this Agreement. c.Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third party indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. d. The indemnities set forth in this section shall survive any closing, rescission,or termination of this Agreement, and shall continue to be binding and in full force and effect in perpetuity with respect to Contractor and its successors. 18. Insurance. a.Contractor shall carry workers' compensation insurance as required by law for the protection of its employees during the progress of the work. Contractor understands that it is an independent contractor and not entitled to any workers' compensation benefits under any City program. b. Contractor shall maintain during the life of this Agreement the following minimum amount of comprehensive general liability insurance or commercial general liability insurance: the greater of (1) One Million Dollars ($1,000,000) per occurrence; or (2) all the 5 DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71D2E7C86 insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage and be written on an occurrence basis. c.Contractor shall maintain during the life of this Agreement, the following minimum amount of automotive liability insurance: the greater of(1) a combined single limit of One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage for all owned, non-owned and hired vehicles and be written on an occurrence basis. d. Any insurance proceeds in excess of or broader than the minimum required coverage and/or minimum required limits which are applicable to a given loss shall be available to City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Contractor under this Agreement. e.Each policy of general liability and automotive liability shall provide that City, its officers, officials, agents, and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Contractor under this Agreement. A policy endorsement to that effect shall be provided to City along with the certificate of insurance. In lieu of an endorsement,City will accept a copy of the policy(ies)which evidences that City is an additional insured as a contracting party. The minimum coverage required by Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability insurance that is provided as part of the general or automobile liability minimums set forth below shall be maintained for the duration of the Agreement. f.Contractor shall maintain during the life of this Agreement professional liability insurance covering errors and omissions arising out of the performance of this Agreement with a minimum limit of One Million Dollars ($1,000,000) per claim. Contractor agrees to keep such policy in force and effect for at least five (5) years from the date of completion of this Agreement. g. The insurance policies maintained by Contractor shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. Contractor will determine its own needs in procurement of insurance to cover liabilities other than as stated above. h. Before Contractor performs any work or prepares or delivers any materials, Contractor shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned minimum insurance coverages on forms acceptable to City,which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten(10) days' prior written notice to City. i.Except for professional liability insurance coverage that may be required by this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to conduct the pertinent line of insurance business in California and having a rating of Grade A or better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of professional liability insurance coverage, such coverage shall be issued by companies either 6 DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71D2E7C86 licensed or admitted to conduct business in California so long as such insurer possesses the aforementioned Best rating. j Contractor shall immediately notify City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by City. In such a case, City may procure insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Contractor. k. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City,on behalf of any insurer providing insurance to either Contractor or City with respect to the services of Contractor herein,a waiver of any right to subrogation which any such insurer may acquire against City by virtue of the payment of any loss under such insurance. 1.Contractor shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. City may for any reason terminate this Agreement by giving Contractor not less than five (5) days' written notice of intent to terminate. Upon receipt of such notice, Contractor shall immediately cease work, unless the notice from City provides otherwise. Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Agreement, unless termination by City shall be for cause, in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. 20. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the records")pertaining to the costs of and completion of services performed under this Agreement. City and its authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three (3)years after termination or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three(3)days' notice from City,and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immigration Laws. a.Contractor shall be knowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. 7 DocuSign Envelope ID:39A73DF3-2C34484C-BE46-E7F71D2E7C86 b. If the work provided for in this Agreement constitutes a"public works," as that term is defined in Section 1720 of the California Labor Code,for which prevailing wages must be paid, to the extent Contractor's employees will perform any work that falls within any of the classifications for which the Department of Labor Relations of the State of California promulgates prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it, shall pay not less than the specified prevailing rates of wages to all such workers. The general prevailing wage determinations for crafts can be located on the website of the Department of Industrial Relations (www.dir.ca.gov/DLSR). Additionally, to perform work under this Agreement,Contractor must meet all State registration requirements and criteria,including project compliance monitoring. c.Contractor represents and warrants that Contractor: 1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 IRCA); and 2) Has not and will not knowingly employ any individual to perform services under this Agreement who is ineligible to work in the United States or under the terms of this Agreement; and 3) Has properly maintained, and shall at all times during the term of this Agreement properly maintain, all related employment documentation records including, without limitation, the completion and maintenance of the Form 1-9 for each of Contractor's employees; and 4) Has responded, and shall at all times during the term of this Agreement respond, in a timely fashion to any government inspection requests relating to immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Department of Homeland Security, the Department of Labor, or the Social Security Administration. d. Contractor shall require all subcontractors or subconsultants to make the same representations and warranties as set forth in Subsection 21.c. e.Contractor shall, upon request of City, provide a list of all employees working under this Agreement and shall provide,to the reasonable satisfaction of City,verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by Contractor. Once such request has been made, Contractor may not change employees working under this Agreement without written notice to City, accompanied by the verification required herein for such employees. f.Contractor shall require all subcontractors or sub-consultants to make the same verification as set forth in Subsection 21.e. 8 DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71D2E7C86 g. If Contractor or subcontractor knowingly employs an employee providing work under this Agreement who is not authorized to work in the United States, and/or fails to follow federal laws to determine the status of such employee,that shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by City. h. Contractor agrees to indemnify and hold City, its officers, officials, agents and employees harmless for,of and from any loss, including but not limited to fines,penalties and corrective measures City may sustain by reason of Contractor's failure to comply with said laws, rules and regulations in connection with the performance of this Agreement. 22. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of California and Contractor agrees to submit to the jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in Orange County, California. 23. Integration. This Agreement constitutes the entire agreement of the parties. No other agreement,oral or written,pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed which is inconsistent with or in violation of the provisions of this Agreement shall not be compensated. 24. Notice. Except as otherwise provided herein, all notices required under this Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail, postage prepaid, to each party at the address listed below. Either party may change the notice address by notifying the other party in writing. Notices shall be deemed received upon receipt of same or within three (3) days of deposit in the U.S. Mail, whichever is earlier. Notices sent by e- mail shall be deemed received on the date of the e-mail transmission. CONTRACTOR" CITY" PBK Architects, Inc. dba BEAM Professionals City of Orange 2400 E Katella Ave, Suite 950 300 E. Chapman Avenue Anaheim, CA 92806 Orange, CA 92866-1591 Attn.: Gene Kesler Attn.: Eric Perez Telephone: 909-987-0909 Telephone: 714-744-5568 E-Mail: gene.kesler@beamprof.com E-Mail: eperez@cityoforange.org 25. Counterparts. This Agreement may be executed in one or more counterparts,each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as original signatures. Signatures on next page] 9 DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71D2E7C86 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. CONTRACTOR" CITY" PBK ARCHITECTS, INC., a Texas corporation CITY OF ORANGE, a municipal corporation dba BEAM PROFESSIONALS DocuSigned by: DocuSigned by: By: B2E15EE6DDAF431.. By: —8FAAF5B630A1486... Printed Name: Shawn LeCrone Thomas C. Kisela, City Manager Title: President 5DocuSigned by: ovuiBy. Aggp1713dR g2d417 ATTEST: Printed Name: Harmony Santoro DocuSigned by: Title: Project& Specification Coordinator DB2BEDCB8BEF43A... Pamela Coleman APPROVED AS TO FORM: Mike Vigliotta, City Attorney DocuSigned by: ItiLaiSS6k, Cros{uWcuf t, CA668FBD90454B7_. by Melissa M. Crosthwaite Senior Assistant City Attorney NOTE:City requires the following signature(s) on behalf of the Contractor: 1)the Chairman of the Board,the President or a Vice-President,AND (2)the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement,must be provided to City. 10 DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71D2E7C86 EXHIBIT "A" SCOPE OF SERVICES Beneath this sheet.] DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71 D2E7C86 8163 Rochester Avenue Rancho Cucamonga, California 91730 Phone: 909-987-0909 BEAMProfessionals.com March 7, 2024 VIA: EMAIL BEAMMr. Eric Perez Assistant Engineer City of Orange— Public Works Department 300 E. Chapman Avenue Orange, California 92866 Re: Proposal for Leak Investigation Services Dear Mr. Perez: Thank you for allowing BEAM Professionals the opportunity to assist City of Orange with leak investigation services. We are presenting this proposal to confirm our understanding of the services to be performed for this project, to obtain written authorization to provide these services, and to present a Fee Estimate to provide these services. The following sections outline our understanding of the project and provide a description of the tasks to be performed. I. PROJECT INFORMATION District indicated that there is a leak at the Police Department on North Batavia Street. See attached exhibit for areas of water intrusion identified by our initial site visit. BEAM Professionals has been requested to provide building envelope consulting services to perform a leak investigation at this location, determine the cause and location(s) of the water intrusion, and develop a repair protocol to correct the deficiencies and prevent future occurrences of water intrusions. II. SCOPE OF SERVICES 1. Phase I: Leak Investigation Services 1.1. Review of existing data BEAM will review available drawings, specifications and documentation related to the construction of the buildings, previous reports by others and documentation of any repairs and/or upgrades to the buildings. An emphasis will be placed on documenting building envelope systems and components and details. We will include notable comments from these reviews in our report. 1.2. Field Data Collection, Observations, and Testing Services BEAM anticipates two site visits of approximately thirty-two man hours to perform visual observations, diagnostic testing and analysis of the building envelope and associated systems. Interview facility maintenance and staff familiar with the building to determine past leak areas and previous repairs that were performed. We will perform detailed visual observations at reported leak location. Concurrent to our site visit,we will perform selective water diagnostic spray testing to identify and/or verify the pathways of reported water intrusion. As deemed appropriate by our staff, we may perform testing to further document existing conditions at the site to include but not be limited to: borescope observations of wall cavities or other areas; sounding techniques to identify deteriorated stucco, probing of exterior and interior system components to BUILDING ENVELOPE CONSULTING\\ASSET MANAGEMENT\\FORENSIC INVESTIGATIONS DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71D2E7C86 Proposal for Building Envelope Consulting Services City of Orange Police Department-Leak investigation II Orange,CA March 7,2024 quantitatively determine moisture contents of materials and Infrared scan of locations for any additional anomalies that may be near the current leaks. BEAM will require access to a domestic water source (hose bibb) and maintenance or labor help if destructive testing provided by client or outsourced particularly at the infilled planter areas and roof garden. 1.3. Report Preparation Following completion of the above services, BEAM will discuss our findings with the Client. Following this discussion, the findings and conclusions derived from our activities will be presented in a written letter report. The letter report will include a discussion of our field activities, results of our observations and diagnostic testing, photographs of unique or notable conditions, recommendation options for remedial repairs. Total cost of Phase I = $8,160.00 2. Phase II: Remedial Construction This phase is intended to assist in the production of construction documents required to ensure the proper detailing and design. System design, code compliance, system guarantee, maintainability along with anticipated service life, will be the criteria used to determine the most cost-effective, long-term "scope of work". Assist the City in bidding preparation. Also during this phase, we will perform a systematic, interdisciplinary review of submittals, RFIs, Reports during the construction phase. Construction Document preparation 5,430.00 Building Envelope Draftsman 20 hours at$140.00 per hour Project Manager 10 hours at$255.00 per hour Review, examine, comment of contractor submittals, shop drawings and RFI's 2,100.00 Construction Services Manager 20 hours at $210.00 per hour 3. PHASE III—CONSTRUCTION QUALITY ASSURANCE This phase is intended to provide full-time or part-time quality assurance inspections during the course of construction. Performance under this phase provides extra insurance for specification compliance, quality workmanship, and long-term performance of specified work. PERIODIC QUALITY ASSURANCE INSPECTIONS—(FEE SCHEDULE): Daily Rate: (Monday thru Friday) per visit$1,400.00 Quoted rate is based on portal-to-portal time, mileage, etc. at an hourly rate of$175.00/hr. An overtime rate of 262.50/hr will be added for all work required over 8 hours per day. Weekend/Holiday Rate: (Saturday, Sunday or Holiday) per visit$2,100.00 Quoted rate is based on portal-to-portal time, mileage, etc. at an hourly rate of$262.50/hr. An overtime rate of 394/hr will be added for all work required over 8 hours per day. Periodic Quality Assurance Inspections: (8 Site Visits) 11,200.00 Includes Observation Report for each visit) Ill. SCHEDULE BUILDING ENVELOPE CONSULTING\\ASSET MANAGEMENT\\FORENSIC INVESTIGATIONS DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71D2E7C86 Proposal for Building Envelope Consulting Services City of Orange Police Department-Leak investigation//Orange,CA March 7,2024 We can begin the leak investigation within 10 to 15 business days upon receipt of our signed Agreement for Services, if site and weather conditions permit. We estimate a draft report can be completed with two to three weeks upon completion of all field activities. IV. CLIENT PROVISIONS Client agrees to provide safe and timely access to all site areas and spaces necessary to complete the proposed scope of services. During our site visit we request that a client representative who is familiar with the site accompany our representative. Provide full access to the facility to facilitate the scope of services defined herein. Provide necessary utilities (lighting, electricity, pressurized water) for testing operations and equipment. Prior to or at the time of our site visit, we request copies of the following items related to the roofing systems to better facilitate the assessment. Original construction specifications and drawings. Building documents that are related to the repairs and replacement that was performed to attempt stop water intrusion. V. COMPENSATION BEAM will provide scope of services described herein for a not-to-exceed fee of$26,890.00.` PHASES SUB-TOTAL: PHASE I: $8,160.00 PHASE II: $7,530.00 PHASE III: $11,200.00 TOTAL BASE FEES=$26,890.00 If it becomes apparent to BEAM that additional services based off proposed testing and observations quantities will be recommended/required to properly verify underlying issues, we will submit a written request for a change order. VI. TERMS, CONDITIONS AND REIMBURSABLE EXPENSES: All terms,conditions and reimbursable expenses shall be per the current AIA A201 Owner/Architect Agreement with PBK Architects. BEAM Professionals does not have responsibility or liability for asbestos consulting and/or abatement services, which are the sole responsibility of the Client/Owner. Sincerely, 1 AP A Gene Kesler, Assoc. AIA SoCal Director BEAM Professionals cc: Mariella Conti, BEAM Professionals Betty Chapman,PBK BUILDING ENVELOPE CONSULTING\\ASSET MANAGEMENT\\FORENSIC INVESTIGATIONS DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71D2E7C86 NAME Hs1 5 DATE r____—....--- „ r e• t* 1 * 4, 1 1.:. '...*•',..., • hov ', 1‘ 1 A. or o r. h Iitt 1 \ i ' tf,:,..,... .. 0.:..0 0 . 7 1.4416A4144$1t t t ' ' l• 1., , , 4 • .. 1 1 ; .• 4 4...roroGa...... ....4............•••-••• .- I 1 I C.. IV • r • It 1 Ih.. it' 4,‘ 4 • ./ I,„ MI • 4.4,1',Vor florii.' .,-i' :::- \:"**14*ilk$V• ,'-71-V-);--,v..-. .".- ..(•-, t.«,,•, /,,,-. 1 . ,... r 11 V f` e„, t it., *IV.'•0 7 ift: f . i 7 4•4 '• ...' ,'i i •,1 i li:11 1.4i4• i , a.,wrat. I I, t ',All: , 4 Y44 Oa:" ,' 1.A i V \ t t T I i I'', •• _ 1,' , ,'.4.-•••,. o ... N. P i t ti DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71D2E7C86 I - ` • Atiorves.-7 Stigt 0 n ti , i I 4. i I 0. r-AJo . A 44•44 ....mm................,................ ....... ........ .....................__,. f4 y0 °.°'•..!*..-• A•..'.... 1K,..4':." ii,,.`,'„ r, A1,-14•'-' i• 7,' i•,:,.-- 4.•,° i-,'.'., 41..,... W4-.° A' 4.° J,.,4*. 4).. fi-..: t'* rr-C•:. 4'•p•1- q..'• 4-' X- i.k' m,-.•-;'-•-°f1..".i,' s 4:.'&: i:',-,.- i7.',.„'•.,,,-.Js,*,.:. 4.;-',- j.•lA."c.i1:n'4i,,-..'e•- ieVT.. 1... r1. 71• 5'.,°-'.-*%'.' ffi i••*. t, k, t";e,...' t. i:,'•, o- I.' r# 1: f• ri• tN''4 V,•' 4'• r•*—."‘, O-°-*,°:.,....'.,,' z, r-..•, t:,-';:. 1;.* 4..,r•:,•..'. J 6...-: o. 4„.:.. k:$'.... 2,,•. 4-°t.-: i„'•—'. a. f.- 4'.* x*...: C.•.,-. l. vq. I— a.- tiI t.•:,., V*•- to,,.-,,'', f'-- 47,•;..•'..,-.-*., 0.•,.‘°..‘:'*. 0', 4. 7. l.' W- I..• k..., 0..• A•. 3.. 7..-.-...-. 4,-. o. t-•..".. 1\ 1' 0 k.• l•.%...-.-.°•, 4.iN.•.,. 1 t. o`,•. o• W."?" f•. 1,•,- 1k,• 6,-;;- i-- I*,, e7- t:40*;,.r4, 4- s. s'..-.. 4•".- 4‘'•-- 1.• 0" 9I.t°""..'.._,..',' l.• 1.-: ilrr c• 4 0 ''k•' I-.,*.• I. f;•• I-.% I n 1' 4.-' d. 4•'., 1rm L 0, A 1 r -,%•.'„:to.-h•:.. k o•• i••-44i:%i4A..t. 1*.,"'-:•• 1.- 1, rI4t, 11"• 1. I.: 1 4,, 1, 741• PAj. 41:,P1u4-•, 1• 0 1.,. 1,i.rd‘," *4• kr..,' . , e. 11•$.,1/111,4iits, . A..4 oofo 1, r ". 4.)'• • •AP- '' ''•444 '',. '' ". . k•• • 1'; 0 i,,,..'"•.,,•-I".'. 7.. 1-..-. 4. s',-/ A'.`,tt.• k,.... 4:•, N.°. 7- I 44.7-,:„- 4„'.1;, z4.7P.., f.`.,.. w":. 1. L'„..\...,, A,•... i,et.--•... 0.,, 10,. 4"04\4•.,. i•., 4. s.',,i„ 4, lri't. k!*.,:,,."., I 5."st,...-"."#44 :.... e. 0Xk, 0. 1r,,.. 1..'.. 0..•., ,,.„,„...,.%••. t. 4,--.• 0,, i- t1- e.**„-°,....0te•••1 41.- 0, 11., 1.4.•;..%/.• 1'•„,'.. f.;',-,1A,.sL,,:' 0•4 1.4.....,:.•• f,...."..•.,,.,- 4c•, ;„.,s.4e.„•••,.'. N',•.-•., w,.. 0 1 ! W14 S . e,t I.th. 1 , W CLOSET I _ I I 0' i'-'' r• IV. r f '''• ) ' L •' i ' • f.. i ; i 14. •#1" " 1 ',. • iNMmanelimmansiornrnommgimmicrrant- 4 aiwa a i up Imatift,„i _ , . 0:,.. dtdif Air milip,:. DocuSign Envelope ID:39A73DF3-2C34-484C-BE46-E7F71 D2E7C86 1• NAME FHflS DATE 2'—10' r EO EQ t ECGIV t 1, . gip_,_...:-,_. 1/4' X 3- ASPHAL SATURATED FIREI 4 ao I EXPANSION BOARP°. o ITYPICALI 1 iio 8' lit Section - Step A i I I 4 4 r S. 0 ilk_ 1,- 410 4_. 0 o fjt. 8' ti \ r t. N-- .-- 6, - 1/4' X 3" ASPHALT SATURATED FIBERc''o..• EXPANSION BOARD 01_4L ITYPICAL)--..._............-- Section -- Step B 1 TYPICAL CONCRETE STEP!