6-15-2021 AGENDA ITEM NO.10 - CONSIDERATION OF AN AGREEMENT FOR ARCHITECTURAL SERVICES FOR FIRE STATION NO.3 IMPROVEMENTS - PROJECT NO.21034AGENDA ITEM NO. 10
AGENDA STAFF REPORT
City of West Covina I Office of the City Manager
DATE: June 15, 2021
TO: Mayor and City Council
FROM: David Carmany
City Manager
SUBJECT: CONSIDERATION OF AN AGREEMENT FOR ARCHITECTURAL SERVICES FOR FIRE
STATION NO.3 IMPROVEMENTS - PROJECT NO.21034
RECOMMENDATION:
It is recommended that the City Council take the following actions:
1. Authorize the City Manager to negotiate and execute a Professional Services Agreement with Black, O'Dowd
& Associates, Inc. dba BOA Architecture in an amount not to exceed $55,500.00; and
2. Authorize the City Manager to execute any amendment(s) to the Agreement.
BACKGROUND:
In January 2021, Council approved a budget amendment for various capital improvements at Fire Stations. As part
of this budget amendment, one of the capital improvement projects was "Fire Station No. 3 Remodel and
Improvements". The project scope of work includes:
• Reconfigure existing dormitory area
• Create additional dormitory area in former library space
• Create a larger day room area
• Expand the kitchen area to include repair/replacement of damaged cabinets and new stainless -steel counter
tops
• Paint interior and exterior
• Replace the roof
• Install new flooring, linoleum and carpet tiles
• Electric and gas relocations as required
The proposed scope of work for the architect includes pre -design, architectural schematic design, engineering,
architectural construction documents, and construction support.
DISCUSSION:
The procurement procedure used conforms to the West Covina Purchasing Policy. On April 27, 2021, staff
published a Request for Proposals for Fire Station 3 Remodel and Improvements. Seven (7) proposals were
received by the submission deadline of May 17, 2021, at 3:00 p.m.
Vendor Name
ITotal Bid Amount
$ 45,000.00
SVA Architects
Did not comply with forms needed*
Rubio Medina Architect
$ 48,360.00
Black O'Dowd & Assoc (BOA)
$ 55,500.00
PBK-WLC
$ 56,000.00
Westgroup Designs
$ 80,400.00
BFK
$ 110,500.00
Did not comply with forms needed*
J Design Studio
$ 236,460.00
* Subcontractor Campaign Contribution Acknowledgement Form is required if subcontractors are utilized.
An internal proposal review committee reviewed and rated each of the proposals submitted. Based on the relevant
experience of the firm and the qualifications of the project staff, it is recommended that the City Council award the
Professional Services Agreement to Black, O'Dowd and Associates dba BOA Architecture (Attachment No. 1) in
the amount of $55,500.
Budget
During the pre -proposal bid meeting, the project construction budget was determined to be approximately $600,000.
The architectural costs below are part of the project budget costs.
The following is the breakdown of the architectural project budget:
Pre -Design
$7,400
Architectural Schematic Design
$9,000
Engineering and Expenses
$13,200
Architectural Construction documents
$18,600
Construction Support (estimated)
$7,300
Total Design Budget
$55,500
LEGAL REVIEW:
The City Attorney's Office has reviewed the Professional Services Agreement and approved it as to form.
OPTIONS:
The City Council has the following options:
1. Adopt Staffs recommendation; or
2. Provide alternative direction.
Prepared by: Vincent Capelle, Fire Chief
Additional Approval: Robbeyn Bird, Finance Director
Fiscal Impact
FISCAL IMPACT:
Funding for Fire Station improvements have already been allocated in the FY 2020-21 Capital Improvement
Program Budget. The total funds available for this project, as of the end of May, are as follows:
1034 ICIP Fire Station improvements It 60.80.7001.75001$1,330,445
Total 1$1,330,445
Attachments
Attachment No. 1 - Agreement with BOA Architecture
CITY COUNCIL GOALS & OBJECTIVES: Enhance City Facilities and Infrastructure
Protect Public Safety
CITY OF WEST COVINA
PROFESSIONAL SERVICES AGREEMENT
WITH
BLACK, O'DOWD AND ASSOCIATES, INC. DBA BOA ARCHITECTURE
FOR
ARCHITECTURAL SERVICES
THIS AGREEMENT is made and entered into this 15th day of June, 2021 ("Effective
Date"), by and between the CITY OF WEST COVINA, a municipal corporation ("City"), and
BLACK, O'DOWD AND ASSOCIATES, INC., a California corporation DBA BOA
ARCHITECTURE ("Consultant").
WITNESSETH:
A. WHEREAS, City proposes to utilize the services of Consultant as an independent
contractor to City to architectural services in connection with the Fire Station 3 improvements
project, as more fully described herein; and
B. WHEREAS, Consultant represents that it has that degree of specialized expertise
contemplated within California Government Code Section 37103, and holds all necessary
licenses to practice and perform the services herein contemplated, except that if Consultant is
required to but does not yet hold a City business license, it will promptly obtain a business license
and will not provide services to the City until it has done so; and
C. WHEREAS, City and Consultant desire to contract for the specific services
described in Exhibit "A" and desire to set forth their rights, duties and liabilities in connection with
the services to be performed; and
D. WHEREAS, no official or employee of City has a financial interest, within the
provisions of Sections 1090-1092 of the California Government Code, in the subject matter of this
Agreement; and
E. WHEREAS, Consultant responded to the City's Request for Proposals dated April
27, 2021, incorporated via this reference as if fully set forth herein, and Consultant's response to
the Request for Proposals was a material inducement to the City ultimately entering into this
Agreement.
NOW, THEREFORE, for and in consideration of the mutual covenants and conditions
contained herein, the parties hereby agree as follows:
1.0. SERVICES PROVIDED BY CONSULTANT
1.1. Scope of Services. Consultant shall provide the professional services described
in Consultant's Proposal, attached hereto as Exhibit "A" and incorporated herein by this reference.
1.2. Professional Practices. All professional services to be provided by Consultant
pursuant to this Agreement shall be provided by personnel experienced in their respective fields
and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by
professional consultants in similar fields and circumstances in accordance with sound
professional practices. Consultant also warrants that it is familiar with all laws that may affect its
Black O'Dowd and Associates, Inc. dba BOA Architecture
Form Revised November 2020
performance of this Agreement and shall advise City of any changes in any laws that may affect
Consultant's performance of this Agreement. Consultant shall keep itself informed of State and
Federal laws and regulations which in any manner affect those employed by it or in any way affect
the performance of its service pursuant to this Agreement. The Consultant shall at all times
observe and comply with all such laws and regulations. City officers and employees shall not be
liable at law or in equity for any claims or damages occurring as a result of failure of the Consultant
to comply with this section.
1.3. Performance to Satisfaction of Citv. Consultant agrees to perform all the work to
the reasonable satisfaction of the City. Evaluations of the work will be conducted by the City
Manager or his or her designee. If the quality of work is not satisfactory, City in its discretion has
the right to:
(a) Meet with Consultant to review the quality of the work and resolve the
matters of concern;
(b) Require Consultant to repeat the work at no additional fee until it is
satisfactory; and/or
(c) Terminate the Agreement as hereinafter set forth.
1.4. Warranty. Consultant warrants that it shall perform the services required by this
Agreement in compliance with all applicable Federal and California employment laws, including,
but not limited to, those laws related to minimum hours and wages; occupational health and
safety; fair employment and employment practices; workers' compensation; and all other Federal,
State and local laws and ordinances applicable to the services required under this Agreement.
1.5. Non-discrimination. In performing this Agreement, Consultant shall not engage in,
nor permit its agents to engage in, discrimination in employment of persons because of their race,
religion, color, national origin, ancestry, age, physical or mental disability, medical condition,
genetic information, pregnancy, marital status, sex, gender, gender identity, gender expression,
sexual orientation, or military or veteran status, except as permitted pursuant to Section 12940 of
the Government Code.
1.6. Non -Exclusive Agreement. Consultant acknowledges that City may enter into
agreements with other consultants for services similar to the services that are subject to this
Agreement or may have its own employees perform services similar to those services
contemplated by this Agreement.
1.7. Confidentiality. Employees of Consultant in the course of their duties may have
access to financial, accounting, statistical, and personnel data of private individuals and
employees of City. Consultant covenants that all data, documents, discussion, or other
information developed or received by Consultant or provided for performance of this Agreement
are deemed confidential and shall not be disclosed by Consultant without written authorization by
City. City shall grant such authorization if disclosure is required by law. All City data shall be
returned to City upon the termination of this Agreement. Consultant's covenant under this Section
shall survive the termination of this Agreement.
1.8. Public Records Act Disclosure. Consultant has been advised and is aware that
this Agreement and all reports, documents, information and data, including, but not limited to,
computer tapes, discs or files furnished or prepared by Consultant, or any of its subcontractors,
2
Black O'Dowd and Associates, Inc. dba BOA Architecture
Form Revised November 2020
pursuant to this Agreement and provided to City may be subject to public disclosure as required
by the California Public Records Act (California Government Code Section 6250 et seq.).
Exceptions to public disclosure may be those documents or information that qualify as trade
secrets, as that term is defined in California Government Code Section 6254.7, and of which
Consultant informs City of such trade secret. The City will endeavor to maintain as confidential all
information obtained by it that is designated as a trade secret. The City shall not, in any way, be
liable or responsible for the disclosure of any trade secret including, without limitation, those
records so marked if disclosure is deemed to be required by law or by order of the court.
2.0. COMPENSATION AND BILLING
2.1. Compensation. Consultant shall be paid in accordance with the fee schedule set
forth in Exhibit "B," attached hereto and made a part of this Agreement (the "Fee Schedule").
Consultant's total compensation shall not exceed Fifty -Five Thousand Five Hundred Dollars
($55,500.00).
2.2. Additional Services. Consultant shall not receive compensation for any services
provided outside the scope of services specified in the Consultant's Proposal unless the City,
prior to Consultant performing the additional services, approves such additional services in
writing. It is specifically understood that oral requests and/or approvals of such additional services
or additional compensation shall be barred and are unenforceable. Should the City request in
writing additional services that increase the Scope of Services, an additional fee based upon the
Consultant's standard hourly rates shall be paid to the Consultant for such additional services.
Such increase in additional fees shall be limited to 25% of the total contract sum or to the
maximum total contract amount of $25,000, whichever is greater. The Department Head or City
Manager is authorized to approve a Change Order for such additional services.
2.3. Method of Billino. Consultant may submit invoices to the City for approval on a
progress basis, but no more often than once a month. Said invoice shall be based on the total of
all Consultant's services which have been completed to City's sole satisfaction. City shall pay
Consultant's invoice within forty-five (45) days from the date City receives said invoice. Each
invoice shall describe in detail the services performed, the date of performance, and the
associated time for completion. Any additional services approved and performed pursuant to this
Agreement shall be designated as "Additional Services" and shall identify the number of the
authorized change order, where applicable, on all invoices.
2.4. Records and Audits. Records of Consultant's services relating to this Agreement
shall be maintained in accordance with generally recognized accounting principles and shall be
made available to City for inspection and/or audit at mutually convenient times from the Effective
Date until three (3) years after the termination or expiration of this Agreement.
3.0. TIME OF PERFORMANCE
3.1. Commencement and Completion of Work. Unless otherwise agreed to by the
parties, the professional services to be performed pursuant to this Agreement shall commence
within five (5) days from the Effective Date of this Agreement. Failure to commence work in a
timely manner and/or diligently pursue work to completion may be grounds for termination of this
Agreement.
3.2. Excusable Delays. Neither party shall be responsible for delays or lack of
performance resulting from acts beyond the reasonable control of the party or parties. Such acts
3
Black O'Dowd and Associates, Inc. dba BOA Architecture
Form Revised November 2020
shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with
laws or regulations, riots, acts of war, or any other conditions beyond the reasonable control of a
party. If a delay beyond the control of the Consultant is encountered, a time extension may be
mutually agreed upon in writing by the City and the Consultant. The Consultant shall present
documentation satisfactory to the City to substantiate any request for a time extension.
4.0. TERM AND TERMINATION
4.1. Term. This Agreement shall commence on the Effective Date and continue for a
period of one (1) year, ending on June 14, 2022, unless previously terminated as provided herein
or as otherwise agreed to in writing by the parties.
4.2. Notice of Termination. The City reserves and has the right and privilege of
canceling, suspending or abandoning the execution of all or any part of the work contemplated
by this Agreement, with or without cause, at any time, by providing at least fifteen (15) days prior
written notice to Consultant. In the event of such termination, Consultant shall immediately stop
rendering services under this Agreement unless directed otherwise by the City. If the City
suspends, terminates or abandons a portion of this Agreement such suspension, termination or
abandonment shall not make void or invalidate the remainder of this Agreement.
If the Consultant defaults in the performance of any of the terms or conditions of this
Agreement, it shall have ten (10) days after service upon it of written notice of such default in
which to cure the default by rendering a satisfactory performance. In the event that the Consultant
fails to cure its default within such period of time, the City shall have the right, notwithstanding
any other provision of this Agreement, to terminate this Agreement without further notice and
without prejudice to any other remedy to which it may be entitled to at law, in equity, or under this
Agreement.
The City also shall have the right, notwithstanding any other provisions of this Agreement,
to terminate this Agreement, at its option and without prejudice to any other remedy to which it
may be entitled to at law, in equity, or under this Agreement, immediately upon service of written
notice of termination on the Consultant, if the latter should:
a. Be adjudged a bankrupt;
b. Become insolvent or have a receiver of its assets or property appointed
because of insolvency;
C. Make a general assignment for the benefit of creditors;
d. Default in the performance of any obligation or payment of any
indebtedness under this Agreement;
e. Suffer any judgment against it to remain unsatisfied or unbonded of record
for thirty (30) days or longer; or
f. Institute or suffer to be instituted any procedures for reorganization or
rearrangement of its affairs.
4.3. Compensation. In the event of termination, City shall pay Consultant for
reasonable costs incurred and professional services satisfactorily performed up to and including
rd
Black O'Dowd and Associates, Inc. dba BOA Architecture
Form Revised November 2020
the effective date of the City's written notice of termination, within forty-five (45) days after the
effective date of the notice of termination or the final invoice of the Consultant, whichever occurs
last. Compensation for work in progress shall be prorated based on the percentage of work
completed as of the effective date of termination in accordance with the fees set forth herein.
4.4. Documents. In the event of termination of this Agreement, all documents prepared
by Consultant in its performance of this Agreement including, but not limited to, finished or
unfinished design, development and construction documents, data studies, drawings, maps and
reports, shall be delivered to the City within ten (10) days of the effective date of the notice of
termination, at no cost to City.
5.0. INSURANCE
5.1. Minimum Scope and Limits of Insurance. Consultant shall obtain, maintain, and
keep in full force and effect during the life of this Agreement all of the following minimum scope
of insurance coverages with an insurance company authorized to do business in California, with
a current A.M. Best's rating of no less than A:VII, and approved by City:
(a) Broad -form commercial general liability, including premises -operations,
products/completed operations, broad form property damage, blanket
contractual liability, independent contractors, personal injury or bodily injury
with a policy limit of not less than Two Million Dollars ($2,000,000.00),
combined single limits, per occurrence. If such insurance contains a
general aggregate limit, it shall apply separately to this Agreement or shall
be twice the required occurrence limit.
(b) Business automobile liability for owned vehicles, hired, and non -owned
vehicles, with a policy limit of not less than One Million Dollars
($1,000,000.00), combined single limits, per accident for bodily injury and
property damage.
(c) Workers' compensation insurance as required by the State of California,
with Statutory Limits, and Employer's Liability Insurance with a limit of no
less than One Million Dollars ($1,000,000.00) per accident for bodily injury
or disease. Consultant agrees to waive, and to obtain endorsements from
its workers' compensation insurer waiving subrogation rights under its
workers' compensation insurance policy against the City, its officers,
agents, employees, and volunteers for losses arising from work performed
by Consultant for the City and to require each of its subcontractors, if any,
to do likewise under their workers' compensation insurance policies.
By execution of this Agreement, the Consultant certifies as follows:
I am aware of, and will comply
Code, requiring every employer
Workers' Compensation or to
commencing any of the work.
with, Section 3700 of the Labor
to be insured against liability of
undertake self-insurance before
The Consultant shall also comply with Section 3800 of the Labor Code by
securing, paying for and maintaining in full force and effect for the duration
of this Agreement, complete Workers' Compensation Insurance, and shall
5
Black O'Dowd and Associates, Inc. dba BOA Architecture
Form Revised November 2020
furnish a Certificate of Insurance to the City before execution of this
Agreement by the City. The City, its officers and employees shall not be
responsible for any claims in law or equity occasioned by failure of the
consultant to comply with this section.
(d) Professional errors and omissions ("E&O") liability insurance with policy
limits of not less than One Million Dollars ($1,000,000.00), combined single
limits, per occurrence or claim, and Two Million Dollars ($2,000,000.00)
aggregate. Architects' and engineers' coverage shall be endorsed to
include contractual liability. If the policy is written as a "claims made" policy,
the retroactivity date shall be prior to the start of the work set forth herein.
Consultant shall obtain and maintain said E&O liability insurance during the
life of this Agreement and for five (5) years after completion of the work
hereunder. If coverage is canceled or non -renewed, and not replaced with
another claims -made policy form with a retroactive date prior to the
effective date of this Agreement, Consultant shall purchase "extended
reporting" coverage for a minimum of five (5) years after completion of the
work.
If the Consultant maintains higher limits or has broader coverage than the minimums
shown above, the City requires and shall be entitled to all coverage, and to the higher limits
maintained by the Consultant. Any available insurance proceeds in excess of the specified
minimum limits of insurance and coverage shall be available to the City.
5.2. Endorsements. The insurance policies are to contain, or be endorsed to contain,
the following provisions:
(a) Additional Insureds: The City of West Covina and its elected and appointed
boards, officers, officials, agents, employees, and volunteers are additional
insureds with respect to: liability arising out of activities performed by or on
behalf of the Consultant pursuant to its contract with the City; products and
completed operations of the Consultant; premises owned, occupied or
used by the Consultant; automobiles owned, leased, hired, or borrowed by
the Consultant.
(b) Notice of Cancelation: Each insurance policy required above shall provide
that coverage shall not be canceled, except with notice to the City.
(c) Primary Coverage: The Consultant's insurance coverage shall be primary
insurance as respects the City of West Covina, its officers, officials, agents,
employees, and volunteers. Any other insurance maintained by the City of
West Covina shall be excess and not contributing with the insurance
provided by this policy.
(d) Waiver of Subrogation: Consultant hereby grants to City a waiver of any
right to subrogation which any insurer of said Consultant may acquire
against the City by virtue of the payment of any loss under such insurance.
Consultant agrees to obtain any endorsement that may be necessary to
affect this waiver of subrogation, but this provision applies regardless of
whether or not the City has received a waiver of subrogation endorsement
from the insurer.
6
Black O'Dowd and Associates, Inc. dba BOA Architecture
Form Revised November 2020
(a) Coverage Not Affected: Any failure to comply with the reporting provisions
of the policies shall not affect coverage provided to the City of West Covina,
its officers, officials, agents, employees, and volunteers.
(f) Coverage Applies Separately: The Consultant's insurance shall apply
separately to each insured against whom claim is made or suit is brought,
except with respect to the limits of the insurer's liability.
5.3. Deductible or Self Insured Retention. If any of such policies provide for a
deductible or self -insured retention to provide such coverage, the amount of such deductible or
self -insured retention shall be approved in advance by City. The City may require the Consultant
to purchase coverage with a lower retention or provide proof of ability to pay losses and related
investigations, claim administration, and defense expenses within the retention. The policy
language shall provide, or be endorsed to provide, that the self -insured retention may be satisfied
by either the named insured or City.
5.4. Certificates of Insurance. Consultant shall provide to City certificates of insurance
showing the insurance coverages and required endorsements described above, in a form and
content approved by City, prior to performing any services under this Agreement. The City
reserves the right to require complete, certified copies of all required insurance policies, including
endorsements required by these specifications, at any time.
5.5. Non -limiting. Nothing in this Section shall be construed as limiting in any way the
indemnification provision contained in this Agreement.
6.0. GENERAL PROVISIONS
6.1. Entire Agreement. This Agreement constitutes the entire agreement between the
parties with respect to any matter referenced herein and supersedes any and all other prior
writings and oral negotiations. This Agreement may be modified only in writing, and signed by the
parties in interest at the time of such modification.
6.2. Representatives. The City Manager or his or her designee shall be the
representative of City for purposes of this Agreement and may issue all consents, approvals,
directives and agreements on behalf of the City, called for by this Agreement, except as otherwise
expressly provided in this Agreement.
Consultant shall designate a representative for purposes of this Agreement who
shall be authorized to issue all consents, approvals, directives and agreements on behalf of
Consultant called for by this Agreement, except as otherwise expressly provided in this
Agreement.
6.3. Key Personnel. It is the intent of both parties to this Agreement that Consultant
shall make available the professional services of Edward Lok Ng, who shall coordinate directly
with City. Any substitution of key personnel must be approved in advance in writing by City's
Representative.
6.4. Notices. Any notices, documents, correspondence or other communications
concerning this Agreement or the work hereunder may be provided by personal delivery, Email
or by U.S. mail. If by U.S. mail, it shall be addressed as set forth below and placed in a sealed
7
Black O'Dowd and Associates, Inc. dba BOA Architecture
Form Revised November 2020
envelope, postage prepaid, and deposited in the United States Postal Service. Such
communication shall be deemed served or delivered: a) at the time of delivery if such
communication is sent by personal delivery; b) at the time of transmission if such communication
is sent by Email; and c) 72 hours after deposit in the U.S. Mail as reflected by the official U.S.
postmark if such communication is sent through regular United States mail.
IF TO CONSULTANT:
BOA Architecture
1511 Cote Avenue
Long Beach, CA 90813
Tel: (562) 912-7900
Email: lok.ng@boaarchitecture.com
Attn: Edward Lok Ng, President
IF TO CITY:
City of West Covina
1444 West Garvey Ave. South
West Covina, CA 91790
Tel: (626) 766-5684
Email: vcapelle@westcovina.org
Attn: Vincent Capelle, Fire Chief
6.5. Attorneys' Fees. If litigation is brought by any party in connection with this
Agreement against another party, the prevailing party shall be entitled to recover from the
opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the
prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of
any of the terms, conditions, or provisions hereof.
6.6. Governing Law. This Agreement shall be governed by and construed under the
laws of the State of California without giving effect to that body of laws pertaining to conflict of
laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto
agree that the sole and exclusive venue shall be a court of competent jurisdiction located in Los
Angeles County, California.
6.7. Assignment. Consultant shall not voluntarily or by operation of law assign,
transfer, sublet or encumber all or any part of Consultant's interest in this Agreement without
City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall
be void and shall constitute a breach of this Agreement and cause for termination of this
Agreement. Regardless of City's consent, no subletting or assignment shall release Consultant
of Consultant's obligation to perform all other obligations to be performed by Consultant
hereunder for the term of this Agreement.
6.8. Indemnification and Hold Harmless. Consultant agrees to defend, with counsel of
City's choosing, indemnify, hold free and harmless the City, its elected and appointed officials,
officers, agents and employees, at Consultant's sole expense, from and against any and all
claims, demands, actions, suits or other legal proceedings brought against the City, its elected
and appointed officials, officers, agents and employees arising out of, pertaining to, or relating to
the negligence, recklessness, or willful misconduct of the Consultant, its employees, and/or
authorized subcontractors, in performing this Agreement. The defense obligation provided for
hereunder shall apply without any advance showing of negligence, recklessness or willful
misconduct of the Consultant, its employees, and/or authorized subcontractors, but shall be
required whenever any claim, action, complaint, or suit asserts as its basis the negligence,
recklessness, or willful misconduct of the Consultant, its employees, and/or authorized
subcontractors, and/or whenever any claim, action, complaint or suit asserts liability against the
City, its elected and appointed officials, officers, agents and employees based upon such
negligence, recklessness, or willful misconduct, whether or not the Consultant, its employees,
8
Black O'Dowd and Associates, Inc. dba BOA Architecture
Form Revised November 2020
and/or authorized subcontractors are specifically named or otherwise asserted to be liable.
Notwithstanding the foregoing, the Consultant shall not be liable for the defense or indemnification
of the City for claims, actions, complaints or suits arising out of the sole active negligence or willful
misconduct of the City. 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 defendants is unable to pay its share of defense costs due to bankruptcy
or dissolution of the business, Consultant shall meet and confer with other parties regarding
unpaid defense costs. This provision shall supersede and replace all other indemnity provisions
contained either in the City's specifications or Consultant's Proposal, which shall be of no force
and effect.
6.9. Independent Contractor. Consultant is and shall be acting at all times as an
independent contractor and not as an employee of City. Consultant shall have no power to incur
any debt, obligation, or liability on behalf of City or otherwise act on behalf of City as an agent.
Neither City nor any of its agents shall have control over the conduct of Consultant or any of
Consultant's employees, except as set forth in this Agreement. Consultant shall not, at any time,
or in any manner, represent that it or any of its agents or employees are in any manner agents or
employees of City. Consultant shall secure, at its sole expense, and be responsible for any and
all payment of Income Tax, 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 are required, in connection with the
services to be performed hereunder. Consultant shall indemnify and hold City harmless from any
and all taxes, assessments, penalties, and interest asserted against City by reason of the
independent contractor relationship created by this Agreement. Consultant further agrees to
indemnify and hold City harmless from any failure of Consultant to comply with the applicable
worker's compensation laws. City shall have the right to offset against the amount of any fees due
to Consultant under this Agreement any amount due to City from Consultant as a result of
Consultant's failure to promptly pay to City any reimbursement or indemnification arising under
this paragraph.
6.10. PERS Eligibility Indemnification. In the event that Consultant or any employee,
agent, or subcontractor of Consultant providing services under this Agreement claims or is
determined by a court of competent jurisdiction or the California Public Employees Retirement
System (PERS) to be eligible for enrollment in PERS as an employee of the City, Consultant shall
indemnify, defend, and hold harmless City for the payment of any employee and/or employer
contributions for PERS benefits on behalf of Consultant or its employees, agents, or
subcontractors, as well as for the payment of any penalties and interest on such contributions,
which would otherwise be the responsibility of City.
Notwithstanding any other agency, state or federal policy, rule, regulation, law or
ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors
providing service under this Agreement shall not qualify for or become entitled to, and hereby
agree to waive any claims to, any compensation, benefit, or any incident of employment by City,
including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to
any contribution to be paid by City for employer contribution and/or employee contributions for
PERS benefits.
6.11. Cooperation. In the event any claim or action is brought against City relating to
Consultant's performance or services rendered under this Agreement, Consultant shall render
any reasonable assistance and cooperation which City might require.
W
Black O'Dowd and Associates, Inc. dba BOA Architecture
Form Revised November 2020
6.12. Ownership of Documents. All findings, reports, documents, information and data
including, but not limited to, computer tapes or discs, files and tapes furnished or prepared by
Consultant or any of its subcontractors in the course of performance of this Agreement, shall be
and remain the sole property of City. Consultant agrees that any such documents or information
shall not be made available to any individual or organization without the prior consent of City. Any
use of such documents for other projects not contemplated by this Agreement, and any use of
incomplete documents, shall be at the sole risk of City and without liability or legal exposure to
Consultant. City shall indemnify and hold harmless Consultant from all claims, damages, losses,
and expenses, including attorneys' fees, arising out of or resulting from City's use of such
documents for other projects not contemplated by this Agreement or use of incomplete documents
furnished by Consultant. Consultant shall deliver to City any findings, reports, documents,
information, data, in any form, including but not limited to, computer tapes, discs, files audio tapes
or any other related items as requested by City or its authorized representative, at no additional
cost to the City. Consultant or Consultant's agents shall execute such documents as may be
necessary from time to time to confirm City's ownership of the copyright in such documents.
6.13. Electronic Safeguards. Consultant shall identify reasonably foreseeable internal
and external risks to the privacy and security of personal information that could result in the
unauthorized disclosure, misuse, alteration, destruction or other compromise of the information.
Consultant shall regularly assess the sufficiency of any safeguards and information security
awareness training in place to control reasonably foreseeable internal and external risks, and
evaluate and adjust those safeguards in light of the assessment.
6.14. Economic Interest Statement. Consultant hereby acknowledges that pursuant to
Government Code Section 87300 and the Conflict of Interest Code adopted by City, Consultant
is designated in said Conflict of Interest Code and is therefore required to file an Economic Interest
Statement (Form 700) with the City Clerk, for each employee providing advice under this
Agreement, prior to the commencement of work, unless waived by the City Manager.
6.15. Conflict of Interest. Consultant and its officers, employees, associates and
subconsultants, if any, will comply with all conflict of interest statutes of the State of California
applicable to Consultant's services under this agreement, including, but not limited to, the Political
Reform Act of 1974 (Government Code Section 81000, et seq.) and Government Code Sections
1090-1092. Consultant covenants that none of Consultant's officers or principals have any interest
in, or shall acquire any interest, directly or indirectly, which will conflict in any manner or degree
with the performance of the services hereunder, including in any manner in violation of the Political
Reform Act. Consultant further covenants that in the performance of this Agreement, no person
having such interest shall be used by Consultant as an officer, employee, agent, or subconsultant.
Consultant further covenants that Consultant has not contracted with nor is performing any
services, directly or indirectly, with any developer(s) and/or property owner(s) and/or firm(s)
and/or partnership(s) owning property in the City and further covenants and agrees that
Consultant and/or its subconsultants shall provide no service or enter into any agreement or
agreements with a/any developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s)
owning property in the City prior to the completion of the work under this Agreement.
6.16. Prohibited Employment. Consultant will not employ any regular employee of City
while this Agreement is in effect.
6.17. Order of Precedence. In the event of an inconsistency in this Agreement and any
of the attached Exhibits, the terms set forth in this Agreement shall prevail. If, and to the extent
this Agreement incorporates by reference any provision of any document, such provision shall be
10
Black O'Dowd and Associates, Inc. dba BOA Architecture
Form Revised November 2020
deemed a part of this Agreement. Nevertheless, if there is any conflict among the terms and
conditions of this Agreement and those of any such provision or provisions so incorporated by
reference, this Agreement shall govern over the document referenced.
6.18. Costs. Each party shall bear its own costs and fees incurred in the preparation
and negotiation of this Agreement and in the performance of its obligations hereunder except as
expressly provided herein.
6.19. No Third Party Beneficiary Riqhts. This Agreement is entered into for the sole
benefit of City and Consultant and no other parties are intended to be direct or incidental
beneficiaries of this Agreement and no third party shall have any right in, under or to this
Agreement.
6.20. Headings. Paragraphs and subparagraph headings contained in this Agreement
are included solely for convenience and are not intended to modify, explain or to be a full or
accurate description of the content thereof and shall not in any way affect the meaning or
interpretation of this Agreement.
6.21. Construction. The parties have participated jointly in the negotiation and drafting
of this Agreement and have had an adequate opportunity to review each and every provision of
the Agreement and submit the same to counsel or other consultants for review and comment. In
the event an ambiguity or question of intent or interpretation arises with respect to this Agreement,
this Agreement shall be construed as if drafted jointly by the parties and in accordance with its
fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party
by virtue of the authorship of any of the provisions of this Agreement.
6.22. Amendments. Only a writing executed by the parties hereto or their respective
successors and assigns may amend this Agreement.
6.23. Waiver. The delay or failure of either party at any time to require performance or
compliance by the other of any of its obligations or agreements shall in no way be deemed a
waiver of those rights to require such performance or compliance. No waiver of any provision of
this Agreement shall be effective unless in writing and signed by a duly authorized representative
of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy
in respect to any occurrence or event shall not be deemed a waiver of any right or remedy in
respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver.
6.24. Severability. If any provision of this Agreement is determined by a court of
competent jurisdiction to be unenforceable in any circumstance, such determination shall not
affect the validity or enforceability of the remaining terms and provisions hereof or of the offending
provision in any other circumstance. Notwithstanding the foregoing, if the value of this Agreement,
based upon the substantial benefit of the bargain for any party, is materially impaired, which
determination made by the presiding court or arbitrator of competent jurisdiction shall be binding,
then both parties agree to substitute such provision(s) through good faith negotiations.
6.25. Counterparts and Electronic Signatures. This Agreement may be executed in one
or more counterparts, each of which shall be deemed an original. All counterparts shall be
construed together and shall constitute one agreement. Counterpart written signatures may be
transmitted by facsimile, email or other electronic means and have the same legal effect as if they
were original signatures.
11
Black O'Dowd and Associates, Inc. dba BOA Architecture
Form Revised November 2020
6.26. Corporate Authority. The persons executing this Agreement on behalf of the
parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said
parties and that by doing so the parties hereto are formally bound to the provisions of this
Agreement.
6.27. Taxpayer Identification Number. Consultant shall provide City with a complete
Request for Taxpayer Identification Number and Certification, Form W9, as issued by the Internal
Revenue Service.
[SIGNATURE PAGE FOLLOWS.]
12
Black O'Dowd and Associates, Inc. dba BOA Architecture
Form Revised November 2020
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed
by and through their respective authorized officers, as of the date first above written.
CITY OF WEST COVINA,
A municipal corporation
Date:
David Carmany
City Manager
CONSULTANT
Date:
Edward Lok Ng
President
ATTEST:
Lisa Sherrick
Assistant City Clerk
APPROVED AS TO FORM:
Date:
Thomas P. Duarte
City Attorney
APPROVED AS TO INSURANCE:
Date:
Helen Tran
Human Resources and Risk Management
Director
13
Black O'Dowd and Associates, Inc. dba BOA Architecture
Form Revised November 2020
EXHIBIT A
CONSULTANT'S PROPOSAL
MAY 17, 2021
CITY OF WEST COVINA
RFP #32-001
m FIRE STATION 3 IMPROVEMENTS
WEST COVINA ARCHITECTURAL SERVICES
SAMPLE PROJECTS THROUGH DESIGNED BY BOA:
� J
Orange County Fire Authority: Addition and
Renovation at Fire Station 41, Air Operations
City of Huntington Beach: Interior
Renovation at Fire Station 8
P
0
Los Angeles County: New Firestation 71 - Malibu
City of Yucaipa: Interior Renovation at Fire
Station 2
BLACK O'DOWD AND DBA BOA
111 COTAAVENUE 3RE
5ASSOCIATES, INC.
\� PH:562-912-7900
POINT -OF -CONTACT:
EDWARD LOK NG, PRESIDENT
LOK.NG@BOAARCHITECTURE.COM
I:i�L•�_\:iN:I�IxNIQl:7q
City of Pasadena:
Structural Retrofit at Fire Station 31
City of La Quints:
Interior Renovation and Widnow Shading at Fire
Station 70
City of Pasadena:
Interior Renovation and Roof Repair at Fire
Station 37
Cover Letter
A. Project Summary Section
B. Methodology Section
C. Fee Schedule
D. Subcontracted Services
E. List of Projects Conducted
F. References
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
City of West Covina
Vincent Capelle
1444 W. Garvey Avenue S. #317
West Covina, CA 91790
To: Vincent Capelle,
May 17, 2021
We are an 6-person architectural firm with a competitive advantage in municipal architectural
projects including: renovation/ addition; interior improvements, fagade improvements, building
systems modernization and ADA compliance projects. Our "sweet spot' are architectural public
works renovation construction projects in the $20,000 to $2,000,000 range, thus, your Fire Station
#3 renovation project is a very good fit for us. We have completed architectural design services
for over 2000 public works projects for over 80 local public entities. We have a unique expertise in
Fire Stations, Parks/ Recreation, ADA compliance, libraries, police departments, and civic center
facilities. We are confident we can compete favorably with just about any other firm on these
types of municipal building projects. Our staff expertise and production systems are geared
toward these types of modernization and often "messy" projects. In our firms 60-year history we
have completed 5 new fire station and have renovated over 80 fire stations for Southern California
cities and counties.
BOA is very familiar with Fire Station projects involving building modernization projects
for gender -equality, ADA Compliance, and private dorms conversion. BOA is intimately aware
of expediting these particular building renovation projects since we have recently completed the
design of many fire stations for these purposes. We are very familiar with fire station functionality
and adhering to fire station equipment, apparatus, turnout, kitchen, and sleeping needs. Our
unique understanding of fire station design allows us to design space that intricately meet the
needs of the rescue team and its users, allowing them a safe work environment that is much more
functional and accessible. Recently, BOA Architecture has completed a New "State -of -the -Art"
Fire Station #71 for the Los Angeles County in the City of Malibu. We have also recently designed
a fire station seismic retrofit design for the City of Hermosa Beach and the City of Yucaipa, as well
as an interior modernization to Fire Station 70 for the City of La Quinta, and Fire Station #8 for the
City of Huntington Beach, and we just completed the interior remodel design of 4 fire stations for
the City of Pasadena.
• Commercial Fagade Improvements
• Community/ Civic Facilities
• Educational Facilities
• Police Departments
• Industrial/ Utility Facilities
• Libraries
• Maintenance Improvement/ Repair
• Parking Structures
• Parks and Recreation Facilities
• Residential, Single Family/ Multi -Family
• Retail/ Office Facilities
• Transportation Facilities
• U.S. Postal Service
• ADA Compliance
2
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
BOA is an S-Corporation architectural firm, and a certified Small Business Enterprise SBE(Micro)
by the federal SBA (Small Business Administration) in the State of California. The company's
corporate officer and principal is Edward Lok Ng, licensed architect in the State of California,
since 1982. BOA has public facilities experience and has been in continuous business since
1961. The firm has five (5) architectural staff, and one (1) office manager, totaling 6 employees.
BOA as the Prime Consultant will retain the following out -of -house sub -consultants to help us
service your project needs:
Mechanical -Electrical -Plumbing Engineering
Engineering- Design -Analysis, 10231 Slater Ave., Suite 203, Fountain Valley, CA 92708
Kevin Friedman, P.E. CA State License# 27267- holds a BSME from Purdue University. Mr.
Friedman has over 30 years' experience in facilities planning and design, interiors design, special
building systems planning and design, laboratory design, controls, energy conservation, and
computerized building modeling and simulation. He has teamed with BOA on over 30 fire station
past remodel projects.
Structural Engineer
Lin & Wu Engineering, 911 South Primrose Avenue, Suite H, Monrovia, CA 91016
Jackson K. Wu, PE; CA State License #S-3200 - Mr. Wu is a registered structural engineer in
the State of California with over 40 years of experience in steel, timber, masonry and reinforced
concrete construction of all types of structures and has worked with BOA for the past 30 years on
over 20 fire station projects and remodels.
Please note that BOA has performed architectural projects for numerous government agencies
The following contracts for public agencies exemplify our commitment to our clients:
• County of San Bernardino
60 facilities
• City of Commerce
5 facilities
• City of Rosemead
20 facilities
• City of Huntington Beach
6 facilities
• City of Long Beach
60 facilities
• L.A. County, ISD
30 facilities
• City of Hawthorne
21 facilities
• L.A. County Fire Dept.
40 facilities
• City of Torrance
50 facilities
• United States Postal Service
90 facilities
• L.A. County, CDC
15 facilities
• California State, Dept. of Fish & Game
7 facilities
• Riverside County EDA
20 facilities
• California State DGS, REBID, PSB
7 facilities
• City of Irvine
10 facilities
• City of Placentia
8 facilities
• City of Cypress
6 facilities
• City of Pasadena
12 facilities
BOA has over 60 years of continuous architectural experience in managing and
designing public facilities from project conception to project close-out. Our staff
and sub -consultants also have an abundance of architectural Public Works facilities
experience and successful past performance for the following areas of an architectural
project:
• Program Development
• Feasibility Studies/Project Definition
Conceptual Design
Project Design
Construction Documents
• Specifications
• Design Reviews
Cost Estimating
• Value Engineering
Constructability Reviews
• Building Evaluations
• Troubleshooting
Construction Support Services
• CADD and BIM/3D Modeling
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
BOAArchitecture and its Design Team are most qualified for your contract. We believe our Design
Team can best provide the City of West Covina the requested services for the following reasons:
We Understand the Project
As a design firm that specializes in municipal renovation and modernization projects, it is our nature
to understand the program needs of the specific user and the expectations and requirements of
the Client. Our past experience on the renovation of 80 fire stations, and in the development of
creative design solutions to various fire station facilities renovation, interior tenant improvement,
and ADA Compliance projects, coupled with our existing knowledge of working on similar fire
station projects, will be a definite asset to the City of West Covina.
We Will Give Your Project the Highest Priority
BOA will commit its staff and resources, to complete the project to "your' schedule. BOA offers
personal and direct involvement by the firm's principals throughout the design process so that
quick and "valued" decisions can be made without extensive "paperwork". We consider our team
an "extension of your staff." It is only by working together as a "Team" that schedules can be met,
quality of documents assured, and your goals for the fire station facility project can be met and
exceeded. We believe our current working relationships with other government entities on similar
fire stations and interior space planning projects demonstrate our capabilities and commitment to
your schedule.
Our Approach is Proven
BOA's approach to fire station facilities has been developed and refined over more than a half
century of continuous practice. Our goal is that your projects will be "on time" and "on budget,"
and that the constructed facilities exceed your expectations for function, durability, ease of
construction, efficiency, accessibility, and extend the life of your facilities. We have provided a
detailed written methodology of our quality control systems and project management systems to
ensure high quality Construction Documents.
We Have Extensive Experience in Public Works Projects
We have included in our RFP response, an extensive list of similar Fire Station projects successfully
completed by BOA. Many of these projects are directly related to aspects of your upcoming
Revitalization of your Fire Station #3 project.
We have Assembled an Excellent Design Team
We have assembled an experienced team of design professionals to complete your project. The
Design Team that we have assembled is the same team that has performed more than 30 Fire
Station renovation projects together. We have decided to maintain the continuity of the Design
Team because we have a very good working relationship, high degree of efficiency, and client
satisfaction.
4
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
Edward Lok Ng will be the appointed Project Manager for your Fire Station No. 3
Project. Mr. Ng is authorized to submit proposals and negotiate fees/contracts with the
City of West Covina on behalf of BOA Architecture. Mr. Ng is also authorized, under
penalty of perjury, to sign binding contracts for BOA Architecture. Additionally, he is a
licensed architect in the State of California and personally designed 2 new fire stations
and renovated over 50 fire stations.
Thank you for the opportunity to submit this request for proposal. We agree and are
willing to sign the professional services agreement without modification to its standard
language. We hope that our proposal communicates our enthusiastic interest, the
strengths of our firm, project team, and approach. If BOA is successful in being
awarded this project, we can begin work immediately and confidently meet your
schedule and construction budget. We are positive we are a "good fit" as we are very
familiar with a wide range of Municipal Fire Stations remodel projects including seismic
retrofits, private sleeping dorms, gender -equality, modernization, and ADA compliance.
If BOA is successful in being selected, our workload is that we can begin work
CONSULTANT FIRM INFORMATION:
Year Established: 1961
Years In Business: 60 years of continuous operation
Current Number of Personnel: 6
Structure of Organization: S CORPORATION Stockholder: Edward Lok Ng
Current Annual Dollar Volume of Work: $1,000,000
Level of Professional Liability Insurance: $2,000.000 Professional Liability, $2,000,000 General Liability
Federal Tax ID: 95-2632309
BOA'S Mission Statement:
To be a recognized leader in architecture,
To consistently exceed our commitments to,
And expectations of,
Our clients, employees, and design partners.
BOA ARCHITECTURE
C
Edward Lok Ng, Architect/ LEED AP
E-mail: lok. ng@boaarch itectu re.com,
1511 Cota Avenue
Long Beach, CA 90813
Ph:562-912-7900
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
BOA Architecture is very familiar with the City of West Covina and has completed
work for the city and for others nearby. BOA just completed the design and construction
support for restroom improvements at the West Covina Community and Senior Center.
Our firm has extensive experience in Fire Station type projects and has provided
architectural services to multiple cities and agencies to improve and modernize their
Stations. BOA has designed fire stations for the following public agencies:
• City of Hermosa Beach (1) City of Yucaipa (1)
• City of Huntington Beach (1) LA County Fire Dept. (over 60)
• City of Long Beach (2) Orange County Fire Authority (3)
• City of Pasadena (5) City of La Quinta (1)
• City of Torrance (4) City of Costa Mesa (1)
Interior renovations at these stations have include providing indivdual private dorms
and private bathrooms as well as modernizing kitchen and living/dayroom spaces. These
renovations have provided gender equity living accomodations as well as "durable" finish
materials such as stainless steel counters for prolonged use and polished concrete for
ease of cleaning and maintenance.
Building modernization and repairs to the stations have also including repairing or
replacing roofs, providing structural retrofits to FEMA standards, renovating onsite ADA
compliant public restroom facilities and providing design for wall water -proofing. BOA is
familiar with these type of maintenance projects and have provided design services at
other public building types as well.
During the design process of these projects, we gave careful consideration to the
user Fire group living and working in and maintaining the station, as well as working with
the Department leadership provide solutions for their overall goals. We have also been
able to provide 3D images of the work to better show detailed areas of work such as the
kitchen. Our project approach and methodolgy and work plan is based on public works
renovation projects similar to yours and we are very familiar with providing the full PS&E
Services as detailed in the RFP.
Our proposal of renovation and repair to Fire Station 3 would be to reinvision the
current fire house layout and provide an expanded interior floor plan that incorporates all
the ammenities and programatic elements of a modern fire station as stated in you scope
of work. Our design intent would be to take advantage of the 3575 square foot library
space to provide expanded and adequate living and administrative facilities for current
fire fighting shifts and future use. We would also modernize the existing living spaces. The
result will be that the entire fire station living and office quarters will be totally modernized
and tailored to the functions and needs of the first responders. Please see the following
Proposed Scope of Services BOAArchitecture would provide.
6
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
Having walked the project site and reviewed the RFP/Adendums thoroughly, our Proposed
Scope of Service at Fire Station 3 would include the following:
1. Site visit(s) to record actual dimensions of impacted area, photos, site observation.
2. Provide as -built CADD drawings based on the Client's hardcopy drawings and field
dimensions.
3. Secure all relevant City plancheck and building permit approvals.
4. Provide the customary PS &E (Plans, Specs, Estimate) for Public Works bidding to
contractors.
5. Construction Support (jobsite meetings, response to RFI's, & submittals, etc.) limited
to the amount of hours stated in our fee spreadsheet
6. Convert the existing Library and renovate the Existing Living quarters forthe requested
program as well as other desired uses.
7. Reconfigure/relocate existing dormitory area to provide individival, private dormitorys
with individual lockers for at least 5 fire personel.
8. Reconfigure toilet and shower room into individual bathrooms with new plumbing
fixtures, showers, toilet accessories, flooring, lighting, paint, etc.
9. Completely renovate and enlarge the kitchen with new plumbing fixtures, cabinets,
countertops, appliances, flooring, lighting, paint, etc.
10.Enlarge the multipurpose/day room and provide seperate dining area. Provide new
flooring, lighting, designated areas for TV, etc.
11. Incorporate possible amenity needs such as light tubes or windows for passive day
lighting, expanded office space, training/class room, indoor gym, administrative offices,
laundry room, janitors closet, increased storage, ADA restroom, etc.
12. Paint all interior spaces and exterior facade.
13.Provide facilities assessment of the existing building systems; HVAC; Electrical
plumbing, and make recommendations for repair/replacement. Replacement design
is not included in BOA scope of work.
14. Replace roofing, rotted fascia, roof drains, and mitigate any possible water intrusion.
15. Provide design for the relocation of electrical, lighting, gas, plumbing, and sewer per
design.
16. Provide all ADA Compliance within the Living Quarters per the Scope of Work.
17. Design up to $600,000 of construction cost for the "best value" to the city.
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
Your fire station project requires teamwork and successful collaboration between the
client/user team and the design team. The following is a discussion of how the BOA design team
members will partner with the City of West Covina to achieve consensus in the development
and confirmation of project priorities and solutions. The following steps demonstrate our project
management approach and methodology to providing all services needed to resolve your
functionality issues and produce high -quality design for the Improvement Project for Fire Station
#3.
BOAS project management approach and methodology is based upon our extensive past
experience in preparing comprehensive architectural construction documents for public works
fire station renovation/repair projects using a Multi -Discipline Design Team. We have assumed
that this project will need not only architectural expertise, but also other design disciplines, such
as electrical, mechanical, and structural engineering. The Design Team comprised of many
specialists will be led by the Project Manager from BOA Architecture. The Project Manager
and Senior Project Managers of each sub -consultant firm will guide the project, and develop its
direction. BOA will provide leadership and direction to the Design Team. BOAS management
approach incorporates 6 components used successfully on facilities design projects:
1. Project Management
2. Project Documentation
3. Consultant Coordination
4. Construction Administration
5. Quality Control
6. Work Plan
1. PROJECT MANAGEMENT
BOA, throughout an extensive history of municipal and county facilities design, and facilities
renovation/repair continues to develop and refine its management philosophy to better address its
futureprojects. BOAwill implement our most advanced management techniques in the undertaking
of your project. The goal of our management philosophy is to accomplish a well -designed project
that exceeds client expectations, meets its budget, is deliverable on time, and meets all functional
needs and State, County, and City building code requirements. Our techniques of management
encompass the ideals by which these goals are achieved. Our project management approach is
characterized by the following considerations:
Design/Management Integration: Successful projects require the fusion of the design disciplines
with those of management. They must have common goals and an integrated process. This is
best achieved by appointing leaders with mutual respect and extensive facilities modernization,
and public works, and fire station design experience on similar projects. BOA will have Edward
Lok Ng, Principal, as the Project Manager on your project(s) on a full-time basis. An examination
of Mr. Ng's qualifications reveals that he has personally designed and managed over 1000 Public
Works facilities renovation/repair projects and over 50 fire station projects. Becasue of his
expertise in construction, he will also review the cost estimate. It is the Project Manager's task to
help establish the appropriate design vision and see it through its successful realization. We also
have assigned sub -consultant engineering firms that are just as qualified as BOA, and with an
abundance of fire station design expertise.
8
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
Client Participation: Client participation will be critical. Design goals cannot be realized
without the thorough understanding of the client's needs. The early involvement of the client
and the users will be continued throughout the design process. The Project Manager will
ensure that the efforts of the team are always addressed to the specific client user group.
The understanding and involvement of the client will extend to appointed representatives,
i.e., maintenance managers, engineering staff, and County inspectors and engineers in a
mutually productive partnership.
BOA is intimately familiar with both fire station modernization and facilities renovation/
repair projects, and new building projects. Team -work and close coordination among staff,
consultants, and the Clients are essential to a successful project. Timely participation and
response of the Client is absolutely critical if the project is to be successful and "on time".
BOA will be responsible for ensuring that a high degree of coordination occurs and that
project milestones are met. BOA's biggest assets are its attention to construction details,
thoroughness in drawing documentation and ease of constructability. A major priority of
BOA will be to establish continuing dialogue with your staff, Building/Safety plan check, and
representatives of interested parties so that our products reflect community goal, County
policy, and conformance with your Design/Manual Standards.
Continuity: The understanding of the project needs and the resultant design goals must be
maintained throughout the project's duration. In construction phases, it is as necessary as
in the design phases, to make certain that the original intent, of the client and designer are
realized in the final built product. This will be very important in the construction phasing of
your project. The key members of the team, under the leadership of the Project Manager will
be responsible for the direction of the project throughout all phases to ensure continuity of
design intent.
2. PROJECT DOCUMENTATION
Project Documentation is a result of systems set up in BOA's Project Management Manual.
This guide on how to run a project effectively and efficiently, developed more than 50
years of architectural practice, is firm, but flexible; responsive to the specific dynamics of
specific projects, but unyielding in its insistence on full documentation, responsiveness, and
performance. Keys elements include:
Project Checklist: This is initiated at the beginning of each project and services as a guide
of all elements of the project to be completed, and as a central index for all project related
material. It is continually updated and reviewed during regular project audits.
Product File and Technical Project Checklist: Initiated at the commencement of design,
this checklist serves to record all considerations and decisions regarding building
materials and methods to be used in construction. It also becomes a comprehensive guide
for preparation of the Construction Documents.
9
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
3. CONSULTANT COORDINATION
Our engineering consultants play a very critical and active role in all phases of the work. The
Project Manager leads in coordinating the efforts of consultants with the help of:
• Frequent coordination meetings.
• Consultant orientation packets which are distributed at project commencement and
periodically through the project.
• Clearly defined scopes of work which define separation of responsibilities and eliminate
grey areas.
• Milestone Outline, prepared specifically for each project which clearly defines consultant
performance expectations for each phase.
• Project Schedule coordinated with a milestone outline, reviewed and signed off by all
consultants.
• Drawing Status Logwhich isupdated everytwo weeks which track's consultant's performance.
• CADD; AutoCAD 2020 or Revit 3D 2020 (BIM) procedures involving background and
overlay methodologies that insure up-to-date and coordinated design effort. All drawings
are produced on Revit (3-dimensional modeling software).
4. CONSTRUCTION ADMINISTRATION
BOA understands the importance of efficient construction administration. To ensure that the
design and technical intent are conveyed to the contractor and that the project knowledge is
available throughout this phase, the construction administration is led by the project manager.
The Project Manager and Designer, Edward Lok Ng will personally review shop drawings as
well as attend all job site meetings to quickly resolve design and construction detailing issues. A
Senior Project Manager from each of our engineering consultants will be assigned to assist the
Project Manager and ensure that the highest standard, procedures and methods of construction
are employed. BOA has a Construction Administration Manual to assist the Project Manager
with an established system to track shop drawings, RFI, change orders, and documentation of
construction site meetings, so that keys decisions are tracked and managed for the benefit of
the Client. We know that there will be on -going operations and services during construction,
BOA will assist in the development of a Construction Phasing Plan to ensure that on -going
operations and services will have minimum disruptions. BOA is well aware of the need for
Fire Station services to remain operational during construction. We have had good results
recently assisting the Cities of Long Beach, Torrance, Irvine, and Pasadena and LA County Fire
Department on renovation and addition projects that require facilities to remain open during
construction.
5. QUALITY CONTROL
Recognizing that Construction "Change Orders" are costly to you, BOA is committed to
Construction Documents that are as error -free as possible. Quality assurance begins with the
commitment, experience and abilities of the team members. All of the firm's personnel contain
many design specialists versed in the complexities of the individual phases of the design
process. The quality assurance program for the project will draw on these skills to assist the
team in obtaining its goals for a design of vision that delivers the maximum functional and
modernization/repair solution to the user that addresses the needs of the client and does so
with the most efficient construction process. BOA has an established Quality Control program
that is based on three mechanisms:
10
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
The Quality Control Manual: The Quality Control Manual documents, activities, tasks, and
deliverables are to be achieved in each phase of work. Checklists are included and, at the
completion of each phase, are signed off by the Project Manager. The manual also includes
exemplary forecasts for meetings, programs, schedules and Agendas. We have
a quality control checklist that is customized especially for Public Works facilities projects.
Checklist items range from plumbing fixture standards, to City/County department clearances,
to record drawing procedures, to amount to copies needed for review submittals, and much
more.
Quality Control Review: Quality Control Reviews occur prior to Submittals and at key points
in the project schedule. During these reviews, the entire sets of documents are checked by
an experienced, a licensed architect who has had major experience in the design of similar
projects to ensure a "questioning character" in this process. Major emphasis is placed on
Constructability and on satisfying the operational requirements of the user and thoroughness
of documentation. As a part of this project, BOA will commit Mr. Leonardo Arteaga, Quality
Review Officer. Mr. Arteaga will be ideal for this role because of his extensive County and
Public Works renovation/repair experience and familiarity with fire station design processes
and procedures for these types of projects. Mr. Arteaga will review all deliverables at, 50%,
and 90% Construction Documents completion. This involvement is formalized and part of the
quality control manual procedures. We are committed to providing quality design services
and trust that our past work with LA County Fire Department and other local cities in Los
Angeles and Orange County are indicative of that commitment.
Project Standards: From our experience of over 2000 Public Works projects and over 60
fire stations, BOA has developed its own Project Standard that can be customized to the
Client that enhances quality control of bid documents and the construction process. Project
Standards include:
1. Construction document detail drawings: With the input of past governmental clients, BOA
has developed, refined, and field tested over 300 Standard construction details that are
geared for fire station renovation/repair projects. We have Standard, field tested, construction
document details for just about every field condition possible; accessible lavatory counters,
transitions of existing to new easy -maintenance flooring, restrooms upgrade, fire station
locker cabinets, signage, railings, entry doors, stairs, ramps, site work, parking lot, window/
door replacement, roof repair, building expansion joints, rooftop equipment platform retrofit,
HVAC replacement etc.
2. BOA has developed a standard facilities modernization equipment list e.g., types of new
handrails, garage doors, window replacement, lighting fixtures, plumbing fixtures, drinking
fountains, furniture, restroom accessories, audio-visual equipment, etc., complete with
manufacturer Model # and their acceptable approved equal. The Standard equipment list has
been field tested and proven to be of high quality, durability, parts availability, and acceptable
to the many past county municipal clients.
3. BOA has developed a standard keynoting system with over 150 items that addresses
virtually every facility field condition and many retrofit/repair conditions. These standard
keynotes have been field tested and refined, and have proven to be clear and concise to
construction contractors.
11
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
6. WORK PLAN
An integral part of our management approach is to develop a written Work Plan during the
project's Pre -Design phase, so that the Design Team and Client have clear written directions and
instructions for each phase of the project. We will create a written Work Plan for each design
phase of your Fire Station Project assigned to BOA, as well as a project Design Schedule, upon
initiation of the project. Our sample Work Plan is included in the following pages:
INITIAL PLANNING PHASE- PRE -DESIGN
Initial Meeting with Client
-Establish protocol and lines of communication
-Statements of Goals and Objectives
-Review schedule & establish significant milestone
dates
-Develop a formal project schedule
-Develop a formal written Work Plan
Program Appraisal
-Verify functional relationships with Users
-Confirm area allowances
-Review functional program
-Prepare a written report for facilities program
-Update program changes
Site Appraisal
-Review site information
-Walk site and document observations
-Photograph site and adjacent areas
-Establish need for destructive testing, topographic
survey, soil/geology reports, as -built drawings,
-Study planning/context constraints
-Document zoning and parking requirements
-Appraise and document connections/access
-Document expansion requirements
-Establish location of existing utility lines
Cost Plan
-Assessment of non -programmed needs
-Budget review and analysis
-Resolution of scope in relation to budget
-Develop cost plan
Work Plan
-Review sub -consultant selection with Client
-Establish management plan
-Develop project directory
•LEED design approach, if any necessary
-Establish quality control procedures
-Establish project numbers and accounts
-Review legal and agency requirements
-Develop a written Work Plan
Contract Negotiation and Approval
-Ascertain Owner's requirements
-Determine form of contract and review
-Review possible modification to clients standard
contract form.
-Define architects' scope of work
Client Meetings
-Establish frequency and pattern of attendance
LA County ISD - Sorensen
Recreation Center Maintenance
and Repair: Initial Site
Assessment at Roof and
Windows
12
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
SCHEMATIC PLAN PHASE
Issue Project Documents
-Program
-Budget & Cost Model
-Schedule
-Project Directory
-Protocol
-Work Plan
Initial Meeting with Consultant Team
-Review project documents
-Establish consultants' goals
-Establish CADD/3D format and files
Initial Meeting with Client
-Review Schematic Design Schedule
-Establish "Key' dates and participants
-Establish design goals
-Review scope of work
Concept Studies
-Schematic Design, provide 3 Floor plan options
-Expansion options (if any)
-Study connections/access
-Review construction methods
-Check concepts against cost plan
Complete Phase Documentation
-Preliminary Quality Control (QC) review
-Coordinate all disciplines
Cost Analysis
-Review options with client
Preliminary Agency Review
-Obtain schedule commitment from Bldg. Dept., fire dept.,
planning dept.
-Review areas of concern
DESIGN DEVELOPMENT PHASE
Review Schematic Design
-Reconcile budget vs. scope
-Incorporate value engineering and LEED/NetZero review
changes
-Issue any new directives
Initial Client Meeting
-Review Design Development schedule
-Establish "key" dates and participants
-Confirm work plan
-Review consultant performance and coordination
Develop Design
-Final detail planning
-Develop building systems
-Select key materials and products
-Develop typical construction methods and details
-Research materials and specifications
-Finalize site, utilities, and structural engineering
-Finalize pre -fabricated building system.
Phase Documentation
-Establish building plans
-Internal and inter -team QC review
-Establish building sections and elevations
-Develop room plans at 1/4" scale
-Establish building systems
-Address "special" issues
-Coordinate room/space criteria and equipment
Issue Backgrounds to Consultants
-Provide translations where necessary
Complete Phase Documentation
Quality Control Review
-Final review by Quality Control Officer
-Sign off by Project Manager
-Review pre -fabricated building options
-Review options with client
Inter -Team Interviews
-Establish space planning goals
-Refine selected options
Phase Development & Documentation
-Establish building plans
-Proceed with internal and inter -team QC review
-Establish building sections, elevations, 3D views
-Establish building systems; structural, electrical, natural vent
-Develop overall site design
-Address "special' issues, e.g., ADA code & design, for crime
prevention/security, LEED, energy savings options.
-Develop preliminary room/space criteria
-Develop preliminary equipment layouts
-Outline Specifications
Issues Backgrounds to Consultants
-Provide translations where necessary
Formal Acceptance by Client
-Notice to proceed with Design Development
Value Engineering
-Review all options with client
-issue agreed changes to all consultants
Client Meetings
-Scheduled as needed — Involve Client Maintenance/Repair
Service Director & User Programs Director
-Preliminary QC review
-Coordinate all disciplines
Cost Analysis
-Review options with Client
Agency Review
-Planning Department
-Building Department
Quality Control Review
-Final review by Quality Control Officer
-Sign off by Project Architect
-Review that energy saving features has been implemented in
Drawings and Specifications.
Formal Acceptance by Client
-Obtain Notice to Proceed with Construction Documents Phase
Constructibility Review
-Inter-team review
-Project Manager sign -off
Value Engineering
-Review all options with Client
-Issue agreed changes to all consultants
Client Meetings
-Scheduled as per scope of work
13
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
CONSTRUCTION CONTRACT DOCUMENT PHASE
Review Design Development
-Reconcile budget vs. scope
-incorporate value engineering changes
-issue any new directives
Initial Team Meeting
-Review Construction Documents schedule
-Establish review dates and participants
-Confirm work plan
-Review consultant performance & coordination
Work Plan
-Confirm critical path of the schedule
-Review consultant issues and coordination
-Determine deliverables
-Cartoon all drawings
-Confirm construction contract type and procedures
-Research specific issues and materials
-Confirm CADD and Revit 3D files and sequence
-Establish coordination procedures
Phases Documentation
-Check final drawing list against QC manual
-Review final drawing list
-Schedule final CADD effort with CADD coordinator
-Coordinate room/space criteria and equipment
Issue Backgrounds to Consultants
-Check all translations before proceeding with
consultant work
BID PHASE
Pre -Bid Conference
-Present goals and objectives of project
-Review schedule
-Review procedures
-Call attention to special conditions
-Document all questions
Cost Analysis
-Review options with Client
-Estimates at 50% and 85%
Agency Reviews
-Over the counter at 50%
-Resolve any outstanding issues
Submit to Agency
-Schedule for plan check corrections
Quality Control Review
-Final review by Quality Control Officer
-Sign off by Project Manager
-Review that LEED/NetZero Features have been
implemented in Drawings and Specs.
Final Coordination
-Check completeness of all discipline documents
-Consultant coordination
-Code compliance
-Check all equipment requirements
Value Engineering
-Review all options with Client
-Pick up changes on all documents
Client Review and Acceptance
-Scope and budget
-Value engineering items
-Drawings/Specifications Submittal 50%, 85%,
100%
Client Meetings --Scheduled as needed
Bidding
-Assist Client to agree and issue addenda
-Provide Clarification when to bid documents
-Assist Client to agree on bid alternates
-Assist client in reviewing bids
CONSTRUCTION/AS-BUILT/WARRANTY PHASE
Pre -construction Meeting
-Establish protocol
-Review procedure
-Review general contractor schedule
-Assist in testing and inspection appointment
-Establish submittal schedule and procedures
-Establish observation procedures
-Schedule meetings and site visits
-Confirm procedures regarding field orders, clarifications,
instruction bulletins, change directions, and change
orders.
-Prepare sketches and cost for change order
-Substitutions
-Legal procedures
Bonds, insurance, etc.
-Drawing updates record documents
-Payment requests and certification Construction
schedule and update
-Quality and standards
-Samples
-Delays and defects
-Agency procedures
Site Meetings
-Action list
-Meetings as scheduled
Punch List
-Preliminary and ongoing
-Final
As -Built Drawings
Beneficial Occupancy
Final Completion and Inspection
Manuals, Warranties and Record Drawings
Maintenance and Operational Instructions
14
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
The following service are excluded from our scope of work:
1. Asbestos and hazardous material abatement.
2. Furniture amd artwork selection. However BOA will cordinate with your city furniture vender.
3. Design of Audio -Visual, I.T. and computer network. However, BOAwill coordinate with the City's Vendor
to provide conduits for I.T. network.
4. Design of Emergency Alerts and Communication Systems. However, BOAwill coordinate with the City's
Vendor to provide conduit for Emergency Alert and Communication Systems.
5. Seismic retrofit of the building.
6. HVAC equipment and ducting. However BOA will provide exhaust fans for the bathrooms.
7. New electrical service and Emergency generator.
In the next page is our organization chart showing the design disciplines within our Scope of Work. Note
that Structural Engineering and Mechanical, Electrical and Plumbing Engineering is out -of -house and will
be subcontracted.
15
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
CITY OF WEST COVINA
BOA Architecture: Prime Consultant
Edward Lok Ng
Architect, LEED AP
Project Manager
BOA Architecture of Record BOA Architecture of Record
Leonardo Arteaga Kyle Ng
Quality Control, Production [Director of Interior Design, Project
Director, CASp Certified Manager
Sub -Consultant Sub -Consultant
Engineering Design Analysis, Inc. Lin & Wu Engineering
Mechanical, Electrical, Plumbing Structural Engineer
Engineering
Please note that BOA Architecture, as the prime -consultant, will be responsible for all aspects of your
project, including architecture and engineering. Our sub -consultants that are listed above are all State of
California licensed professionals in their respective disciplines and have teamed with BOA on numerous
Public Works and Fire Station Architecture Projects Their qualifications are available upon request.
Mechanical Engineer: Engineering- Design -Analysis 10231 Slater Ave., Suite 203, Fountain Valley,
CA 92708 Kevin Friedman, P.E. CA State License# 27267- holds a BSME from Purdue University. Mr.
Friedman has over 30 years' experience in facilities planning and design, interiors design, special building
systems planning and design, laboratory design, controls, energy conservation, and computerized building
modeling and simulation for commercial and public works projects.
Structural Engineer: Lin & Wu Engineering, 911 South Primrose Avenue, Suite H, Monrovia, CA 91016
Jackson K. Wu, PE; CA State License #S-3200 - Mr. Wu is a registered structural engineer in the State of
California with over 40 years of experience in steel, timber, masonry and reinforced concrete construction
of all types of public works structures and holds a Bachelor's of Science in Civil Engineering from California
Polytechnic State University, San Luis Obispo.
16
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
I:i�L•�_\:iN:I�IxNIQl:7q
EDWARD LOK NG
ARCHITECT, LEED AP
PROJECT RESPONSIBILITY
Maintain Client communication, lead overall design effort
in form and function, compile client and user group input
and day-to-day contact with Client.
EDUCATION
Bachelor of Architecture, University of Hawaii, 1981
PROFESSIONAL REGISTRATION
Licensed Architect, C-16840, State of California, 1986
LEED Accredited Professional2009
Completed Accessibility Surveyor Training for State Leased Buildings
and Facilities, State of California, since 2003
EXPERIENCE
Edward Lok Ng has been a member of BOA since 1982. Principal and Director
of Design, Mr. Ng has over 38 years of experience in all phases of the design process.
He has personally designed and managed over 500 municipal facility projects and over
50 fire station. He leads a talented team of designers and consultants to ensure that
design solutions effectively meet the clients' and users' needs while adhering to client
schedules and budget constraints. He is proficient in computer aided design (CADD).
He has been the Project Manager Designerfor numerous City Hall facilities, civic/public
buildings, parks and recreation, educational facilities, and ADA retrofit/transition plan
projects. This experience coupled with Mr. Ng's dedication and commitment to design
excellence has led to numerous honors and commendations for BOA. Currently, Mr.
Ng is the Project Manager for all fire station modernization projects for the cities of
Pasadena (5), Costa Mesa (1), La Quinta (1), Montebello (1) and Orange County Fire
Authority (3).
A certified plan review consultant to California's Division of the State Architect,
Mr. Lok Ng has completed DSA-sponsored training as an Access Compliance Plan
Reviewer and Accessibility Surveyor. As a member of the City of Long Beach Disabled
Access Appeals Board since 1994 and the Design Review Board for the City of
Downey since 1989, he has reviewed applications and appeals for a broad range of
commercial and municipal designed projects. He is also LEED, AP Certified and has
design several LEED Certified projects. His expertise on sustainability design will be
a definite asset towards your sustainability goals.
17
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
I:i�L•�_\:iN:I�IxNIQl:7q
LEONARDO ARTEAGA
PROJECT MANAGER, CASP
PROJECT RESPONSIBILITY
Apply and interpret technical requirements of the Americans with
Disabilities Act and access provisions of the California Building
Code.
EDUCATION
Bachelor of Architecture, California State Polytechnic University
at Pomona, 2002
PROFESSIONAL REGISTRATION
California Certified Access Specialist, 2009 - CASp #55
ICC-Certified Accessibility Inspector and Plan Examiner -
#8088179
EXPERIENCE
Leonardo Arteaga is a Project Manager with expertise in applying and
interpreting technical requirements of the Americans with Disabilities Act (ADA) and
access provisions of the California Building Code (CBC). Mr. Arteaga is a California
Certified Access Specialist. He graduated from California State Polytechnic
University, Pomona, in 2002 with a Bachelor of Architecture degree and has been
at BOA Architecture since 1997. In 2009, he successfully fulfilled the experience
and testing requirements set forth by the Division of the State Architect (DSA) and
became a California Certified Access Specialist. His experience ADA Compliance
experience includes accessibility plan check services on behalf of the DSA-Los
Angeles Basin Regional Office and the County of San Bernardino -Department of
Risk Management, ADA Transition Plan and accessibility inspections, compiling
inspection information into accurate and concise accessibility reports, cost
feasibility reports, and code analysis roles covering all phases of barrier removal.
His relevant experience and expertise includes all types of municipal facilities
(City Halls, Theaters, Auditorium, Community Centers) for ADA Compliance for the
Cities of Long Beach, Placentia, Irvine, Huntington Beach, and for the State of
California DMV at Oxnard. Other experience include DSA-LA Basin Region Office
— Consultant Access Compliance Plan Reviewer (2008-2011), County of San
Bernardino, CA— Inspection, Review and Analysis, and ADA Title III Private Entity
Accessibility Surveys — multiple facilities. Please note that Mr. Arteaga completed
production of 20 fire station modernization projects.
18
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
The following are current and completed fire station renovation projects that BOA Archi-
tecture has completed within the last two (2) years:
PUBLIC ENTITY PROJECTS
IN DESIGN
COMPLETED
DESIGN
IN
CONSTRUCTION
CONSTRUCTION
COMPLETED
City of Pasadena
Fire Station 33
X
X
Fire Station 37
X
Fire Station 38
X
Fire Station 31
X
X
Fire Station Storage
X
Orange County Fire
Authority
FS 41
X
Fire Station 10
X
X
Fire Station 32
X
X
City of LaQuinta FS 70
X
X
City of Montebello FS 56
X
City of Costa Mesa FS 3
X
City of Huntington
Beach Heil Ave Station
X
City of Yucaipa FS 2
X
In the following pages, you will find relevant experience fire station projects
designed by BOA that have been completed or currently in construction.
19
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
(Above) Existing exterior facade
CITY OF LA QU I NTA Client: City of La Quinta, Nick Nickerson PM (760) 323-5026
Construction Cost: $400,000
REMODEL OF FIRE STATION 71 Architect Team: Edward Lok Ng, Leo Arteaga, Josue Soma
Design Completed: Jan.2021 Construction Begin: April 2021
Project Description: BOA was commissioned by the City of La Quinta in 2020 to totally remodel the of-
fice and living of this 1970's Fire Station for window retrofit to resist sun/wind, gender equality of bath-
rooms, ADA Compliance of their sleeping dorms, restrooms, entry public counter, and new emergency
generator. BOA accomplished all this and was under budget. For window retrofit to resist sun/wind;
existing windows will be retrofitted will new duel glazed glass, weather seals, and exterior sunshade
via manual operable sliding louver panels that shade windows to protect from the desert heat and
sun. The sunshade panel can slide away to take advantage of desert views and natural light. Lacking
a weight room, BOA designed a new roof -covered patio to provide a large outdoor shaded area for
training and exercise. The existing group toilet stalls and showers were totally reconfigured into 4
new private bathrooms for gender equality, and ADA Compliance. Existing group sleeping dorm were
converted to semi -private dorms. Storage closet/lockers were used as dorm dividers for privacy while
maintaining the existing HVAC system to save on cost. The existing floor in the dayroom-kitchen-of-
fices-hallways will be removed to make way for new polished concrete floor finish. Existing tile and
carpeting were removed to expose the bare concrete. All concrete floors were epoxy -patched, then
polished and sealed for a sparkling and easy to maintain finish. A new emergency power system and
emergency alert system, will allow the fire station to be fully operational in case of power outage. All
existing light fixtures will be replaced with new LED fixtures for energy savings and better task lighting.
To replace 40-year-old furniture, BOA specified new beds, closet/lockers, office workstations, etc.
(Above) New sliding louver sunscreens
to protect windows from desert sun.
(Right) Proposed remodel floor plan.
20
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
ORANGE COUNTY FIRE AUTHORITY
FIRE STATION #41, AIR OPERATIONS AT FULLERTON AIRPORT
Project: OCFA Fire Station #41, Fullerton Airport, Construction Cost:$1,500,000 Construction start:
Dec.2021 Client: Orange County Fire Authority, Patrick Bauer 714-573-6471. Architect Team: Edward
Lok Ng, Kyle Ng, Leo Arteaga
Project Description: Currently in the design phase, BOA is adding 4000sf and completely
renovating 6000sf (total of 10,000sf) on 2-stories to create a new "state -of -the art" Air
Operations fire station at the Fullerton Airport. This interior addition/renovation project is
located within an existing large airport hangar building on the North side of the Airport.
This special fire station is designed to accommodate 6 helicopters and 11 flight crew per
shift for 3 work shifts, with capacity to double the flight crew during high danger fire season.
This facility has 3 hi -bay hangars for 6 helicopters. The hangars are equipped with aircraft
cranes for helicopter repair and maintenance. White epoxy concrete floors facilitate visual
accessibility, especially for the mechanics. Air Operation functions include; helicopter
maintenance workshops & parts storage, 11 private gender -neutral dormitories, secured
storage for flight goggles & narcotics, 5 private restrooms/showers, weight training room,
living/dayroom, dining, and kitchen, BBQ deck, emergency generator, 8 office workstations
and large "flight ready" room. The exterior and interior were designed in the contemporary -
modern style to be consistent with recent OCFA fire stations. Breakups in massing,
red color accents, glass storefront window/doors & glass garage door (for weight room),
and smooth white drywall were used to provide an uniquely modern industrial airport
archittecture when coupled with exposed steel beams and metal siding of the extisting
hangar building. For sustainability, all existing fluorescent light fixtures will be replace
with high -efficiency LED dimmable lighting, and extremely low flow plumbing fixtures to
minimize water usage. For added energy savings and noise -control, all exterior walls and
attic space will be heavily insulated Another dramatic energy saver was blending natural
ventilation with a new high -efficiency HVAC system. Lastly, the asphalt paving in front of
the hangar doors will be replaced with new concrete paving to minimize the nusance of
loose gravel kicking up when the helicopters take flight.
21
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
O C FA TO DUSTINGNOVA SF
TO AI RENOVATION
AIR OPERATIONS REMOVE STAIR IF POSABIE.
FIND ANORER IXR NDI —w
2ND FLOOR
RENOVATE FOR MECHANIC ADD APPR X 20005E
OFFICE AND IARGETRAINING WITH B%EEPNG DORMS II: '''� �A•�
ROOM FOR 30 PEOPLE &4 P RIVATE BATHROOMS
3,
._. 15f BOOR .,I•
VISITOR S ___._--,F„1 ADD APPROX 2000 SF WITH+Jiy '
RIRMNGTO P g T i _ LANGEPLOT READY ROOLI, i F4.. t/.•,:��
REMAIN \ ���' ...• ..� '-•I•.•'__L TURNOOF 5IURAGE MAYBE
r s a I INDOOR WEGHTROOM SECOND FLOOR PLAN
2.
w NEV{OPENINGIZ=V I .
i WRH
NAO�flOOL-NP 4OOR
94 NA AeA il&xue `
QArteve I yN
O,II .Iw
FIRST FLOOR PLAN
EXISTING 3000 SF
-•IO WORR PROVIOE'IXITPFlOORWNH EPDXY PAINT TO BE PENOV.en�N
ANDREPIACEIXISTINGUGHFSWTTHNEW GAIiAff DOOR
IEDTYPE TO REMAIN
_ SCOPE OF WORK
VIEW LOOKING NORTH FROM AIRFIELD
717,
.- . .
PROPOSED SECOND FLOOR DINING ROOM AND
KITCHEN
FJ
- PROPOSED ADDITION AT HANGAR
22
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
CITY OF PASADENA
FIRE STATION #33 RENOVATION
Client: City of Pasadena, contact: Tiffiny Chen,
PE. Completed: 2021 Construction Cost:
$800,000 Architect Team: Edward Lok Ng,
Miguel Andrade, Leo Arteaga
Description: BOA was commissioned by the City of Pasadena, Public Works Dept. to remodel their Fire
Station #33 for energy efficiency and because of deferred maintenance. Energy efficiency renovation
features included replacement of the entire existing obsolete HVAC equipment to new high -efficiency zoned
system and new ducting. R-30 roof insulation was added for further energy savings, many fluorescent
lights were replaced with new low -wattage LED light fixtures. Deferred maintenance and modernization
items included; repair existing clay tile roof (tiles were removed to replace the underlayment and existing
tiles were reinstalled because of historic requirements), ADA Compliance remodel of first floor office with
new ADA restroom, doors, and public counter. On the second floor, the existing kitchen, dining room,
dayroom, men's restroom-showers, men's locker room, were entirely redesigned for greater functionality.
The existing 70-year-old kitchen was entirely gutted and walls removed to make way for an "open plan"
kitchen with new coffee bar, new contemporary cabinets and appliances that now opens to the dining and
living rooms. Flooring was replaced with large easy -to -maintain vinyl tiles, lights were changed to LED
type, walls -ceilings were patched, then painted to transform and revive this historic fire station.
Existing Kitchen to be remodeled
0.
Existing Men's restroom-showers Existing Men's Locker room to
to be remodeled be remodeled bathrooms
Z �`�� 19 LOC9n
POOY
�MKLWY
o n �
� t� lul�lu
Proposed Floor Plan
23
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
CITY OF PASADENA
FIRE STATION #37 RENOVATION
Client: City of Pasadena, contact: Tiffiny Chen,
PE. Completed:2021
Construction Cost: $700,000
Architect Team: Edward Lok Ng, Miguel
Andrade, Leo Arteaga
Description: BOA was commissioned by the City
of Pasadena, Public Works Dept. to remodel their
Fire Station #37 for energy efficiency and because
of deferred maintenance. Energy efficiency renovation features included replacement of the entire existing
obsolete HVAC equipment to new high -efficiency zoned system and new ducting thru-out the living quarters.
R-30 roof rigid insulation was added for further energy savings, roofing replaced with new single -ply PVC
"solar white" roofing. Deferred maintenance and modernization items included; removal of upper hose tower
because of seismic instability, the existing kitchen, dining room, dayroom, men's restroom-showers, men's
locker room, captain's bathroom, were entirely redesigned for greater functionality. The existing 60-year-
old kitchen was entirely gutted and walls removed to make way for an "open plan' kitchen with new coffee
bar, new contemporary cabinets and appliances that now opens to the dining and living rooms. Flooring
was replaced with large easy -to -maintain vinyl tiles, lights were changed to LED type, walls -ceilings were
patched, then painted to transform and revive this historic fire station.
Existing Kitchen to be remodeled
Existing Men's Restroom-showers Existing Men's Locker room to
to be remodeled be remodeled
Remodel of kitchen, dining, dayroom, restroom-showers, locker room, captain's bath
24
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
CITY OF PASADENA
FIRE STATION #38 RENOVATION
Client: City of Pasadena, contact: Tiffiny Chen,
PE. Completed: 2021 Construction Cost:
$900,000Architect Team: Edward Lok Ng, Miguel
Andrade, Leo Arteaga
Description: BOA was commissioned by the City of Pasadena, Public Works Dept. to remodel their Fire
Station #38 for energy efficiency and because of deferred maintenance. Energy efficiency renovation
features included replacement of the entire existing obsolete HVAC equipment to new high -efficiency zoned
system and new ducting. R-30 roof insulation was added for further energy savings, many solar light tubes
were installed to more natural lighting. Deferred maintenance and modernization items included; repair
existing shingle roofing, ADA Compliance remodel of public restroom. The existing kitchen, dining room,
dayroom, men's locker room, were entirely redesigned for greater functionality. The men's group sleeping
area was replaced with 3 new private sleeping dorms. A new private dorm suite with private bathroom
was created for gender equality, and group bathroom was replaced by 2 private bathrooms. The existing
60-year-old kitchen was entirely gutted and walls removed to make way for an "open plan" kitchen with an
island, new contemporary cabinets and appliances that now opens to the dining and living rooms. Flooring
was replaced with large easy -to -maintain vinyl tiles, lights were changed to LED type, walls -ceilings were
patched, then painted to revive this "mid-century modern" fire station.
Existing Kitchen to be remodeled
- �-
Existing Men's group bathroom to be replaced with
private bathrooms
Proposed Floor Plan
25
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
CITY OF HUNTINGTON BEACH
HEIL AVE. FIRE STATION RENOVATION
Client: City of Huntington Beach, Captain Mike McClanahan mmcclanahan@surfcity-hb.org
Completed: 2017 Construction Cost: $300,000 Architect Team: Edward Lok Ng, Miguel Andrade
Street frontage of fire station bathrooms
Rendering of new "open plan' kitchen
Description: BOA was commissioned by the City of Huntington Beach to retrofit their
Fire Station for gender equality of restrooms/showers, ADA Compliance of their kitchen,
restrooms, entry doors, public parking, and ADA Path -of -Travel. BOA accomplished all
this and was under budget. The existing group type, men's only, restrooms and showers
were left alone to save funds, and a new private gender -neutral restroom/shower was built
to satisfy gender equality requirements. Existing group sleeping rooms were converted to
private dorms for privacy and gender equality. The existing obsolete kitchen was entirely
gutted and walls removed to make way for an "open plan" kitchen with an island, new
contemporary cabinets and appliances that now opens to the dining and living rooms.
Existing tile and carpeting were removed to expose the bare concrete. All concrete floors
were epoxy -patched, then polished and sealed for a sparkling and easy to maintain finish.
New open plan kitchen
New hallway to private dorms
26
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
CITY OF YUCAIPA
FIRE STATION
Seismic Retrofit,
ADA Compliance
New ADA path from street and ADA
parking stall
New "hold-down" for seismic retrofit
New gender -neutral private restroom and
shower at bathrooms
Client: City of Yucaipa, Bill Hemsley (909) 797-2489 ext. 253
Construction Cost: $500,000
Architect Team: Edward Lok Ng, Miguel Andrade, Leo
Arteaga, Jerry Sturm
Completed Project: 2016
Description: BOA was commissioned by the City of Yucaipa
to retrofit their Fire Station for seismic upgrade to "essential
structure status", gender equality of restrooms/lockers, ADA
Compliance of their kitchen, restrooms, entry doors, public
parking, and Path -of -Travel. BOA accomplished all this and
was under budget. For seismic upgrade; existing shear
walls were expanded and strengthened with new "hold-
down" connectors and beefy 4x6 studs (see adjacent photo),
additional large concrete footings were poured underpinning
existing footings, and walls were tied to the roof with new
heavy-duty connectors. These seismic resistance elements
were installed thru-out the building and especially at the high
bay apparatus room to ensure that the fire station would
remain operational upon a major earthquake or catastrophe.
The existing restrooms and showers were totally renovated
for gender equality, and ADA Compliance. Existing group
sleeping rooms were converted to private dorms for privacy.
The existing enclosed kitchen was entirely gutted and walls
removed to make way for an "open plan" kitchen with an island,
new contemporary cabinets and appliances that now opens to
the dining and living rooms. Existing tile and carpeting were
removed to expose the bare concrete. All concrete floors were
epoxy -patched, then polished and sealed for a sparkling and
easy to maintain finish. The entire exterior frontage of the
fire station was re -done new landscaping and to install new
accessible ramp and parking for the disabled. A new vehicle
exhaust system, for diesel fire engines, was installed to ensure
an environmentally safe air quality in and apparatus bays and
fumes from leaking into the sleeping quarters.
(Below Left) New open-plan kitchen opening to dayroom
(Below Right) New hallway leading to new private dorms
27
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
LOS ANGELES COUNTY — ON -CALL CONTRACTS WITH MULTIPLE AGENCIES
LOS ANGELES COUNTY FIRE DEPARTMENT
As -needed Architectural Services
Architect Team: Edward Lok Ng, Leo Arteaga
Construction Completed: 2015
Construction Cost: to date $5 million
Project Description: For the 40 projects BOA managed and designed, all were "on time"
and "on budget'. The accuracy of our construction cost estimates, Quality Control, and
response to potential problems were deemed exceptional. BOA successfully managed
and designed as many as 5 facilities projects concurrently.
From 1989 to present, BOA has completed approximately 40 projects, ranging from
$20,000 to $4,000,000 in construction cost. BOA expedited all services from facilities
programming, design conception, construction documents, to construction administration.
Projects ranged from new fire stations, facilities additions, renovations, tenant
improvements, HVAC upgrades, structural seismic evaluation, gender accommodations,
and parking lot/landscape upgrades, facilities expansions to accommodate fire apparatus,
ADA Compliance upgrades, feasibility assessment reports/studies, and roof repairs. The
following is a list of select fire station projects:
• New Fire Station #83 — 4000 sf facility with
2 apparatus bays
• Temporary Fire Station #83 — Renovation
of Parks building for fire station use
• New Fire Station #71 in Malibu — 4000 sf
facility with 2 apparatus bays and 6 dorms
• Fire Station #110 — Expansion of
Apparatus bays, and offices, and interior
modernization
• Fire Station #56 — Added 2 new Apparatus
Fire Station #71, Malibu, CA garages
• Fire Station #187 — retrofit of entire
exterior hardscape and parking lot paving
• Fire Station #107 — 12 new dorm rooms
• Fire Station #44 — renovate 8 dorm room
•«<. • ,..,� „• „ and restrooms for gender accommodation
• Fire Station #70 — renovation entry lobby
and offices, ADA improvements
• Fire Station #66 — Septic Tank sewage
pipe upgrades
`' ;,, —7 • LA County Fire Dept. Headquarters —
y plumbing modernization to all facilities at
Fire Station #83, Rancho Pales Verdes, CA Headquarters
28
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
LOS ANGELES COUNTY
NEW FIRE STATION #71 MALIBU
Client: LA Co. Dept. Public Works, Contact: Luis Ramirez
323-600-3230; Project Architect: Edward Lok Ng
A&E Cost: $500,000; Construction Cost: $5,500,000; A&E
Began 2013; Completed: 2015
Project Description: This new "state -of -the art" fire station was designed to accommodate 6
firemen per shift for 3 work shifts. This facility has a hi -bay vehicle garage that can house two fire
fighting apparatus and a paramedic unit. The apparatus room is equipped with a tailpipe exhaust
system that allows quick -release from the rescue vehicle. Other fire station functions include;
oxygen tank storage, hose storage, maintenance workshop, 6 private dormitories, paramedic
room, restrooms, weight training room, living/dayroom, dining, and kitchen. A hose tower, septic
tank sewage system, emergency generator, and fueling station are features of the sitework. The
exterior and interior were designed in the contemporary modern ranch style as a contemporary
expression of the many 1950's and 1960's style ranch houses in the local community. Breakups
in massing, low pitch roofs, and plaster were used to give the a residential scale to the exterior
appearance. Over -excavation and recompaction mitigated poor soil capacity. Deepen concrete
footings resolved adjacency to large exisitng and adjacent septic tanks. The entire site was re-
graded for firemen and visitors parking, and to accommodate a re -fueling station (with gas tanks)
and detached storage/maintenanace building.
Although not a LEED Certified facility, LEED Equavilent application and sustainable design
features include; high -content recycled building materials, drought tolerant planting, permeable
paved surfaces that allow rain water retention, high -efficiency dimmable lighting, and extremely
low flow plumbing fixtures to minimize water usage. It should be noted that the floor plan was
designed to maximize exterior exposure. Such that as many rooms as possible would have a
large window for natural lighting and natural ventilation. All windows were specified with high -
efficiency and dual glazing. Gracious roof overhangs protect windows from direct solar heat gain.
A dramatic energy saver was blending natural ventilation with a high -efficiency HVAC system.
Because of the mild meditteranian climate in Malibu, and through sensor operable windows thru-
out the facility, we anticipate that natural ventilation will be used 80% of the time for interior
temperature control.
29
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
I:i�L•�_\:iN:I�IxNIQl:7q
OTHER RELEVANT EXPERIENCE
Besides Fire Station projects shown on the previous pages, BOA also has design
experience on nearly every municipal and county building type. The following select lists
of projects exemplify our architectural design experience. We have also provided their
construction cost and brief descriptions.
Parks/Recreation/Community Centers:
• Sierra Madre Teen Center
Client: City of Sierra Madre, $900,000.
• Hawaiian Gardens Youth Center Head
Start Program Client: City of Hawaiian
Gardens, $800,000.
• Jesse Owens In -door Swimming Pool
Facility
Client: L.A. Co., Dept. of Rec. & Pks.,
$4,000,000.
• Bartlett Annex Senior Social Services
Center
Client: City Torrance, $200,000.
• Hawaiian Gardens Senior Center
Client: City of Hawaiian Gardens,
$1,000,000.
• Veterans Park Senior Center
Client: City of Redondo Beach, $800,000.
• Perry Park Youth Community Center/
Addition/Renovation Client: City of Redondo
Beach, $400,000.
• Rosemead Community Center Addition/
Renovation Client: City of Rosemead,
$400,000.
• Rancho Carlsbad Community/Senior
Center
Client: City of Carlsbad, $900,000.
• Banning Parking Senior Center
Client: City of Los Angeles, $2,700,000.
• Memorial Park Community/Senior Ctr.
Renovation Client: City of Hawthorne,
$500,000.
• Green Meadows Recreation Center/Gym
Client: City of Los Angeles, $300,000.
• Hawaiian Gardens Community/Recreation
Ctr./Gym Client: City of Hawaiian Gardens,
$2,000,000.
• Bartlett Senior Citizen Center
Client: City of Torrance, $1,300,000.
• Sierra Vista Park Recreation Ctr. ADA
Modifications Client: City of Sierra Madre,
$100,000
• Miller Community Center
Client: City of Torrance, $300,000
• Black Box Theater Client: City of Torrance,
$500,000, Addition&Renovation
• Sea Scout Facilities & Community Center
Client: LA County ISD, $300,000,
Renovation
• Banning Lions Park ADA Compliance,
Client: City of Banning Cost: $300,000
Parks & Recreation Renovation Projects:
For the City of Tustin:
• Tustin Frontier Park, ADA Retrofit/Audit
• Pine Tree Park, ADA Retrofit/Audit
For the City of Long Beach:
• Long Beach Sports Arena, 11,500 seat
sports arena ADA retrofit Cost: $1,400,000.
• El Dorado Park Nature Center- ADA
Renovation Cost: $200,000
• Long Beach Senior Center —Renovation
Cost: $300,000
• Belmont Plaza Pool & Community Center
—Renovation Cost: $500,000
• El Dorado Regional Park -West Community
Center and Site Renovation Cost: $700,000
• Blair Field, 3000 seat baseball stadium —
Renovation Cost: $400,000
• Long Beach Marina Restrooms -Addition//
renovation Cost: $200,000
• Drake Park — Renovation Cost: $300,000
30
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
I:i�L•�_\:iN:I�IxNIQl:7q
• Drake Park — Renovation Cost: $300,000
• MacArthur Park ADA Renovation
Cost: $200,000
• Miscellaneous Beach Restrooms -
Addition/Renovation Cost: $300,000
• Whaley Park and Community Center —
Renovation Cost: $500,000
• El Dorado Park Youth Center Restrooms
— Renovation Cost: $200,000
• 10 Tidelands Beach Restrooms — New
facilities and site work Cost: $6,000,000
For the City of Montebello:
• Ashiya Park - Addition/Renovation
• City Park -Addition/Renovation
• Holified Park - Addition/Renovation
For the City of Hawthorne:
• Senior Citizen Center - Renovation
•Memorial Park - Renovation
•Hawthorne Pool - Renovation
•Ramona Park - Renovation
-JimThorpe Park& Comm. Ctr. -Renovation
•Eucalyptus Park& Comm. Ctr. -Renovation
•Holly Park - Renovation
•Holly Glen Park - Renovation
•Zeta Davis Park — Renovation
For the City of La Puente:
•La Puente Community Center/ Renovation
•La Puente 22 Acre Park with 3 sets of park
restrooms and Community Ctr Renovations
Parks & Recreation - City of Rosemead:
•Rosemead Sr. Ctr. - Renovation/Addition/
ADA Compliance
•Rosemead City Hall ADA Compliance
•Garvey Park Restroom/Concession and
Ball Fields/Playground
•Garvey Park Community Center -Addition/
ADA Compliance
City Halls:
•City of Commerce City Hall Frontage
Renovation
Client: City of Commerce, Danilo Batson
Cost: $400,000
•Torrance City Hall - Renovation and
Addition Client: City of Torrance
Cost: $3,200,000
•Rosemead City Hall - Renovation, ADA
Compliance Client: City of Rosemead
Cost: $200,000
•La Puente City Hall - Renovation, ADA
Compliance Client: City of La Puente
Cost: $400,000
•Hawaiian Gardens City Hall - New City Hall
Client: City of Hawaiian Gardens
Cost: $6,000,000
•Carson City Hall - Renovation
Client: City of Carson Cost: $100,000
•Hawthorne City Hall Renovation, ADA
Compliance Client: City of Hawthorne
Cost: $400,000
•Redondo Beach City Hall, ADA Compliance
Client: City of Redondo Beach
Cost: $300,000
•Long Beach City Hall, ADA Compliance
Client: City of Long Beach Cost: $200,000
•Lomita City Hall, ADA Compliance
Client: City of Lomita Cost: $200,000
•Redlands Civic Center ADA Compliance
Client: City of Redlands Cost: $350,000
Police Facilities:
•Torrance Police Dept. Renovation/Addition
Client: City of Torrance Cost: $1,500,000
•Hawthorne Police Dept., ADA Compliance
Client: City of Hawthorne Cost: $300,000
•Garvey Park Sheriffs Substation - New
Facility Client: City of Rosemead
Cost: $400,000
•Rancho Los Amigos Medical Ctr. Police
Station - New Facility - Client: Los Angeles
County ISD Cost: $600,000
31
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
BOAARCHITECTURE
Fire Stations:
-Los Angeles County Fire Station #83, new
facility Client: L.A. County Fire Department
Cost: $1,100,000
•LosAngeles County Temporary Fire Station
#83 Client: L.A. County Fire Department
Cost: $300,000
•LosAngeles County Fire Station #106, new
facility Client: L. A. County Fire Department
Cost: $200,000
-Los Angeles County Fire Station
#107-addition/renovate Client: L.A. County
Fire Department Cost: $400,000
-Los Angeles County Headquarters -
plumbing system replacement Client: L.A.
County Fire Department Cost: $750,000
-Los Angeles County #70 - interior
renovation and roof repair Client: L.A.
County Fire Department Cost: $200,000
-Los Angeles County #56 -ADA Compliance
and gender accommodations Client: L.A.
County Fire Department Cost: $100,000
-Los Angeles County #53 -ADA Compliance
and gender accommodations Client: L.A.
County Fire Department Cost: $120,000
-Los Angeles County Fire Station #110,
addition and renovation - Client: L. A.
County Fire Department Cost: $200,000
-Los Angeles County New Fire Station/
Lifeguard Station on Catalina Island, new
facility Client:L. A. County Cost:$800,000
-Hawthorne Fire Station #1, ADA retrofit
Client: City of Hawthorne Cost: $100,000
-Long Beach Fire Station #11, addition and
renovation Client:City of Long Beach Cost:
$225, 000
-Torrance Fire Station #1, gender
accommodation, seismic retrofit-Client:City
of Torrance Cost: 460,000
-Torrance Fire Station #2, gender
accommodation and addition - Client: City
of Torrance Cost: 160,000
-Torrance Fire Station #3 gender
accommodation and interior modification
-Los Angeles County Fire Station #83, new
facility Client: L.A. County Fire Department
Cost: $1,100,000
•LosAngeles County Temporary Fire Station
#83 Client: L.A. County Fire Department
Cost: $300,000
•LosAngeles County Fire Station #106, new
facility Client: L. A. County Fire Department
Cost: $200,000
-Los Angeles County Fire Station
#107-addition/renovate Client: L.A. County
Fire Department Cost: $400,000
-Los Angeles County Headquarters -
plumbing system replacement
Client: L.A. County Fire Department
Cost: $750,000
-Los Angeles County #70 - interior
renovation and roof repair Client: L.A.
County Fire Department Cost: $200,000
•LosAngeles County #56 -ADACompliance
and gender accommodations
Client: L.A. County Fire Department
Cost: $100,000
•LosAngeles County #53 -ADACompliance
and gender accommodations Client: L.A.
County Fire Department Cost: $120,000
-Los Angeles County Fire Station #110,
addition and renovation - Client: L. A.
County Fire Department Cost: $200,000
-Los Angeles County New Fire Station/
Lifeguard Client: City of Torrance Cost:
$150,000
Station on Catalina Island, new facility
Client: L.A. County Cost: $800,000
-Hawthorne Fire Station #1, ADA retrofit
Client: City of Hawthorne Cost: $100,000
-Long Beach Fire Station #11, addition and
renovation Client:City of Long Beach
Cost: $225,000
32
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
I:i�L•�_\:iN:I�IxNIQl:7q
PUBLIC AGENCY: CONTACT: PHONE:
City of Pasadena Hayden Melbourne, Principal Engineer (626) 744-7345
City of Placentia Luis Estevez, Acting Deputy City (714) 993-8120
Administrator
City of Cypress Nick Manjkarakiri (714) 229-6729
5275 Orange Avenue
Cypress, CA 90630
City of Long Beach, CA Marilyn Surakas, Project Manager (562) 570-3165
333 W Ocean Blvd.
Long Beach, CA 90802
City of Irvine and Mark Carrol, Public Works OSF Director (949) 294-0047
City of Newport Beach
City of Bellflower Bernie Iniquez (562) 804-1424
City of Newport Beach Tom Sandefur, PE (949) 644-3321
Orange County Fire Patrick Bauer (714)-573-6471
Authority
33
CITY OF WEST COVINA
FIRE STATION #3 IMPROVEMENTS ARCHITECTURAL SERVICES
EXHIBIT B
FEE SCHEDULE
FEE PROPOSAL
A & E Design for West Covina Fire Stations #3 Improvements
date: May 17, 2021
Construction Cost Estimate:
$600,000
prepared by: BOA, Edward Lok Ng, Architect
prepared for: City
of West Covina
HOURS
HR RATE
COST TOTAL
PRE -DESIGN
kick-off meeting to verify scope of work,obtain as -built dwgs.
4 hrs
150
600
project management, confirm cost/work plan & prep field work
6 hrs
150
900
program -functionality assessment; interview user staff
6 hrs
150
900
site assessment, as -built measurements & photos
10 hrs
100
1,000
CADD
10 hrs
100
1,000
facilities assessments
3,000
7,400
ARCHITECTURAL SCHEMATIC DESIGN
preliminary design
project management
CADD-3D modeling
construction cost estimate
meetings or coordination with Client
12 hrs
12 hrs
30 hrs
6 hrs
10 hrs
150
150
100
150
150
1,800
1,800
3,000
900
1,500
9,000
ENGINEERING and EXPENSES
structural engineering; for interior partitions
2,000
mechanical, for bathroom exhaust fans, and kitchen exhaust
2,500
plumbing
3,500
electrical
5,000
expenses for blueprints, photocopies, mailing, misc.
200
13,200
ARCHITECTURAL CONSTRUCTION DOCUMENTS
CADD-3D modeling of construction document drawings
80 hrs
100
8,000
project management,refine schematic design,coord. w engineers
20 hrs
150
3,000
meeting or coordination with Client
16 hrs
150
2,400
specifications in CSI format
8 hrs
150
1,200
construction cost estimate
4 hrs
150
600
quality control
12 hrs
150
1,800
City bldg-safety dept. submittal&corrections (see separate line item)
16 hrs
100
1,600
CONSTRUCTION SUPPORT
pre -bid meeting
DESIGN PHASE SUB -TOTAL FEE $48,200
4 hrs 150 600
pre -construction meeting
4 hrs
150
600
project management, RFI & submittal response
20 hrs
150
3,000
CADD-31) modeling
6 hrs
100
600
construction site, 3 meeting, punchlist meeting
16 hrs
150
2,400
expenses for blueprints, photocopies, mailing, misc.
100
7,300
TOTAL FEE $55,500
NOTES AND RESTRICTIONS
1. Construction Support services are limited to amount of hours indicated.
2. BOA will provide blueprints for Client meeting & submittals to Bldg & Safety Dept..
3. The Owner will provide all available as -built dwgs. of existing facilities.
4. Client will be responsible for procurement of an asbestos/environmental report if required.
5. Client will provide all printing for bidding purposes to Contractors
6. Asbestos -Hazardous Materials Report is NOT INCLUDED.