Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bureau Veritas North America, Inc. - 2025-08-19
^- 2000 Main Street, 4(`r�et11�tcrn- ' a�ff Huntington Beach,CA '' City of Huntington Beach 9 APPROVED2648 7-0 File #: 25-553 MEETING DATE: 8/19/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Ashley Wysocki, Director of Community & Library Services PREPARED BY: Chris Cole, Community & Library Services Manager Subject: Approve and authorize execution of Professional Services Contracts for On-Call Multi; Discipline Architectural Engineering, Landscape Architectural Engineering and Professional Consulting Services with Bureau Veritas North America, Inc., Dahlin Group Inc., David Volz Design Landscape Architects, Inc., M. Arthur Gensler & Associates, Inc. (Gensler), Gillis + Panichapan Architects, Inc., HAI Hirsch & Associates, Inc., IDS Group, Inc., Johnson Favaro, LLP, Michael Baker International, Inc., NUVIS, PBK Architects, Inc., RDC-S111, Inc., DBA Studio One Eleven, RJM Design Group, Inc., RRM Design Group, SVA Architects, Inc., and Verde Design, Inc. each in an amount not to exceed $1,000,000 over a three-year term Approve and authorize Amendment No. 2 to extend the contract terms for two additional years for On-Call Architectural Engineering & Professional Consulting Services for Kitchell/CEM, Inc. and Westberg White, Inc. Statement of Issue: The Community & Library Services and Public Works Departments require multi-discipline architectural engineering, landscape architectural engineering, and professional design consulting services on an on-call, as-needed basis for architectural engineering, landscape architectural engineering, and professional consulting services for design and construction administration for capital projects and city facilities. Financial Impact: The FY 2025/26 Capital Improvement Program (CIP) includes over $8.6 million in new and continuing appropriations for beach, facilities, and park development projects. With the additional projects anticipated to be scheduled in future years, there is a need to approve new on-call Professional Services Agreements for project design, efficiency, and continuity purposes. The recommended contracts, each with a "not-to-exceed" amount of$1,000,000, would be utilized for approved CIP projects, based on the discipline needed to advance the project into the next development phase. The $1,000,000 amount is the "not-to-exceed" amount over the life of the City of Huntington Beach Page 1 of 9 Printed on 8/14/2025 powered by Legistar'" 77 File #: 25-553 MEETING DATE: 8/19/2025 contract, not a guaranteed amount. No funds will be expended under these contracts unless approved as part of the City's Annual Budget. As such, no additional funding is required for this action. Additionally, no additional funding is required to approve the two contract term extensions for On-Call Architectural Engineering & Professional Consulting Services for Kitchell/CEM, Inc. and Westberg White, Inc. Project funds have already been encumbered with no need for additional funding. Recommended Action: Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Bureau Veritas North America, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, B) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Dahlin Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, . C) Approve and authorize the Mayor and City Clerk to execute "Professional Services Contract between the City of Huntington Beach and David Volz Design Landscape Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, D) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Arthur M. Gensler, Jr. & Associates, Inc. (Gensler) for On- Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, E) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Gillis + Panichapan Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, F) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and HAI Hirsch & Associates, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, G) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and IDS Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, -?�H) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Johnson Favaro, LLP for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an City of Huntington Beach Page 2 of 9 Printed on 8/14/2025 �f powered by Legistar" Z J7� 78 File #: 25-553 MEETING DATE: 8/19/2025 amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, I) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Michael Baker International, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, J) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and NUVIS for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, • K) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and PBK Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, ' k L) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and RDC-S111, Inc., DBA Studio One Eleven for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, 44 M) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and RJM Design Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, • N) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and RRM Design Group for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, 0) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and SVA Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, • P) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Verde Design, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term. Q) Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Kitchell/CEM, Inc. for On-Call Architectural Engineering & Professional Consulting Services to extend the term for two additional years until July 19, 2027; and, * R) Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Westberg White, Inc. for On-Call Architectural Engineering & Professional City of Huntington Beach Page 3 of 9 Printed on 8/14/2025 powered by Legistar," .Zeio,tr-e(. („6 79 File#: 25-553 MEETING DATE: 8/19/2025 Consulting Services to extend the term for two additional years until July 19, 2027. Alternative Action(s): Do not approve the recommended actions and direct staff accordingly. Analysis: On March 17, 2025, a Request for Qualifications (RFQ) for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services was requested and submitted in compliance with Chapter 3.03 of the Huntington Beach Municipal Code. Proposals were due by 4:00 PM on Tuesday, April 29, 2025. Thirty-three (33) proposals were received and reviewed by staff from Public Works and Community & Library Services. Proposals were ranked based on six (6) categories: Compliance with RFQ Requirements;Understanding of the Project-Methodology; Qualifications and Experience; Educational Background; Cost/Price; and References. Each element was ranked based on factors between 1-5 and weighted as noted: Understanding of the Project-Methodology (25); Qualifications and Experience (25); Cost/Price (25); Compliance with RFQ requirements (10); Educational Background (10); and References (5). Based on this review, staff recommend awarding contracts to the sixteen (16) firms listed below for three-year terms each as shown in Attachment 1. Architectural Engineering and Landscape Architectural Engineering 1. Bureau Veritas North America, Inc. 2. Dahlin Group Inc. 3. M. Arthur Gensler, Jr. &Associates, Inc. (Gensler) 4. Gillis + Panichapan Architects, Inc. 5. IDS Group, Inc. 6. Johnson Favaro, LLP 7. NUVIS 8. PBK Architects, Inc. 9. RDC-S111 Inc., DBA Studio One Eleven 10. RRM Design Group 11. SVA Architects, Inc. Landscape Architectural Engineering -Only 12. David Volz Design Landscape Architects, Inc. 13. HAI Hirsch &Associates, Inc. 14. Michael Baker International, Inc. 15. RJM Design Group, Inc. 16. Verde Design, Inc. By contracting with the above firms, the Community & Library Services and Public Works Departments will have more options and a larger pool of qualified consultants for any given project based on each consultant's specific area of expertise. For example, some firms specialize in master City of Huntington Beach Page 4 of 9 Printed on 8/14/2025 powered by Legistar^m 80 File#: 25-553 MEETING DATE: 8/19/2025 plans, park development, geotechnical, elevators, structures, and new builds, etc. Fewer on-call consultants limits staffs ability to schedule and manage projects in an efficient manner. Consultants with specific areas of expertise often have substantial workloads and may have conflicts in adhering to the requested timeline. With multiple consultants, staff will have increased flexibility in scheduling 1, project design tasks or even scheduling projects simultaneously, creating a more timely and effective process. The use of multiple contracts also assists in creating a competitive climate between firms, which is advantageous in securing the best pricing. In general, the Standard Operating Procedure (SOP) in administering on-call contracts is for staff to issue task orders for each project based upon the scope of services. For task orders greater than $50,000, the City will typically solicit proposals from two or more of the qualified consultants. Bids are requested from the on-call list, based on the firm's specialty. For example, architectural-only firms will be asked to bid on library, facility, structural, and electrical projects and landscape-only firms will be asked for park development, right-of-way, etc. The firms that can do both will be used the same way. As part of the RFQ process, all firms had to provide work history and specialties, and the dual functioning firms are able to take on a larger variety of projects. The scope of work for architectural engineering, landscape architecture engineering, and professional consulting firms may involve all phases of a development project. The following summarizes the major elements of the scope of work included in the RFQ. Preliminary Plans and Design - Prepare alternative preliminary layouts, surveying, architectural services, and estimates of probable cost for alternatives, and prepare details and calculations. Present alternatives, as needed at staff and/or City Council meetings, and provide recommendations and analyses of the advantages of each alternative. Entitlements/Permits -As a primary consultant, assist the City in obtaining entitlements and approvals from applicable agencies for environmental and/or other permits as may be required. Construction Documents - Prepare designs, plans, specifications, cost estimates and contract bidding documents. The City shall review the construction documents at the preliminary engineering, sixty (60%), ninety percent (90%), and final documents stages. Landscape, Architectural, Engineering Services - Provide landscape, architectural, planning, and design services primarily for existing City parks, facilities, community centers, clubhouses, i.e., tenant improvements, ADA modifications, etc., and park developments, as well as City medians and public spaces. Prepare sketches, renderings, and materials boards providing alternative architectural concepts, designs, and options that can be applied to project requirements. Prepare construction drawings for bidding and archival purposes, as well as technical specifications for materials and methods. The Consultant may be required to perform or assist in environmental assessments, material testing, civil and soils engineering and building architecture. Technical Reports and Analysis - Prepare needs assessments, master plans, and technical studies such as park development fee analysis, including public outreach, community workshops and City of Huntington Beach Page 5 of 9 Printed on 8/14/2025 powered by LegistarTM 81 File#: 25-553 MEETING DATE: 8/19/2025 surveys. Bidding Stage -Assist the City in answering bidders' questions, attend pre-bid conferences and job walks, prepare addenda, analyze bids, and recommend award. Construction Stage -Attend pre-construction conference, monitor construction schedule, visit construction site as required for progress and quality of work. Assist the contract manager, contractor, and inspector with interpretation of the plans, specifications, analysis of changed conditions, development of corrective action, review of shop drawings, and other required tasks. Architectural/Landscape Architectural Engineering Services - Provide landscape, architectural, planning, and design services primarily for existing City parks, facilities, community centers, clubhouses i.e., tenant improvements, ADA modifications, etc., and park developments, as well as City medians and public spaces. Prepare sketches, renderings, and materials boards providing alternative architectural concepts, designs, and options that can be applied to project requirements. Prepare architect's/engineer's cost estimates. In addition to the services listed above, using sub-consultants or in-house personnel, landscape architect firms may be required to perform environmental assessments, material testing, civil and soils engineering and building architecture. Funding for services associated with each of the various CIP projects is based on the City Council approved CIP budget. Each contract is based on a three-year term, with a total not-to-exceed amount of$1,000,000. The $1,000,000 amount is a "not-to-exceed" contract limit only, not a guaranteed amount. In the past five years, specialized architectural and landscaping services have been used in conjunction with $16.7 million of park development and park facility projects, including: Bartlett Park, Blufftop Park, Central Park Restrooms, Edison & Murdy Community Center Building Improvements, Edison Park Reconfiguration, Harbour View Clubhouse Rehabilitation, Lake Park Reconfiguration, LeBard Park Improvements, Marina Park Reconfiguration, as well Rodgers Senior Center Redevelopment (now known as Memorial Hall). Projects currently underway, scheduled, or budgeted for FY 2025/26 requiring various architectural and design consulting services are listed below. The amount shown for each project is based on current project estimates and total $2,154,418. Blufftop Slope Stabilization Repairs- Project Management $ 60,000 Carr Park Reconfiguration - Design &Construction Documents $316,113 Central Park Electrical Switchgear Replacement- Project Management $100,000 Central Park Master Plan -Conceptual Design and Costing $181,800 City Gym & Pool Flooring- Project Management $ 30,000 City Gym & Pool Partial Re-Roll- Project Management $ 35,000 Edison Park Reconfiguration-CEQA analysis $127,200 Edison Park Reconfiguration-Geotechnical Review $180,440 City of Huntington Beach Page 6 of 9 Printed on 8/14/2025 powered by Legister"1 82 i i File#: 25-553 MEETING DATE: 8/19/2025 HB Art Center Electrical & Lighting Rehabilitation- Project Management $ 30,000 Helen Murphy Branch Foundation -Geological & Design Services $ 80,000 Huntington Central Library Child-Teen Reconfiguration $129,245 Library Facilities Master Plan-Conceptual Design &Preliminary Costs $334,277 Main Promenade Parking Structure Improvement— Project Management $ 35,000 Marina Park Rehabilitation- Design and Construction Documents $344,343 Schroeder Park- Design $ 64,000 South Beach Lots Attendant Booths- Project Management $ 11,000 Water Production Building Rehabilitation $ 96,000 Looking forward to future fiscal years, staff anticipate design and construction management services will be needed for Carr, Edison, and Marina Park Reconfigurations. Preliminary construction costs for these three park development projects alone are estimated at$32 million with anticipated consulting services needed for the development of plans and specs, as well as construction management costs, totaling approximately 10% or$3.2 million. Staff also anticipates future on-call architectural engineering and landscape architectural services will be needed as a result of the recommendations included in the Library Facilities Master Plan and Central Park Master Plan, although preliminary cost estimates are not available at this time. In addition to this request for approval of the 16 new on-call contracts, staff are requesting approval of two Amendment No. 2's for existing On-Call Architectural Engineering and Professional Consulting . Services contracts for Kitchell/CEM, Inc. and Westberg White, Inc. The original two agreements expired July 20, 2024, but were extended for one year through July 19, 2025. These requested amendments would extend the contract terms for two additional years through July 19, 2027. Both firms currently have on-going on-call architectural projects with the City, however they did not participate in the recent on-call RFQ bidding process. The projects they have been working on are either fully designed, nearly fully designed, or entering the construction phase, requiring minimal service requirements, minimal or no additional compensation, and funded fully under the existing purchase order. Staff are requesting a second amendment for both firms to add two additional years I to the contract duration, with no additional funding, and no new projects during or after the completion of existing obligations. This two-year extension is being requested as a safeguard to ensure project completion; however, it is not expected that the full two years will be utilized. In summary, staff are requesting the approval of 16 new on-call Architectural Engineering and Landscape Architectural Engineering contracts as well as the approval of two additional contract extensions for the firms of Westberg & White, Inc. and Kitchell/CEM, Inc. Environmental Status: Administrative Items: Pursuant to CEQA Guidelines Section 15378(b)(5), administrative activities of governments that will not result in direct or indirect physical changes in the environment do not constitute a project. Strategic Plan Goal: City of Huntington Beach Page 7 of 9 Printed on 8/14/2025 powered by Legistar" 83 File #: 25-553 MEETING DATE: 8/19/2025 Non Applicable - Administrative Item Attachment(s): 1. RFQ Recommended Listing of Consultants 2. Professional Services Contract between the City of Huntington Beach and Bureau Veritas North America, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 3. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Dahlin Group, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 4. Approve and authorize the Mayor and City Clerk to execute Professional Services Contract between the City of Huntington Beach and David Volz Design Landscape Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 5. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and M. Arthur Gensler, Jr. & Associates, Inc. (Gensler) for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 6. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Gillis + Panichapan Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 7. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and HAI Hirsch & Associates, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 8. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and IDS Group, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 9. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Johnson Favaro, LLP for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 10. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Michael Baker International, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 11. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract City of Huntington Beach Page 8 of 9 Printed on 8/14/2025 powered by l.egistar' 84 File#: 25-553 MEETING DATE: 8/19/2025 between the City of Huntington Beach and NUVIS for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 12. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and PBK Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 13. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RDC-S111, Inc., DBA Studio One Eleven for On- Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 14. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RJM Design Group, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting.. Services. 15. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the Cityof Huntington Beach and RRM Design Groupfor On-Call Professional 9 9 Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 16. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and SVA Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 17. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Verde Design, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 18. Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Kitchell/CEM, Inc. for On-Call Architectural Engineering & Professional Consulting Services to extend the term for two additional years until July 19, 2027. 19. Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Westberg White, Inc. for On-Call Architectural Engineering & Professional Consulting Services to extend the term for two additional years until July 19, 2027. 20. RFQ for On-Call Architectural Engineering, Landscape Architectural Engineering and Professional Consulting Services. City of Huntington Beach Page 9 of 9 Printed on 8/14/2025 powered by Legistar 1 85 RFQ for On-Call Architectural Engineering,Landscape Architectural Engineering and Professional Consulting Services Landscape Firm Architect Architect Bureau Veritas North America, Inc. Architect Yes Yes { Dahlin Group, Inc. Architect Yes Yes David Volz Design Landscape Architects,Inc. Landscape No Yes Gensler-M Arthur Gensler Jr&Associates Architect Yes Yes Gillis&Panichapan Architects,Inc. Architect Yes Yes HAI Hirsch&Associates,Inc. Landscape No Yes IDS Group,Inc. Architect Yes Yes Johnson Favaro,LLP Architect Yes Yes Michael Baker International,Inc. Landscape No Yes NUVIS Landscape Yes(via sub) Yes PBK Architects,Inc. Architect Yes Yes RCS-S111,inc.,DBA Studio One Eleven Architect Yes Yes RJM Design Group,Inc. Landscape No Yes RRM Design Group Architect Yes Yes SVA Architects, Inc. Architect Yes Yes Verde Design, Inc. Landscape No Yes 86 1 • PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND BUREAU VERITAS NORTH AMERICA,INC. FOR ON-CALL ARCHITECTURAL ENGINEERING, LANDSCAPE ARCHITECTURAL ENGINEERING AND PROFESSIONAL CONSULTING SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as Delaware "CITY," and BUREAU VERITAS NORTH AMERICA, INC., a Galifemift Corporation hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to provide on-call architectural engineering, landscape architectural engineering and professional consulting services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Michael McDonald who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-16636/383271 1 of 11 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on Avt1145k � -- , 202G (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than three (3) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed One Million Dollars($1,000,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 25-16636/383271 2 of 11 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 7. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit, provided that any such use not within the purposes intended, by the Agreement shall be at City's sole risk. 8. HOLD HARMLESS A. To the extent allowed by Civil Code Section 2782.8, CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. 25-16636/3833894 3 of 11 B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of,pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars 25-16636/383271 4 of 11 ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2)years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement;the certificate shall: 25-16636/383271 5 of 11 A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall 25-16636/383271 6 of 11 be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent(as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service,to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or 25-16636/383271 7 of 11 other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach Bureau Veritas North America, Inc. ATTN: Dir. Comm. &Library Services ATTN: Michael McDonald 2000 Main Street 220 Technology Drive, Suite 100 Huntington Beach, CA 92648 Irvine, CA 92618 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining 25-16636/383271 8 of 11 covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for 25-16636/383271 9 of 11 CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf,which are not embodied in this 25-16636/383271 10 of 11 Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH,a BUREAU VERITAS NORTH AMERICA, municipal corporation of the State of INC. California By: /11/ l/ 'J\ ,, Mayor print name ITS: (circle one)Chairman/Presiden ice Presiden City Clerk AND INITIATED AND APPROVED: By: f ,L(.64,--t_)6 5 Bksi— Director of Community&Library Services print name ITS: (circle one)Cecret Chief Financial Officer/Asst. RE VIEWED AND APPROVED: Secretary-Treasurer City Manager APPRO ED AS (TO _FORM: ..,,, City Attorney COUNTERPART 25-16636/383271 11 of 11 Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a BUREAU VERITAS NORTH AMERICA, municipal corporation of the State of INC. California dd By: ayor print name ti4tej /, lifK ITS: (circle one)Chairman/PresidentNice President City C_erk W2 7A5-4K-- AND INITIATED AND APPROVED: I - By: J Dire e r of &Library Services print ITS: (circle one)Secretary/Chief Financial Officer/Asst. RE VIEWED AND • 'PROVED: Secretary-Treasurer 7 City Mana:-r APPRO ED AS(TO_FORM: ,,,,.. City Attorney COUNTERPART 25-16636/383271 11 of 11 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Consultant to provide on-call architectural engineering, landscape architectural engineering and professional consulting services B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: SEE ATTACHED EXHIBIT A C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: EXHIBIT A 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. 2 Exhibit B EXHIBIT li 4p,U VF,Q `` A • 'Zr) BUREAU a VERITAS ► ON - CALtLIARCHITECTURAL ar -t1 414 f' , sw. ENGiNEERING, LANDSCAPE -r ARCHITECTURAL ENGINIBERING !-4; 3:.-- 410,1 , AND PROFESSIONAL CONSULTING - SERVICES ' t „ At April 29,2025 CONTACT FOR THE CITY OF HUNTINGTON BEACH Finance Department 2000 Main Street Huntington Beach,CA 92648 Attention:Cody Hernandez CONTACT REGARDING THIS SUBMITTAL Michael McDonald,AlA Director of Architecture Bureau Veritas North America,Inc. 220 Technology Drive,Suite 100 Irvine,CA 92618 Mobile:323.578.6099 Phone: 949.860.4800 michael.mcdonald@bureauveritas.com BUREAU VERITAS 220 Technology Drive,Suite 100,Irvine,CA 92618 P 949.680.2842 l www.bvna.com �Pu v�,P cr T I m (n • 1828 BUREAU VERITAS 1.. tea -xl,,I.r- .D, , a :It, _ Ili' ,, 11M iiri t P ! 1 � Section Page A.Vendor Application Form and Cover Letter 1 B. Background and Project Summary Section 6 C. Methodology Section 11 D. Staffing 16 E. Qualifications 32 F. Fee Proposal 37 BUREAU VERITAS 220 Technology Drive,Suite 100,Irvine,CA 92618 P 949.680.2842 I www.bvna.com A . VENDOR APPLICATION FORM AND COVER LETTER REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW 0 CURRENT VENDOR Legal Contractual Name of Corporation: Bureau Veritas North America, Inc. Contact Person for Agreement: Michael McDonald Corporate Mailing Address: 220 Technology Drive, Suite 100 City, State and Zip Code: Irvine, CA 92618 E-Mail Address: marketing.bvae@bureauveritas.com Phone: 800.733.0660 Fax: Contact Person for Proposals: Michael McDonald Title: Director of Architecture E-Mail Address: michael.mcdonaid@bureauveritas.com Business Telephone: 800 733.0660 Business Fax: Year Business was Established: 2003 Is your business: (check one) ❑ NON PROFIT CORPORATION El FOR PROFIT CORPORATION Is your business: (check one) O CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION 1 of 2 Names &Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Shawn Till •CEO and President 800.733.0660 Riad Habib Senior Vice President 800.733.0660 Heather B. Bush Vice President and Secretary 800.733.0660 Matthew Munter Executive Vice President 800.733.0660 Richard Henrikson Vice President 800.733.0660 Federal Tax Identification Number: 06-1689244 City of Huntington Beach Business License Number: A293282 (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 6/30/2025 2 of 2 3 References of Work Performed Form (List 5 Local References) Comany Name: Bureau Veritas North America,Inc. 1. Name of Reference: Huntington Beach Address: 2000 Main Street,Huntington Beach,CA 92648 Contact Name: Jerry Thompson Phone Number: 714.960.8845 Email: jerry.thompson@surfcity-hb.org Dates of Business: 2024 2. Name of Reference: Orange County Public Works Address: 2023 W Collins Ave,Orange,CA 92867 Contact Name: Rick De Jobg Phone Number: 714.647.4966 Email: rick.dejong@ocgov.com Dates of Business: 2019 Orange CountyPublic Works - 3. Name of Reference: Address: 2023 W Collins Ave,Orange,CA 92867 Contact Name: Scott Dessort Phone Number: 714.667.4924 Email: scott.dessort@copw.ocgov.com Dates of Business: 2020 4. Name of Reference: Orange County Community Resources Address: Orange,CA Contact Name: Karen Chieng Phone Number: 949.923.3758 Email: karen.chiengPocparks.com Dates of Business: 2016-2019 5. Name of Reference: City of Los Angeles General Services Department Address: Los Angeles,CA Contact Name: Richard Telles Phone Number: 213.473.7961 Email: richard.telles@lacity.org 4 Dates of Business: 2017-current A. COVER LETTER April 29,2025 City of Huntington Beach Finance Department 2000 Main Street Huntington Beach,CA 92648 Attention:Cody Hernandez Re:On-Call Architectural Engineering,Landscape Architectural Engineering,and Professional Consulting Services Dear Mr. Hernandez, On behalf of Bureau Veritas North America, Inc., (BVNA),we are pleased to submit our qualifications to provide On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services for the City of Huntington Beach (the City).We take great pride in our ability to provide exemplary services to our clients. BVNA has more than 40 years experience providing assistance to municipalities in California.As a local entity, BVNA has offices in Irvine,San Diego and Los Angeles.This well positioned team can provide on-call and even emergency assistance for all needs. BVNA has held many similar on-call architecture and engineering contracts for cities and municipalities throughout California,which will leverage into a very accessible partnership for the City. BVNA hopes to offer a turn-key experience for the City of Huntington Beach.We will utilize our in-house team of architects, mechanical,electrical, plumbing,structural and civil engineers;as well as LEED AP qualified energy experts and ADA compliance personnel. BVNA looks forward to a successful, professional relationship with the City of Huntington Beach by augmenting the department's staff, promoting transparency in our work,improving efficiencies and exceeding your expectations.We have included Richard Henrikson, PE, LEED AP, Engineering Technical Director,who is authorized to bind contracts. Michael McDonald,AIA,will be the Principal-in-Charge and Architecture Lead for this on-call contract. Please reach out to Michael with all inquiries regarding this submittal. BVNA acknowledges that we have received and considered the addenda,and included necessary changes to this proposal as needed.This proposal will be valid for 180 days from date of submittal. Sincerely, Michael McDonald,AIA Director of Architecture Bureau Veritas North America,Inc. 220 Technology Drive,Suite 100 Irvine,CA 92618 Mobile:323.578.6099 Phone: 949.860.4800 michael.mcdonald@bureauveritas.com BUREAU VERITAS 220 Technology Drive,Suite 100,Irvine,CA 92618 P 949 680 2842 i www.bvna.com B . BACKGROUND AND PROJECT SUMMARY SECTION B. BACKGROUND AND PROJECT SUMMARY SECTION FIRM QUALIFICATIONS AND BACKGROUND projects in Southern California and across the United Bureau Veritas North America, Inc., (BVNA) is a multi- States. The personnel,experience,and expertise of disciplinary,Architectural&Engineering(A&E)services this group,coupled with BVNA's access to voluminous firm offering technical studies,facility condition resources and well-established brand,will facilitate assessments (FCA),design, permitting,and assistance delivery of unparalleled architectural and engineering during construction services. BVNA is fully staffed to design services. manage simultaneous multiple projects of almost any sizes. Our principals and staff can provide AREAS OF TECHNICAL EXPERTISE commitments of time suitable to the needs of the BVNA has been providing architectural and City of Huntington Beach (City) projects. We have the engineering services on public agency and private in-house resources to fully staff City projects without sector projects for more than 40 years. BVNA's depth program disruption or cost impact. of professional personnel and experience in providing as-needed services have allowed us to successfully BVNA has 4,000 staff in North America,of which meet the consulting services needs of numerous about 300 are in California;the majority of that municipal,federal,state, public school districts, higher being in Southern California. We have conducted education,transportation, and other public agencies many projects for the City under previous master with wide variance of project sizes,types,and varying agreements and task orders, and we look forward schedules. to continuing to do so. We pride ourselves on the scheduling, logistics, and mobilization of our staff We understand that the City's construction to provide services at multiple sites on compressed improvement projects will vary in size,construction schedules. Our project managers assemble qualified value,and necessary disciplines,and that most teams in the project areas quickly. Our teams are will be time sensitive. BVNA's depth of experience familiar with codes governing City projects. We are providing these services for the City has enabled skilled at completing simultaneous multiple projects our professional's valuable insight how to effectively and have built-in measures for quality assurance/ manage projects involving new design and design quality control to complete projects to our Citys' for renovation,expansions,and upgrades of satisfaction. We consider meetings,communication, buildings,sites, mechanical building systems, and scheduling, management, budget, and quality control supporting internal facility systems. BVNA's Principal to be crucial elements to each engagement. professionals for this City contract bring many years of directly related experience in architectural design and In 2019, Bureau Veritas acquired Owen Group LP, an civil,structural, mechanical,electrical,and plumbing ENR ranked Top 500 Engineering Firm,Top 500 Green engineering design. BVNA's project manager and Design Firm,and Top 100 Construction Management discipline leads have each performed or supervised Firm. Owen Group has provided high quality project multiple City projects on as as-needed basis. management and design for over 10,000 projects since 1981,and has received more than 50 awards BVNA's professionals are well versed with the in recognition for its projects. The company is now California Building Code,Title 24 codes, LADBS recognized as Bureau Veritas Architectural and requirements, building standards and programs under Engineering division,or internally referred to as BVAE. the Seismic Safety Act, LEED Design specifications,and This partnership has allowed BVNA to expand the other applicable guidelines,which govern the work benefits provided to its current and future Cities by BVNA performs. increasing the level of support provided,diversifying service offerings, and enabling its teams to work together to cross-train,tap into subject matter experts, and successfully support innovative and complex 7 • B. BACKGROUND AND PROJECT SUMMARY SECTION In addition to our design work, BVNA's California Our integrated cross-discipline environment also Registered Architects and Licensed Engineers will be facilitates uncomplicated lines of communication actively supported by our in-house team members in and a more open exchange of ideas. Our expertise accessibility compliance specialists(CASp),fire&life in all facets of design and construction also allows us safety(FLS) disciplines,commissioning agents (CxA), to provide effective management and thorough risk LEED consultants and energy auditing specialists, analysis from the start to optimize the construction estimators,specification writers, procurement process. The following is a list of architectural services specialists,plan and constructibility reviewers, BVNA provides for a broad range of Cities. software management,construction management, value engineers, BIM/REVIT,CAD drafting, and support ARCHITECTURAL SERVICES INCLUDE: personnel. • Programming • Facilities Condition Assessments ARCHITECTURAL • Feasibility Studies BVNA(formerly Owen)takes pride in leading project • Accessibility Studies&Compliance teams in the architectural design of efficient, • Architectural Design functional,and cost-effective projects. Our key • Design Review architectural staff members have broad experience • ADA, DOT, DSA,and California Building Code Title in master planning, programming,feasibility studies, 24 Compliance Evaluations and Design building survey and evaluation,facility condition • Hardscape and Landscape Evaluations assessments,design, and construction support • Conceptual Design/Design Engineering services.The team works closely with our in-house • LEED-EB Projects multi-disciplined engineers and other design • Construction Cost Estimating professionals to ensure our clients the utmost • Technical Specifications in design coordination. From the initial project • Value Engineering Studies programming and preliminary design concept • Life Cycle Cost Benefit Analysis to completion of construction,our work reflects • Computer Aided Design/Drafting, Document innovative approaches to solving even the most • Imaging,and Record Drawing Digitizing complex space and design problems. • Constructability/Peer Review • Interior Design BVNA's architectural division is supported by our • FF&E engineering group for both new construction and • Space Planning modernization, upgrades and improvement projects, remodeling and repair of a wide variety of facilities including building/facility design, hardscape and landscape design,ADA compliance upgrade design, space planning, infrastructure upgrades, mechanical, electrical and plumbing projects,central plants and seismic upgrades. Our hardware and software technologies are at the leading edge of technology and our communication and information exchange systems employ the latest developments in efficiency and sophistication. BVNA implements a fully comprehensive three-dimensional program, Building Information Modeling(BIM)system Revit,for documentation and quality assurance/ quality control. 8 B. BACKGROUND AND PROJECT SUMMARY SECTION ELECTRICAL ENGINEERING MECHANICAL AND PLUMBING ENGINEERING BVNA specializes in all aspects of electrical engineering BVNA specializes in the design of mechanical, design,including supporting electrical systems and electrical,and plumbing systems and for new wiring for all mechanical equipment, HVAC,fire construction and renovations and upgrades to existing protection and sprinkler systems,fire alarm and life systems.Specific to mechanical and plumbing safety systems, low voltage and wireless services and systems for public agencies,our firm provides distribution, medium to high voltage services and comprehensive mechanical,electrical,and plumbing distribution,emergency generators and power back engineering design for HVAC,central plants,chillers, up,generators, UPS, IT infrastructure,data centers, cooling towers,chilled water distribution systems, CCTV,telecommunications,security systems,and thermal energy storage,cogeneration, air filtration, much more. refrigeration, plumbing and piping system design,fire sprinkler design,design of fluid transport, backflow To design optimal lighting systems, BVNA uses state- prevention,energy management systems (EMS),and of-the-art computer programs,as well as the latest other mechanical and plumbing systems relevant versions of industry codes and standards. On top to the industry we serve. State-of-the-art computer of this optimal design, BVNA also analyzes various modeling programs are utilized to arrive at optimum engineering problems such as voltage drops,short design solutions. These programs,as well as the circuit currents, relay selection and coordination, latest versions of the industry codes and standards grounding systems,and motor starting problems. enable BVNA to perform engineering design and BVNA also has extensive experience in power system commissioning services for optimal,energy efficient design range from 120Vto 34.5kV. Engineering tasks systems. g g g g Y include relay coordination,short circuit and fault analysis,arc flash analysis duct bank thermal analysis Additionally, BVNA uses up-to-date computer software based on Neher McGrath method, low resistance for HVAC calculations,Title 24 energy efficiency system design using Schwarz's equation based on IEEE certification,duct and piping design, load analysis, standard 80,cable pull tension calculation and HV hydronic system modeling, master planning,and vault configuration. engineering economics. These programs,as well as the latest versions of industry codes and standards, Electrical engineering services include: enable us to study and design optimal,energy- • Power distribution systems efficient systems that are workable,cost-effective,and • Lighting and lighting controls safe. • Lightning Protection design • Emergency/standby power systems • Prime power generation systems • Fire alarm systems • Computer networking • Security systems • Public address systems • Life safety systems • Cable television systems • Communication systems • Telephone and data • Intercom and paging • Grounding and bonding • 24/7 power systems • LEED Certification • Commissioning 9 B. BACKGROUND AND PROJECT SUMMARY SECTION UNDERSTANDING OF THE CITY OF HUNTINGTON BEACH Bureau Veritas will provide the City of Huntington Beach with access to Architectural, Landscape Architecture, MEP and Structural engineering expertise and services on an as-needed basis to support the city's design and construction projects.We have assembled an architecture,electrical and structural engineering team that is familiar with On-Call processes and work for buildings,sites and programs of various sizes and complexities. Based on the information provided in the RFP,we fully understand the services necessary for the scope of work for the City of Huntington Beach On-Call Projects.The potential architecture tasks may include: • Kick-Off and Progress Meetings • Preliminary Plans and Design/Schematic Design • Permitting/Entitlements • Landscape Architecture • Feasibility studies to assess the viability of proposed project • Renderings if required • Accessibility assessments and documents for corrective action • Technical studies, reports and presentations • Design development • Construction documents and specifications • Cost estimating • Value engineering if required • Project bidding assistance, bid analysis, respond to bid RFI's • Construction administration • On-Call services io C . METHODOLOGY SECTION C. METHODOLOGY SECTION 1. Implementation Plan Huntington Beach and the Contractor during the Bureau Veritas will provide the City of Huntington construction phase. Beach with access to Architectural, Landscape We are committed to providing consistent quality for Architecture, MEP and Structural engineering expertise each discipline we practice and on every project we and services on an as-needed basis to support the deliver.To ensure completion of the scope of services, city's design and construction projects.We have Bureau Veritas's quality control and quality assurance assembled an architecture,electrical and structural system incorporates standardized management engineering team that is familiar with On-Call and documentation practices to set and monitor processes and work for buildings,sites and programs clear strategies,goals,and objectives that are of various sizes and complexities. Based on the communicated and assigned for action within the information provided in the RFP,we fully understand team. the services necessary for the scope of work for DESIGN AND DOCUMENTATION the City of Huntington Beach On-Call Projects.The potential architecture tasks may include: Complete,accurate and fully coordinated documents Kick Off and Progress Meetings are essential for budgeting and seamless construction. • Preliminary Plans and Design/Schematic Design Bureau Veritas's services are based on understanding • Permitting/Entitlements an efficient project production system, including • Landscape Architecture planning,design,documentation and construction. •• Feasibility studies to assess the viability of PLANNING+RESEARCH proposed project The accuracy of initial research for On-Call projects • Renderings if required is crucial to successful development. Bureau Veritas • Accessibility assessments and documents for will thoroughly define and document all project corrective action parameters before beginning the design or technical • Technical studies, reports and presentations process.These tasks include: • Design development • Construction documents and specifications 1. Identification of all code requirements • Cost estimating 2. Identification of all technical parameters • Value engineering if required 3. Survey of existing physical conditions and review of • Project bidding assistance, bid analysis, respond to existing reports and evaluations if available bid RFI's Construction administration As in all phases of the work,this process is typically • On-Call services multi-disciplined,for which appropriate disciplines • provide research within their areas of expertise.This We recognize the need for design and technical information is shared at meetings that include The City excellence for these On-Call projects and we will be of Huntington Beach, Bureau Veritas,consultants and responsible for the design and delivery of documents appropriate user representation. for various milestones required by The City of Huntington Beach and the City of City of Huntington Beach Building Department. Furthermore,we will ensure that various building systems and site elements are properly designed and coordinated across all disciplines and that the project meets all local life safety and environmental codes,while at the same time coordinating cost estimates when required and project scheduling to ensure an on-time,on budget delivery. Lastly,we will work closely with The City of 12 C. METHODOLOGY SECTION DESIGN PROCESS Specifications Pre-Design/Schematic Design If required,specifications will be prepared in Should these phases be required,we will survey the collaboration between Bureau Veritas and the City existing physical conditions and prepare a detailed of Huntington Beach.A specification file based upon Project Description in coordination with The City CSI format will contain the results of all technical of Huntington Beach and stakeholders. Schematic research.All appropriate City of Huntington Beach and Design documents will follow these initial tasks,as contracting requirements are coordinated within the well as,appropriate discipline approaches for the general conditions,supplementary conditions and project. Upon acceptance of the schematic design technical specifications. milestone,we will include all programmatic, building Bureau Veritas will implement a focused and detail system requirements and all design disciplines with oriented approach that complies with all applicable the appropriate level of detail for this phase.The final the City of Huntington Beach requirements.We Schematic Design package will be presented to The recognize the importance that the deliverables for the City of Huntington Beach. City of Huntington Beach On-Call Consultant projects Design Development will comply with the standards and recommendations Should this phase be required,we will prepare a long after the project has been completed.Once complete and detailed physical description of the awarded an On Call project,we will compile a task building and site to refine the architectural,structural specific work plan and schedule that we will use to and MEP solutions.A presentation will be made during monitor design progress through the completion of this phase to confirm the requirements of the program each project. and The City of Huntington Beach and stakeholders. Prior to completion,a task specific cost estimate will be prepared and modifications will be made as necessary to maintain the project budget. Upon the satisfaction of these requirements,the project will be ready to enter the construction document phase. Technical Details Technical details, if required,are developed in recognition of the prevailing construction ability and standards. In situations in which such details involve a higher degree of complexity or specially manufactured components,they are developed in consultation with the artisans and manufacturers who provide them. Appropriate mockup and testing procedures are specified to ensure the intended results. Bureau Veritas has an exacting technical development standards and we are known for our experience in the development of technical details and systems. 13 C. METHODOLOGY SECTION 2.Scope of Work Requirements of quality control throughout the course of a project to BVNA will work closely with the City of Huntington ensure the firm meets time sensitive schedules. Beach from the start of each project through the SCHEDULE CONTROL completion of the project. BVNA has standards and BVNA utilizes common techniques to keep projects procedures in place to ensure timely delivery, both streamlined,organized,and on schedule. Periodic within budget and the specified time frames agreed review and reporting include:Timeline Forecast, upon during on call Task Orders. BVNA will achieve Progress Assessment,Progress Monitoring and client satisfaction and fulfill the requirements of the Schedule Adjustment. scope of work in the following ways: INTERNAL QA/QC POLICIES TO ASSURE QUALITY Utilization of these types of scheduling will track PRODUCT,SCHEDULE CONTROL,AND BUDGET projects as they move through different phases and aid CONTROL the project team in identifying project slippages and taking the steps necessary to correct them. Working Within Fixed Budgets Proximity to the City of Huntington Beach. BVNA's approach to managing and controlling project costs is founded in the identification and resolution of BVNA's office is centrally located to Huntington Beach, cost impacts early in the process when the firm has the as most of our team is located in Irvine. Our team can most ability to influence the outcome. Potential costs easily be on site for meetings, presentations and during are immediately identified and analyzed during review construction administration. BVNA can support with of assessment findings,identification of deficiencies general projects as well any emergency-based task and proposed corrections,then tracked, addressed, orders, if needed. and resolved on a continual basis. BVNA retains 3.Sample Approach to Project Schedule staff specializing in developing project schedules and cost estimating with capabilities in providing Please see the next page, (pg. 15)for sample schedule. project management.The firm's Project Manager and supporting estimating staff will perform independent 4.Specific Tasks Required from City Staff audits of cost estimates to ensure accuracy and Each project is unique,but we would typically need completeness. the City staff to provide project information, program BVNA is able to effectively manage large contracts or RFP, provide existing drawings, reports and requiring multiple sites, buildings, new construction, documentation,attend meetings and provide input/ renovations,and improvements projects.The firm has comments on progress drawings and presentations. gained a solid reputation in the industry for managing BVNA will incorporate the City staff comments into projects with cost efficiency,on schedule,within the next phase of drawings or the current phase if budget,and to the full satisfaction of its clients. appropriate. BVNA sees each project as a collaborative effort with the client. Meeting Time Schedules BVNA, in association with its subconsultant partners, retains a long established working relationship for a multitude of projects.This foundation of trust and respect has led to the delivery of quality work deliverables which the firm's clients have come to expect from the respective firms.As an organization, BVNA will provide the City with a cohesive team of highly qualified individuals to ensure each City project is completed to the City's complete satisfaction-on time and on budget. BVNA implements multiple layers 14 CITY OF HUNTINGTON BEACH-RFP SAMPLE APPROACH D ELM\AY DESIG\ PROJECT WOKC 'LA\ AND SCHEDULE SCHEMATIC CONSTRUCTION PERMITTING CONSTRUCTION BIDDING CONSTRUCTION DESIGN/ DOCUMENTS DOCUMENTS ADMINISTRATION DUE DILIGENCE , ,I11I 0 . • o Site visit Cost estimate at 50% Responses to comments Incorporate plan check Prepare bid documents RFI responses Prepare schematic design Prepare construction from prior phase comments Addenda and responses Review construction documents documents-95% Submit stamped plans Revise structural, to bid questions submittals and Code worksheet Code worksheet and calculations for mechanical and electrical Assist with bid analysis substitution requests Product cut sheets Specifications approval calculations as needed Other required bid support Attend progress Prepare structural, Respond to plan check Cost estimate at 100% services construction meetings mechanical and electrical comments Deliverables Issue sketches and calculations CD drawings and drawing modifications as specifications required Provide structural observations as required Coordinate with regulatory agencies as required Review contractor payment applications Close out and punch list Duration/weeks Duration/weeks Duration/weeks Duration/weeks Duration/weeks Duration/weeks Note:a detailed work plan will be provided up award of each project, including schedule, cost estimate milestones and project specific tasks .'U Vf9 m I V m rgp: BUREAU 15 D . STAFFING D. STAFFING EXPERIENCE OF PROPOSED STAFF BVNA has assembled a team of experts who are equipped to deliver exemplary services associated with the provision of on-call architectural engineering, landscape architectural engineering,and professional consulting services to the City. Each individual brings a wealth of knowledge unmatched by any other company.They have been specifically chosen for their experience in performing the required scope of work detailed in the request as well as their extensive list of certifications and licenses.The organizational chart below depicts lines of communication and areas of work for each professional. Additionally, resumes for staff assigned to the City are included in the following pages. Resumes indicate the extent of training received and examples of where said team members have been assigned to similar projects. City of Huntington Beach • Management Richard°Henrikson, PE, LEED AP Michael McDonald'AlA; Ahsan Mohammad, MS; PMP, Eng.Technical Director, Director of Architecture, Project. _ CMIT Signatory Manager,;Point of Contact Design_Manager Project.Team - Mechanical/Plumbing : Civil Engineers Architecture Engineers; Orland,Obtera,,ElT, LSIT Rhodore Geronaga, RA Richard Henrikson, PE, LEED AP Hong"Wong,:.RA Joshua Miller, PE Electrical Engineers •Casey Kysoth, LEED AP BD+C Erwinn Luu;`PE Husseiin''.Boudiab, PE r' Michael Cort Henry Phan,PE - Maged Loka, PE, Sub-consultant Landscaping Architectural kaab�„ Engineering Jeff Kim, PLA,ASLA. • Cornerstone Studios, Inc, ,: 17 D. STAFFING Richard Henrikson, P.E., LEED AP, Eng. Technical Director, Lead Mechanical/ Plumbing Engineer EDUCATION Richard has 40 years of engineering experience in the public and private M.S.,Civil Engineering sectors. His expertise on mechanical and plumbing infrastructure and B.S.,Civil Engineering building systems encompasses HVAC, plumbing,fire protection,complex central plants,thermal energy storage,chillers, boilers,cooling towers, heat REGISTRATIONS/ exchangers,and energy management systems. Richard's experience covers CERTIFICATIONS all phases of design,from preliminary/conceptual design through design and LEED AP construction documents and construction, as well as facility assessment, CA Registered Mechanical and sustainability designs. Richard is an expert in energy efficient and Engineering, #M22095 sustainable design,implementation of energy management systems (EMS), CA Registered Civil Engineer, and compliance management. His sustainable design solutions have often No.#C33092 far exceeded the clients expectations and this has earned him recognition a First Place National ASHRAE Energy Award for alternative energy design. He TOTAL YEARS OF also brings extensive experience in the conceptual design and detailed design EXPERIENCE of new buildings and modernization of existing facilities.This extends to 40+ detailed commissioning of building systems, both interior and exterior. PROJECT EXPERIENCE: South Orange County Community College District(SOCCCD),Saddleback College BGS Building HVAC AHU-05 Zone Conversion to HHW Re-Heat, Mission Viejo,CA. Lead Mechanical&Plumbing Engineer,Project Manager. Mechanical,electrical and plumbing(MEP) engineering design, assistance during construction,and commissioning for replacement of existing variable air volume (VAV) boxes with new VAV boxes that have heating hot water(HHW) re-heat coils and controls. Existing VAV box power sources were reused as available and where capacity existed. Ductwork reconfiguration was also involved. The Building BGS rooms served from AHU-05 are 232. 233,234,235,244,and 245. Orange County Public Works County Operations Center HVAC Modernization,Central Plant Replacement,and Tenant Improvements, Santa Ana,CA,Lead Mechanical&Plumbing Engineer- Designed both HVAC modernization and TI, replaced and modernized three large air handling units,and renovated the first,second,and third floors of the County Operations Center Buildings A and B. Orange County Harbor Justice Center(HJC) and West Justice Center Design and Construction Administration Services for Generator Replacement Project, Newport Beach,CA, Lead Mechanical&Plumbing Engineer, Project Manager- BVNA*'s scope of architectural&engineering (A&E) services was to provide Design Development,Construction Documents, Bidding Assistance,and Construction Assistance for this project. 18 D. STAFFING Michael McDonald,AIA, NCARB, Director of Architecture EDUCATION Michael brings more than 25 years of diversified experience in architecture Master of Architecture,SCI-Arc and interiors spanning projects from government,office buildings, K-12, BA, Environmental Design, higher education, landlord services and EV charging facilities. Michaels's SDSU experience covers all phases of design,from preliminary design through design development,construction documents and construction LICENSES/CERTIFICATIONS administration,as well as facility assessment. Michael's approach to design Registered Architect CA, is idea-driven,while complemented by a strong technical background and #30494 attention to detail. He sees the design process as a close collaboration with National Council of clients, placing their goals and aspirations at the forefront. Michael will have Architectural Registration oversight for all project issues, including project communication, resource Boards,#63818 management,staff organization, planning and scheduling. AIA Member,#38550189 PROJECT EXPERIENCE: British Petroleum (BP) Pulse/TA Travel Center,A&E Project Manager TOTAL YEARS OF -Semi-Truck EV Charging,solar canopy, BESS and microgrid system. Pilot EXPERIENCE project developing an existing gas station and travel center site to include 28+ overnight L2 chargers and L3 fast chargers for heavy duty trucks. Los Angeles Unified School District(LAUSD)Walk-In Freezer Cooler Modernization, Director of Architecture- Pilot Project for Grand View Elementary School, Markham Middle School, Mulholland Middle School, Huntington Park High School,Stanford Elementary School and Grant High School. California Construction Authority,San Bernardino Fairgrounds, Resiliency Plan and Renovation of Existing Buildings and Fairgrounds. Director of Architecture California Construction Authority,Orange County Fairgrounds, Director of Architecture- Renovation of existing fairground buildings. City of Industry-Transition and ADA Self-Evaluation Plan for City Facilities and Public Right of Way. Project Manager Charge Infrastructure Nationwide Auto Dealership Electrical Vehicle Charging, Project Architect- EV Charging Stations at multiple locations throughout the United States Electricfy America- Electrical Vehicle Charging Infrastructure&Charger Installation, Project Architect- EV Charging Stations at multiple locations throughout the United States. Bureau Veritas Laboratory Renovation Project(75,000 sf),Sparks, Nevada. Director of Architecture Atria Senior Living, Project Manager- Renovation and repair of multiple senior living facilities,throughout the US. Judicial Courts of California, East County Regional Center,San Diego,CA, Project Architect-Ceiling and Wall Assessment Report 19 D. STAFFING Ahsan Mohammed, PM, Project Manager EDUCATION Ahsan has over 7 years of experience in the construction industry on various MS,Construction projects with Bureau Veritas. He is a highly motivated Civil Engineering Management graduate with a Masters in Construction Management and has a firm BS,Civil Engineering understanding and extensive experience in various aspects of the industry. Ahsan has worked on different projects showcasing his ability to multitask, professionalism and desire to learn. He has firm understanding of OSHA LICENSES/CERTIFICATIONS regulations,as well as competency in project management, project PMP&CMIT delivery systems, preliminary budgeting,execution of plan,schedule,value engineering,and construction site management. TOTAL YEARS OF EXPERIENCE PROJECT EXPERIENCE: 7+ LAUSD-ADA Barrier Removal projects, Los Angeles,CA.Worked on 15 LAUSD project to make it ADA complaint. He helped us creating a detail log of Submittals for the projects, RFI, record quantity take-off, reviewing the blue prints and project scheduling. Maintained detailed logs of project paperwork including RFIs,submittals, meeting minutes,and daily logs Assisted with the maintenance of the project schedule and baseline schedule.Assisted Project Managers with budget control. LAPD-Urgent&Primary Care Clinic Renovation,CA. Mr.Ahsan Assisted in pre-construction quantity takeoff and worked closely with the project manager during the bidding process. Prepared ROM (Rough order of magnitude) estimate for the client and updated the schedule using Primavera P6&MS Project. He managed the projects complete from the start of the construction till the closet out to get the LAPWD certification. LAPD—Carson Sheriff Station Tenant Improvement,CA.Assisted seniors with quantity takeoffs of material,equipment&labor and determined the unit prices. Maintained detailed logs of project paperwork including RFIs, submittals, meeting minutes,and daily logs Assisted in material procurement by reviewing quotations for accuracy and negotiating with vendors. Maintained changed orders,substitution requested and He managed the projects complete from the start of the Design phase construction till the closet out to get the LAPWD certification City of Santa Ana-Tiny Tim Plaza Re-Development/Bridging the Aqua/Santa Ana Veterans Village,CA.The scope of work includes the ADA Assessment for new construction. Mr.Ahsan assisted the lead CASP project manager in managing these 3 public works projects. BVNA,formerly Owen Group, had provided ADA Assessment services and layout/interior construction bidding and securing al permits as well as construction management services. Mr.Ahsan managed the project from the CA phase as well as helping in getting permits and support from construction through closeout. 20 D. STAFFING Rhodore Geronaga, RA, Lead Architect EDUCATION Rhodore brings over 32 years of practical experience in master planning, B.S.Architecture programming,design,facility condition assessments(FCA), Facility Condition Index(FCI), risk analysis and management, and construction management LICENSES/CERTIFICATIONS of federal,state, municipal,educational, medical, and high-tech industrial CA Registered Architect, facilities. Rhodore serves as the Lead Architect and oversees daily activities #C24750 of the architectural department, providing planning and technical design AZ Registered Architect support,assigning manpower for projects, monitoring for development of #71858 projects,conducting quality assurances reviews,inter-discipline coordination and constructability reviews and administration of projects through the TOTAL YEARS OF complete construction process. His architectural design experience includes EXPERIENCE handling of design projects from preliminary concepts,code analysis, 32+ preparation of contract documents, clients and government agency interactions,consultants and in-house disciplines coordination,vendors and suppliers management,and taking projects through construction administration and closeout process. PROJECT EXPERIENCE: Recent Los Angeles County Internal Services Division (LACIS) Projects LACISD HOA Plumbing Systems •LACISD DMH MLK JACMFM 3rd Floor Renovation LACISD Hall of Administration 7th and 8th Floor HVAC Renovation LACISD Hall of Records Basement HVAC Renovation LACISD Civic Center Tunnel Egress Upgrade Orange County Public Works County Operations Center Building B- Santa Ana,CA.,Senior Project Manager-Architect.Assisted with the team to provide architectural, mechanical engineering, and electrical engineering services for design and construction assistance of the first floor HVAC redesign and new design,floor and wall finishes,ceiling/lighting replacement,and TI project scope. Los Angeles Department of Public Works(LADPW) Master Contract for As-Needed Architectural Design and Design Review Services-Carson Sheriff.Senior Project Manager-Architectural.The Carson Sheriff Station is a g historic building with a historical facade. BVNA was contracted to provide A&E design services for the modernization and expansion of this facility. Los Angeles County Department of Public Works(LACDPW). Performs building evaluation/FCA services and prepares associated reports.All evaluation services provided by our staff are performed under the most recent County Real Property Acquisition Policy(REAP). 21 D. STAFFING Hong Wong, RA,Architect EDUCATION Hong presents over 37 years of experience throughout the Southwestern B.S.,Architecture states,including California,Arizona, Utah,and Nevada. His expertise includes the comprehensive and in-depth understanding of multiple building and fire LICENSES/CERTIFICATIONS codes,with direct experience leading and managing,as well as performing, CA Registered Architect, plan check and construction plan review services for such clients as #C229867 Administrative Office of the Courts (AOC-now Judicial Council of California -JCC),California Department of General Services (DGS), Division of the State Member of National Council Architect(DSA),California Department of Corrections and Rehabilitation of Architectural Registration (CDCR), U.S. Department of Veteran Affairs (VA),Office of Statewide Health Boards Planning and Development(OSHPD),and many other agencies. Hong brings a wealth of federal project experience and,spanning from the Department of TOTAL YEARS OF Energy to the U.S.Army Corps of Engineers. He is fluent in Cantonese, both EXPERIENCE conversationally and in writing. 37+ PROJECT EXPERIENCE: Los Angeles County Department of Public Works Redondo Beach Maintenance Yard and Restroom Deferred Maintenance Repairs. Redondo Beach,CA.Architect. Provided architectural and engineering services to improve the men's and women's restroom facilities,including: replacement of utility doors, bike path access with ADA compliance, and pavement repairs. Replaced guardrail and conduits in the yard. Los Angeles County Department of Public Works Zuma State Beach Restrooms Maintenance Repairs. Malibu,CA. Project Architect. BVNA provided architectural and civil,structural, plumbing and electrical engineering services for deferred maintenance upgrades at six existing restroom buildings and 16 parking lots. Orange County Community Resources On-Call Architectural and Engineering Services-Orange County Parks Aliso and Wood Canyons Wilderness Park,Aliso Viejo,CA. Project Manager.The project included architectural and engineering for the park visitor center, ranger office and restroom facilities. Designed and prepared construction documents for street utilities. Phase I work improved the parking area,Sycamore Grove gathering area, and Park Entrance Areas. Phase II work included construction of three entry buildings and related utility and site work. State of California, Department of General Services Architectural Retainer Services Southern California Region. Project Manager. Provided as-needed architectural services for various state-owned facilities, ranging from hospital and medical to agriculture, libraries,courts,and garages. Los Angeles County Public Works As-Needed Building Evaluation Services,Los Angeles,CA. Project Manager. Provided architectural analysis and assessments of county facilities to determine if various buildings were to code for structural integrity and ADA compliance. 22 D. STAFFING Casey Kysoth, LEED AP BD+C, Production Manager EDUCATION Casey brings more than 26 years of practical experience in programming, B.S.,Architecture design,and construction management of municipal;projects. He has performed multiple facility condition assessments for public agencies. He LICENSES/CERTIFICATIONS has worked on projects ranging from modernizations to new construction,to LEED Accredited upgrades and improvements involving ADA and California Building Code Title 24 compliance requirements.Casey oversees projects from early conceptual design phase and taking projects through construction administration and TOTAL YEARS OF closeout process. He has extensive ADA Survey experience dealing with EXPERIENCE Barrier Removal projects that required certification and close-out out by the 26+ Division of the State Architect(DSA). His experience includes preparation of accessibility documentation for Master Plan Construction Phasing Plans. Casey is responsible for supervising ADA accessibility site assessments by Certified Accessibility Specialist inspectors at various project sites to evaluate and establish a designated ADA path of travel, as well as to document and photograph non-compliant areas and features. PROJECT EXPERIENCE: City of Los Angeles General Services Department,Architecture and Engineering Services, Los Angeles,CA. BVNA is providing Architectural/ Engineering consultant services ranging from single tasks to responsibility for all services,including all phases of A&E design.Specific services include architectural programming, master planning, and design. Orange County Public Works County Operations Center Building B Architecture and Engineering Services-Santa Ana,CA. Production Manager.Assisted with the team to provide architectural, mechanical engineering,and electrical engineering services for design and construction assistance of the first floor HVAC redesign and new design,floor and wall finishes,ceiling/lighting replacement,and TI project scope. Los Angeles County Department of Public Works(LACDPW). BVNA is providing A&E and supporting services for various county-owned facilities. BVNA's scope includes conceptual designs through final designs, budget packages,ADA accessibility compliance,OSHPD compliance, LEED consulting,field and site investigations, preparation of reports, preliminary plans,working drawings,specifications,studies,construction documents, cost estimates, budgets,and more. Los Angeles Department of Public Works(LADPW) Master Contract for As-Needed Architectural Design and Design Review Services-Carson Sheriff. Production Manager.The Carson Sheriff Station is a historic building with a historical facade. BVNA was contracted to provide A&E design services for the modernization and expansion of this facility. 23 D. STAFFING Joshua Miller, PE, Mechanical/Plumbing Engineer EDUCATION Josh has over 8 years of experience as a mechanical engineer. He specializes B.S., Mechanical Engineering in mechanical design.principles,CAD software,and Microsoft Excel. He provides site surveys and investigations, load/energy modeling, HVAC system LICENSES/CERTIFICATIONS design and system selection,drafting,and value engineering. He studied CA Register Professional robotics,control systems,system dynamics,thermodynamics, heat transfer, Mechanical En ineer, No. materials science, machining,economics and technical writing. g M38772 PROJECT EXPERIENCE: TOTAL YEARS OF Orange County Public Works-1770 N Broadway HVAC Modernization EXPERIENCE Project-Design and CA. Mechancial/Plumbing Engineer. BVNA recently 8+ developed the HVAC Basis of Design (BoD) report and the design for the HVAC Modernization Project. BVNA rplaced the cooling tower, boiler and hydronic pumps and piping, replaced all water sourced head pumps, procided a new energy manangement system,and provided building carbon monoxide monitoring,filtered return grilles,and a new supply side ductwork. Orange County Public Works- Madero Live-In Healthcare Facility HVAC Modernization Project- Design and CA. Mechanical/Plumbing Engineer. BVNA recently developed the HVAC Basis of Design (BoD) report and the design for the HVAC Modernization Project.The intent is to extend the life of the building for 20 to 25 years. BVNA replaced the split air system air handling unity and their associated condensing units, replaced all Packaged Terminal Air Conditioning(PTAC) units and rooftop PTAC,and provided a new energy management system. Orange County Sheriff-Coroner Department Theo Lacy Facility Cooling Tower Replacement,Orange,CA.Architectural and engineering design services to replace the existing cooler tower on the roof of the administration building. City of Commerce Brenda Villa Aquatics Center Spectator Section HVAC Replacement,Commerce,CA. Mechanical/Plumbing Engineer.Services provided included the replacement of an aging roof top unit(50 ton), increase size and extend ductwork for spot cooling, provide variable refrigerant system units for spot cooling,code compliance(California Energy Commission (CEC) Title 24), heating/cooling calculations,equipment selection, review of as- built drawings, and all phase of design through final construction drawings. South Orange County Community College District Saddleback College Engineering and Design Services to Convert All BGS AHU-05 Zones to HHW Re-heat, Mission Viejo,CA. Mechanical Engineer. Provided engineering design for complete retrofit of existing VAV boxes with new VAV Boxes with HHW reheat coils and controls. BVNA is using existing power sources as available and where capacity permits. 24 D. STAFFING Erwinn Luu, PE, Mechanical Engineer EDUCATION Mr. Luu is experienced in designing and developing HVAC systems and BS, Mechanical Engineering equipment,including air and hydronic systems. He has designed HVAC and plumbing systems for various sectors,including commercial, residential, entertainment,education,and healthcare. He has also demonstrated design TOTAL YEARS OF experience within US federal and DOD markets, including USACE, NAVFAC, EXPERIENCE and AFCEC projects,adhering to specific requirements and standards. 4+ PROJECT EXPERIENCE: University of California, Riverside, Physics Building Mechanical(HVAC), Electrical,and Plumbing Distribution Replacement Project. Mechanical Engineer. Replaced the air handling units as well as the replacement of multizone air handling unit University of California,Riverside,Physics Building Mechanical(HVAC), Electrical,and Plumbing Distribution Replacement Project. Mechanical Engineer. Replaced the air handling units as well as the replacement of multizone air handling unit Orange County Public Works-1770 N Broadway HVAC Modernization Project- Design and CA. Mechancial Engineer. BVNA recently developed the HVAC Basis of Design (BoD) report and the design for the HVAC Modernization Project. BVNA rplaced the cooling tower, boiler and hydronic pumps and piping, replaced all water sourced head pumps,procided a new energy manangement system,and provided building carbon monoxide monitoring,filtered return grilles,and a new supply side ductwork. Orange County Public Works- Madero Live-In Healthcare Facility HVAC Modernization Project- Design and CA. Mechanical Engineer. BVNA recently developed the HVAC Basis of Design (BoD) report and the design for the HVAC Modernization Project.The intent is to extend the life of the building for 20 to 25 years. BVNA replaced the split air system air handling unity and their associated condensing units, replaced all Packaged Terminal Air Conditioning(PTAC) units and rooftop PTAC,and provided a new energy management system. 25 D. STAFFING Michael Cort, Mechanical/Plumbing Engineer LICENSES/CERTIFICATIONS Michael is a Plumbing&Mechanical Designer with experiencelin all types of CAD Technologies building construction systems. He is technically proficient in AutoCAD MEP, Certification Revit, NavisWork,and Bluebeam and knowledgeable with HVAC design Revit Certification and Title 24. He has worked in various industries including public agencies, education, housing,and retail. He communicates directly with the project team and clients on designs and develops project production timelines, TOTAL YEARS OF schedules and budgets. He has a proven track record of successfully EXPERIENCE completing multiple building construction and renovation projects. 5+ PROJECT EXPERIENCE: Orange County Public Works County Operations Auditor-Controller Buidling HVAC Modernization,Santa Ana,CA, Mechanical/Plumbing Engineer- Designed HVAC modernization, replaced cooling tower, boiler and hydronic pumps and piping,all water sourced heating pumps. Provided a new energy management system (EMS) and carbon monoxide monitoring, filtered return grilles, and new supply side ductwork. Orange County Public Works- Madero Live-In Healthcare Facility HVAC Modernization Project—Design and CA. Mechanical/Plumbing Engineer. BVNA recently designed the HVAC Modernization Project.The intent is to extend the life of the building for 20 to 25 years.This involved the replacement of the split air system air handling units and their associated condensing units, replaced all Packaged Terminal Air Conditioning(PTAC) units and rooftop package units,and new energy management system. Compton Unified School District HVAC Engineering Services,Compton, CA. Electrical Engineer. Designed the HVAC for the kitchens and ancillary spaces for the other 17 schools from the equipment schedules that have already been developed. BV com eted these designs for DSA plan check ll Y P g submittal,including associated design items that DSA requires in its plan check review sets. Kimco Headquarters Jericho Atrium Phase 4 Mechanical Upgrades Project in Jericho, New York. Mechanical/Plumbing Engineer. Engineering services for the design and construction assistance including project management,construction drawings,assistance during plan check, construction,and final construction documents. Getty Building Mechanical,Electrical, Plumbing,and Fire Protection Desgin, Los Angeles,CA. Mechanical/Plumbing Engineer. Provided the MEP engineering services for design and assistance during construction for the central MEP systems renovation for the building at 640 N, Sepulveda, Los Angeles,CA, Designed HVAC/Mechanical sytems, plumbing and electrical systems,and a PV solar system with battery energy storage system (BESS). 26 D. STAFFING Orland Obtera, EIT, LSIT, Lead Civil Engineer EDUCATION Orland is an accomplished project manager with more than 26 years of B.S.,Civil Engineering success across the management of civil engineering,architectural, logistics, transportation,educational and aviation industries,within various public LICENSES/CERTIFICATIONS agencies. He has extensive experience in leading projects as part of the CA Engineer-in-Training, program management team. He is thoughtful and creative in his approach to 113805 solving clients'challenges and works to break free from stagnation and reignite CA Land Surveyor-in-Training, growth, leading to successful implementation. He believes in finding solutions 6100 to project challenges, providing added value to the project team. His approach OSHA 30 Hour Certificate is to work as an extension of the clients'staff. He wants people and projects to succeed, understanding their success is his success. He is currently serving TOTAL YEARS OF as civil project manager with the design build team for the Los Angeles Metro EXPERIENCE Center Street Project. 26+ PROJECT EXPERIENCE: Los Angeles County Metropolitan Transportation Authority(LA Metro) Center Street Project Design Build.Civil Project Manager.Currently providing civil engineering for the single-story,26,000 sq.ft, $100M essential facility with future 2nd floors of enclosed space built over at least 91 at-grade parking spaces that will house Metro's new Emergency Operations Center(EOC) and Security Operations Center(SOC)while accommodating a 50-year expansion within the allocated project budget. Civil engineering services include storm drain design,sewer design,water system design and street improvements. Los Angeles County Internal Services Department(LAC ISD)- DCFS McCourtney Playground Refurb Project. Los Angeles,CA. Civil Project Manager. Provided civil engineering design for playground equipment demolition, artificial turf reconstruction,stormwater utility connections,and all other appropriate civil engineering design work for permitting and constructing the proposed playground equipment demolition,artificial turf reconstruction of LAISD- DCFS McCourtney Playground Refurb Project. Los Angeles Community College District East Campus Underground Filtration Project. Los Angeles,CA.Civil Project Manager. Provided civil engineering design services for East Campus Underground Filtration project at Southwest College. Project included installation of an underground infiltration system with pre-treatment systems integrated,installation of drainage improvements,installation and integration of grate inlets,design of a new maintenance and operations vehicle wash down area,and improvement to stormwater drainage. Los Angeles County Internal Services Department(LAC ISD) DPSS Building Demolition Project. Los Angeles,CA. Civil Project Manager. Provided civil engineering design services for LAISD Building Demolition Project. This includes installation of an underground infiltration system, installation of drainage improvements,installation and integration of grate inlets, and improvement to stormwater drainage for Low Impact Development compliance. 27 D. STAFFING Hussein H. Boudiab, P.E., Lead Electrical Engineer EDUCATION Mr. Boudiab has been in electrical engineering management,design, M.S., Electrical Engineering and construction support for over 36 years. His work has covered a broad B.S., Electrical Engineering range of projects, including several areas,such as healthcare facilities, K12, institutional,commercial, mixed-use, and military. He has designed and supervised numerous projects in power distribution, lighting,fire alarm,and LICENSES/CERTIFICATIONS security systems. He is experienced in large infrastructure medium voltage Registered Electrical Engineer: design,energy calculations,and short circuit analysis and coordination CA#13351 studies. Mr. Boudiab is the former teacher assistant and part time lecturer WA#31421 from Cleveland State University. He assisted in the Electrical Machinery Laboratory and Micro Processors Laboratory. Completed all required courses AZ#71543 for Doctor of Science in Electrical engineering,at Cleveland State University. TOTAL YEARS OF PROJECT EXPERIENCE: EXPERIENCE Orange County Public Works County Operations Center Buildings 36+ A&B HVAC.Santa Ana,CA. Electrical Engineer. Replaced the HVAC system throughout the COC's Building A&B.The work included review and confirmation of the accuracy of the existing HVAC distribution drawings and incorporating all undocumented conditions and the presence of all related HVAC components for compliance with current code requirements. Orange County Public Works John Wayne Airport'Programming Analysis, Evaluation,and Conceptual Design Layout for the Revision of ParkingStructure Level 0 and Level 1. Lead Electrical Engineer. Provided g the programming analysis,evaluation,and conceptual design layout of the revised and improved parking structure level 0 and 1 to meet JWA's needs. South Orange County Community College District(SOCCCD),Saddleback College BGS Building HVAC AHU-05 Zone Conversion to HHW Re-Heat, Mission Viejo,CA. Lead Electrical Engineer. Mechanical,electrical and plumbing(MEP) engineering design, assistance during construction, and commissioning for replacement of existing variable air volume(VAV) boxes with new VAV boxes that have heating hot water(HHW) re-heat coils and controls. Existing VAV box power sources were reused as available and where capacity existed. Ductwork reconfiguration was also involved. The Building BGS rooms served from AHU-05 are 232.233,234,235,244,and 245. Orange County Harbor Justice Center(HJC) and West Justice Center (WJC) Design and Construction Administration Services for Generator Replacement Project, Newport Beach,CA, Lead Electrical Engineer- BVNA's scope of architectural&engineering(A&E)services was to provide Design Development,Construction Documents, Bidding Assistance, and Construction Assistance for this project. 28 D. STAFFING Henry Phan, Electrical Engineer EDUCATION Mr. Phan has 27 years of experience in the development of Electrical Design BS Applied Electrical Engineering. He has worked on Renovation/Modernization of K-12 school Engineering in Computer building, Modular Building, University, Healthcare w/OSHPSD-3 Designs, Science Commercial,TI,Core&Shell Building, Power Distribution Upgrades,Standby &Emergency Generator Upgrades, Emergency Lighting Inverter/UPS Power LICENSES/CERTIFICATIONS System Upgrades, EVC Station Designs, Lighting&Controls System Upgrades, LEED Accredited HVAC Power Upgrades, Fire Alarm Detail Designs and Security System Designs. He has worked on projects for Northrop Grumman, US Air Force Base,The March Air Reserve Command, New Manufacturing and Commercial TOTAL YEARS OF Buildings for Northrop Grumman in states of Florida and California. EXPERIENCE 27+ PROJECT EXPERIENCE: Los Angeles Unified School District(LAUSD)Walk-In Freezer Cooler Modernization, Electrical Engineer. Pilot Project for Grand View Elementary School, Markham Middle School, Mulholland Middle School, Huntington Park High School,Stanford Elementary School and Grant High School. Los Angeles County Internal Services Department-Underground Utility Tunnels Orange County Public Works County Operations Center Buildings A&B HVAC.Santa Ana,CA. Electrical Engineer. Replaced the HVAC system throughout the COC's Building A&B.The work included review and confirmation of the accuracy of the existing HVAC distribution drawings and incorporating all undocumented conditions and the presence of all related HVAC components for compliance with current code requirements. Los Angeles Community College District Storm Water Projects, Los Angeles,CA, Principal,Lead Mechanical&Plumbing Engineer-Provided civil and MEP relative to electrical conduits and mechanical and plumbing for sump pumps on multiple campuses. Getty Building Mechanical, Electrical,Plumbing,and Fire Protection Desgin,Los Angeles,CA. Electrical Engineer. Provided the MEP engineering services for design and assistance during construction for the central MEP systems renovation for the building at 640 N.Sepulveda, Los Angeles,CA, Designed HVAC/Mechanical sytems, plumbing and electrical systems,and a PV solar system with battery energy storage system (BESS). Los Angeles General Services Department, LA Zoo Langur Exhibit/Cabling &Netting Engineering Project, Los Angeles,CA. Electrical Engineer. BVNA provided the A/E services for this project as requested by Los Angeles City- Department of General Services. BVNA evaluated condition of existing infrastructure/support system to determine condition and perform structural calculations to verify its capacity to accommodate up sized mesh (netting). If not,the BVNA proposed modification to the existing support system to support the new mesh (netting). 29 D. STAFFING Maged Loka, PE, Senior Electrical Designer EDUCATION Mr. Loka is a forward-thinking and top-performing Electrical Engineer with BS, Electrical Engineering extensive experience in the design,implementation, and management of electrical systems,including power, lighting,and ELV systems. He is skilled in delivering innovative electrical solutions for diverse sectors, including TOTAL YEARS OF residential,commercial, hotel, healthcare,and infrastructure construction EXPERIENCE projects. Mr. Loka is adept at ensuring project success through precise design, 24+ efficient execution,and adherence to industry standards. PROJECT EXPERIENCE: Yucaipa High School Mechanical Upgrades Project,Yucaipa,CA. Electrical Engineer. Replaced existing central plant equipment, replaced heat pumps and air handling unity,added two new hot water(HHW) boilers, and one chiller(CHW). BVNA also provided Field investigation/scoping,design, plan checks,and construction administration. Getty Building Mechanical, Electrical,Plumbing,and Fire Protection Desgin, Los Angeles,CA. Electrical Engineer. Provided the MEP engineering services for design and assistance during construction for the central MEP systems renovation for the building at 640 N.Sepulveda, Los Angeles,CA, Designed HVAC/Mechanical sytems, plumbing and electrical systems,and a PV solar system with battery energy storage system (BESS). Compton Unified School District HVAC Engineering Services,Compton, CA. Electrical Engineer. Designed the HVAC for the kitchens and ancillary spaces for the other 17 schools from the equipment schedules that have already been developed. BV completed these designs for DSA plan check submittal,including associated design items that DSA requires in its plan check review sets. Los Angeles General Services Department, LA Zoo Langur Exhibit/Cabling &Netting Engineering Project,Los Angeles,CA. Electrical Engineer. BVNA provided the A/E services for this project as requested by Los Angeles City- Department of General Services. BVNA evaluated condition of existing infrastructure/support system to determine condition and perform structural calculations to verify its capacity to accommodate up sized mesh (netting). If not,the BVNA proposed modification to the existing support system to support the new mesh (netting). Los Angeles Community College District West Los Angeles College Storm Water Implementation,Los Angeles,CA. Electrical Engineer. Projects included installation of vegetated bio-filtration system,installation of drainage improvements,installation and integration of grate inlets,and improvement to stormwater drainage. 30 D. STAFFING Jeff Woo Kim, PLA,ASLA, Cornerstone Studios- Principal Landscape Architect EDUCATION Mr. Kim has over twenty years of experience with Cornerstone Studios. He Bachelor of Science brings a thoughtful and creative approach to each of his clients and projects. Landscape Architecture, His keen sense of design, project management skills,and attention to detail are integral to the success of his project. LICENSES/CERTIFICATIONS With extensive experience working with numerous government agencies, he Licensed Landscape Architect excels in projects at the city,county,or federal level and possesses a good (California)#6082 understanding of the requirements needed to complete the project. He is responsible fo,r implementation of conceptual design through completion of construction documents as well as coordination with teams of sub- consu lta nts. PROJECT EXPERIENCE: LAPD Metro Division Facility-Los Angeles,CA. Mr. Kim was responsible for schematic design,design development,and construction documents on this project for the LAPD Metropolitan Division. He was in charge of selecting the overall planting palette, provided designs for neighborhood pocket park, staff courtyard, upper deck patio rooftop garden. He coordinated closely with the architect on the perimeter treatment and building a sketch up model for a presentation. He also worked with civil engineers in designing bio-swale application for on-site runoff treatment. Metro Purple Line Extension Section 2-Los Angeles. Design-build project including several streetscape/median sites,two (2) Metro Station Plazas and staging area restoration.The scope includes hardscape(paving and site furniture) and planting design from design development phase through site supervision.As Project Manager, Mr. Kim prepared planting design for median along Santa Monica Boulevard,directed staff during production of the concept package,attends meetings with Cities and managing the QA/QC process. Fire Station No.7- Los Angeles,CA. Mr. Kim was the project designer on Fire Station No.7 involved in schematic design through completion of construction documents and construction administration. Mr. Kim selected the plant palette,designed the hardscape layout and details. He is proficient in communicating design ideas with all invested parties using color rendered plan &image boards and coordinated with a team of consultants. Mr. Kim provided an overall design concept that satisfied the requirements of the City of Los Angeles"Landscape Ordinance,"and contributed to the project achieving LEED status. 31 E . QUALIFICATIONS E. QUALIFICATIONS YEARS IN BUSINESS Bureau Veritas North America,Inc.is a Delaware 1/2 corporation founded in 2003. It is a wholly owned subsidiary of Bureau Veritas Holdings,Inc.(a Delaware corporation-founded in 1988),which in turn is a wholly " .�..R owned subsidiary of Bureau Veritas S.A.(BVSA) (founded ,/0' 19 in 1828)a company publically traded on the Euronext. .�:: BVSA has one shareholder owning greater than ten * � ,,.u... percent(10%),Wendel Investissement S.A.The point of contact will be Michael McDonald,AIA,who has the authorization to act on behalf of the firm.Their contact tr # I information can be found below. -`-_ - :; In 2019,Bureau Veritas acquired Owen Group,an ENR HUNTINGTON BEACH-FACILITY CONDITION ranked Top 500 Engineering Firm,Top 100 Green Design ASSESSMENT CAPITAL PLANNING Firm,and Top 100 Construction Management Firm.This partnership has allowed BVNA to expand the benefits Huntington Beach,CA provided to its current and future clients,by increasing Project Contact: Mr.Jerry Thompson the level of support provided,diversifying service General Services Manager offerings,and enabling its teams to work together (714)960-8845 to cross-train,tap into subject matter experts,and jerry.thompson@surfcity-hb.org successfully support innovative and complex projects throughout California and the Western United States. Bureau Veritas(BV) provided professional services The personnel,experience,and expertise of this group to assess and evaluate existing facilities and coupled with BVNA's access to voluminous resources provide a detailed evaluation,cost estimates,and a and well established brand will facilitate delivery of maintenance plan for the following: unparalleled architectural and ADA compliance services. • Libraries • Police Stations • Fire Stations • City Hall • Civic Center • Museums • City Corp Yard/Maintenance • Recreational • Lifeguard HQs Huntington Beach goals included extending the life of the buildings a minimum of 20 years and to bring the facilities up to current building,fire/life safety, mechanical,electrical and plumbing(MEP) requirements,accessibility environmental hazard,and energy efficiency codes and standards. BV identified conditions to be addressed along with costs to correct conditions,and/or restore the facilities to acceptable conditions. 33 E. QUALIFICATIONS manner and without noisy disturbances of the animals. It also allows for the storage of renewable PV solar energy. Additionally, a new upgraded electrical service was } r� provided and overhead power,transmission was 11; undergrounded as part of the project.This provided a much more aesthetically appealing environment and increased electrical service reliability. • • ORANGE COUNTY PUBLIC WORKS FIRE DEPARTMENT MEMORIAL MONUMENT RELOCATION TO IRVINE PARK Orange,CA ORANGE COUNTY PUBLIC WORKS ON-CALL 2019 Completion ARCHITECTURAL AND ENGINEERING MASTER Project Contact:Scott Dessort CONTRACT,ORANGE COUNTY ZOO UTILITY MASTER Section Manager PLAN 714.667.4924 Orange,CA scott.dessort@ocpw.ocgov.com 2020 Completion BVNA* provided architectural and civil,structural Project Contact: Rick De Jong and electrical engineering services for relocation of Project Manager existing Fire Department Memorial Monument located 714.647.4966 at County of Orange Hall of Administration to Irvine rick.dejong@ocgov.com Regional Park.The existing monument was detached The County issued BVNA a Master Contract to from its concrete base and moved to a new location supplement its own internal staff.As an extension on a newly designed and constructed concrete base. to the County and a the lead of the design team, At the Irvine Regional Park location,the relocated BVNA is provided all phases of architectural (interior, monument has a triangular slab on grade around its full building,space planning,swing moves) and base,similar to the old location.The BVNA project engineering(civil,structural, mechanical,electrical, team designed a new path of travel, lighting system plumbing,and more),drawings,specifications,cost and a stable base foundation and pedestal. estimates,and building facility condition assessments, Relocation of the monument was successful and commissioning,as well as managed subconsultant completed in time for the annual memorial ceremony providing such services as landscape architects,data held at the park. consultants,security consultants,controls engineers, geotechnical, hazardous materials assessments,etc. As part of the OC Public Works master agreement, BVNA developed Orange County Zoo Master Utility Plan.This included widespread expansion and upgrades to site power distribution. It also included a new Testa battery emergency power system instead of a loud and polluting diesel engine-generation.This approach provided key emergency power back-up to vital zoo facilities in an environmentally friendly 34 E. QUALIFICATIONS Preliminary Design. Preliminary Design work included consultation with manufacturers of commercial and residential modular buildings to determine their suitability for the project. Detailed information was ai researched and evaluated to define one or more '" manufacturers and product to become the basis of design for the project. Evaluation parameters 1 rs --' included, but not be limited to; longevity of the firm, __ structural system,availability of suitable wall, roof, • ---_ and exterior cladding materials,availability of energy - -. -` efficient mechanical and electrical systems and green materials,geographic proximity to Orange County, ""‘ r' cost, previous experience providing similar products, ORANGE COUNTY COMMUNITY RESOURCES ON-CALL certification by State of California Department of ARCHITECTURAL AND ENGINEERING SERVICES-ALISO Housing and Community Development(HCD) as a AND WOOD CANYONS WILDERNESS (ALWO) PARK, Commercial Modular manufacturer,and availability VISITOR CENTER, RANGER OFFICE,AND RESTROOM of product designs incorporating features above FACILITIES ARCHITECTURAL&ENGINEERING DESIGN HCD/Code of Regulations minimum requirements. Preliminary Design work included structural Project Location engineering and cost evaluation of foundations 2016-2019 structures suitable for modular buildings and the Project Contact: Karen Chieng liquefiable soils condition expected for the site. Capital Improvement Project Manager Analysis and evaluation was based upon findings 949.923.3758 and recommendations of the Geotechnical Tests karen.chieng@ocparks.com and Report provided by an engineering firm under separate contract to OC Parks. Preliminary Design As Prime Consultant and Architect of Record (AOR), work involved the development of conceptual floor BVNA* provided architectural design with full service plans and elevations for the buildings,along with supporting civil,structural, mechanical,electrical, preliminary design and selection of HVAC,electrical, plumbing engineering,and overall construction and lighting systems Architectural and Engineering management. BVNA coordinated and managed design and commercial modular building design was all other consultants providing such services as carefully coordinated to determine the commercial landscape architect, utility location,geotechnical, modular building manufacturer(s) and system(s) for materials testing,inspection,and more. basis of design for the project. Building architectural The three buildings provide offices for the Park Ranger and engineering designs included the building floor and Non Profit Groups, Meeting and Educational plans,elevations and MEP systems. Preliminary civil Program space. Building#1-Visitor Center/Ranger engineering design was provided for utilities and site Office with Restroom Facilities, Building#2- Non- improvements. Profit Office/Meeting Room, Building#3- Education BVNA was requested to remain and the architectural /Training. BVNA provided preliminary design,30%- and engineering designer and completed the final 65%-95%construction documents, plan check and design documents for Building#1. final bid documents,and utilities for Building#1. The remainder of buildings have not been built and are still under consideration by the County. "BVNA, formerly Owen Group 35 E. QUALIFICATIONS structure and adjacent structures, Union Station (including pedestrian safety),supporting facilities,and hardscape.Assessment dates and recommendations linill l ��� were developed and presented to Metro in a timely # manner through utilizing one of the most effective ,1 and timely software applications, FileMaker Go/ It Pro. Data including Metro asset code,equipment � ID,age,condition assessment, photographs, ' It ��' LEED/energy betterment considerations,and _,, assessor's cost/budgets were logged to and existing database.With this data, project lists of priorities R- iv„` and recommendations were created and a master —.— "�' ''= ,� project list developed in conjunction with Metro's _ p J P J LA METRO ARCHITECTURAL AND ENGINEERING management.The most challenging aspect of this AS-NEEDED SERVICES-UNION STATION GATEWAY project involved working in a fully operational and BUILDING dynamic environment,which required a phased approach to the project so as to not interrupt daily Los Angeles,CA operations at the Metro high rise building and Union 2021 Completion Station,ensuring the staff of all departments remain Project Contact:Jinous Samii-Saremi fully functional Project Manager 213.627.7371 CITY OF LOS ANGELES GENERAL SERVICES jinous.samii-saremi@vanir.com DEPARTMENT ON-CALL ARCHITECTURAL AND ENGINEERING SERVICES Vanir Construction Management, Inc.and BVNA teamed for this As-Needed Services contract. BVNA City of Los Angeles provided full service,architecture and engineering 2017-ongoing energy efficient and sustainable designs,energy Project Contact: Richard Telles audits,facility condition assessments,ADA Project Manager accessibility compliance evaluations and design 213.473.7961 upgrades,construction bidding and monitoring richard.telles@lacity.org support,and additional services.This contract encompasses the Metro Union Station Gateway(USG) Project Description: BVNA is under contract to provide building,a 628,000 sq.ft.,27-story high rise office on-call architectural design and civil and structural tower with a four-level subterranean parking structure, engineering design services. Relevant projects Metro Union Station,and adjacent structures,all completed on time and budget: of which are actively part of the architecture and • DOT Communications Hub Enclosure engineering scope of work. • Mt. Lee Underground Bunker Waterproofing • Police Dept. Electrical&Communications An initial phase of this contract began with a Assessment of 16 LAPD Towers comprehensive FCA of the architectural,ADA compliance, building envelope, roofing,windows and walls,architectural,civil, MEP,as well as structural integrity and equipment of the entire building and project site.We performed FCAs on every floor of the 27-story building,as well as for the parking 36 EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, a glance,at the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 1 Exhibit B EXHIBIT B F . FEE PROPOSAL ROLE 2025 2026 2027 2028 2029 Principal $280 $294 $309 $324 $340 Project Manager $230 $242 $254 $266 $280 Project Architect $200 $210 $221 $232 $243 Architectural Designer $120 $126 $132 $139 $146 Senior Engineer $230 $242 $254 $266 $280 Engineer $175 $184 $193 $203 $213 Senior Commissioning Agent $220 $231 $243 $255 $267 Commissioning Agent $175 $184 $193 $203 $213 CAD DesignerI $110 $116 $121 $127 $134 CAD Designer II $70 $74 $77 $81 $85 Project Coordinator $100 $105 $110 $116 $122 Administrative $90 $95 $99 $104 $109 2 r Ct'(_ / .-------_, ® DATE(1.1M/DDNYYYY) r` Ra CERTIFICATE OF LIABILITY INSURANCE 0511712025 THIS CERTIFICATE iS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS "CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN. THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be 'endorsed. If SUBROGATION IS WAIVED, -subject to the terms and conditions of the policy, certain policies may require.an endorsement. A statement on Ic this certificate does not confer rights to the certificate holder In lieu of such endorsenient(s). C a PRODUCER CONTACT NA E: Aon Risk services Northeast, Inc, pMo NE Aon Risk Services Northeast, Inc. (NC.No.EXq: 866-283-7122 �/�,ll,,); (BOOj 363-0105 0 NY NY Office E-JLss: _ One Liberty Plaza _ 165 Broadway, Suite 3201 New York NY 10006 USA INSURER(S)AFFORDING COVERAGE NAIC E INSURED I1rs0RER A: Hartford Fire Insurance Co. 19682 Bureau Veritas North America, Inc I1isuRERB: Allianz Global Risks US Insurance Co. 35300 220 Technology orive INSURER Cr Trumbull Insurance company 27120, Suite 100 p y Irvine CA 92618 USA INSURER D: It/SURER E: • INSURER F: COVERAGES CERTIFICATE NUMBER: 570113299974 • REVISION NUMBER: . THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT„TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE'ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE-TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.- Limits� IN pp��`[���� pp��C��� shown are as requested i ILTR TYPE OF INSURANCE IIISO t'ND POLICY1IUMDER (I,1N/0�sr,1 (IAll1D0YFYYTO LIMITS B X COMMERCIAL GENERAL LIABILITY USL00159325 01/01/2025 01/01/2026.EACH OCCURRENCE $1,000,000 1 CLPJl.SI.rAOE aOCCUR SIR applies per policy terns & condi=ions DAMAGE TO RENTED $1,000,000 1111 PREMISES(Ea occurrence) MEO EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000I v GENLAGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $2,000,000 gr �—I PRO= N POLICY I X IJECT FLOC PRODUCTS=COL1PlOP AGG $2,000,000 OTHER: t--t A AUTOMOBILE LIABILITY 10 AB S41202 01/01/2025 01/01/2026 COMBINE()SINGLE LIMIT AOS (Ea accident) $1,000,000 _ • X ANYAUTO BODILY INJURY(PCrperson) O SCHEDULED BODILY INJURY(Per accident) Z OWNED AUTOS - -- -—- a! AUTOS ONLY HIREOAIROS NON-OWNED PROPERTY DN.IAGE U Mire AUTOS ONLY (Per ecddent) -e B X UMBRELLA LIAB X OCCUR USL00163325 01/01/2025 01/01/2026 EACH OCCURRENCE $5,000,000, U EXCESS LIAR CLAIMS-MADE AGGREGATE $5,000,000 I DEO i X(RETENTION S2S0,000 C WORKERS COMPENSATION AND 1OWNS412OO 01/01/2025 01/01/2026 x PER STATUTE IOTH- ENPLOYERS'LIADILnY Y111 See State Policy Addendum (ER MY PROPS IOTIPARTI:ER!EXECUTIVE r E.L.EACH ACCIDENT $1,000,000 OrnCEILVw,3EN EXCLUDED? I N NIA (Mandatory In 1I11) E.L.DISEASE-EA EMPLOYEE $1,000,000 II es dcwrLa under DESCRIPTION OF OPERATIONS below. E.L.DISEASE-POLICY LIMIT $1,000,000 B Architects & Engineers usF00248025 01/01/2025 01/01/2026 Each'claim $2,000,000 ;Professional claims Made Aggregate $2,000,000 SIR applies per policy terns & condiCions iirli DESCRIPTION OF OPERATIONS I LOCATIONS!VEHICLES(ACORD 101,Addillonel Remarks Schedule,may ha allached If more space Is required) certificate Holder, its officers, elected or appointed officials,employees, agents and volunteers are included as Additional insured in accordance with the policy provisions of the General Liability coverage, Business Auto Coverage'& Umbrella Liability policy. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provision of the Al General Liability Coverage, Busi ness Auto Coverages Workers Compensation & Umbrella Liability policy. General Liab lity Coverage, Business Auto coverage & Umbrella Liability evidenced herein is Primary to other insusaap a,�1��a t Additional Insured but only in accordance with the policy's provisions. 'General Liability covec) F1(8LME8Psl3 a brella Liability evidenced herein is Non-contributory to other insurance available to an Additional Insured, but on y a Ics_y. CERTIFICATE HOLDER CANCELLATION MICHAELJe.?V�InG�L�ICOVTTA SHOULD ANY OF THE ABOVE DESCRIBEI'iaf.T1{IE�fl lrJlP1 LED BEFORE THE EXPIRATION ga DATE THEREOF,NOTICE WILL BE DELIVERED HUDOINT6Yo g lkt`WNs City of Huntington Beach AUTHORIZED REPRESENTATIVE rk,7 • 2000 Main Street Wzi Huntington Beach CA 92648 USA w "�� �GG� fLriv es^4'/a/tea :Dtd�ep e/�!f/ IIME ©1988-2015 ACORD CORPORATION.All rights reserved ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 1 AGENCYCUSTOMERID: 570000048582 LOC#: �%GO- ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMED INSURED Aon Risk services Northeast, Inc. Bureau Veritas North America, Inc POLICY NUI'AER see Certificate Number: 570113299974 CARRIER NAIG CODE See Certificate Number: 570113299974 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Ad00onal Description at Operations/Locations IVeh'des: accordance with the policy's provisions. I i It�I pd ACORb 101(2009J01) ©4005 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered Marks of ACORb AGENCY CUSTOMER ID: 570000048582 ACORO Loot `-f ADDITIONAL REMARKS SCHEDULE Page _ of _ • AGENCY MASTED INSURED • Aon Risk services Northeast, Inc. Bureau Veritas North America, Inc POLICY NUMBER see Certificate Number: 570113299974 CARRIER NAIC CODE See Certificate Number: 570113299974 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Workers Compensation/Employers Liability 10WNs41200 01/01/25-01/01/26 Trumbull Insurance AR,DC,IN,LA,NE,RI,UT 1OWN541200 01/01/25-01/01/26 Twin City Fire Insurance Company FL,ND,OH,WA,WY 10WN541200 01/01/25-01/01/26 Hartford Insurance Company of the Midwest AK,ID 10WNS41200 01/01/25-01/01/26 Hartford Casualty Insurance Company M0rWV 10WN541200 01/01/25-01/01/26 Nutmeg Insurance Company CT,IL 1OWN541200 01/01/25-01/01/26 Hartford Fire Insurance Company NH,OR,PA 10WNS41200 01/01/25-01/01/26 Hartford Accident and Indemnity Company AL,GA,KY,MI,MT,NY,TN,VT 10WNS41200 01/01/25-01/01/26 Property & Casualty Ins Co of Hartford CA,CO,DE,ME, MN,MS,SC 10WN541200 01/01/25-01/01/26 Hartford Insurance Company of Illinois TX 10WNS41200 01/01/25-01/01/26 Hartford Insurance Company of the Southeast KS,MD 10WNS41200 01/01/25-01/01/26 Hartford Underwriters Insurance Company AZ,HI, NC,N1,SD,VA 10WNS41200 01/01/25-01/01/26 Sentinel Insurance Company, Limited IA,NM,NV,OK 10WaRs41201 01/01/25-01/01/26 Twin City Fire Insurance Company WI 10WBRS41201 01/01/25-01/01/26 Sentinel Insurance Company, Limited MA • g3g it fi ACORD 101 I2009 01) 02098 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: USL00159325 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)Of Covered Operations Any owner,lessee or contractor for whom you are Locations that are listed in the written contracts or performing operations when you and such owner,lessee agreements stated on the left side of this or contractor have agreed in writing In a contract or SCHEDULE. agreement that such owner, lessee or contractor should be added as an additional insured on your policy. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who is An Insured is amended to 2. If coverage provided to the additional insured is include as an additional insured the person(s) or required by a contract or agreement, the organization(s) shown In the Schedule, but only insurance afforded to such additional insured with respect to liability for"bodily injury", "property will not be broader than that which you are damage" or "personal and advertising injury" required by the contract or agreement to caused, in whole or in part, by: provide for such additional insured. 1. Your acts or omissions;or B.With respect to the insurance afforded to these 2. The acts or omissions of those acting on your additional insureds, the following additional behalf; exclusions apply: in the performance of your ongoing operations for This insurance does not apply to "bodily injury" or the additional insured(s) at the location(s) "property damage"occurring after: designated above. 1. All work, including materials, parts or However: equipment furnished in connection with such work, on the project (other than service, 1. The insurance afforded to such additional maintenance or repairs) to be performed by or insured only applies to the extent permitted by on behalf of the additional insured(s) at the law;and location of the covered operations has been completed;or CG 2010 1219 ©Insurance Services Office, Inc.,2018 Page 1 of 2 2. That portion of "your work" out of which the 2. Available under the applicable limits of injury or damage arises has been put to Its insurance; intended use by any person or organization other than another contractor or subcontractor whichever is less. engaged in performing operations for a This endorsement shall not increase the principal as a part of the same project. applicable limits of insurance. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or r[r F�F t'. Page 2 of 2 ©insurance Services Office, Inc.,2018 CG 2010 1219 POLICY NUMBER: USL00159325 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations j Any owner, lessee or contractor for whom you are Locations that are listed in the written contracts or performing operations when you and such owner, agreements stated on the left side of this SCHEDULE. lessee or contractor have agreed in writing in a contract or agreement that such owner, lessee or contractor should be added as an additional insured on your policy. i ki Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section iI — Who Is An Insured is amended to B. With respect to the insurance afforded to these it include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is 1 "property damage" caused, in whole or in part, by required by a contract or agreement, the most we 3, "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: I performed for that additional insured and included . 1 in the"products-completed operations hazard". 1. Required by the contract or agreement;or I However: 2. Available under the applicable limits of 1. The insurance afforded to such additional insurance; 1 insured only applies to the extent permitted by whichever is less. law;and This endorsement shall not increase the 2. If coverage provided to the additional insured is applicable limits of insurance. required by a contract or agreement, the i insurance afforded to such additional insured P will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 12 19 O Insurance Services Office, Inc.,2018 Page 1 of 1 t g i POLICY NUMBER: USL00159325 COMMERCIAL GENERAL LIABILITY CG20121219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: Any State Or Governmental Agency Or Subdivision Or Political Subdivision with whom you have agreed in writing in a contract or agreement that such State Or Governmental Agency Or Subdivision Or Political Subdivision should be added as an Additional Insured on your policy. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 2. This insurance does not apply to: include as an additional insured any state or a. "Bodily injury", "property damage" or governmental agency or subdivision or political "personal and advertising injury"arising out • subdivision shown in the Schedule, subject to the of operations performed for the federal following provisions: government,state or municipality;or 1. This insurance applies only with respect to b. "Bodily injury" or "property damage" operations performed by you or on your behalf included within the "products-completed 11 for which the state or governmental agency orleted subdivision or political subdivision has issued a operations hazard". permit or authorization. B. With respect to the insurance afforded to these However: additional insureds, the following is added to Section III—Limits Of Insurance: a. The insurance afforded to such additional If coverage provided to the additional insured is insured only applies to the extent permitted required by a contract or agreement, the most we li bylaw;and will pay on behalf of the additional insured is the b. If coverage provided to the additional amount of insurance: b required insured is a contract or Y agreement, the insurance afforded to such 1. Required by the contract or agreement;or additional insured will not be broader than 2. Available under the applicable limits of that which you are required by the contract insurance; or agreement to provide for such additional whichever is less. insured. This endorsement shall not increase the 6 applicable limits of insurance. u I � CG 2012 1219 ©Insurance Services Office, Inc.,2018 Page 1 of 1 , COMMERCIAL GENERAL LIABILITY CG 20 44 12 19 • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - VENDORS - AUTOMATIC STATUS WHEN REQUIRED IN AGREEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to f. Demonstration, Installation, servicing or include as an additional insured any"vendor", but repair operations, except such operations only with respect to liability for "bodily injury" or performed at the "vendor's" premises in "property damage" arising out of "your product" connection with the sale of the product; which is distributed or sold in the regular course of g, Products which, after distribution or sale by the"vendor's"business, you, have been labeled or relabeled or However,the insurance afforded to such"vendor": used as a container, part or ingredient of 1. Only applies to the extent permitted by law; any other thing or substance by or for the and "vendor";or 2. Will not be broader than that which you are h. "Bodily injury"or "property damage"arising required by the contract or agreement to out of the sole negligence of the "vendor" provide for such"vendor". for its own acts or omissions or those of its employees or anyone else acting on its B. With respect to the insurance afforded to any behalf. However, this exclusion does not i "vendor",the following additional exclusions apply: apply to: is` 1. The insurance afforded the "vendor" does not (1) The exceptions contained in u apply to: Subparagraphs d.or f.;or i a. "Bodily injury" or "property damage" for (2) Such inspections, adjustments, tests or f which the "vendor" is obligated to pay servicing as the "vendor" has agreed to ii damages by reason of the assumption of r make or normally undertakes to make in r,� liability in a contract or agreement. This the usual course of business, in li exclusion does not apply to liability for connection with the distribution or sale I damages that the "vendor" would have in of the products. the absence of the contract or agreement; 2. This insurance does not apply to any insured b. Any express warranty unauthorized by you; person or organization, from whom you have , c. Any physical or chemical change in the acquired such products, or any ingredient, part a product made intentionally by the"vendor"; or container, entering into, accompanying or 5 d. Repackaging,except when unpacked solely containing such products. F for the purpose of inspection, C. With respect to the insurance afforded to these I demonstration,testing,or the substitution of "vendors", the following is added to Section Iii — parts under instructions from the Limits Of Insurance: fi manufacturer, and then repackaged in the The most we will pay on behalf of the "vendor" is original container; the amount of insurance: e. Any failure to make such inspections, 1. Required by the contract or agreement;or i adjustments, tests or servicing as the i "vendor" has agreed to make or normally 2. Available under the applicable limits of j undertakes to make in the usual course of Insurance; business, in connection with the distribution whichever is less. or sale of the products; s i CG 20 44 1219 ©Insurance Services Office, Inc.,2018 Page 1 of 2 ; This endorsement shall not increase the applicable limits of insurance. D. The following definition is added to the Definitions section: "Vendor" means any person or organization who distributes or sells "your product" in the regular course of its business when you have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. • ii 1.4 fl is ii Page 2 of 2 ©Insurance Services Office, Inc.,2018 CG 20 44 12 19 Allianz Global Risks Policy Number: USL00159325 Effective Date: January 01,2025 ADDITIONAL INSURED -WHEN REQUIRED BY WRITTEN CONTRACT This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part A. Section II—Who is an Insured is amended to include any person or organization you are required to include as an additional insured on this policy by a written contract or written agreement in effect during this policy period and executed prior to the"occurrence"of the injury or damage but only to the extent required by the terms and conditions of such written contract or written agreement. B. The insurance provided to the above described additional insured under this endorsement is limited as follows: 1.The person or organization is only an additional insured with respect to liability arising out of ongoing operations performed by you or on your behalf. 2. In the event that the Limits of Insurance provided by this policy exceed the Limits of Insurance required by the written contract or written agreement,the insurance provided by this endorsement shall • be limited to the Limits of Insurance required by the written contract or written agreement. This endorsement shall not increase the Limits of Insurance shown in the Declarations pertaining to the coverage provided herein. 3.The insurance provided to such an additional insured does not apply to"bodily injury","property damage"or"personal and advertising injury"arising out of an architect's,engineer's or surveyor's rendering of or failure to render any professional services,including, but not limited to: (a)The preparing,approving or failin to prepare or approve maps,shop drawings,opinions,reports, { surveys,field orders,change orders,or drawings and specifications and (b)Supervisory,inspection,architectural or engineering activities. Any coverage provided by this endorsement to an additional insured shall be excess over any other valid and collectible insurance available to the additional insured whether primary,excess,contingent or on any other basis unless the written contract specifically requires that this insurance apply on a primary or non- contributory basis. fl All other terms and conditions remain unchanged. AGRL-CG 6001 (04-10) Page 1 of 1 POLICY NUMBER:USL00159325 COMMERCIAL GENERAL LIABILITY EFFECTIVE DATE:January 01,2025 CG 20 01 1219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the This insurance is primary to and will not seek additional insured. contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance;and I l ti ii CG 20 01 1219 ©Insurance Services Office, Inc.,2018 Page 1 of 1 Policy Number: USL00159325 COMMERCIAL GENERAL LIABILITY Effective Date: January 01,2025 CG 24 53 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) - AUTOMATIC This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. P ' CG 24 53 12 19 ©Insurance Services Office, Inc.,2018 Page 1 of 1 Allianz Policy Number: USL00159325 Effective Date: January 01,2025 THIS ENDORSMENT CHANGES THE POLICY,PLEASE READ IT CAREFULLY. ADVICE OF CANCELLATION TO ENTITIES OTHER THAN AN INSURED LIMITED TO EMAIL NOTIFICATION This policy is amended as follows: If we initiate cancellation of this policy for any reason other than non payment of premium,and A. The effective date of cancellation is prior to this policy's expiration date;and B. The "First Named Insured" is under an existing contractual obligation to notify an entity to whom a certificate of insurance has been issued(hereinafter,the Certificate Holder)when this policy is canceled;and C. The "First Named Insured" has provided us, either directly or through the "First Named Insured's" broker of record the email address of the contact of each such Certificate Holder;and D. We received this information after the"First Named Insured" receives notice of cancellation of this policy and prior to the policy's cancellation date in an electronic spreadsheet format that is acceptable to us; We will provide"Advice of Cancellation"via e-mail to such Certificate Holders. Proof of emailing the "Advice of Cancellation", using the information provided by the "First Named Insured", will serve as proof that we have fully satisfied our obligations under this endorsement. The"Advice of Cancellation" �f shall be emailed to each such Certificate Holder as soon as possible upon receipt of the information from the 1' "First Named Insured", however we are under no contractual obligation to email the"Advice of Cancellation" prior to the policy's cancellation date. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy of the effective date of such cancellation. Nor shall this endorsement invest any rights to any entity that is not an insured under the terms of this policy. The following Definitions apply to this endorsement: is G A. "First Named insured"means the Named insured shown on the Declarations Page of this policy. B. "Advice of Cancellation"means an email that provides the following information: 1. The Named Insured as shown on the Declarations Page of this policy; 2. The policy number of the policy being cancelled:and 3. The effective date and time of the cancellation. All other terms and conditions remain unchanged. ( AGRL-IL 8002(11-12) Page 1 of 1 POLICY NUMBER: 10 AB S41202 COMMERCIAL AUTOMOBILE HA99"161221 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM To the extent that the provisions of this endorsement provide broader benefits to the "insured" than other provisions of the Coverage Form,the provisions of this endorsement apply. 1. BROAD FORM INSURED e. Employees as Insureds Paragraph .1. - WHO IS AN INSURED - of (1).Any "employee" of yours while using a Section II - Liability Coverage is amended to covered "auto" you don't own, hire or add the following: borrow in your business or your d. Subsidiaries and Newly Acquired or personal affairs. Formed.Organizations f. Lessors as Insureds The Named Insured shown in the (1).The lessor of a covered "auto"while the Declarations is amended to include: "auto" is leased to you under a written (1) Any legal business entity other than a agreement If: partnership or joint venture,formed as a (a) The agreement requires you to subsidiary in which you have an provide direct primary insurance for Ownership interest of more than 50% on the lessor and the effective date of the Coverage Form. (b) The "auto" is leased without a However, the Named Insured does not driver. include any subsidiary that is an Such a leased "auto" will be considered a "insured" under any other automobile policy or would be an "insured" under covered "auto" you own and not a covered such,a policy but for its termination or "auto"you hire. the exhaustion of its Limit of Insurance. g: AdditionalInsured if Required by-Contract (2) Any organization that is acquired or (1) When you have agreed, in a written formed by you and over which you contract or written agreement, that a maintain majority ownership. However, person or organization be added as an • the Named Insured does not include any additional insured on your business auto newly formed or acquired organization: policy, such person or organization is an (a) That is a partnership or joint "insured", but only to the extent such venture, person or organization is liable for "bodily injury" or "property damage" (b) That is an "insured"under any other caused by the conduct of an "insured" policy, under paragraphs a. or b. of Who Is An (c) That has exhausted its Limit of Insured with regard to the ownership, Insurance under any other policy,or maintenance-or use of a covered"auto." (d) 180 days or more after its The insurance afforded to any such acquisition or formation by you, additional insured applies only if the unless you have given us notice of "bodily injury" or "property damage" the acquisition or formation. occurs: Coverage does not apply to "bodily (a) During the policy period, and injury" or"property damage" that results (b) Subsequent to the execution of such from an "accident" that occurred before written contract, and you formed or acquired the organization: Form HA 99 16 12 21 Page 1 of 5 ©2021,The Hartford (Includes copyrighted material of Insurance Services Office, Inc.with its permission.) (c) Prior to the expiration of the period This insurance is primary if you have of time that the written contract agreed in a written contract or written requires such insurance be provided agreement that this insurance be to the additional insured. primary. If other insurance is also (2) How Limits Apply primary, we will share with all that other insurance by the method described in If you have agreed in a written contract Other insurance 5.d. or written agreement that another person or organization be added as an (2) Primary And Non-Contributory To Other additional insured On your policy, the Insurance When.Required By Contract most we will pay on behalf of such If you have agreed in a written contract additional insured is the lesser of: or written agreement that this insUrance (a) The limits Of insurance specified in is primary and non-contributory with the the written contract or written additional insured's own insurance, this agreement;or insurance is primary and we will not, (b) The Limits of Insurance shown In seek contribution from that other the Declarations, insurance. Such amount shall be a part of and not Paragraphs (1)and (2)do not apply to other in addition to Limits of Insurance shown insurance to which the additional insured has been added as an additional insured. in the Declarations and described in this Section. When this insurance is excess, we will have no duty to defend the insured against any (3) Additional Insureds Other Insurance "suit" if any other insurer has a duty to If we cover a claim or "suit" under this defend the insured against that "suit". If no Coverage Part that may also be covered other insurer defends, we will undertake to by other insurance available to an de so, but we will be entitled to the insured's additional insured, such additional rights against all those other insurers. insured must submit such claim or"suit" When this insurance is excess over other to the other insurer for defense and insurance, we will pay only our share of the indemnity. amount of the loss, if any, that exceeds the However, this provision does not apply sum of: to the extent that you have agreed in a (1) The total amount that all such other written contract or written agreement insurance would pay for the loss in the that this insurance is primary and non- absence of this insurance;and contributory with the additional insured's own insurance. (2) The total of all deductible and self- insured amounts under all that Other (4) Duties in The Event Of Accident, Claim, insurance. Suit or Loss We will share the remaining loss, if any, by If you have agreed in a written contract the method described in SECTION IV- or written agreement that another Business Auto Conditions, B. General person or organization be added as.an Conditions, Other Insurance 5.d. additional insured on your policy, the additional insured shall be. required to 3. AUTOS RENTED BY EMPLOYEES comply with the provisions in LOSS Any "auto" hired or rented by your "employee" CONDITIONS 2. - DUTIES IN THE on your behalf and at your direction will be EVENT OF ACCIDENT, CLAIM , SUIT considered an"auto"you hire. OR LOSS — OF SECTION iV — The SECTION IV- Business Auto Conditions, B. BUSINESS AUTO CONDITIONS, in the General Conditions, 5. OTHER INSURANCE { same manner as the Named Insured. Condition is amended by adding the following: 2. Primary and. ,Nti-Contributory if e. If an "employee's" personal insurance also Required by ContraCt applies on an excess basis to :a covered Only with respect to insurance provided to "auto"hired or rented by your"employee"on an additional insured in A.1.g. - Additional your behalf and at your direction, this Insured If Required by Contract, the insurance will be primary to the following provisions apply: "employee's"personal insurance. (1) Primary insurance When Required By Contract Page 2 of 5 Form HA 99 1612 21 4. AMENDED FELLOW EMPLOYEE EXCLUSION obligation for any difference between the actual EXCLUSION 5. - FELLOW EMPLOYEE - of cash value of the "auto" at the time of the"loss" SECTION II - LIABILITY COVERAGE does not and the"outstanding balance"of the loan/lease. apply if you have workers' compensation "Outstanding balance" means the amount you insurance in-force covering all of your owe on the loan/lease at the time of"loss" less "employees". any amounts representing taxes; overdue Coverage is excess over any other collectible payments; penalties, interest or charges insurance. resulting from overdue payments; additional 5. HIRED AUTO PHYSICAL DAMAGE COVERAGE mileage charges;excess wear and tear charges; lease termination fees; security deposits not If hired "autos" are covered "autos" for Liability returned by the lessor; costs for extended Coverage and if Comprehensive, Specified warranties, credit life Insurance, health, accident Causes of Loss, or Collision coverages are or disability insurance purchased with the loan provided under this Coverage Form for any or lease;and carry-over balances from previous "auto" you own, then the Physical Damage loans or leases. Coverages provided are extended to"autos"you 8. AIRBAG COVERAGE hire or borrow,subject to the following limit. The most we will pay for "loss" to any hired Under Paragraph B. EXCLUSIONS - of SECTION III - PHYSICAL DAMAGE "auto"is: COVERAGE,the following Is added: (1) $100,000; The exclusion relating to mechanical breakdown (2) The actual cash value of the damaged or does not apply to the accidental discharge of an stolen property at the time of the"loss";or airbag. (3) The cost of repairing or replacing the 9. ELECTRONIC EQUIPMENT - BROADENED damaged or stolen property, COVERAGE whichever is smallest, minus a deductible. The a. The exceptions to Paragraphs B.4 - deductible will be equal to the largest deductible EXCLUSIONS -of SECTION III - PHYSICAL applicable to any owned "auto" for that DAMAGE COVERAGE are replaced by the i( coverage. No deductible applies to "loss" following: !' caused by fire or lightning. Hired Auto Physical Damage coverage is excess over any other Exclusions 4.c. and 4.d. do not apply to t equipment designed to be operated solely by collectible insurance. Subject to the above limit, use of the power from the "auto's" electrical 'l deductible and excess provisions, we will system that,at the time of"loss",is: g provide coverage equal to the broadest coverage applicable to any covered "auto" you (1) Permanently installed in or upon the own. covered"auto"; o We will also cover loss of use of the hired "auto" (2) Removable from a housing unit which is g if it results from an "accident", you are legally permanently installed in or upon the liable and the lessor incurs an actual financial covered"auto"; loss, subject to a maximum of $1000 per (3) An integral part of the same unit housing z "accident". any electronic equipment described in t This extension of coverage does not apply to Paragraphs(1)and(2)above;or K any "auto" you hire or borrow from any of your (4) Necessary for the normal operation of the s "employees", partners (if you are a partnership), covered "auto" or the monitoring of the members (if you are a limited liability company), covered"auto's"operating system. or members of their households. b. Section III, Physical Damage Coverage, 6. PHYSICAL DAMAGE - ADDITIONAL Limit of Insurance, Paragraph C.2. is TEMPORARY TRANSPORTATION EXPENSE amended to add the following: t COVERAGE t $1,500 is the most we will pay for "loss" In Paragraph A.4.a. of SECTION III - PHYSICAL any one "accident" to all electronic DAMAGE COVERAGE is amended to provide a equipment (other than equipment designed 0 limit of $50 per day and a maximum limit of solely for the reproduction of sound, and ? $1,000. accessories used with such equipment) that Li 7. LOAN/LEASE GAP COVERAGE reproduces, receives or transmits audio, visual or data signals which, at the time of 1 Under SECTION III - PHYSICAL DAMAGE loss COVERAGE, in the event of a total "loss" to a is: I covered "auto",we will pay your additional legal 6 I Form HA 99 16 12 21 Page 3 of 5 (1) Permanently installed In or upon the (2) A partner, if you are a partnership; covered "auto" in a housing, opening or (3) A member, if you are a limited liability other location that is not normally used company;or by the "auto" manufacturer for the installation of such equipment; (4) An executive officer or insurance manager, if you are a corporation. (2) Removable from a permanently installed 14. UNINTENTIONAL FAILURE TO DISCLOSE housing unit as described in Paragraph HAZARDS 2.a. above or is an integral part of that equipment;or If you unintentionally fail to disclose any hazards (3)An integral part of such equipment. existing at the inception date of your policy, we will not deny coverage under this Coverage c. For each covered "auto", should loss be Form because of such failure. limited to electronic equipment only, our 15. HIRED AUTO-COVERAGE TERRITORY obligation to pay for, repair, return or replace damaged or stolen electronic equipment will SECTION IV, BUSINESS AUTO CONDITIONS, be reduced by the applicable deductible PARAGRAPH B. GENERAL CONDITIONS, 7. - shown in the Declarations, or $250, POLICY PERIOD, COVERAGE TERRITORY - whichever deductible is less. is added to include the following: 10. EXTRA EXPENSE - BROADENED (6) For short-term hired "autos", the coverage COVERAGE territory with respect to Liability Coverage is Under Paragraph A.-COVERAGE-of SECTION anywhere in the world provided that if the III - PHYSICAL DAMAGE COVERAGE, we will "insured's"responsibility to pay damages for pay for the expense of returning a stolen covered "bodily injury" or "property damage" is auto to you. determined In a"suit,"the"suit" is brought in 11. GLASS REPAIR-WAIVER OF DEDUCTIBLE the United States of America, the territories and possessions of the United States of Under Paragraph D. - DEDUCTIBLE - of America, Puerto Rico or Canada or in a SECTION III-PHYSICAL DAMAGE COVERAGE, settlement we agree to. the following is added: 16. WAIVER OF SUBROGATION_ No deductible applies to glass damage if the Paragraph 5. TRANSFER OF RIGHTS OF glass is repaired rather than replaced. RECOVERY AGAINST OTHERS TO US - of 12. TWO OR MORE DEDUCTIBLES SECTION IV- BUSINESS AUTO CONDITIONS Under Paragraph D. - DEDUCTIBLE - of A. Loss Conditions is amended by adding the SECTION Ill-PHYSICAL DAMAGE COVERAGE, following: the following is added: We waive any right of recovery we may have If another Hartford Financial Services Group, against any person or organization with whom Inc. company policy or coverage form that is not you have a written contract that requires.such an automobile policy or coverage form applies to waiver because of payments we make for the same"accident",the following applies: damages under this Coverage Form. (1) If the deductible under this Business Auto 17. RESULTANT MENTAL ANGUISH COVERAGE Coverage Form is the smaller (or smallest) The definition of "bodily injury" in SECTION V- deductible, it will be waived; DEFINITIONS,C.is replaced by the following: (2) If the deductible under this Business Auto "Bodily injury" means bodily injury, sickness or Coverage Form is not the smaller (or disease sustained by any person, including smallest) deductible, it will be reduced by mental anguish or death resulting from any of 1 the amount of the smaller (or smallest) these. deductible. 18. EXTENDED CANCELLATION CONDITION I 13. AMENDED DUTIES IN THE EVENT OF Paragraph 2. of the COMMON POLICY ACCIDENT,CLAIM, SUIT OR LOSS CONDITIONS - CANCELLATION - applies The requirement in LOSS CONDITIONS 2.a. - except as follows: DUTIES IN THE EVENT OF ACCIDENT, If we cancel for any reason other than CLAIM, SUIT OR LOSS - of SECTION IV - nonpayment of premium, we will mail or deliver BUSINESS AUTO CONDITIONS that you must to the first Named Insured written notice of notify us of an "accident" applies only when the cancellation at least 60 days before the effective "accident"is known to: date of cancellation. (1) You,if you are an individual; Page 4 Of 5 Form HA 99 16 12 21 19. HYBRID, ELECTRIC, OR NATURAL GAS b. A"hybrid"auto is defined as an auto with an VEHICLE PAYMENT COVERAGE internal combustion engine and one or more In the event of a total loss to a"non-hybrid"auto electric motors; and that uses the internal for which Comprehensive, Specified Causes of combustion engine and one or more electric Loss, or Collision coverages are provided under motors to move the auto, or the internal this Coverage Form, then such Physical combustion engine to charge one or more Damage Coverages are amended as follows: electric motors,which move the auto. a. If the auto is replaced with a"hybrid"auto or 20. VEHICLE WRAP COVERAGE an auto powered solely by electricity or In the event of a total loss to an "auto"for which natural gas, we will pay an additional 10%, Comprehensive, Specified Causes of Loss, or to a maximum of$2,500, of the"non-hybrid" Collision coverages are provided under this auto's actual cash value or replacement Coverage Form, then such Physical Damage cost,whichever is less, Coverages are amended to add the following: b. The auto must be replaced and a copy of a In addition to the actual cash value of the"auto", bill of sate or new lease agreement received we will pay up to $1,000 for vinyl vehicle wraps by us within 60 calendar days of the date of which are displayed on the covered"auto"at the "loss," time of total loss. Regardless of the number of c. Regardless of the number of autos deemed autos deemed a total loss, the most we will pay a total loss, the most we will pay under this under this Vehicle Wrap Coverage provision for Hybrid, Electric, or Natural Gas Vehicle any one "loss" is $5,000. For purposes of this Payment Coverage provision for any one"loss"is$10,O00. coverage provision, signs or other graphics painted or magnetically affixed to the vehicle are For the purposes of the coverage provision, not considered vehicle wraps. a. A "non-hybrid" auto is defined as an auto that uses only an internal combustion engine to move the auto but does not include autos powered solely by electricity or natural gas. li li IA hgfit r€r Form HA 99 16 12 21 Page 5 of 5 • POLICY NUMBER: 10 AB S41202 COMMERCIAL AUTO CA20011120 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE Thls endorsement modifies insurance provided under the following: • AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the Policy effective on the inception date of the Policy unless another date is indicated below. Named Insured:BUREAU VERITAS NORTH AMERICA, INC. • Endorsement Effective Date: 01/01/2025 SCHEDULE Insurance Company:HARTFORD FIRE INSURANCE COMPANY Policy Number: 10 AB S41202 Effective Date: 01/01/2025 Expiration Date: 01/01/2026 Named Insured: BUREAU VERITAS NORTH AMERICA, INC. Address: 1601 SAWGRASS CORPORATE PARKWAY, SUITE 400 FORT LAUDERDALE, FL 33323 AdditIOfl S l or( ):ANY LESSORS AS REQUIRED BY WRITTEN CONTRACT Address: II Designation Or Description Of"Leased Autos": ALL LEASED AUTOS LEASED FROM A LESSOR AS REQUIRED ABOVE CA 20 01 11 20 ©Insurance Services Office, Inc.,2019 Page 1 of 2 Coverages Limit Of Insurance Or Deductible Covered Autos Liability $ 2,000,000 Each"Accident" Comprehensive $ 1,coo Deductible For Each Covered"Leased Auto" Collision $ 1,coo Deductible For Each Covered"Leased Auto" Specified $ NOT COVERED Deductible For Each Covered"Leased Auto" Causes Of Loss , Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Coverage 2. The insurance covers the interest of the lessor 1. Any "leased auto" designated or described in unless the"loss" results from fraudulent acts or the Schedule will be considered a covered omissions on your part. "auto" you own and not a covered "auto" you 3. If we make any payment to the lessor, we will hire or borrow. obtain his or her rights against any other party. 2. For a "leased auto" designated or described in C. Cancellation the Schedule, the Who Is An Insured 1. If we cancel the Policy, we will mail notice to provision under Covered Autos Liability the lessor in accordance with the Cancellation Coverage is changed to include as an"insured" Common Policy Condition. the lessor named in the Schedule. However, the lessor is an "insured"only for"bodily Injury" 2. If you cancel the Policy, we will mail notice to or"property damage" resulting from the acts or the lessor. omissions by: 3. Cancellation ends this agreement. a. You; D. The lessor is not liable for payment of your ti b. Any of your"employees"or agents;or premiums. 1? c. Any person, except the lessor or any E. Additional Definition I` "employee"or agent of the lessor, operating a "leased auto"with the permission of any As used in this endorsement:of the above. "Leased auto"means an"auto"leased or rented to you, including any substitute, replacement or extra 3. The coverages provided under this "auto" needed to meet seasonal or other needs, endorsement apply to any "leased auto" under a leasing or rental agreement that requires described in the Schedule until the expiration you to provide direct primary insurance for the date shown in the Schedule, or when the lessor lessor. N or his or her agent takes possession of the "leased auto",whichever occurs first. I B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for"loss" to a"leased auto". 1 a fi N la I I i k i 1 Page 2 of 2 ©Insurance Services Office, Inc.,2019 CA 20 01 11 20 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT Policy Number: 10 WN S41200 Endorsement Number: 56 Effective Date:01/01/2025 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: BUREAU VERITAS HOLDINGS, INC. 16800 GREENSPOINT PARK DR. SUITE 300S HOUSTON, TX 77060 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. not operate directlyor indirect) to benefit anyone not named in the Schedu le. This agreement shall p Y Y SCHEDULE ANY PERSON OR ORGANIZATION FROM WHOM YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. ri t, } is Countersigned by • Authorized Representative IFI r i Form WC 00 03 13 Printed in U.S.A. Process Date: Policy Expiration Date: `V THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) Policy Number: 10 WN S41200 Endorsement Number: 5 Effective Date:01/o1/202s Effective hour Is the same as stated on the Information Page of the policy. Named Insured and Address: BUREAU VERITAS HOLDINGS, INC. 16800 GREENSPOINT PARK DR. SUITE 300S HOUSTON, TX 77060 If this policy is cancelled by the Company,other than Any notification rights provided by this endorsement for non-payment of premium, notice of such apply only to active certificate holder(s) who were cancellation will be provided to the certificate issued a certificate of insurance applicable to this holder(s) with mailing addresses on file with the policy's term. agent of record. Such notice will be provided within Failure to provide such notice to the certificate 30 days of the Company's receipt of certificate holder(s) will not amend or extend the date the holder(s)information from the agent of record. cancellation becomes effective, nor will it negate If notice is mailed, proof of mailing to the last known cancellation of the policy. Failure to send notice mailing address of the certificate holder(s) on file shall impose no liability of any kind upon the with the agent of record will be sufficient proof of Company or its agents or representatives. notice. ii Form WC 99 03 98 Printed in U.S.A. Process Date: Policy Expiration Date: ©2011,The Hartford ti I� s #01',OTiNG CITY OF • =1 n� = _ _ 11 HUNTINGTON BEACH coofVTYo;;��` Lisa Lane Barnes I City Clerk August 27, 2025 Bureau Veritas North America, Inc. Attn: Michael McDonald 220 Technology Drive, Suite 100 Irvine, CA 92618 Dear Mr. McDonald, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and Bureau Veritas North America, Inc. for On-Call Architectural Engineering and Professional Consulting Services, approved by the Huntington Beach City Council on August 19, 2025. Sincerely, 114--tati-416A r Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov ON-CALL ARCHITECTURAL ENGINEERING,LANDSCAPE ACHRITECTUAL ENGINEERING;AND PROFESSIONAL CONSULTING SERVICES REQUEST FOR QUALIFICATIONS (RFQual) 1. BACKGROUND The City of Huntington Beach("City") Community&Library Services Department is seeking experienced Consultant firms to assist the City's staff in the following service categories: Architecture Engineering/Landscape Architecture Engineering g Qualified firms shall provide consulting services on an "on-call" basis for projects to be determined during the term of the contract. The contract shall be for a minimum three (3) year term with the option for one(1)additional one-year term.The City shall issue task orders for each project based upon the scope of services,qualifications,work schedule,and reasonableness of the fee.For task orders greater than$50,000 City will typically solicit qualifications from two or more qualified consultants. 2. SCHEDULE OF EVENTS This request for qualifications will be governed by the following schedule: Release of RFQual Monday,March 7,2025 15 Deadline for Written Questions by 4:00 PM Tuesday,Apri12 2025 Responses to Questions Posted on Web Tuesday,Apri29,2025 Proposals are Due by 4:00 PM Tuesday,April 1 2 25 Proposal Evaluation Completed Week of A �9025 Notification of Intent to Award(Tentative) Week of ttr ay1 2025 Approval of Contract by City Council(Tentative) Meeting of July+ 2025 3. SCOPE OF WORK In general, the Consultant shall perform consulting services on an "on-call" basis for projects assigned by the City.If the Consultant does not have the ability to self-perform all aspects of the scope of services, then the Consultant shall subcontract for those services.The scope of work for any one project may involve all phases of project development and may include but is not limited to the following: Kick-Off&Progress Meetings Attend mandatory project kick-off meeting(s) and subsequent progress meetings, as needed. Meetings may require in-person attendance, while others may allow a virtual attendance option. Provide minutes of meeting(s). 2 1315 Preliminary Plans and Design Prepare alternative preliminary layouts, surveying, architectural services, and estimates of probable cost for alternatives,and prepare details,and calculations.Present alternatives,as needed at staff and/or City Council meetings, and provide recommendations and analyses of the advantages of each alternative. Entitlements/Permits As a primary consultant, assist the City in obtaining entitlements and approvals from applicable agencies for environmental,and/or other permits as may be required. Construction Documents Prepare designs, plans, specifications, cost estimates, and contract bidding documents. The City shall review the construction documents at the preliminary engineering, sixty (60%) percent, ninety(90%)percent,and final documents stages. Prepare 24x36 inch construction drawings for bidding and archival purposes, providing code requirements, and all project related plan set details required for constructability. The City will provide a Microsoft Word Version of the General Provisions and bid forms; the Consultant shall modify the documents by adding the necessary special provisions and bid items. Based on direction from the City, consultant may also be asked to take the lead on construction plan submittals,plan checks and obtaining required permits through the Community Development Department. Technical Reports and Analysis Prepare needs assessments, master plans and technical studies such as park development fee analysis (including public outreach, community workshops/surveys), arborist(tree assessments), geotechnical/geophysical, and environmental (i.e., water, asbestos, lead, noise, impact, etc.) studies. Bidding Stage Assist the City in answering bidders' questions,attend pre-bid conferences and job walks,prepare addenda, analyze bids,and recommend award. Construction Stage Attend pre-construction conference, monitor construction schedule, visit construction site as required for progress and quality of work. Assist the contract manager, contractor, and inspector with interpretation of the plans and specifications,analysis of changed conditions,development of corrective action,review of shop drawings and other required tasks. Architectural/Landscape Architectural Engineering Services Consultant shall provide experienced personnel,equipment,and facilities to perform the following tasks. • Provide landscape, architectural,planning,and design services primarily for existing City Parks, facilities, Community Centers, Clubhouses i.e., tenant improvements, ADA modifications, etc., and park developments. The City is currently"built out"with limited 3 1316 I � "new" facilities anticipated in the next 3 years. The City also has a need for landscaping architecture services throughout City medians and public spaces. • Prepare sketches, renderings, and materials boards providing alternative architectural concepts,designs, and options that can be applied to project requirements. • Prepare in AutoCAD or Revit,24x36 inch construction drawings for biddingand archival Pr p purposes, providing code requirements, floor plans, ceiling plans, roof plans, elevations, walls,materials schedules, door and window schedules, and details. Provide one full-size set at each design stage with electronic file in *.PDF format,and in AutoCAD(I.DWG)or Revit(I.RVT)format. • Provide technical specification in MS Word format, for materials and methods to be incorporated into the City's Standard Supplemental Master Specifications. • Prepare Architect's/Engineer's cost estimates. • Provide architectural support during construction of projects. • Prepare as-builts and provide electronic file in *.PDF format, and in AutoCAD (*.DWG) or Revit(*.RVT)format. In addition to the services listed above, through the use of sub-consultants or in-house personnel, Consultants may be required to perform or assist in environmental assessments, material testing, civil and soils engineering and building architecture. 4. PROPOSAL FORMAT GUIDELINES Interested firms are to provide the City of Huntington Beach with a thorough proposal using the following guidelines: Proposal should be typed and contain no more than 25 typed pages using a 12-point font size, including transmittal letter,but excluding resumes of key people,Index/Table of Contents,tables, charts, and graphic exhibits. Each proposal will adhere to the following order and content of sections. Proposal should be straightforward, concise and provide "layman" explanations of technical terms that are used. Emphasis should be concentrated on conforming to the RFQual instructions, responding to the RFQual requirements, and on providing a complete and clear description of the offer.Proposals,which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract,may be rejected. The following proposal sections are to be included in the bidder's response: A. Vendor Application Form and Cover Letter Complete Appendix A, "Request for Proposal-Vendor Application Form" and attach this form to the cover letter. A cover letter, not to exceed three (3) pages in length, should summarize key elements of the proposal. An individual authorized to bind the consultant • must sign the letter. The letter must stipulate that the proposal price will be valid for a period of at least 180 days. Indicate the address and telephone number of the contractor's office located nearest to Huntington Beach, California and the office from which the project will be managed. B. Background and Project Summary Section The Background and Project Summary Section should describe your understanding of the City,the work to be done, and the objectives to be accomplished. Refer to Scope of Work of this RFQual. 4 1317 ' I C. Methodology Section Provide a detailed description of the approach and methodology to be used to accomplish the Scope of Work of this RFQual. The Methodology Section should include: 1) An implementation plan that describes in detail (i)the methods, including controls by which your firm manages projects of the type sought by this RFQual; (ii) methodology for soliciting and documenting views of internal and external stakeholders; (iii) and any other project management or implementation strategies or techniques that the respondent intends to employ in carrying out the work. 2) Detailed description of efforts your firm will undertake to achieve client satisfaction and to satisfy the requirements of the "Scope of Work" section. 3) A sample approach to developing a project schedule, identifying tasks and deliverables to be performed,tracking costs and overall time of completion. 4) Detailed description of specific tasks you will require from City staff.Explain what the respective roles of City staff and your staff would be to complete the tasks specified in the Scope of Work. D. Staffing Provide a list of individual(s) who will work on requested projects and indicate the functions that each will perform. Include a resume for each designated individual. Upon award and during the contract period, if the contractor chooses to assign different personnel to the project, the Contractor must submit their names and qualifications including information listed above to the City for approval before they begin work. E. Qualifications The information requested in this section should describe the qualifications of the firm,key staff and sub-contractors performing projects within the past five years that are similar in size and scope to demonstrate competence to perform these services. Information shall include: 1) Names of key staff that participated on named projects and their specific responsibilities with respect to this scope of work. 2) A summary of the your firm's demonstrated capability, including length of time that your firm has provided the services being requested in this Request for Qualifications. 3) Provide at least five local references that received similar services from your firm. The City of Huntington Beach reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Client name i. • Project description • Project start and end dates • Client project manager name, telephone number, and e-mail address s 1318 F. Fee Proposal Please include a fee schedule with your proposal, including hourly rates for the primary firm and any subcontractors,if applicable. Rate Sheet Salary information shall be included in the RFQua1 of all proposed positions needed in the performance of duties. Rate sheets shall include a four (4) year, locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub- consulting,surveying,the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. 5. PROCESS FOR SUBMITTING PROPOSALS All proposals must be submitted in PDF file format. • Content of Proposal The proposal must be submitted using the format as indicated in the proposal format guidelines. • Preparation of Proposal Each proposal shall be prepared simply and economically, avoiding the use of elaborate promotional material beyond those sufficient to provide a complete, accurate and reliable • presentation. • Number of Proposals Submit one (1) PDF file format copy of your proposal in sufficient detail to allow for thorough evaluation and comparative analysis. A single proposal shall include all diciplines,if proposing more than one. • Submission of Proposals Complete written proposals must be submitted electronically in PDF file format via the Planetbids.com website no later than 4:00 p.m. (P.S.T)on Tuesday,April 1-S;2025 Faxed or e-mailed proposals will not be accepted 29 • . Inquiries Questions about this RFQual must be directed in writing through the PlanetBids Q&A tab no later than 4:00 p.m. (PST)April ,2 025,for response. From the date that this RFQual is issued until a firm is selected and the selection is announced,firms are not allowed to communicate for any reason with any City employee or elected official other than the contracting officer listed above regarding this RFQua1, except during the pre-proposal conference. Refer the Schedule of Events of this RFQual or the City webpage to determine if a pre-proposal conference has been scheduled. The City reserves the right to reject any proposal for violation of this provision. No questions other than written will be accepted,and no response other than written will be binding upon the City. 6 1319 • Conditions for Proposal Acceptance } This RFQua1 does not commit the City to award a contract or to pay any costs incurred for any services. The City, at its sole discretion, reserves the right to accept or reject any or all proposals received as a result of this RFQual,to negotiate with any qualified source(s), or to cancel this RFQuaI in part or in its entirety. All proposals will become the property of the City of Huntington Beach, USA. If any proprietary information is contained in the proposal, it should be clearly identified. 6. EVALUATION CRITERIA ti The City's consultant evaluation and selection process is based upon Qualifications Based Selection(QBS)for professional services. The City of Huntington Beach may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance: A. Compliance with RFQual requirements B. Understanding of the project C. Recent experience in conducting similar scope,complexity,and magnitude for other public agencies D. Educational background,work experience,and directly related consulting experiences E. Price F. References The City may also contact and evaluate the bidder's and subcontractor's references; contact any bidder to clarify any response;contact any current users of a bidder's services; solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process. The evaluation committee shall not be obligated to accept the lowest priced proposal,but shall make an award in the best interests of the City. After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled,the oral interview will be a question/answer format for the purpose of clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, should be present at the oral interview. A Notification of Intent to Award may be sent to the firm(s) selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not subject to disclosure to competing firms unless an agreement is reached. If contract negotiations cannot be concluded successfully,the City may negotiate a contract with the next highest scoring firm or withdraw the RFQual. • Any communications, whether written or verbal, with any City Councilmember, the Honorable Mayor,elected City official,or City staff other than the individual indicated herein,prior to award of a contract by City Council, is strictly prohibited.Any proposer who violates this provision shall be immediately disqualified from consideration as a vendor under the terms of this RFQua1. 7 1320 i I 7. STANDARD TERMS AND CONDITIONS • Amendments The City reserves the right to amend this RFQual prior to the proposal due date. All amendments and additional information will be posted to the Huntington Beach Procurement Registry, Huntington Beach - Official City Web Site - Business - Bids & RFP's; bidders should check this web page daily for new information. • Cost for Preparing Proposal The cost for developing the proposal is the sole responsibility of the bidder. All proposals submitted become the property of the City. • Contract Discussions Prior to award,the apparent successful firm may be required to enter into discussions with the City to resolve any contractual differences. These discussions are to be finalized, and all exceptions resolved within a reasonable amount of time from notification. If no resolution is reached,the proposal may be rejected, and discussions will be initiated with the next highest scoring firm. See Exhibit B for a sample agreement. • Confidentiality Requirements The staff members assigned to this project may be required to sign a departmental non- disclosure statement. Proposals are subject to the Freedom of Information Act. The City cannot protect proprietary data submitted in proposals. • Financial Information The City is concerned about bidders' financial capability to perform, therefore, may ask you to provide sufficient data to allow for an evaluation of your firm's financial capabilities. • Payment by Electronic Funds Transfer—EFT: The City requires that payment be made directly to the vendor's bank account via an Electronic Fund Transfer(EFT)process. Banking information will need to be provided to the City via an Electronic Credit Authorization form. A City Representative will provide the Electronic Credit Authorization form upon intent to award. Vendor will receive an Electronic Remittance Advice with the payment details via email. It is solely the responsibility of the vendor to immediately notify the City of any change to their information related to payments. • Insurance Requirements City Resolution 2008-63 requires that licensees, lessees, and vendors have an approved Certificate of Insurance (not a declaration or policy) on file with the City for the issuance of a permit or contract. Within ten (10) consecutive calendar days of award of contract, successful proposer must furnish the City with the Certificates of Insurance proving coverage as specified in Appendix C. Failure to furnish the required certificates within the time allowed will result in forfeiture of the Proposal Security. Please carefully review the Sample Agreement and Insurance Requirements before responding to the Request for Qualifications enclosed herein. The terms of the agreement, including insurance requirements have been mandated by City Council and 8 1321 can be modified only if extraordinary circumstances exist. Your response to the Request for Qualifications must indicate if you are unwilling or unable to execute the agreement as drafted as well as providing the insurance requirements. The City will consider this in determining responsiveness to the Request for Qualifications. . 1 { 9 1322 APPENDIX A 1 1 1323 1 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW ❑ CURRENT VENDOR Legal Contractual Name of Corporation: Contact Person for Agreement: Corporate Mailing Address: City, State and Zip Code: E-Mail Address: Phone: Fax: Contact Person for Proposals: Title: E-Mail Address: Business Telephone: Business Fax: Year Business was Established: Is your business: (check one) ❑ NON PROFIT CORPORATION El FOR PROFIT CORPORATION Is your business: (check one) El CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION 1 of 2 1324 Names&Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone i I Federal Tax Identification Number: City of Huntington Beach Business License Number: (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: f � E i It� 2of2 1325 References of Work Performed Form (Local/like agencies) �..._._ Comany Name: 1. Name of Reference: Address: Contact Name: Phone Number: Email: Dates of Business: 2. Name of Reference: Address: Contact Name: Phone Number: Email: . " Dates of Business: 3. Name of Reference: Address: Contact Name: Phone Number: Email: • Dates of Business: • 1328 • APPENDIX B IS s{� ii { { 1327 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY, and , a hereinafter referred to as "CONSULTANT." WHEREAS,CITY desires to engage the services of a consultant to ; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW,THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. { agree/surfnet/professional svcs mayor 1 of 11 12107 1328 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on , 20 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than from the Commencement Date. The time for performance of the tasks identified in Exhibit"A" are generally to be shown in Exhibit"A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed Dollars($ ). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit"B." agree/surthedprofessional svcs mayor 2 of 11 12/07 1329 7. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to { CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent(or alleged negligent)performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide agree/surfnet/professional svcs mayor 3 of 11 12/07 1330 coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars($1,000,000.00)per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work(including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2)years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. agrcel su fnedprofessional svcs mayor 4 of 11 12/07 1331 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force;and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior { written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand-the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner,the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and agree/surfiet/professional svcs mayor 5 of 11 12107 1332 employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. agree/surfnetlprofessional secs mayor 6 of 11 12107 1333 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the } other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return } } receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach ATTN: 2000 Main Street Huntington Beach,CA 92648 } 17. CONSENT } When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and agree!surfnet/professional svcs mayor 7 of 11 12107 1334 are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. agree/surftebprofessional svcs mayor 8 of 11 12/07 _ l 1336 = r 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services,and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attomey's fees, such that the prevailing party shall not be entitled to recover its attomey's fees from the nonprevailing party. 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement,shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. agree/sur&iedprofessional svcs mayor 9 of 11 12/07 1336 ' I 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. CONSULTANT's initials 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the 3 opportunity to consult with legal counsel prior to executing this Agreement. The parties also . . acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this • Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 29. EFFECTIVE DATE • IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. agree/surfnet/professional svcs mayor 10 of 11 12/07 1337 CONSULTANT, CITY OF HUNTINGTON BEACH, a municipal corporation of the State of COMPANY NAME California Mayor By: print name City Clerk ITS: (circle one)Chairman/President/Vice President AND INITIATED AND APPROVED: By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. 1 Secretary-Treasurer REVIEWED AND APPROVED: City Manager • APPROVED AS TO FORM: City Attorney 1 4 i 1 3t I agree/surfnet/professional svcs mayor 11 of 11 12107 1338 EXHIBIT "A" { A. STATEMENT OF WORK: (Narrative of work to be performed) B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: C. CITY'S DUTIES AND RESPONSIBILi' ThS: D. WORK PROGRAM/PROJECT SCHEDULE: g{3 EXHIBIT A 1339 EXHIBIT"B" Payment Schedule(Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide,at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 1 Exhibit B 1340 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. I ' E I { � � I 2 � Exhibit B 1341 EXHIBIT "B" Payment Schedule(Fixed Fee Payment) 1. CONSULTANT shall be entitled to monthly progress payments toward the fixed fee set forth herein in accordance with the following progress and payment schedules. 2. Delivery of work product: A copy of every memorandum, letter,report,calculation and other documentation prepared by CONSULTANT shall be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 3. CONSULTANT shall submit to CITY an invoice for each monthly progress payment due. Such invoice shall: A) Reference this Agreement, t B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANTs firm that the work has been performed in accordance with the provisions of this Agreement; • and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 4. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the • parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. Exhibit B 1342 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR Table of Contents 1 Scope of Services 1 2 City Staff Assistance 2 3 Term; Time of Performance 2 4 Compensation 2 5 Extra Work 2 6 Method of Payment 3 7 Disposition of Plans,Estimates and Other Documents 3 8 Hold Harmless 3 9 Professional Liability Insurance 4 10 Certificate of Insurance 5 11 Independent Contractor 6 12 Termination of Agreement 6 • 13 Assignment and Delegation 6 14 Copyrights/Patents 7 15 City Employees and Officials 7 16 Notices 7 ' 17 Consent 8 18 Modification 8 19 Section Headings 8 20 Interpretation of this Agreement 8 21 Duplicate Original 9 22 Immigration 9 23 Legal Services Subcontracting Prohibited 9 24 Attorney's Fees 10 25 Survival 10 26 Governing Law 10 27 Signatories 10 28 Entirety 10 29 Effective Date 11 • 4f 1343 APPENDIX li 1344 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insuranee Requirements Vendor Type Additional'.,._.. Automobile Professional Property. Insured Liability General Liability Liability Insurance Workers'Comp fndorsg[neats Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VIL See Exhibits Al-4 for sample forms. Email:Justin.Wessels@surfcity-hb.org or Heather.Campbell®surfcity-hb.org Phone: 714-374-5378 or 714-536-5210.Fax: 714-536-5212. Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Contractors: Any persons or entities who Minimum of Combined single limit As required by Include the contract with the City and/or provide services to $1,000,000 per bodily injury and the State of policy number the City which are readily available and occurrence for property damage. California,with and Additional efficiently procured by competitive bidding. bodily injury, Minimum of Statutory Limits Insured personal injury $1,000,000 per and Employer's Endorsement and property occurrence.Allows Liability Requirement Permittees: Any persons or entities who make damages.Allows up to $5,000 Insurance with statement application to the City for any use of or up to$1,000 deductible. a limit of no below. (See Note encroachment upon any public street,waterway, deductible.(See (Additional Insured less than 3 below.) pier,or City property. Note 1 below.) Endorsement is alw s aY $1,000,000 per Vendors: Any persons or entities who transfers required with General accident for property or goods to the City which may or may Liability Ins.) bodily injury or not involve delivery and/or installation. disease.(See Note 2 below.) Note 1 -Automobile Liability: The City of Huntington Beach, its officers,elected or appointed officials, employees,agents and volunteers must be named as certificate holder and as additional insured by separate attached endorsement. Permittees who do not use vehicles or equipment in connection with the permit shall not be required to provide auto insurance.To be exempt from this requirement,permittees must execute a declaration such as Exhibit 1 attached. Note 2-Workers'Compensation Exemption:If entity has no employees,a signed Declaration of Non-Employee Status form is required. Note 3-Additional Insured Endorsement Requirements:The City,its officers,elected or appointed officials,employees,agents,and volunteers are to be covered as additional insureds by separate attached endorsement(s)as respects liability arising out of action performed by or on behalf of the contractor, products and completed operations of the contractor,premises owned,occupied or used by the contractor,or automobiles owned, leased or borrowed by the contractor.The coverage shall contain no special limitations on the scope of protection afforded to the City. HB Insurance Matrix_revised 4-7-16(2)_xlsx 1 of 4 1345 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurunee Requirements Vendor Type Additional' .. Automobile Profession*I Property Insured General Liability Liability Insurance Workers'Comp End41r; Al titr Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII.See Exhibits Al-4 for sample forms. Email:christine.keen@surfcity-hb.org Phone: 714-374-S373 Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Design Professionals: Professional service Minimum of contractors who contract with the City and/or $1,000,000 per provide architectural and/or engineering services occurrence and to the City. in the aggregate. Professional Services: Services that involve the exercise of professional discretion and Allows up to $10,00 independent judgment based on an advanced or l deeductiducti ble. specialized knowledge,expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02. Services includes but are not limited to those services provided by appraisers, architects, attorneys,engineers, instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work(including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion,including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. IIB Insurance Matrix revised 4-7-16(2).xlsx 2 of4 1346 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance Requirements Vendor Type Adttitionaj Automobile Professional Property Insured Liability General Liability Liability Insurance Workers'Comp Endorsements Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII.See Exhibits Al-4 for sample forms. Email:christine.keen®surfcity-hb.org Phone: 714-374-5373 Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Licensees/Lessees: Any persons or entities Combined single limit Full As required by Include the who contract with the City for the use of public bodily injury and • replacement the State of policy number property. property damage. cost with no California,with and Additional Minimum of coinsurance Statutory Limits Insured $1,000,000 per penalty and Employer's Endorsement occurrence.Allows provision. Liability Requirement up to$5,000 Insurance with statement deductible. a limit of no below.(See Note (Additional Insurance less than 2.) Endorsement is always $1,000,000 per required with General accident for Liability Ins.) bodily injury or disease.(See Note I below.) Note 1 -Workers'Compensation Exemption: If entity has no employees,a signed Declaration of Non-Employee Status form is required. Note 2-Additional Insured Endorsement Requirements:The City, its officers,elected or appointed officials,employees,agents,and volunteers are to be covered as additional insureds by separate attached endorsement(s)as respects liability arising out of action performed by or on behalf of the contractor, products and completed operations of the contractor,premises owned,occupied or used by the contractor,or automobiles owned, leased or borrowed by the contractor.The coverage shall contain no special limitations on the scope of protection afforded to the City. IIB insurance Matrix_revised 4-7-16(2).xlsx 3 of4 1347 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VIL Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Vendor Type Minimum Insurance Requirements Liability Professi na&0 Design Professionals: Professional service contractors who Minimum of$1,000,000 per occurrence and in contract with the City and/or provide architectural and/or the aggregate. Allows up to$10,000 deductible. engineering services to the City. Professional Services: Services that involve the exercise of professional discretion and independent judgment based on an advanced or specialized knowledge,expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02. Services includes but is not limited to those services provided by appraisers, architects, attorneys,engineers, instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion, including the requirement of adding all additional insureds. 3) If insurance is terminated for any reason, professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. HB Insurance Matix_revised 4-7-16(2).xlsx 4 of 4