Loading...
HomeMy WebLinkAboutVerde Design, Inc. - 2025-08-19 2000 Main Street, r Huntington Beach,CA L r: City of Huntington Beach 9 2648 _+° APPROVED 7-0 File#: 25-553 MEETING DATE: 8/19/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Ashley Wysocki, Director of Community & Library Services PREPARED BY: Chris Cole, Community & Library Services Manager Subject: { Approve and authorize execution of Professional Services Contracts for On-Call Multi- Discipline Architectural Engineering, Landscape Architectural Engineering and Professional Consulting Services with Bureau Veritas North America, Inc., Dahlin Group Inc., David Volz 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-SI11, 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 Legistarm 77 .r File #: 25-553 MEETING DATE: 8/19/2025 contract, not a guaranteed amount. No funds will be expended under these contracts unless approved as part of the City's Annual Budget. As such, no additional funding is required for this action. Additionally, no additional funding is required to approve the two contract term extensions for On-Call Architectural Engineering & Professional Consulting Services for Kitchell/CEM, Inc. and Westberg White, Inc. Project funds have already been encumbered with no need for additional funding. Recommended Action: A) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Bureau Veritas North America, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, B) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Dahlin Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, C) Approve and authorize the Mayor and City Clerk to execute "Professional Services Contract between the City of Huntington Beach and David Volz Design Landscape Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, D) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Arthur M. Gensler, Jr. & Associates, Inc. (Gensler) for On- Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, E) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Gillis + Panichapan Architects, Inc. for On-Call Landscape Architectural Engineering, and Professional Consulting Architectural Engineering,, t g g, g 9 9 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, ,4: 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 powered by Legistar"' 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, r 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 i. Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, M) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and RJM Design Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, N) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and RRM Design Group for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, 0) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and SVA Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, El 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"" � s - ^ M/A 7 k 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(sl: 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 3.03of 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 LegistarTM 80 I1 - - 1 File#: 25-553 MEETING DATE: 8/19/2025 plans, park development, geotechnical, elevators, structures, and new builds, etc. Fewer on-call consultants limits staffs ability to schedule and manage projects in an efficient manner. Consultants with specific areas of expertise often have substantial workloads and may have conflicts in adhering to the requested timeline. With multiple consultants, staff will have increased flexibility in scheduling project design tasks or even scheduling projects simultaneously, creating a more timely and effective process. The use of multiple contracts also assists in creating a competitive climate between firms, which is advantageous in securing the best pricing. In general, the Standard Operating Procedure (SOP) in administering on-call contracts is for staff to issue task orders for each project based upon the scope of services. For task orders greater than $50,000, the City will typically solicit proposals from two or more of the qualified consultants. Bids are requested from the on-call list, based on the firm's specialty. For example, architectural-only firms will be asked to bid on library, facility, structural, and electrical projects and landscape-only firms will be asked for park development, right-of-way, etc. The firms that can do both will be used the same way. As part of the RFQ process, all firms had to provide work history and specialties, and the dual functioning firms are able to take on a larger variety of projects. The scope of work for architectural engineering, landscape architecture engineering, and professional consulting firms may involve all phases of a development project. The following summarizes the major elements of the scope of work included in the RFQ. Preliminary Plans and Design - Prepare alternative preliminary layouts, surveying, architectural services, and estimates of probable cost for alternatives, and prepare details and calculations. Present alternatives, as needed at staff and/or City Council meetings, and provide recommendations. and analyses of the advantages of each alternative. Entitlements/Permits -As a primary consultant, assist the City in obtaining entitlements and approvals from applicable agencies for environmental and/or other permits as may be required. Construction Documents - Prepare designs, plans, specifications, cost estimates and contract bidding documents. The City shall review the construction documents at the preliminary engineering, sixty (60%), ninety percent (90%), and final documents stages. Landscape, Architectural, Engineering Services - Provide landscape, architectural, planning, and design services primarily for existing City parks, facilities, community centers, clubhouses, i.e., tenant improvements, ADA modifications, etc., and park developments, as well as City medians and public spaces. Prepare sketches, renderings, and materials boards providing alternative architectural concepts, designs, and options that can be applied to project requirements. Prepare construction drawings for bidding and archival purposes, as well as technical specifications for materials and methods. The Consultant may be required to perform or assist in environmental assessments, material testing, civil and soils engineering and building architecture. Technical Reports and Analysis - Prepare needs assessments, master plans, and technical studies such as park development fee analysis, including public outreach, community workshops and City of Huntington Beach Page 5 of 9 Printed on 8/14/2025 powered by Legister" 81 File#: 25-553 MEETING DATE: 8/19/2025 surveys. Bidding Stage -Assist the City in answering bidders' questions, attend pre-bid conferences and job walks, prepare addenda, analyze bids, and recommend award. Construction Stage -Attend pre-construction conference, monitor construction schedule, visit construction site as required for progress and quality of work. Assist the contract manager, contractor, and inspector with interpretation of the plans, specifications, analysis of changed conditions, development of corrective action, review of shop drawings, and other required tasks. Architectural/Landscape Architectural Engineering Services - Provide landscape, architectural, planning, and design services primarily for existing City parks, facilities, community centers, clubhouses i.e., tenant improvements, ADA modifications, etc., and park developments, as well as City medians and public spaces. Prepare sketches, renderings,and materials boards providing alternative architectural concepts, designs, and options that can be applied to project requirements. Prepare architect's/engineer's cost estimates. In addition to the services listed above, using sub-consultants or in-house personnel, landscape r 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. • 9 Blufftop Slope Stabilization Repairs- Project Management $ 60,000 Carr Park Reconfiguration- Design &Construction Documents $316,113 Central Park Electrical Switchgear Replacement- Project Management $100,000 Central Park Master Plan -Conceptual Design and Costing $181,800 City Gym & Pool Flooring- Project Management $ 30,000 City Gym & Pool Partial Re-Roff- Project Management $ 35,000 Edison Park Reconfiguration-CEQA analysis $127,200 Edison Park Reconfiguration-Geotechnical Review $180,440 City of Huntington Beach Page 6 of 9 Printed on 8/14/2025 powered by LegistarTM 82 File#: 25-553 MEETING DATE: 8/19/2025 HB Art Center Electrical & Lighting Rehabilitation- Project Management $ 30,000 Helen Murphy Branch Foundation -Geological & Design Services $ 80,000 Huntington Central Library Child-Teen Reconfiguration $129,245 Library Facilities Master Plan-Conceptual Design &Preliminary Costs $334,277 Main Promenade Parking Structure Improvement— Project Management $ 35,000 Marina Park Rehabilitation- Design and Construction Documents $344,343 _ Schroeder Park- Design $ 64,000 South Beach Lots Attendant Booths- Project Management $ 11,000 Water Production Building Rehabilitation $ 96,000 Looking forward to future fiscal years, staff anticipate design and construction management services - will be needed for Carr, Edison, and Marina Park Reconfigurations. Preliminary construction costs for these three park development projects alone are estimated at$32 million with anticipated consulting services needed for the development of plans and specs, as well as construction management costs, totaling approximately 10% or$3.2 million. Staff also anticipates future on-call architectural engineering and landscape architectural services will be needed as a result of the recommendations included in the Library Facilities Master Plan and Central Park Master Plan, although preliminary cost estimates are not available at this time. In addition to this request for approval of the 16 new on-call contracts, staff are requesting approval - of two Amendment No. 2's for existing On-Call Architectural Engineering and Professional Consulting Services contracts for Kitchell/CEM, Inc. and Westberg White, Inc. The original two agreements expired July 20, 2024, but were extended for one year through July 19, 2025. These requested amendments would extend the contract terms for two additional years through July 19, 2027. Both firms currently have on-going on-call architectural projects with the City, however they did not participate in the recent on-call RFQ bidding process. The projects they have been working on are either fully designed, nearly fully designed, or entering the construction phase, requiring minimal service requirements, minimal or no additional compensation, and funded fully under the existing purchase order. Staff are requesting a second amendment for both firms to add two additional years to the contract duration, with no additional funding, and no new projects during or after the completion of existing obligations. This two-year extension is being requested as a safeguard to ensure project completion; however, it is not expected that the full two years will be utilized. In summary, staff are requesting the approval of 16 new on-call Architectural Engineering and Landscape Architectural Engineering contracts as well as the approval of two additional contract extensions for the firms of Westberg &White, Inc. and Kitchell/CEM, Inc. Environmental Status: Administrative Items: Pursuant to CEQA Guidelines Section 15378(b)(5), administrative activities of governments that will not result in direct or indirect physical changes in the environment do not constitute a project. Strategic Plan Goal: City of Huntington Beach Page 7 of 9 Printed on 8/14/2025 powered by LegistarTM 83 -- I File#: 25-553 MEETING DATE: 8/19/2025 Non Applicable-Administrative Item Attachment(s): 1. I_____ commended 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 legistarn, 84 File #: 25-553 MEETING DATE: 8/19/2025 between the City of Huntington Beach and NUV1S for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 12. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and PBK Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 13. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RDC-S111, Inc., DBA Studio One Eleven for On- Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 14. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RJM Design Group, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 15. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RRM Design Group for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 16. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and SVA Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. ' 4 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.' 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 { { { ' I { s - i 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 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," VERDE DESIGN, INC., a California Corporation hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to provide on-call architectural engineering, landscape architectural engineering and professional consulting services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Mark Baginksi who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-16636/3833897 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 A_ 04 j , 202-0 (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. 25-16636/3833897 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 25-16636/3833897 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: 25-16636/3833897 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 25-16636/3833897 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 25-16636/3833897 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 VERDE DESIGN, INC. ATTN: Dir. Comm. &Library Services ATTN: Mark Baginski 2000 Main Street 3685 Main Street Suite 350 Huntington Beach, CA 92648 Riverside, CA 92501 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 25-16636/3833897 8 of 11 covenants andprovisions of this Agreement. No covenant orprovision shall be deemed dependent g p 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 25-16636/3833897 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 25-16636/3833897 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 VE ESIGN,INC. municipal corporation of the State of California By: vim•^print, Mayor ITS: (circle one)Chairman/PresidentAtise• esident 1:71( nc. Pal AND City Clerk By: ` '1 INITIATED AND APPROVED: print name ITS: (circle one)Secretary/ hief Financial Office Asst. Director of Community &Library Services Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney COUNTERPART 25-16636/3833897 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 VERDE DESIGN, INC. municipal corporation of the State of California 04) By: print name ayor ITS: (circle one)Chairman/PresidentNice President n, ' /i,A - AND City Clerk G10Y25' By: .TIATED AND APPROVED: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. •-/ Secretary-Treasurer Director of & Library Services REVIEWED AND APPROVED: City Manage APPROVED AS TO FORM: City Attorney COUNTERPART 25-16636/3833897 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 EXHIBIT A 11 iiii•\, T IN G 1-0.%'.... A.0 `\ ...•------.. 4/„„,‘ , '41tik,„,,, _c„...,..*;,,spe R.44„.....,,,,,,,• ..., -...<- ,.. . . .„-,_•,, ...Tr.... ...: ... . . ..',.-0 ....17c --..-,,- - ...--.-"'" -— :4'," ,. ° -'6- i'.:iL- - 1.:-s-ik, . :::gri --'"' 'Isled.,4---;:-.:../. '''' ' ' . : .:.,'-r;3;::"crww '.-: o' • - ' : --t.•."*.'.4 4 r-1 r''"":‘ - ' -. '4--‘.-;>,f Ire_ta , _:-- ' 4:''''7,`".' .--,.-ocri .' --'"-:`..,,,,,,"---1, .4 t _..,. ,_TP"!=-F*-0,4' 4.10' .- - -4W"'*—,.-....4e..." -lvet- 4-• "‘!.•' - ''Lar .P.'.7.... TlePTI: '. Arfri 4141;-".1.-' .,.. . _-!,-;-- — , :-• .i.,... ,•'_,c.,-,-,...:c: ,...,:,,,..-- • , . - -• ' . , --. _.• APRIL 29, 2025 .• • .A•1-f.'• c 4 1-..' -, 1 z • 41...• : -A-- ``- .......„.-•• Ate - - _ , , , REQUEST FOR i •... . 1,,W.„,,:, , 4 ':,• . . ...•'...,- ,..-,'. ..'-:.---,-,•:'!,I hall tilik QUALIFICATIONS (RFQ) - i-,'v.'.. v.•At.: :..•;. ,,,,,,,, .. ‘..t.,. ,-..,- . .,--:, . ,-_ ,.;.,,,,,., 1; - f . . 177-0,•!.j.."-...±:;'':14-A-4`' ,• '''''"-,— '-.r. 'A :-- :; **-7,7 A,3-* „,4 -- -,,,..::.-1 :•;V: , ' - • ,i' •Ave„.4, . ir. - ,‘-ijahrl4.:-.--•it...-.,.- ---_--• i-,-,•-----z-,„.,- - _ -,,-....,„- _,.''''*- •,-- .1-,-'' '.'•,,-' "..'-',Sin, . .‘", - - '-'E- _.,..s.,--,-- ,',',,,-..-ir,_. %::•.a ."• FOR ON-CALL .4...k.- • .-r- ., —_,A,.., -1 ,,..---it - - - - - -4,, ,otiltk ARCHITECTURAL .7N- -, ‘.--_-, ;444„.41- 4 .. -..-v- ENGINEERING, LANDSCAPE -.4-7- ----.4%--- -i-,-.1- ---- „,,_-_- - -Alito ARCHITECTURAL __. . _ ...-- - •,._ •• ,-• -: -- -- - ----- . --- ,- ENGINEERING, AND••,- ,...,._._ . _ PROFESSIONAL :-- -- - - CONSULTING SERVICES "'Ito .40 .. - ---------_ 40 . .. • __---- •,- illi ----- ,, .,„ t.t,.,•• --,..,,.....:_ ...„......i.,--,,..... '4... :it'. ,-... ,.... 40000. 2.4,..... ....,. 10.- ,, •,,'a, --- ' ' . . , 1, All •4 Verde Design q t 9ikk At # 4d 1 % l i -&" 1 S \ -TY a \f i,.\ P s- • y,�yw; tty J� „ ' vt 1. , ,`�-^[.�,"1/`';���J1", ({�y`f��/"�_:. t � y ``4. +y ief t ., f y'?l�I sitJ• `i ! � l k 1 k t �`a e { t`• '+ter 41 ' l d , 11F w''''' 140,,,,- , , J� rt ! Iiikitg a yy •a.4% ' �+aaErr y�lil ry ram. cT .._ m .._ ,e-•s.... .. ',_a' •sue UpLown Family rork,Cry of Paso Robles TABLE OF CONTENTS TAB A VENDOR APPLICATION FORM AND COVER LETTER P3 TAB B BACKGROUND AND PROJECT SUMMARY SECTION P6 TAB C METHODOLOGY SECTION P9 TAB D STAFFING P16 TAB E QUALIFICATIONS P24 TAB F FEE PROPOSAL (SUBMITTED SEPARATELY PER THE RFQ) / "`A'-` pro rots N CALL ARCHITECTURAL ENGINEERING,LANDSCAPE ARCHITECTURAL ENGINEERING,AND PROFESSIONAL CONSULTING SERVICES VERDE DESIGN,INC. 2/30 April 29, 2025 COI City of Huntington Beach 2000 Main Street, Huntington Beach, CA 92648 Verde Design Attn: Cody Hernandez, Buyer SUBJECT:REQUEST FOR QUALIFICATIONS (RFQ) FOR ON-CALL ARCHITECTURAL ENGINEERING, LANDSCAPE ARCHITECTURAL ENGINEERING,AND PROFESSIONAL CONSULTING SERVICES Dear Mr. Hernandez and Members of the Evaluation Committee: We thank you for considering our proposal for the City of Huntington Beach's (City) RFQ for On-Call Architectural Engineering, Landscape Architectural Engineering,and Professional Consulting Services. Verde Design, Inc. stands as a leading provider of comprehensive and integrated landscape architecture and civil engineering services.Our specialization encompasses the planning, design,and construction administration of public recreational and athletic facilities.We collaborate closely with cities,counties, and parks and recreation districts to develop outstanding outdoor environments that improve the quality of life for our clients'communities.We are a committed team of 51 experienced professionals dedicated to improving recreational facilities,athletic programs,and the unique environments that enhance neighborhoods and community areas.We represent a team of talented professionals, including myself, Chris Giannini,as associate and senior project manager,and Mark Baginski as project principal,to help you achieve your goals.Our firm boasts a strong history, having successfully completed over 750 projects for more than 110 public agencies, including over 45 successful on-call partnerships. Many of these projects align closely with your anticipated initiatives.The office that will be providing services is located at 3685 Main Street,Suite 350, Riverside,CA 92501. Experience with Similar Projects:We proudly uphold an extensive portfolio of successful public recreational facilities,demonstrating our proficiency in transforming master plans into tangible construction projects. Our efforts prioritize health and wellness,fostering an environment conducive to both educational pursuits and recreational activities.This wealth of expertise has reinforced our distinguished reputation for crafting designs that are not only visually striking but also functional for public interaction,all while honoring the historical and cultural significance of the communities we serve.We possess a profound understanding of how to create community facilities that cater to the recreational needs and interests of the population, ensuring that these spaces are sustainable,operationally efficient,and visually appealing. Sharing Our Knowledge:We will act as an integral part of your team,focusing on fostering robust relationships with your staff by attentively considering your evolving objectives and executing projects that fulfill them. Recognizing that proactive communication is essential for timely and budget-conscious project delivery,our team will be accessible and responsive during the entire process and even after project completion. By selecting Verde Design,you are securing a dedicated advocate and a partner invested in the enduring success of your projects. We trust that this submission will enhance your comprehension of our dedication to excellence in design and exceptional service for our clients.We are eager to have the chance to create something remarkable within the Huntington Beach community,all while adhering to the established timeline and budget constraints. In my capacity as both associate and senior project manager, I,with the assistance of Mike Salazar, project manager,will be your main point of contact and will remain actively engaged throughout the entire process until your project is successfully completed.The proposal price will be valid for a period of at least 180 days.We acknowledge Addendum No.] and 2. Sincerely, VERDE DESIGN, INC. ULC,C*{/` t 1 5g--: Chris Giannini, RLA, Associate & Sr. PM (City contact) Mark Baginski, RLA, LEED AP, Principal (Authorized Signature) 951.221.3142 I chrisg@verdedesigninc.com 408.850.3411 I mark@verdedesigninc.com 3685 Main Street, Suite 350, Riverside, CA 92501 3685 Main Street, Suite 350, Riverside, CA 92501 RFQ FOR ON CALL ARCHITECTURAL ENGINEERING,LANDSCAPE ARCHITECTURAL ENGINEERING AND PROFESSIONAL CONSULTING SERVOES VERDE DESIGN,INC. 3/30 i a Verde Design REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑X NEW ❑ CURRENT VENDOR Legal Contractual Name of Corporation: Verde Design Inc. Contact Person for Agreement: Mark Baginski Corporate Mailing Address: 3685 Main Street, Suite 350 City, State and Zip Code: Riverside, CA 92501 E-Mail Address: mark@verdedesigninc.com Phone: 408.850.3411 Fax: 408.985.7260 Contact Person for Proposals: Chris Giannini Title: Associate, Senior Project Manager E-Mail Address: chrisg@verdedesigninc.com Business Telephone: 951.221.3142 Business Fax: 408.985.7260 Year Business was Established: 2007 Is your business: (check one) ❑ NON PROFIT CORPORATION ❑X FOR PROFIT CORPORATION Is your business: (check one) CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION RFQ FOR ON-CALL ARCHITECTURAL ENGINEERING,LANDSCAPE ARCHITECTURAL ENGINEERING,AND PROFESSIONAL CONSULTING SERVICES V E R D E DESIGN,INC. 4/30 Verde Design Names&Titles of Corporate Board Members (Also list Names&Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Mark Baginski Principal/Secretary 408.850.3411 Devin Conway Principal/Vice President 408.850.3420 Derek McKee Principal/President 408.850.3410 Nance Cronin Principal/Treasurer 408.850.3405 Antonia Conway Board Member 408.884.9585 Federal Tax Identification Number: 20-897-4203 City of Huntington Beach Business License Number: N/A (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: RFQ FOR ON-CALL ARCHITECTURAL ENGINEERING,LANDSCAPE ARCHITECTURAL ENGINEERING,AND PROFESSIONAL CONSULTING SERVICES V E R D E DESIGN,INC. 5/30 UND AND TAB B PROJECTO SUMMARY SECTION FIRM PROFILE YEARS IN VERDE DESIGN FIRM INFORMATION BUSINESS Type of Legal Entity: S Type Corporation and AS AI CERTIFIED SMALL Certified Small Business Enterprise BUSINESS ENTERPRISE Years in Business: 18 years PARK & Number of Employees: 51 PLAYGROUND Main-Contact: Chris Giannini, RLA, Associate, Sr. PROJECTS FOR PM, 951.221.3142 I chrisg@verdedesigninc.com PUBLIC AGENCIES Office Providing Services: 3685 Main Street, Suite 350, Riverside, CA 92501 0 PUBLIC AGENCIES 1 Website: www.verdedesigninc.com PARTNERED WITH OVER THE LAST 18 11j ABOUT VERDE DESIGN YEARS IN BUSINESS Verde Design is an integrated landscape architecture and civil engineering firm FIRM PRINCIPALS specializing in award-winning recreational _,,,,,um and athletic-focused spaces. We provide our F' clients with comprehensive planning, design, � � , t ,. � ` ` and construction administration services, and 4 1 e � I focus on serving cities, counties, and parks _ - I and recreations districts. DEREK MCKEE, RLA ;�EVIN tWAY, PE We have partnered with over 110 public . . ' ,„ jj: ,.: agencies to date, and have completed r✓ .. .. more than 750 public facility projects for ' - T clients. Projects have ranged from small neighborhood pocket parks to destination MARK BAGINSKI,RLA NANCE CRONIN sites, including expansive community parks and sports complexes. We staff our projects OUR PROJECTS & SERVICE TYPES with a team of creative problem solvers, and draw upon our in-house site planning, •Landscape •New&Replacement grading and drainage, planting, and irrigation Architecture Athletic&Rec Fields design expertise, to provide solutions that •Civil Engineering •New&Replacement meet or beat project schedules and remain •Master Planning Playgrounds within the established project budgets. •Facility Assessments -All-Inclusive •Management Plans/ Playgrounds BRIEF HISTORY Studies •Bike/Skate Parks In 2007, Derek McKee and Devin Conway, both :Feasibility Studies •Sports Field/Park Schematic Design Lighting veterans of the A/E/C industry, purchased key •3D Modeling •Tennis/Hard Courts assets of a former firm and founded Verde •Community •Pre-Fab Buildings Design, a certified SBE. Our leaders have Facilitation for Restrooms, crafted a culture rooted in sound practice, &Outreach Concessions, focused on sustainability, and staffed with •Construction Maintenance,and people who care about enhancing their Documentation Storage communities. Since our founding in Santa •Irrigation Design •Plazas/Entry Elements Clara,we expanded operations with additional &Audits •Stormwater Facilities offices in Folsom, Santa Rosa, and Riverside. •Cost Estimating •SWPPP&SWMOCP • 1 RFC FOR ON CALL ARCHITECTURAL ENGINEERING,LANDSCAPE ARCHITECTURAL ENGINEERING,AND PROFESSIONAL CONSULTING SERVICES VERDE DESIGN,INC. 6/30 TAB B BACKGROUND PROJECT SUMMARY SECTION VERDE DESIGN BY THE NUMBERS WE ARE PROUD T,,TI'TTT THATOVER96% 750 OF OUR BUSINESS COMES FROM 51 TALENTED PROFESSIONALS REPEAT CLIENTS I�I il 11 t it fr it it ATHLETIC FACILITY PROJECTS 9601 COMPLETED IN THE LAST 18 Ottiti YEARS IN BUSINESS SANTA CLARA x � 110 PUBLIC ,, FOLSOM Ai. AGENCIES ,t SANTA ROSA RED ,��. 1- ",�� RIVERSIDE PARTNERED BRANCH OFFICES �/\ WITH IN - C THE LAST 18 *OFFICE PROVIDING SERVICES: C ■ YEARS = RIVERSIDE OFFICE:3685 MAIN ST, SUITE 350,RIVERSIDE,CA 92501 I N BUSINESS ___ YEARS IN BUSINESS AS A CERTIFIED 42 SMALL $750 MILLION IN PUBLIC BUSINESS PROJECT DESIGN PROJECTS COMPLETED ENTERPRISE AWARDS RECEIVED 400 Verde Design possesses a wealth of experience in the design of athletic and recreational facilities,having successfully completed more than 400 projects involving synthetic turf,which includes over 100 synthetic turf field replacements.Our comprehensive understanding of these turf systems,combined with our technical proficiency,has established us as SYNTHETIC TURF FIELDS a premier specialist in synthetic turf across California. DESIGNED FOR The expertise of our project team encompasses a thorough knowledge OUR PROJECTS/CLIENTS of the necessary products,drainage solutions,maintenance protocols, and the management of program usage that synthetic turf fields 0410404o44011101 demand.We are committed to equipping you with the essential information required to make well-informed choices regarding the selection of products for your fields. `1,, RFQ FOR ON-CALL ARCHITECTURAL ENGINEERING,LANDSCAPEARCHITECTURALENGINEERING,ANDPROFESSIONALCONSULTINGSERVICES VERDE DESIGN,INC. 7/30 UND AND T A B B PROJECTO SUMMARY SECTION UNDERSTANDING OF THE CITY ,, > r Verde Design understands that the City of s ' %..- Huntington Beach (City) is built out and '�- l ,1 new development is limited. As existing / facilities age, renovation, re-imagining and �"" redevelopment of public spaces is critical 4 F' rt to meeting the community's needs. The 4 `.�r,, �, i City is seeking qualified design consultants r.ramN.! \. �` ^ r~ , to submit qualifications to be selected to - V�Oi. I ..., - " ;"-�•} _® '' µ,, provide consulting services on an "on-call" �� °'er a , basis for projects to be determined during the1,11 ,. • three-year term of the contract which has an >ti , `* �"'. '-___. - x �— optional one-year term. The City will issue task orders for each project based upon the scope UN PlaZa City Of Son Francisco of services, qualifications, work schedule and reasonableness of the fee. For task orders • Landscape architecture services throughout greater than $50,000, the City will solicit City medians and public spaces qualifications from two or more consultants. • Prepare sketches, renderings, and materials In the case of projects where the consultant boards providing alternative architectural cannot provide all services internally, we may concepts, designs, and options that can be sub-contract with appropriate firms. The applied to project requirements. scope of work in general terms will include the • Prepare in AutoCAD or Revit, 24x36 following. inch construction drawings for bidding • Kick-off & progress meetings and archival purposes, providing code requirements, floor plans, ceiling plans, roof • Preliminary plans and design plans, elevations, walls, material schedules, • Entitlements/permits door and window schedules, and details. A • Construction documents (plans, full-size set at design stage will be provided specifications, cost estimates and bidding with electronic file in PDF format, and in documents) AutoCAD or Revit format. • Technical reports and analysis of varying types • Provide technical specifications in MS • Bid assistance Word format, for materials and methods to be incorporated into the City's Standard • Construction support Supplemental Master Specifications. Verde Design is submitting under the • Prepare Architect's/ Engineer's cost Landscape Architectural Engineering Services estimates. category. We understand that the objective • Provide support during construction of is to provide the City with experienced, projects. professional personnel to provide high quality, • Prepare as-builts and provide electronica timely services and documents for bidding file in PDF format, and in AutoCAD or Revit and construction. The types of services format. include the following. • Additional services such as assistance • Provide landscape, architectural, planning with environmental assessments, material and design services primarily for existing testing, civil and soils engineering and City parks, facilities, community centers, building architecture may also be provided clubhouses, tenant improvements, ADA through the use of subconsultants or in- modifications and park developments. house personnel. I iso--4, RFQ MR ON CALL ARCHTEC 1URAL ENGINEERING,LANDSCAPE ARCHITECTURAL ENGINEERING AND PROFESSIONAL CONSULTING SERVICES VERDE DESIGN,INC. 8/30 METHOD TAB C SECTION APPROACH AND METHODOLOGY : „.. � . � " '. IMPLEMENTATION PLAN .. a y -r PROJECT MANAGEMENT ,i, . . '` , , Our approach to project management starts with the allocation of a highly ', r,,.. - ry ; H . ." L G skilled and experienced team tailoredilk "� f ►A to each project. Chris Giannini will act , 414; r-l as the senior project manager and 4" - 0 r a' your main point of contact,while Mark =- Baginski will take on the role of principal- ,. in-charge. Both professionals bring over " , _ , ode , thirty years of experience in designing, ., g�-9Awe '' managing,and supervising a diverse r t., ,,.� range of projects that align closely with �`" the City of Huntington Beach's (City) upcoming projects. John D Morgan Park,City of Campbell,2022 American Public Works Association (APWA)Honor Awards Recipient(Env/Parks<$2M) Mark and Chris have collaborated on numerous projects focused on the development of neighborhood, community, our insights. This relationship-driven and regional park facilities, encompassing service promotes transparent and candid both new constructions and renovations. Their communication throughout the duration of work spans a wide array of enhancements, the project and beyond. We will ask you about including inclusive playgrounds, fitness your preferences regarding communication stations, splash pads, and various sports method and frequency during the project courts, as well as amenities like picnic areas, and will tailor our communication style to suit amphitheaters, and dog parks. They have your preferences. Documents like the Basis of also designed aquatics centers, running Design Document, Design Log, and Submittal tracks, and fields for baseball, soccer, and Book will help us communicate ideas, track cricket, while ensuring the integration of inquiries and document design progression, essential infrastructure such as sports lighting, which will help you manage the project from irrigation systems, and efficient grading and the City side and will help you communicate drainage solutions tailored to client needs. project progress to your team. Additionally, their partnership extends to the The Basis of Design document will provide creation of educational plazas and collegiate a detailed summary of our understanding athletic facilities, showcasing their dedication of the conceptual design. The Design Log to improving community spaces through documents the questions and decisions that thoughtful design and landscaping. arise during the design phase so that when The effectiveness of our collaborative the project is complete, a summary of specific approach lies in the commitment of our key decisions that shaped the final design can personnel, who will be engaged with the be easily referenced. These documents will project from its inception to its completion. be included in the Submittal Book along with an updated estimate of cost, plan and spec We prioritize fostering strong partnerships, submittals and proposed site furnishing ensuring that our clients feel comfortable images that extends from conceptual reaching out with inquiries or seeking design through the final CD submittal. These RFQ FOR ON CALL ARCHTECTURAL ENGINEERING,LANDSCAPE ARCHITECTURAL ENGINEERING,AND PROFESSIONAL CONSULTING SERVICES VERDE DESIGN,INC. 9/30 TABC METHODOLOGY --: ,-, - -, , z , .::._:--i.,-, \ *:,, _ , — - ) , ,t,,, .14,. 41 7-- j /1 -------- 7:- A...lie i 1 --- -------j ( ) \ - --- Fr j \\ - ----- \ il . 1 / \, l _ . 74 ____,H. ,, , . ..,, _ _ @tr .k.,....., . , \........ ..,. F r. ... ,.��`,,z� .�ge.�.,_�: rr`1 "'!� .;�-�► -��t � South Sunset Fields,San Francisco resources, among others, are integral to files with the City to document the plan review our team's internal and external processes, process for all parties. Furthermore, we are facilitating the communication of critical equipped to participate in design charrettes information throughout the project lifecycle. through online platforms or in-person with the City and other Stake Holders. In the process of preparing progress submittals, we find it advantageous to SOLICITING AND DOCUMENTING VIEWS OF convene with the design team to collectively INTERNAL AND EXTERNAL STAKEHOLDERS examine the plans and specifications. This collaborative approach fosters effective There are various definitions of "stakeholder." communication among team members, We begin by verifying who our stakeholders enabling us to identify and rectify any gaps are and understanding their relationship with in the plans while minimizing ambiguities. To the project and the typical approach the facilitate this teamwork, we have invested in City has used before. We have approached a variety of user-friendly and interactive tools stakeholder input in various ways. Sometimes, that enhance collaboration with our staff, with smaller groups, it can be as simple partners, and clients. One of the primary tools as one in depth meeting. Larger groups, we employ for our internal Quality Assurance / especially when they include community Quality Control measures is Bluebeam Revue, groups or special interest groups, may require which we utilize consistently for plan review, several progressive, outreach meetings that document plan revisions and managing start with general project information and agency approval processes. We are also end with finalized conceptual planning based able to share Bluebeam studio sessions with upon stakeholder input. We sometimes also the client, if desired, so that real-time plan prepare project documents, questionnaires, review can be done by the City as well. These support images and graphics that are used in an online platform that allows stakeholders redlined documents can be shared as pdf `', RFQ FOR ON CALL ARCHITECTURAL ENGINEERING LANDSCAPE ARCHITECTURAL ENGINEERING,AND PROFESSIONAL CONSULTING SERVICES VERDE DESIGN,INC. 10/30 TAB C SECTIODOLOGY N & the local community to conveniently mat` ' "`�' ., "` - "" ZEN provide their input virtually and conveniently. r- :; _ .,° " -�-�.�; Just as with live meetings, we then take �r `�'. '. , e that input and summarize it and put it into . easy to read and understand formats and •.: graphics to document the outreach process. i --,, ti These summaries also demonstrate to the M" stakeholders that they have been heard aQ - and that their input was integrated into the s development of the project. This information r then serves as our design directives that r we use to inform our design process and ;, ultimately to develop the final project design. , ,:. `` 4,,,.r.....0` SCOPE OF WORK ' '° DELIVERING SERVICES/PROJECT ~ .. ..� � APPROACH TO WORKING WITH THE CITY K"'s€F PerrrJr cll.,-4""`5�:Hoo , ity Cl LLaker nefd Verde Design believes that the key to Listen - A key element to project success, or developing successful projects begins with any relational success for that matter. We a simple, but clear, philosophy, Investigate, emphasize the importance of listening to all Listen, Understand, and Recommend. project stakeholders' concerns and desires. These are the core elements of our project Our team will provide options and incorporate approach. Beginning with our initial kick-off guidance provided by our client and other meeting with City staff, we will learn more stakeholders, including maintenance and about the proposed project(s) and better operations staff, user groups, advisory bodies, understand your goals. This framework and members of the community. The result is critical to ensure consistent and clear of our focus on listening is a cohesive team communication is established between our that works together on a shared path of team and City staff. Our desire is to build understanding with client goals in mind, rapport with our clients. We want to become resulting in smooth-running projects. trusted partners as we work with you and for you on your projects. Understand - As we mentioned, we use all information available to develop design Investigate - The first step to the success of solutions that respond to our clients' project a project begins with a solid investigation. needs, including site constraints, client We will review existing documents and plans. staff direction, community feedback, and We will conduct a site visit with client staff the allocated budget. We document our to understand and analyze the existing understanding of the input and design conditions of the facilities. This will ensure that process by providing you with a Basis of we fully understand the projects' parameters Design Document. This document serves as and constraints, as well as the existing site a summary of the input we have received conditions and existing challenges. This site and states what we have heard and what our analysis effort will be utilized throughout the understanding of the design directive is. We projects, enabling educated and effective list all aspects of the project design in detail decisions to be made at the beginning of the so that you can review and comment on it to design phase and throughout the ensure that we have the same understanding project design. and expectations. \'; RFQ FOR ON CALL ARCHITECTURAL ENGINEERING,LANDSCAPE ARCHITECTURAL ENGINEERING,AND PROFESSIONAL CONSULTING SERVICES VERDE DESIGN,INC. 11/30 TAB C METHON DOLOGY `'1 ‘Wilt 116- yy pi _ _ «"•� x� . MM,7ya Kay Sakamoto Park,City of Roseville Recommend - Using our clients' clear of the schematic design graphics and and approved concept, we will render the support elements. The review at this stage project's vision into a complete, biddable is not technical, but quality control reviews set of construction documents. The Verde the design to verify community and staff Design team will draw upon past successes comments are included or rectified, spelling, with our extensive recreational projects, as well as graphic clarity. and knowledge of recreational and athletic facility design and construction to seamlessly As we develop construction documents, we facilitate the construction document phase. have a licensed professional who is not part With most of our projects being constructed, of the project team provide a 'fresh eyes' our staff are also well experienced in review of the documents, in addition to the supporting our clients through bidding and reviews by the principal-in-charge and the construction phases. project manager. We perform internal redline reviews, incorporate revisions, and review QUALITY ASSURANCE/QUALITY all client comments prior to submitting the CONTROL (QA/QC) documents to you. Our dedication to quality control throughout We review the submittal packages one week the life of a project is one of the ways we prior to our submittal date and again during establish trust that leads to long-term the City review period. During submittal relationships with our clients: We are proud of review meetings with City staff, we will share the fact that over 96% of our business comes our comments and jointly decide how to from repeat clients. Our internal Quality address each of them. As part of our internal Assurance (QA)/ Quality Control (QC) reviews review process, we request draft submittals address design, biddability, constructability, from all team consultants one week prior to compliance with local/state codes, and the submittal date. We review their plans, project requirements. comment on their materials, coordinate improvements between all team members, Our QC begins with the design phase and and return them for updates as needed continues throughout a project's life. During before we incorporate their materials into our the design phase, we will review the content submittal package to you. ,f4e,�'`: REQ FOR ON CALL ARCHIPECTIJRAL ENGINEER NG LANDSCAPE ARCH[FECTFJRAL ENGLNEER NG AND PROFESSIONAL CONSULT NO SERVICES VERDE DESIGN,INC. 12/30 \ ce_ TAB C METHODOLOGY SEAnother aspect of our quality assurance process is our multi- disciplinary firm. We have licensed landscape architects, civil ? engineers, and irrigation designers : .. . ; � ) # � � tx working together on the design and integration of the drainage, utilities, grading, materials, paving, layout, planting, and irrigation. - :} ° � ` Our staff will develop the project with systems designed together, k„- NN creating a more efficient and , effective product. Upon your request we can provide our internal redline pdf drawings • � � ' with each submittal that will outline t nutmoNows comments and items we have seen and have addressed prior to our submittal. We can also provide Oaks Park,City of Sunnyvale 2022 APWA Honor Awards Recipient(Env/Parks$5M-S25M) City staff comments and documents that were provided as part of the city's review process with what their status is and how by our firm allows us to intelligently respond they were resolved. Each submittal includes to the needs and design services that may priority items such as cost estimate progress, be required for your anticipated projects. We plan updates, specifications, basis of design strive to provide problem-specific solutions document and the design log which tracks by matching the personal and professional questions, answers or outstanding items qualities of the individuals on our team to that came up since the last submittal. All best serve the project's needs. team members help update this report for each submittal. At each submittal, we also Project schedules are a critical aspect of have a meeting with City staff to present the all projects outlining tasks, milestones, and submittal package in which the progress deliverables. When the schedule is being report is essentially the meeting agenda. developed, we develop our internal staffing plan and workload schedule. Communicating p The goals of the Verde Design QC/QA process and coordinating large staffing needs for are to ensure that the project is bid within a project is done internally in our weekly the stated budget, that the documentation production meetings. If a project is going to package is clear and free of ambiguity so require more staff than one project team can that it can be properly priced by a group of complete, we look at additional staff support qualified bidders, and that the improvements or overtime to meet delivery schedules. can be constructed in accordance with the design intent. At the start, we will meet with you and your project team. We will review your overall HOW WE CONTROL SCHEDULING schedule constraints, identify critical path items, set initial milestones, and then prepare Verde Design employs 51 professionals with a draft master project schedule for further a variety of experience and expertise that discussion. This schedule will include such can be utilized to complete or assist with items as submittal deadlines, dates for any project. The variety of work completed review/presentation meetings, community/ / * RFQ FOR ON CALL ARCHITECTURAL ENGINEERING LANDSCAPE ARCHITEC RJRAL ENGINEERING AND PROFESSIONAL CONSULTING SERVCES VERDE DESIGN,INC. 13/30 `err TAB C METH ODOLOGY SE,..,3 .t ,,,-Iir -, 1 % ,A. III, 4 ,,, ,,,. ____ P ,- - ,i `s,` .: ,' , ,..„ ,i .�,,:'v., °t ..\` �- ,,,,A^ I ^•^- r _ N .. 4,a b. a } " Sri' Ti- i . r,.. ; �- w :.� �`+"i Sxr1�" d,}'mot i, • ''�: na�, Ai; 'x,A�s z_.7 kre, ,�.. - - Noe Valley Town Square,City of San Francisco governing body milestones, agency review, accurate estimate possible. While we are etc. As the schedule is refined and dates are seeing some easing of inflationary influences, set, we will make staffing assignments within there is uncertainty in future markets relative Verde and arrange internal workloads to meet to potential tariffs on foreign goods which will your deadlines. As the lead consultant, we cause some escalation in selective products. will also be carefully coordinating the work of team consultants to ensure that their work is Our strategy to overcome these challenges is completed on schedule. a multi-faceted approach to cost estimating, including utilizing relationships in the contractor PREPARING BUDGETS AND ESTIMATES community to understand current pricing and preparing additive alternates to our project METHODOLOGY plans to cushion against market dynamics. Good budgeting and estimating begin with developing a clear project program, CONTINGENCIES UTILIZED prioritizing the program elements, and Verde Design utilizes the following aligning them with your expressed budget. contingencies as a starting point for We begin each project by developing cost most projects: estimates based on the known information and program. We work with the client to • Survey, Permits,Traffic and SWPPP 3% determine the revisions to the program • Bonding 2% throughout each submittal to maintain the • Mobilization/Project Management 12-15% accuracy of project costs within budget. Our estimates are developed by our staff and We have also carried other contingencies team, and we start them early during the as determined by the project and bidding design phase. environment: Verde Design is actively working throughout • Escalation +/- 5% California and understands that market • Bidding Contingency +/- 5-10% conditions vary. Our team adjusts to local market conditions to provide the most (Based on the number of bidders received) REQ FOR ON CALL ARCHTECTURAL ENGINEERING,LANDSCAPE ARCHTECTURAL ENGINEERING,AND PROFESSIONAL CONSULTING SERVICES VERDE DESIGN,INC. 14/30 1 TAB C METHODOLOGY SECTION • a. d -. _``" r Jig -•.Illit ,a. f ` -a -- �;`"'•� •+.. f � , a tea. — - / _____ Ill -,-- Edgewater Park,City of Foster City Our pricing approach includes materials, about communication preferences, labor, and markups based on a proven format information regarding expectations from the we have honed over years of successful design consultant, information regarding project bidding. The trickiest part of cost the City's design guidelines and design estimating is the dynamics of the market at preferences and processes and lastly, the time of bid versus when the plans are information about the project site. This would completed, which is usually months before include assistance in locating existing record in some cases. Adding a bid contingency drawings. We would also like to hear from is good if there is a lag between the final maintenance staff regarding challenges estimate and bidding. on existing sites or long-term maintenance preferences. STANDARD ESTIMATING MANUALS Once we are in the design phase, we will look USED AS REFERENCE to the City to collect and provide input from Verde Design does not rely on manuals or City staff relative to design options as well as guidebooks for estimating. We have found provide meaningful input on both conceptual these to be unreliable. We focus on getting designs and construction drawing, milestone real costs from contractors, suppliers, and submittals as well as calendar availability manufacturers. We communicate with relative to project meetings or site visits. If specialty trades to understand asphalt, there are community meetings, we see the concrete, electrical, fencing costs, etc. We can City staff as partners and co-facilitators demonstrate the accuracy of this approach in some respects depending upon the through our historical bid results summary. complexity of the project. SPECIFIC TASKS IN THE SCOPE OF WORK As the design consultant, it is our role to provide you with status reports on the As previously noted, it is our intent to build project related to budget, schedule, and rapport with City staff with the goal of design decisions. We will provide you with developing efficient and effective lines of appropriate plans, specs and estimates for communication. The initial expectation from your review based upon input we have City staff is to provide information. Information been provided. PW'""'"i.�•, RCQ POE ON-CALL ARCHITECTURAL ENGINEERING,LANDSCAPE ARCHITECTURAL ENGINEERING,AND PROCESSIONAL CONSULTING SERVICES VERDE DESIGN,INC. 15/30 41.E A ® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 8/6/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO,RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and cdriditlons of.the policy,certain,policies may require an endorsernent. A statement on this certificate.does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Helen.long AssuredPartners Design Professionals Insurance Services,LLD PHONE FAX 3697 Mt.Diablo Blvd Suite 230 (A/c:No.Exit:626-696-1892 (A/C.No): Lafayette CA 94549 ADDRESS: certsdesignpro@assuredpartners.com INSURER(S)AFFORDING COVERAGE NAIC N License#:6003745 INSURER A:Travelers Casualty and Surety Co of America 31194 INSURED VERDDES-01 INSURER B Verde Design,Inc. 2455 The Alameda,Suite 200 INSURER C: Santa Clara CA 95050 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:443567606 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED.ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR'OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPEOFINSURANCE IY ADDLSUBR POLICYEFF POLICY EXP LIMITS LTRINSD WVD POLICY NUMBER (MMIDD/VYYY) IMMIDDYYYI COMMERCIAL GENERALLIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY 'PRO- JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY _ AUTOS ONLY (Per-accident) S UMBRELLA LIAB OCCUR EACH OCCURRENCE S { EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ W ORKE RS COMPENSATION H- AND EMPLOYERS'LIABILITY Y/N PER STATUTE ER ANYPROPRIETORIPARTNER/EXECUTIVE I N/A E.L.EACH ACCIDENT S OFFICER/MEMBEREXCLUDED? (Mandatory In NH) E.L.DISEASE',EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A'' Professional Liability ' Y 107647481 6/13/2025 6/13/2026 Per Claim $5,000,000 Aggregate Limit $5,000,000 Claims Made form DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Addltional Remarks Schedule,may be attached If more space Is required) Additional Insured Status is not available.on Professional Liability Policy.CANCELLATION:30 day notice willbe sent to the certificate holder RE:All Operations of the Named Insured. 30 Day Notice of Cancellation applies. APPROVED AS TO FOR t3 MICHAEL J.VIGLIOTTA CITY ATTORNEY ciT`(.Or IIUNTLN�TQN BEACH CERTIFICATE HOLDER CANCELLATION 30 ay Notice of Cancellation SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Huntington Beach 2000 Main St. AUTHORIZED E�PRESSENTATIVE Huntington Beach CA 92648 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD f , 107647481 D. the dates of the alleged events;and E. the reasons for anticipating a Claim, any Claim subsequently made against any Insured arising out of such Potential Claim will be deemed to have been made on the date such notice was received by the Company. All notices under this section must be sent or delivered to the Company set forth in ITEM 3 of the Declarations and will be effective upon receipt. IX. RELATED CLAIMS All Claims or Potential Claims for Related Wrongful Acts will be considered as a single Claim or Potential Claim ,whichever is applicable.All Claims or Potential Claims for Related Wrongful Acts will be deemed to have been made the date: A. the first of such Claims for Related Wrongful Acts was made;or B. the first notice of such Potential Claim for Related Wrongful Acts was received by the Company, whichever is earlier. X. SUBROGATION In the event of payment under this policy, the Company is subrogated to all of the Insured's rights of recovery against any person or organization to the extent of such payment and the Insured will execute and deliver instruments and papers and do whatever else is necessary to secure such rights. The Insured will do nothing to prejudice such rights. Section X. SUBROGATION does not apply if the Insured, prior to the date a Wrongful Act is committed, has waived its right of recovery for Damages that result from such Wrongful Act. XL RECOVERIES All recoveries from third parties for payments made under this policy apply, after first deducting the costs and expenses incurred in obtaining such recovery: A. first, to the Company to reimburse the Company for any Deductible amount it has paid on behalf of any Insured; B. second, to the Insured to reimburse the Insured for the amount it has paid which would have been paid hereunder, but for the fact that such amount is in excess of the applicable limit hereunder; C. third,to the Company to reimburse the Company for the amount paid hereunder; and D. fourth, to the Insured in satisfaction of any applicable Deductible paid by the Insured, provided that such recoveries do not include any recovery from insurance, suretyship, reinsurance, security or indemnity taken for the Company's benefit. XII. ACQUISITIONS If, during the Policy Period, the Named Insured acquires or forms an entity that performs Professional Services, coverage will be provided for such acquired or formed entity and its respective Insured Persons for Wrongful Acts committed after the Named Insured acquires or forms such entity. Coverage for such entity will end 90 days after the acquisition or formation of such entity, or the end of the Policy Year,whichever is earlier, unless the Company has agreed to provide such coverage by endorsement. PTC-1001 Ed. 11-08 Printed in U.S.A. Page 4 of 7 ©2008 The Travelers Companies,Inc.All Rights Reserved THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION PROVIDED BY THE COMPANY This endorsement changes the following: Professional Liability Terms and Conditions PROVISIONS: If the Company cancels this policy for any statutorily permitted reason other than nonpayment of premium,the Company will mail or deliver notice of cancellation to the Person or Entity shown in the Notice Schedule below. The Company will mail or deliver such notice to the address provided by the Named Insured at least the number of days shown for cancellation in such Notice Schedule before the effective date of cancellation. Notice Schedule Number of Days Notice of Cancellation: 30 Person or Entity: Any person or entity to whom the Named Insured has agreed in a written contract that notice of cancellation of this policy will be given,but only if: 1. the Named Insured sends the Company a written request to provide such notice,including the name and address of such person or entity, after the Named Insured receives notice from us of the cancellation of this policy;and 2. The Company receives such written request no later than 10 days after the Named Insured receives the notice of cancellation. Nothing herein contained shall be held to vary,alter,waive or extend any of the terms, conditions,exclusions or limitations of the above-mentioned policy, except as expressly stated herein. This endorsement is part of such policy and incorporated therein. Issuing Company:Travelers Casualty and Surety Company of America Policy Number: 107647481 f PTC-2070 Ed.05-11 Page 1 of 1 02011 The Travelers Indemnity Company.All Rights Reserved ��N1iNGro2; CITY OF .1 HUNTINGTON BEACH Lisa Lane Barnes I City Clerk September 8, 2025 Verde Design, Inc. Attn: Mark Baginski 3685 Main Street, Suite 350 Riverside, CA 92501 Dear Mr. Simons, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and Verde Design, Inc. for On-Call Architectural Engineering and Professional Consulting Services, approved by the Huntington Beach City Council on August 19, 2025. Sincerely, XPAitoti.AKar- 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 ACBRITECTUAL ENGINEERING,AND PROFESSIONAL CONSULTING SERVICES REQUEST FOR QUALIFICATIONS (RFQual) 1. BACKGROUND The Cityof Huntington Beach("City") Community&LibraryServices Department is seeking experienced Consultant firms to assist the City's staff in the following service categories: Architecture Engineering/Landscape Architecture Engineering Qualified firms shall provide consulting services on an "on-call" basis for projects to be determined during the term of the contract. The contract shall be for a minimum three (3) year term with the option for one(1)additional one-year term.The City shall issue task orders for each project based upon the scope of services,qualifications,work schedule,and reasonableness of the fee.For task orders greater than$50,000 City will typically solicit qualifications from two or more qualified consultants. 2. SCHEDULE OF EVENTS This request for qualifications will be governed by the following schedule: • Release of RFQual Monday,March 1 ,2025 Deadline for Written Questions by 4:00 PM Tuesday,April 2025 Responses to Questions Posted on Web Tuesday,Apn29,2025 Proposals are Due by 4:00 PM Tuesday,April 15.2025 12 Proposal Evaluation Completed Week of M ,2025 Val, Notification of Intent to Award(Tentative) Week of Apr 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). E � 2 1315 - Preliminary Plans and Design Prepare alternative preliminary layouts, surveying, architectural services, and estimates of probable cost for alternatives,and prepare details,and calculations.Present alternatives,as needed at staff and/or City Council meetings, and provide recommendations and analyses of the advantages of each alternative. Entitlements/Permits As a primary consultant, assist the City in obtaining entitlements and approvals from applicable agencies for environmental,and/or other permits as may be required. Construction Documents Prepare designs,plans, specifications, cost estimates, and contract bidding documents. The City shall review the construction documents at the preliminary engineering, sixty (60%) percent, ninety(90%)percent,and final documents stages. Prepare 24x36 inch construction drawings for bidding and archival purposes, providing code requirements, and all project related plan set details required for constructability. The City will provide a Microsoft Word Version of the General Provisions and bid forms; the Consultant shall modify the documents by adding the necessary special provisions and bid items. Based on direction from the City, consultant may also be asked to take the lead on construction plan submittals,plan checks and obtaining required permits through the Community Development Department. Technical Reports and Analysis Prepare needs assessments, master plans and technical studies such as park development fee analysis (including public outreach, community workshops/surveys), arborist(tree assessments), geotechnical/geophysical, and environmental (i.e., water, asbestos, lead, noise, impact, etc.) studies. Bidding Stage Assist the City in answering bidders' questions,attend pre-bid conferences and job walks,prepare addenda, analyze bids, and recommend award. Construction Stage Attend pre-construction conference, monitor construction schedule, visit construction site as required for progress and quality of work. Assist the contract manager, contractor,and inspector with interpretation of the plans and specifications,analysis of changed conditions,development of corrective action,review of shop drawings and other required tasks. Architectural/Landscape Architectural Engineering Services Consultant shall provide experienced personnel,equipment,and facilities to perform the following tasks. • Provide landscape, architectural,planning,and design services primarily for existing City Parks, facilities, Community Centers, Clubhouses i.e., tenant improvements, ADA modifications, etc., and park developments. The City is currently"built out"with limited 3 1316 "new" facilities anticipated in the next 3 years. The City also has a need for landscaping architecture services throughout City medians and public spaces. • Prepare sketches, renderings, and materials boards providing alternative architectural concepts,designs,and options that can be applied to project requirements. • Prepare in AutoCAD or Revit,24x36 inch construction drawings for bidding and archival purposes, providing code requirements, floor plans, ceiling plans, roof plans, elevations, walls,materials schedules, door and window schedules, and details. Provide one full-size set at each design stage with electronic file in *.PDF format,and in AutoCAD(LDWG)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: fi 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 Proiect Summary Section The Background and Project Summary Section should describe your understanding of the City,the work to be done, and the objectives to be accomplished. Refer to Scope of Work of this RFQua1. 4 1317 C. Methodology Section Provide a detailed description of the approach and methodology to be used to accomplish the Scope of Work of this RFQual. The Methodology Section should include: 1) An implementation plan that describes in detail (i)the methods, including controls by which your firm manages projects of the type sought by this RFQual; (ii) methodology for soliciting and documenting views of internal and external stakeholders; (iii) and any other project management or implementation strategies or techniques that the respondent intends to employ in carrying out the work. 2) Detailed description of efforts your firm will undertake to achieve client satisfaction and to satisfy the requirements of the "Scope of Work"section. 3) A sample approach to developing a project schedule, identifying tasks and deliverables to be performed,tracking costs and overall time of completion. 4) Detailed description of specific tasks you will require from City staff.Explain what the respective roles of City staff and your staff would be to complete the tasks specified in the Scope of Work. - i D. Staffing Provide a list of individual(s) who will work on requested projects and indicate the functions that each will perform. Include a resume for each designated individual. Upon award and during the contract period, if the contractor chooses to assign different personnel to the project, the Contractor must submit their names and qualifications including information listed above to the City for approval before they begin work. E. Qualifications The information requested in this section should describe the qualifications of the firm,key staff and sub-contractors performing projects within the past five years that are similar in size and scope to demonstrate competence to perform these services. Information shall include: 1) Names of key staff that participated on named projects and their specific responsibilities with respect to this scope of work. 2) A summary of the your firm's demonstrated capability, including length of time that your firm has provided the services being requested in this Request for Qualifications. 3) Provide at least five local references that received similar services from your firm. The City of Huntington Beach reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Client name • Project description • Project start and end dates • Client project manager name,telephone number, and e-mail address ti } 5 . 1 1318 F. Fee Proposal Please include a fee schedule with your proposal, including hourly rates for the primary firm and any subcontractors,if applicable. Rate Sheet Salary information shall be included in the RFQual of all proposed positions needed in the performance of duties. Rate sheets shall include a four (4) year, locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub- consulting,surveying,the rate structure for those services shall be included. Sub-Contracting,and Sub-Consultants shall have a maximum markup of 10%. • 5. PROCESS FOR SUBMITTING PROPOSALS All proposals must be submitted in PDF file format. • Content of Proposal The proposal must be submitted using the format as indicated in the proposal format guidelines. • • 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 Planetoids com website no later than 4:00 p.m. W.S.I)on Tuesday,April 14,2025 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. (PS7)April 17'2025,for response. 15 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 RFQual, except during the pre-proposal conference. Refer the Schedule of Events of this RFQua1 or the City webpage to determine if a pre-proposal conference has been scheduled. The City reserves the right to reject any proposal for violation of this provision. No questions '.. other than written will be accepted,and no response other than written will be binding upon f} the City. • 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 RFQual in part or in its entirety. All proposals will become the property of the City of Huntington Beach, USA. If any proprietary information is contained in the proposal, it should be clearly identified. 6. EVALUATION CRITERIA The City's consultant evaluation and selection process is based upon Qualifications Based Selection(QBS)for professional services. The City of Huntington Beach may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance: A. Compliance with RFQua1 requirements B. Understanding of the project C. Recent experience in conducting similar scope,complexity,and magnitude for other public agencies D. Educational background,work experience,and directly related consulting experiences E. Price F. References The City may also contact and evaluate the bidder's and subcontractor's references; contact any bidder to clarify any response;contact any current users of a bidder's services;solicit information from any available source concerning any aspect of a proposal; and seek and review any other • information deemed pertinent to the evaluation process. The evaluation committee shall not be obligated to accept the lowest priced proposal,but shall make an award in the best interests of the City. After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled,the oral interview will be a question/answer format for the purpose of clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, should be present at the oral interview. A Notification of Intent to Award may be sent to the firm(s) selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not subject to disclosure to competing firms unless an agreement is reached. If contract negotiations cannot be concluded successfully,the City may negotiate a contract with the next highest scoring firm or withdraw the RFQual. Any communications, whether written or verbal, with any City Councilmember, the Honorable Mayor,elected City official,or City staff other than the individual indicated herein,prior to award of a contract by City Council, is strictly prohibited.Any proposer who violates this provision shall be immediately disqualified from consideration as a vendor under the terms of this RFQual. } 7 1320 7. STANDARD TERMS AND CONDITIONS • Amendments The City reserves the right to amend this RFQua1 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. r } . t 9 - 1 1322 . . - - - • APPENDIX A • • 1323 . • • REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: El NEW El CURRENT VENDOR Legal Contractual Name of Corporation: Contact Person for Agreement: Corporate Mailing Address: City, State and Zip Code: E-Mail Address: r Phone: Fax: Contact Person for Proposals: Title: E-Mail Address: Business Telephone: Business Fax: Year Business was Established: Is your business: (check one) ❑ NON PROFIT CORPORATION ❑ FOR PROFIT CORPORATION Is your business: (check one) ❑ CORPORATION ❑ LIMr I bD LIABILITY PARTNERSHIP El INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION 1of2 1324 _ - - Names&Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Federal Tax Identification Number: City of Huntington Beach Business License Number: (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 2 of 2 1325 ..._............_,...�_.........._... _....................._ ... _......_....._...w._...__._.......:.._._.. ..._....References of Work Per formed Form (Local/like agencies) Comany Name: 1. Name of Reference: Address: Contact Name: Phone Number: Email: Dates of Business: I � 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: . � I 1328 | | � ( � � ( - � | APPENDIX B / 1327 ' ' ( PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY,and , a hereinafter referred to as "CONSULTANT." WHEREAS,CITY desires to engage the services of a consultant to ; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW,THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the"PROJECT." CONSULTANT hereby designates who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. } agree/surfnet/professiomil was mayor 1 of 11 12/07 1328 } 3. TERM:TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are 20 (the "Commencement Date"). This to commence on 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 it "B," which is attached hereto and incorporated by reference into this Agreement, a fee, all costs and expenses,not to exceed Dollars($ including )• P 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/surfaeUprofessional svcs mayor 2 of 11 12/07 - i 1329 - 1 7. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, - 1 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 negligence sole ne li gence 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/surfnedprofessional svcs mayor 3 of 11 . 1 12107 1330 coverage for CONSULTANT's professional liability in an amount not less than One Million [� Dollars ($1,000,000.00)per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work(including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during . the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2)years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. agree/stuffier/professional secs 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 ! I 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/surfnedprofessional svcs mayor 5 of 11 12/07 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 fmished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. agree/surfnedprofessional svcs mayor 6 of 11 12/07 1333 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach ATTN: 2000 Main Street Huntington Beach,CA 92648 17. CONSENT When CITY's consent/approval is required under this Agreement, its one transaction or event shall not be deemed to be a consent/approval to consent/approval for pp 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/surfnedprofessional svcs mayor 7 of 11 12/07 1334 - l 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 remainingcovenants andprovisions of this Agreement. No covenant orprovision shall be gi' 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/surfnedprofessionalsvcs mayor 8 of 11 12J07 1336 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 attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. agree/surfinet/professional secs mayor 9 of 11 12107 1336 { ' 1 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. CONSULTANT's initials 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's 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 12107 1337 CONSULTANT, CITY OF HUNTINGTON BEACH, a municipal corporation of the State of COMPANY NAME California Mayor By: print name City Clerk ITS: (circle one)Chairman/PresidentNice President INITIATED AND APPROVED: AND By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. E Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney • di ' t agree/surfnet/professional svcs mayor 11 of 11 12/07 • i 1338 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: i C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: 1E 3 R P I`FE EXHIBIT A 1339 - f 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 1 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 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. 1. 2. Delivery of work product: A copy of every memorandum, letter,report, calculation and other documentation prepared by CONSULTANT shall be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 3. CONSULTANT shall submit to CITY an invoice for each monthly progress payment due. Such invoice shall: A) Reference this Agreement B) Describe the services performed; C) Show the total amount of the payment due; e N D) Include a certification by a principal member r of CO SULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 4. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. {tF jtt ({{F Exhibit B 1342 - - i PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR Table of Contents 1 Scope of Services 1 2 City Staff Assistance 2 3 Term; Time of Performance 2 4 Compensation. 2 5 Extra Work 2 6 Method of Payment 3 7 Disposition of Plans,Estimates and Other Documents 3 8 Hold Harmless 3 9 Professional Liability Insurance 4 10 Certificate of Insurance 5 11 Independent Contractor 6 12 Termination of Agreement 6 • 13 Assignment and Delegation 6 14 Copyrights/Patents 7 15 City Employees and Officials 7 16 Notices •7 17 Consent 8 18 Modification 8 19 Section Headings 8 20 Interpretation of this Agreement 8 21 Duplicate Original 9 22 Immigration 9 I 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 fkE` [f1lt 1343 ,•• APPENDIX 1 . 1344 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance Requirements Vendor Type Automobile Professional Property Insured Liability General Liability Liability Insurance Workers'Comp 'Indorsements 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:V11.See Exhibits Al-4 for sample forms. Email:Justin.Wessels@surfcity-hb.org or Heather.CampbelK 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 I below.) Endorsement is always�' $1,000,000 per Vendors: Any persons or entities who transfers required with General accident for property or goods to the City which may or may Liability Ins.) bodily injury or not involve delivery and/or installation. disease.(See Note 2 below.) Note 1 -Automobile Liability: The City of Huntington Beach, its officers,elected or appointed officials,employees,agents and volunteers must be named as certificate holder and as additional insured by separate attached endorsement.Permittees who do not use vehicles or equipment in connection with the permit shall not be required to provide auto insurance.To be exempt from this requirement,permittees must execute a declaration such as Exhibit 1 attached. Note 2-Workers'Compensation Exemption:If entity has no employees,a signed Declaration of Non-Employee Status form is required. Note 3-Additional Insured Endorsement Requirements:The City,its officers,elected or appointed officials,employees,agents,and volunteers are to be covered as additional insureds by separate attached endorsement(s)as respects liability arising out of action performed by or on behalf of the contractor, products and completed operations of the contractor,premises owned,occupied or used by the contractor,or automobiles owned, leased or borrowed by the contractor.The coverage shall contain no special limitations on the scope of protection afforded to the City. FIB Insurance Matrix_revised 4-7-16(2).xlsx 1 of 4 1345 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance Requirements Vendor Type Additional Automobile Professional Property Insured Liability Qcna,al,Liability I lability Insurance Warkers&Camp 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®surfelty-hb.org Phone: 714-374-5373 Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Design Professionals: Professional service Minimum of contractors who contract with the City and/or $1,000,000 per provide architectural and/or engineering services occurrence and to the City. in the 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. FIB Insurance Matrix_revised 4-7-16(2).xlsx 2 of 4 1346 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance Requirements Vendor Type «#dliitlAn>ti. . Automobile Professional Property Insured Liabilit General Liability Liability Insurance Workers'Camp 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 1 below.) Note 1 -Workers'Compensation Exemption: If entity has no employees,a signed Declaration of Non-Employee Status form is required. Note 2-Additional Insured Endorsement Requirements:The City, its officers,elected or appointed officials,employees,agents,and volunteers are to be covered as additional insureds by separate attached endorsement(s)as respects liability arising out of action performed by or on behalf of the contractor, products and completed operations of the contractor,premises owned,occupied or used by the contractor,or automobiles owned, leased or borrowed by the contractor.The coverage shall contain no special limitations on the scope of protection afforded to the City. HB Insurance Matrix_revised 4-7-16(2).xlsx 3 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:V77. 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 F i i Professional Liability Design Professionals: Professional service contractors who Minimum of$1,000,000 per occurrence and in contract with the City and/or provide architectural and/or the aggregate. Allows up to$10,000 deductible. engineering services to the City. Professional Services: Services that involve the exercise of professional discretion and independent judgment based on an advanced or specialized knowledge, expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02. Services includes but is not limited to those services provided by appraisers,architects, attorneys,engineers, instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion, including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. HB Insurance Matrix_revised 4-7-16(2).xlsx 4 of 4