Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SVA Architects, Inc. - 2025-08-19
'`.. "• 2000 Main Street, y`•. ._• ..•a� Huntington Beach,CA 92648 A tT; City of Huntington Beach APPROVED 7-0 • File #: 25-553 MEETING DATE: 8/19/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Ashley Wysocki, Director of Community & Library Services PREPARED BY: Chris Cole, Community & Library Services Manager Subject: Approve and authorize execution of Professional Services Contracts for On-Call Multi- Discipline Architectural Engineering, Landscape Architectural Engineering and Professional .GQnsulting Services witfj,Bureau Veritas North America, Inc., Dahlin Group Inc., David Volz Design Landscape Architects, Inc., M. Arthur Gensler & Associates, Inc. (Gensler), Gillis + Panichapan Architects, Inc., HAl Hirsch & Associates, Inc., IDS Group, Inc., Johnson Favaro, LLP, Michael Baker International, Inc., NUVIS, PBK Architects, Inc., RDC-S111, Inc., DBA Studio One Eleven, RJM Design Group, Inc., RRM Design Group, SVA Architects. Inc., and Verde Design, Inc. each in an amount not to exceed $1,000,000 over a three-year term Approve and authorize Amendment No. 2 to extend the contract terms for two additional years for On-Call Architectural Engineering & Professional Consulting Services for Kitchell/CEM, Inc. and Westberg White, Inc. Statement of Issue: The Community & Library Services and Public Works Departments require multi-discipline architectural engineering, landscape architectural engineering, and professional design consulting services on an on-call, as-needed basis for architectural engineering, landscape architectural engineering, and professional consulting services for design and construction administration for capital projects and city facilities. Financial Impact: The FY 2025/26 Capital Improvement Program (CIP) includes over $8.6 million in new and continuing appropriations for beach, facilities, and park development projects. With the additional projects anticipated to be scheduled in future years, there is a need to approve new on-call Professional Services Agreements for project design, efficiency, and continuity purposes. The recommended contracts, each with a "not-to-exceed" amount of$1,000,000, would be utilized for approved CIP projects, based on the discipline needed to advance the project into the next development phase. The $1,000,000 amount is the "not-to-exceed" amount over the life of the • City of Huntington Beach Page 1 of 9 Printed on 8/14/2025 powered by Legistarr" 77 File #: 25-553 MEETING DATE: 8/19/2025 contract, not a guaranteed amount. No funds will be expended under these contracts unless approved as part of the City's Annual Budget. As such, no additional funding is required for this action. Additionally, no additional funding is required to approve the two contract term extensions for On-Call Architectural Engineering & Professional Consulting Services for Kitchell/CEM, Inc. and Westberg White, Inc. Project funds have already been encumbered with no need for additional funding. Recommended Action: A) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Bureau Veritas North America, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, ▪ B) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Dahlin Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to t exceed One Million Dollars ($1,000,000) over a three-year term; and, • C) Approve and authorize the Mayor and City Clerk to execute "Professional Services Contract between the City of Huntington Beach and David Volz Design Landscape Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, • D) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Arthur M. Gensler, Jr. & Associates, Inc. (Gensler) for On- Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, E) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Gillis + Panichapan Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, F) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and HAI Hirsch & Associates, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, • G) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and IDS Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, i. 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 ,�1/A /1 n n �i�, �n` powered by Legistar" �6.�N�/1�Zenc1 J 78 iI 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 P8K Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, L) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract 1 DBA Studio One Eleven for On-Call and RDC S1 1 between the City of Huntington BeachInc., 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 Professional Services Contract between the City of Huntington Beach and SVA Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term: and, P) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Verde Design, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term. • Q) Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Kitchell/CEM, Inc. for On-Call Architectural Engineering & Professional Consulting Services to extend the term for two additional years until July 19, 2027; and, • R) Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Westberg White, Inc. for On-Call Architectural Engineering & Professional City of Huntington Beach Page 3 of 9 Printed on 8/14/2025 powered by Legistar'" Alrfrk I / File#: 25-553 MEETING DATE: 8/19/2025 Consulting Services to extend the term for two additional years until July 19, 2027. Alternative Action(s): Do not approve the recommended actions and direct staff accordingly. Analysis: On March 17, 2025, a Request for Qualifications (RFQ) for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services was requested and submitted in compliance with Chapter 3.03 of the Huntington Beach Municipal Code. Proposals were due by 4:00 PM on Tuesday, April 29, 2025. Thirty-three (33) proposals were received and reviewed by staff from Public Works and Community & Library Services. Proposals were ranked based on six (6) categories: Compliance with RFQ Requirements; Understanding of the Project-Methodology; Qualifications and Experience; Educational Background; Cost/Price; and References. Each element was ranked based on factors between 1-5 and weighted as noted: Understanding of the Project-Methodology (25); Qualifications and Experience (25); Cost/Price (25); Compliance with RFQ requirements (10); Educational Background (10); and References (5). Based on this review, staff recommend awarding contracts to the sixteen (16) firms listed below for three-year terms each as shown in Attachment 1. Architectural Engineering and Landscape Architectural Engineering 1. Bureau Veritas North America, Inc. 2. Dahlin Group Inc. 3. M. Arthur Gensler, Jr. &Associates, Inc. (Gensler) 4. Gillis + Panichapan Architects, Inc. 5. IDS Group, Inc. 6. Johnson Favaro, LLP 7. NUVIS 8. PBK Architects, Inc. 9. RDC-S111 Inc., DBA Studio One Eleven 10. RRM Design Group 11. SVA Architects, Inc. Landscape Architectural Engineering -Only 12. David Volz Design Landscape Architects, Inc. 13. HAI Hirsch &Associates, Inc. 14. Michael Baker International, Inc. 15. RJM Design Group, Inc. 16, Verde Design, Inc. By contracting with the above firms, the Community& Library Services and Public Works Departments will have more options and a larger pool of qualified consultants for any given project based on each consultant's specific area of expertise. For example, some firms specialize in master City of Huntington Beach Page 4 of 9 Printed on 8/14/2025 powered by Legistar" 80 File#: 25-553 MEETING DATE: 8/19/2025 plans, park development, geotechnical, elevators, structures, and new builds, etc. Fewer on-call consultants limits staffs ability to schedule and manage projects in an efficient manner. Consultants with specific areas of expertise often have substantial workloads and may have conflicts in adhering to the requested timeline. With multiple consultants, staff will have increased flexibility in scheduling project design tasks or even scheduling projects simultaneously, creating a more timely and effective process. The use of multiple contracts also assists in creating a competitive climate between firms, which is advantageous in securing the best pricing. In general, the Standard Operating Procedure (SOP) in administering on-call contracts is for staff to issue task orders for each project based upon the scope of services. For task orders greater than $50,000, the City will typically solicit proposals from two or more of the qualified consultants. Bids are requested from the on-call list, based on the firm's specialty. For example, architectural-only firms will be asked to bid on library, facility, structural, and electrical projects and landscape-only firms will be asked for park development, right-of-way, etc. The firms that can do both will be used the same way. As part of the RFQ process, all firms had to provide work history and specialties, and the dual functioning firms are able to take on a larger variety of projects. The scope of work for architectural engineering, landscape architecture engineering, and professional consulting firms may involve all phases of a development project. The following summarizes the major elements of the scope of work included in the RFQ. Preliminary Plans and Design - Prepare alternative preliminary layouts, surveying, architectural services, and estimates of probable cost for alternatives, and prepare details and calculations. Present alternatives, as needed at staff and/or City Council meetings, and provide recommendations and analyses of the advantages of each alternative. Entitlements/Permits -As a primary consultant, assist the City in obtaining entitlements and approvals from applicable agencies for environmental and/or other permits as may be required. Construction Documents - Prepare designs, plans, specifications, cost estimates and contract bidding documents. The City shall review the construction documents at the preliminary engineering, sixty (60%), ninety percent (90%), and final documents stages. Landscape, Architectural, Engineering Services - Provide landscape, architectural, planning, and design services primarily for existing City parks, facilities, community centers, clubhouses, i.e., tenant improvements, ADA modifications, etc., and park developments, as well as City medians and public spaces. Prepare sketches, renderings, and materials boards providing alternative architectural concepts, designs, and options that can be applied to project requirements. Prepare construction drawings for bidding and archival purposes, as well as technical specifications for materials and methods. The Consultant may be required to perform or assist in environmental assessments, material testing, civil and soils engineering and building architecture. Technical Reports and Analysis - Prepare needs assessments, master plans, and technical studies such as park development fee analysis, including public outreach, community workshops and City of Huntington Beach Page 5 of 9 Printed on 8/14/2025 powered by Legistar" 81 File#: 25-553 MEETING DATE: 8/19/2025 surveys. Bidding Stage -Assist the City in answering bidders' questions, attend pre-bid conferences and job walks, prepare addenda, analyze bids, and recommend award. Construction Stage -Attend pre-construction conference, monitor construction schedule, visit construction site as required for progress and quality of work. Assist the contract manager, contractor, and inspector with interpretation of the plans, specifications, analysis of changed conditions, development of corrective action, review of shop drawings, and other required tasks. Architectural/Landscape Architectural Engineering Services - Provide landscape, architectural, planning, and design services primarily for existing City parks, facilities, community centers, clubhouses i.e., tenant improvements, ADA modifications, etc., and park developments, as well as City medians and public spaces. Prepare sketches, renderings, and materials boards providing alternative architectural concepts, designs, and options that can be applied to project requirements. Prepare architect's/engineer's cost estimates. In addition to the services listed above, using sub-consultants or in-house personnel, landscape architect firms may be required to perform environmental assessments, material testing, civil and soils engineering and building architecture. _ I Funding for services associated with each of the various CIP projects is based on the City Council g approved CIP budget. Each contract is based on a three-year term, with a total not-to-exceed amount of$1,000,000. The $1,000,000 amount is a "not-to-exceed" contract limit only, not a guaranteed amount. In the past five years, specialized architectural and landscaping services have been used in conjunction with $16.7 million of park development and park facility projects, including: Bartlett Park, Blufftop Park, Central Park Restrooms, Edison & Murdy Community Center Building Improvements, Edison Park Reconfiguration, Harbour View Clubhouse Rehabilitation, Lake Park Reconfiguration, LeBard Park Improvements, Marina Park Reconfiguration, as well Rodgers Senior Center Redevelopment (now known as Memorial Hall). Projects currently underway, scheduled, or budgeted for FY 2025/26 requiring various architectural and design consulting services are listed below. The amount shown for each project is based on current project estimates and total $2,154,418. Blufftop Slope Stabilization Repairs- Project Management $ 60,000 Carr Park Reconfiguration-Design &Construction Documents $316,113 Central Park Electrical Switchgear Replacement- Project Management $100,000 Central Park Master Plan -Conceptual Design and Costing $181,800 City Gym & Pool Flooring- Project Management $ 30,000 City Gym & Pool Partial Re-Roff- Project Management $ 35,000 Edison Park Reconfiguration-CEQA analysis $127,200 Edison Park Reconfiguration-Geotechnical Review $180,440 City of Huntington Beach Page 6 of 9 Printed on 8/14/2025 powered by Legistar'" I 82 • i File#: 25-553 MEETING DATE: 8/19/2025 HB Art Center Electrical &Lighting Rehabilitation - Project Management $ 30,000 Helen Murphy Branch Foundation -Geological& Design Services $ 80,000 Huntington Central Library Child-Teen Reconfiguration $129,245 Library Facilities Master Plan-Conceptual Design &Preliminary Costs $334,277 Main Promenade Parking Structure Improvement—Project Management $ 35,000 Marina Park Rehabilitation- Design and Construction Documents $344,343 Schroeder Park- Design $ 64,000 South Beach Lots Attendant Booths- Project Management $ 11,000 Water Production Building Rehabilitation $ 96,000 Looking forward to future fiscal years, staff anticipate design and construction management services will be needed for Carr, Edison, and Marina Park Reconfigurations. Preliminary construction costs for these three park development projects alone are estimated at$32 million with anticipated consulting services needed for the development of plans and specs, as well as construction management costs, totaling approximately 10% or$3.2 million. Staff also anticipates future on-call architectural engineering and landscape architectural services will be needed as a result of the recommendations included in the Library Facilities Master Plan and Central Park Master Plan, although preliminary cost estimates are not available at this time. In addition to this request for approval of the 16 new on-call contracts, staff are requesting approval of two Amendment No. 2's for existing On-Call Architectural Engineering and Professional Consulting Services contracts for Kitchell/CEM, Inc. and Westberg White, Inc. The original two agreements expired July 20, 2024, but were extended for one year through July 19, 2025. These requested amendments would extend the contract terms for two additional years through July 19, 2027. Both firms currently have on-going on-call architectural projects with the City, however they did not participate in the recent on-call RFQ bidding process. The projects they have been working on are either fully designed, nearly fully designed, or entering the construction phase, requiring minimal service requirements, minimal or no additional compensation, and funded fully under the existing purchase order. Staff are requesting a second amendment for both firms to add two additional years 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 Legistarm 83 File#: 25-553 MEETING DATE: 8/19/2025 Non Applicable-Administrative Item Attachment(s): 1. RFQ Recommended Listing of Consultants 2. Professional Services Contract between the City of Huntington Beach and Bureau Veritas North America, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 3. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Dahlin Group, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 4. Approve and authorize the Mayor and City Clerk to execute Professional Services Contract between the City of Huntington Beach and David Volz Design Landscape Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 5. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and M. Arthur Gensler, Jr. &Associates, Inc. (Gensler) for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 6. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Gillis + Panichapan Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 7. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and HAI Hirsch &Associates, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 8. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and IDS Group, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 9. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Johnson Favaro, LLP for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 10. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Michael Baker International, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional • Consulting Services. 11. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract City of Huntington Beach Page 8 of 9 Printed on 8/14/2025 powered by legistar" 84 i - File #: 25-553 MEETING DATE: 8/19/2025 between the City of Huntington Beach and NUVIS for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 12. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and PBK Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 13. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RDC-S111, Inc., DBA Studio One Eleven for On- Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 14. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RJM Design Group, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 15. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract Pp Y � between the City of Huntington Beach and RRM Design Group for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 16. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington'Beach and SVA Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services.. 17. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Verde Design, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 18. Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Kitchell/CEM, Inc. for On-Call Architectural Engineering & Professional Consulting Services to extend the term for two additional years until July 19, 2027. 19. Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Westberg White, Inc. for On-Call Architectural Engineering & Professional Consulting Services to extend the term for two additional years until July 19, 2027. 20. RFQ for On-Call ArchitecturalEuineering, Landscape Architectural Engineering and Professional Consulting Services. City of Huntington Beach Page 9 of 9 Printed on 8/14/2025 powered by LegistarTM 85 RFQ for On-Call Architectural Engineering,Landscape Architectural Engineering and Professional Consulting Services Landscape Firm Architect Architect Bureau Veritas North America, Inc. Architect Yes Yes Dahlin Group, Inc. Architect Yes Yes David Voiz Design Landscape Architects,Inc. Landscape No Yes Gensler-M Arthur Gensler Jr&Associates Architect Yes Yes Gillis&Panichapan Architects, Inc. Architect Yes Yes HAI Hirsch&Associates, Inc. Landscape No Yes IDS Group,Inc. Architect Yes Yes Johnson Favaro,LLP Architect Yes Yes Michael Baker International,Inc. Landscape No Yes NUVIS Landscape Yes(via sub) Yes PBK Architects,Inc. Architect Yes Yes RCS-S111,inc.,DBA Studio One Eleven Architect Yes Yes RJM Design Group,Inc. Landscape No Yes RRM Design Group Architect Yes Yes SVA Architects, Inc. Architect Yes Yes Verde Design, Inc. Landscape No Yes 86 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND SVA ARCHITECTS, INC. FOR ON-CALL ARCHITECTURAL ENGINEERING, LANDSCAPE ARCHITECTURAL ENGINEERING AND PROFESSIONAL CONSULTING SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," SVA ARCHITECTS, INC., a California Corporation hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to provide on-call architectural engineering, landscape architectural engineering and professional consulting services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Robert M. Simons who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-16636/3833895 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 ��" lss r 'y' , 20%j (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 no t 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. 25-16636/3833895 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 pp expense and CITY shall approve selection of CONSULTANT's counsel. p 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 25-16636/3833895 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: 25-16636/3833895 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 25-16636/3833895 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 25-16636/3833895 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 SVA ARCHITECTS, INC. ATTN: Dir. Comm. &Library Services ATTN: Robert M. Simons 2000 Main Street 6 Hutton Centre Drive, Suite 1150 Huntington Beach, CA 92648 Santa Ana, CA 92707 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 25-16636/3833895 8 of 11 covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for 25-16636/3833895 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 25-16636/3833895 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 SVA ARCHITECTS, INC. municipal corporation of the State of 1---.441A. i4d.wimify_\../ California By: Robert M. Simons, A print name Mayor ITS: (circle one)Chairma 'reside ice President N City Clerk By: INITIATED AND APPROVED: William R. Koster ..me ITS: (circle one Secreta /Chief Financial Officer/Asst. Secretary Treasurer Director of Community & Library Services REVIEWED AND APPROVED: City Mana:-r APPROV D AS TO F RM: City Attorney COUNTERPART 25-16636/3833895 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 SVA ARCHITECTS, INC. municipal corporation of the State of California By: print name ayor ITS: (circle one)Chairman/PresidentNice President 04/Ae, AND City Clerk 4/06. By: INITIATED APPROVED: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer irector of um & Library Services REVIEWED AND APPROVED: City Manage APPROV D AS TO F RM: City Attorney COUNTERPART 25-16636/3833895 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 �, o,*. TINGT�4,N. _ i il f, -Li # r�r .! --,. - " . CITY OF HUNTINGTON BEACH ` .. REQUEST FORQUALIFICATIONS FORrl 1 ' < '' Q , I , ON-CALL ARCHITECTURAL ENGINEERING, . { •..:IP1-1 1 1 LANDSCAPE ARCHITECTURAL ENGINEERING t - - . ,.�I AND PROFESSIONAL CONSULTING SERVICES - Due Date: April 29, 2025 by 3:00 PM 1 II i ,, , ... 1 4 Submitted by: SVA ARCHITECTS, INC. 6 Hutton Centre Drive, Suite 1150 Santa Ana,CA 92707 T:949.809.3380 www.sva-architects.com ARCHITECTS TABLE OF CONTENTS `.� i Ti n W w ��ri y • ` S _,.. liii ,,, ‘ ./.. -. 'r-,:. 11•�1t .>. n - A. Vendor Application Form and Cover Letter 01 B. Background and Project Summary Section 04 C. Methodology 06 D. Staffing 09 E. Qualifications 15 F. Fee Proposal 25 „„„SIVid ARCHITECTS A. VENDOR APPLICATION FORM AND COVER LETTER April 29, 2025 City of Huntington Beach — Community Development Department 6550 Miles Avenue, Huntington Beach, CA 90255 RE: REQUEST FOR QUALIFICATIONS FOR ON-CALL ARCHITECTURAL ENGINEERING, LANDSCAPE ARCHITECTURAL EGNINEERING,AND PROFESSIONAL CONSULTING SERVICES Dear Selection Committee, SVA Architects, Inc. (SVA)is delighted to have the opportunity to present our team's qualifications to the City of Huntington Beach (City)to provide on-call services for the City. We have the capacity to provide architectural and landscape services in-house and will assemble full A/E teams pending on project scope. The SVA team and key staff members have decades of relevant experience in facilities planning, design, and construction with a variety of civic work. The City will benefit from a team that can demonstrate expertise with the following assets: • Relevant Public Sector Experience — SVA has a portfolio of civic work that spans over two decades, including designs for new construction and expansion, as well as renovations and modernization of all scales. Our civic clients trust us to deliver innovative designs to service the needs of their respective communities. • Serving as "On-Call" Architects — Having served as on-call architects for various clients over the years, our team understands the expectations of this role and can deliver the work required by the City. We are currently providing on-call services for clients such as OC Public Works, OC Public Libraries, City of Placentia, and the City of Irvine. Much of this work encompasses similar projects the City may undertake. • Budget& Schedule Control — SVA has a proven track record of projects delivered on time and on budget. Our firm has the technical expertise and the staff resources to complete projects for the City efficiently. We will work with the City of Huntington Beach and its stakeholders to develop projects that will meet the new uses while remaining cost-conscious so the available funds are spent resourcefully. • Local Presence — Partnerships with local communities is important to us. As a firm headquartered in Santa Ana, we have the resources to respond quickly and work closely with your team. Our recent local projects include those in the City of Irvine, City of Anaheim, City of Santa Ana, and County of Orange. Utilizing a fully integrated design approach, SVA will meet and exceed the goals of the City. Our reputation in completing projects of similar sizes and scope, our many award-winning designs, and our repeat relationships with satisfied clients makes us uniquely qualified. The proposed price will be valid for a period of at least 180 days. SVA acknowledges Addenda 1 & 2, along with the Q&A's, and have followed the details therein. Sincerely, SVA ARCHITECTS, INC. � 6 Hutton Centre Dr., Suite 1150 Robert M. Simons, AIA Santa Ana, California 92707 SV Partner & President (Authorized Individual) T: 949.809.3380 E: bsimons©sva-architects.com I C: 949.233.6391 www.sva-architects.com ARCHITECTS SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services 101 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: r NEW CURRENT VENDOR Legal Contractual Name of Corporation: SVA Architects, Inc. Contact Person for Agreement: Robert M. Simons Corporate Mailing Address: 6 Hutton Centre Dr., Suite 1150 City,State and Zip Code: Santa Ana, California 92707 E-Mail Address: bsimons©sva-architects.com Phone: 949.809.3380 Fax: N/A Contact Person for Proposals: Robert M. Simons Title: Partner & President E-Mail Address:bsimons@sva-architects.com Business Telephone: 949.809.3380 Business Fax: N/A Year Business was Established: 2003 Is your business: (check one) NI NON PROFIT CORPORATION I FOR PROFIT CORPORATION Is your business: (check one) r CORPORATION II LIMITED LIABILITY PARTNERSHIP ▪ INDIVIDUAL SOLE PROPRIETORSHIP ▪ PARTNERSHIP 1. UNINCORPORATED ASSOCIATION SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services 102 Names&Titles of Corporate Board Members (Also list Names&Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Robert M. Simons Partner& President 949.809.3380 Ernesto Vasquez Partner & CEO 949.809.3380 Principal & William Koster Senior Vice President 949.809.3380 Principal & Judy Cheng Vice President 949.809.3380 Principal & Nathan Herrero Vice President 925.274.9884 Federal Tax Identification Number: 51-0481804 Will Obtain Upon City of Huntington Beach Business License Number: Awardment of Contract (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: N/A SVAArchitects I City of Huntington Beach I RFQ On-Call Architectural Services 103 B. BACKGROUND AND PROJECT SUMMARY SECTION We understand that the City potentially has numerous projects requiring architectural services. Our firm has the resources to immediately help determine budgets and establish requirements for various annual project costs and preliminary designs. SVA is interested in these important projects because we are passionate about our communities and the people served by the City;we truly believe that our skills, experience and creativity will best match your needs for these projects. The team is organized around the concept of delivering the best in facility improvements that involve maintenance, repairs, renovations, and new construction. SVA has experience in consulting with authorized City employees and we will work diligently with any agents and representatives that have jurisdiction relative to the design and construction of the projects or requested work. Below is SVA's typical project approach broken down by phases. We can customize for each project. Project Orientation — Members of our project team will conduct an initial meeting with City staff,facilities team, and other stakeholders to review the project objectives and planning premises. We'll take the chance to tour the existing facility, obtain existing documentation, and will discuss our organizational structure, project budget, and schedule, establishing key architect and client responsibilities. We'll also conduct an initial input meeting regarding the architectural programming and design issues will be conducted during the concept master planning and programming phase. Schematic Design — Schematic design will be developed based on feedback from the concept mater planning and programming. These sketch studies will show the functional areas and building utilization and include floor plans, elevations, and landscape/parking lot plans. All major program elements for a completed project with any requirements for future phasing or program expansion will be outlined. The schematic design documents will allow the City to compare major advantages and disadvantages, as well as cost considerations, encompassing all architectural and engineering systems. SVA will conduct a preliminary building code analysis and construction cost estimate. This stage will also include a preliminary material board. Upon completion of schematic design components, the preliminary design will be presented for review and approval. Design Development— All major disciplines will provide design development drawings that outline specifications, engineering calculations, and analysis. At this stage,we'll also determine construction ti , • _ ' 441 materials, methodologies, major products, and '� ¢ _ .,', n� 11;4 lar materials, and required equipment. Concepts will —= ^� be prepared and defined based upon function, Ada + ;.r -�" security, permanency, quality, and cost. An outline _ • set of specifications and a preliminary draft of the �� final project manual will be created including bidding �� _ i • and contract requirements, general conditions, and all division one requirements, along with a second c +� estimate of construction costs. • SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services 104 Construction Documentation — Based upon the results of previous reviews, the final design of the project will be coordinated with the stakeholders. Updated estimates of construction costs are prepared during this phase. The final construction documents, project manual, supporting calculations, and final cost estimate will be presented to the City for final review and approval. Construction documents will be submitted to the local jurisdictions for plan check and permit approval. We will make all necessary revisions and corrections consistent with all agency reviews and will obtain final approvals from all governing authorities in order to secure final plan check approval. Bidding Phase— The design team will assemble contract documents and bidding requirements into the project manual, assisting the project committee in the modification as may be required. The design team will coordinate distribution to contractors, assistance with a construction pre-bid conference, and answer bidder's questions. Any necessary addenda will be prepared, and our design team will assist the City in evaluating all of the bids and the related bidder's qualifications, and provide a recommendation for the construction contract. Construction Administration — SVA will provide construction observation to evaluate quality of work and determine compliance with the drawings and specifications. Our design team will advise the City of any deficiencies observed in the work during construction. We'll conduct both an administrative and physical review, as well as prepare meeting minutes, make recommendations, prepare, and process field revisions and clarifications, construction changes authorizations, and any necessary change orders. Specific job site reviews will be conducted in order to determine the point of substantial and final completion. A detailed punch list will be created for each space, building component, or site element in a detailed manner by the design team and submitted to the contractor for correction and completion. At the time of final completion, the design team will conduct a final job site review. STEP-BY-STEP PROJECT DEVELOPMENT PROCESS PRE-DESIGN/PLANNING FEASIBILITY STUDY DESIGN IMPLEMENTATION O © ® © © O O KICK-OFF AND DATA CONCEPTUAL -;� CONSENSUS III COLLECTION I PROGRAMMING ■ MASTER BUILDING ASSESSMENT PLANNING +4 PROJECT TEAM REVIEW EXISTING FACILITATE DEFINE,ANALYZE VALIDATE EXISTING FURTHER FULLY DEVELOP OBTAIN FINAL PREPARE DETAILED KICK-OFF MEETING DOCUMENTATION PROGRAM AND DOCUMENT CONDITIONS DEVELOP&DETAIL DETAILED JURISDICTION WORKPLAN y INTERVIEWS TO FEASIBILITY OF AND AS-BUILT INTEGRATED DRAWING SET AND REVIEW AND U COMPLETE IDENTIFY: THE PROPOSED ACCURACY PLANS,SECTIONS SPECIFICATIONS APPROVAL FACILITATE z ESTABLISH TEAM EXISTING -SPECIFICATIONS. OPTIONS TRANSLATE VISION REVIEW& CONSTRUCTION Q RESPONSIBILITIES -PERSONNEL ENSURE CODE ISSUE BID MEETINGS 0- CONDITION &SPACE DELIVERABLES/ &PROGRAM INTO COMPLIANCE COORDINATE PACKAGE n DISCUSS TIMELINE SURVEY& DOCUMENTATION DESIGN CONCEPTS WITH SUB- PROVIDE U INVENTORY REQUIREMENTS TO INCLUDE ANALYZE UPDATE COST CONSULTANTS ASSIST WITH CONSTRUCTION U &MILESTONES -FUNCTIONAL BIDDING PROCESS OBSERVATION 0 ASSESS/CONFIRM ADJACENCIES,IF -EXECUTIVE PRELIMINARY ESTIMATE FINALIZE COST INCLUDING BID CONDITION SUMMARY SYSTEMS6 PROCESS 0REVIEW ADJUSTED ESTIMATE NEEDED TO BE PROJECT GOALS OF EXISTING -SPECS NEED BUILDINGSUBMITTALS& Z _FACILITIES ASSESSMENT COMPONENTPROVIDE QUALITY ADVERTISEMENT,CONTROL AND JOB WALK PROVIDE RFI'S 6 DEVELOP -CODE ANALYSIS - CONSTRUCTABILITY CONSTRUCTA�LITV ADDENDA STAKEHOLDER IDENTIFY&VERIFY REVIEW Et _J DEVELOP SITE PROJECT/SPACE -PARKING REVIEW REVIEW PREPARATION,AND WORKSHOPS) CODE/AGENCY PROCESS CHANGE CONTEXT STUDIES PROGRAM ANALYSIS RESPONDING TO -PROJECT REQUIREMENTS REFINE PROVIDE VALUE ORDERS 02 IDENTIFY SITE ALIGN PROPOSED SPECIFICATIONS ENGINEERING AS RFI'S OPPORTUNITIES& SCHEDULE SCHEDULE PREPARE COST PREPARE PUNCH -PRE-DESIGN ESTIMATE REQUIRED BID EVALUATION LISTS CONSTRAINTS SELECT COLOR SUBMIT ESTIMATE AND MATERIAL CONSTRUCTION -DESIGN OUTLINE FILE NOTICE OF IDENTIFY& GUIDELINES SPECIFICATIONS DOCUMENTS TO AWARD CONTRACT COMPLETION COLLECT A GENERATE ADDITIONAL DATA INITIATE DESIGN CERTIFY FINAL AS REQUIRED PHASING OPTIONS REVIEW MEETING IF NECESSARY PAYMENT WITH DSA PROJECT CLOSE OUT SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services 105 C. METHODOLOGY SECTION 1. IMPLEMENTATION PLAN i. SVA has many years of providing on-call services to a variety of public agencies. With the experience, SVA has developed a four step approach for projects similar to the City of Huntington Beach's. These steps consist of: a. Each new assignment is unique, based on the defined program requirements. Our experiences in an intense appreciation of the need for individuality, a trait that the architectural arenas have led to t pp pervades all of our work. b. Physical buildings are based on a human-sized module that should invite entry and participation. Many designers become so preoccupied with "image"that they forget the inhabitants of their facilities. Function blended with an invitational aesthetic is the key to designing comfortable spaces that are highly "user-friendly and accommodating." c. As Architecture is a blend of art and technology, the concern for efficient systems of construction is a major interest. With the consideration of systems, life cycle costing and value engineering are typically employed to develop economical "hidden" building components. Consequently,we find we are able to dedicate a greater proportion of the available dollars to the "visible" elements where people are to occupy and enjoy the space. d. We pride ourselves on our intensive principal and personnel commitment, acting in tandem with our clients in a comprehensive team structure with proven consultants, so that the best design solutions are realized both creatively and time-efficiently. ii. SVA understands the need to balance the input of multiple stakeholders on a single project. With so much of our portfolio dedicated to public and educational projects, we understand how vital it is that buildings don't just serve one user group but are sensitive to all. Although each project is unique, we will assist each member of the City's Project Committee and provide our expertise to ensure the process is effective.Whether it be the city officials, administrative staff, maintenance staff, or patrons, SVA has the experience and knowledge to coordinate the various needs and desires in an open and engaging process. .411111"- 3 it wziar ,ire *•,,, • 4' Imo ,54 +Y 'Ae 14, g. • Iw. .y SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services 106 Our team has conducted outreach meetings and workshops (when necessary) to help guide the design process and develop sensitive and beneficial solutions for both its users and its neighbors. By directly collaborating with these stakeholders, we have had the opportunity to discuss various project aspects, such as site options and building layouts, with the people who will eventually see the entire project come to fruition. The SVA team utilizes these Community Outreach Workshops to communicate design features of projects and to keep the neighboring public informed and involved as well as to encourage their input and participation. iii. SVA is dedicated to using comprehensive project management methods for all of our projects. These methods include user-driven design meetings and workshops, a robust QA/QC process that produces highly accurate construction documents, and budget and schedule control that adheres to the clients' needs. In this way, we are able to incorporate feedback and creative design solutions from all team members—owner, architect, construction manager, engineers, and subcontractors—to form a collaborative effort. Our approach involves a three-pronged platform with the owner as one entity, the architect, and engineers as the second, and the contractors or builders as the third;the three parties act as the core group to manage the integrated project delivery process. During the project closeout phase, our team will work with the construction team to prepare a project punch list and review and check off the completion of all items within a reasonable timeframe.We will provide a close out check list and will review all close out documents and warranties prior to submission to the City. 2. CLIENT SATISFACTION We prefer to work closely with our clients throughout the planning process on each of our projects. Our designs evolve from our collaboration between the client, the principals and staff of SVA, and our consultants.While we may lead this effort, each team member is valued for the insights which they bring. This interactive process has been the most efficient and effective manner we have found to quickly come to terms with the project. Our hands-on approach, based on consistent personal communication, has proven to be a fundamentally better skills technique, allowing for the exploration and development of fresh ideas, creating an intensive synergism, and establishing a decidedly creative focus to the entire client/architect relationship. Members of our project team will conduct t an initial meeting with the City of Huntington 1 1111191. 441 Beach's project committee to review the project objectives and planning premises. We will tour '� the existing facility to better understand the ait faculty's concerns and their goals. We will discuss the organizational structure, time schedule, ° project budget, and other special areas of interest , to the City of Huntington Beach. We will also establish the key responsibilities,the suggested i procedures and priorities, and the methods for work review and approval during the course of `> the project $f BNiiUm.H.44 Throughout the course of the project, we will ensure the City's project goals are incorporated into the design,we will maintain the project schedule and budget as they are typical project challenges, we will make sure the client is well informed of the project status for both design and construction. Our team has a great track record of achieving project scope of work and client satisfaction. SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services 107 3. PROJECT SCHEDULE APPROACH For schedule control, we establish a detailed work plan at the start of each phase, indicating the major tasks and milestones to be accomplished by each team member. This schedule is used to track the �) l ;, progress of design and construction throughoutg l i ;' i the assi nment. We maintain continuous (( ir communication with our clients, focusing on the A f } " important design, cost, and schedule issues to "' ensure both technical accuracy and timeliness of ` / .' .. delivery. This is invaluable in fostering a team spirit a. k = �' for successful project completion. With substantial project experience, SVA has an excellent _ !, understanding of what it takes to provide a realistic • and efficient project schedule. We have decades of experience and have maintained excellent f relationships with the various local jurisdictions, including the Fire Marshal. SVA will coordinate with our consultants to prepare a detailed schedule and budget for each project at inception, against which the project manager will monitor work completed to date on a regular basis. At that time, he/she will also utilize a budget report to check expenditures against schedule and budget. We set up procedures to coordinate with each stakeholder from the outset when the contract is developed, establishing the baseline on how the coordination will occur. Further,we require each consultant to respond to a detailed quality review of their documents; this procedure is necessary to prevent conflicts between disciplines and to eliminate conflicts under construction. 4.WORKING WITH THE CITY SVA has had the pleasure of working with various counties/cities and their respective communities throughout California;through continuous communication as a collective team,we have designed and delivered creative, sustainable, and cost-effective facilities. Our Senior Project Manager, Doug Brown, has managed many on-call projects, including over a dozen projects for the City of Irvine and County of Orange. Each project is unique in what is required, below are some examples of what the clients can provide to benefit the overall outcome of the project(s). • Good records of as-built documentations is always helpful, but we can overcome this with additional investigation. air • Establishing a project committee if the project -..111.11°' has a more complex scope,their continuous H U NTI NGTON BEACH participation would provide consistent project District Education Center input throughout the design phase. )° • Open communication about schedule IIII '`�� expectation and budgets early on,this helps x +: . tremendously in establishing a viable roadmap r for project completion. SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services 108 D. STAFFING ROBERT M. SIMONS, AIA Partner-In-Charge/Architect of Record Mr. Simons is the President of SVA and will serve as the Partner- , In-Charge and Architect of Record for these projects. Mr. Simons • _� has devoted his 40-year career to creating enduring, functional, and sustainable spaces. He believes that exceptional planning and t #_ ° architecture sets the foundation to improve cities and neighborhoods. His vision for creating spaces that enhance quality of life has resulted in an array of innovative and award-winning projects. • Orange County Public Works On-Call Projects, Orange County, TITLE CA, SVA is currently providing services for OCPW on several Partner & President different projects. The projects vary in scope from an amphitheater EDUCATION seating remodel to a park shelter replacement to a harbor Bachelor of Architecture, revitalization plan. California Polytechnic State • Rancho Santiago Community College District Various Projects, University, San Luis Obispo Santa Ana &Orange, CA, SVA has worked on various projects for REGISTERED ARCHITECT on-call projects at both Santa Ana College and Santiago Canyon C 18301 College. These projects consist of work on classroom repairs, campus entrance renovation, shade structures and many more PROFESSIONAL ongoing projects. AFFILIATIONS • City of Irvine Various Projects, Irvine, CA, SVA is providing design American Institute of services for the City for four critical buildings: the Great Park Architects Administration Building, the Public Safety Training Center, and Coalition for Adequate the Maintenance & Operations Building, as well as the City's Civic School Housing Center Tenant Improvements. Community College Facility • County of Los Angeles Quartz Hill Library, Quartz Hill, CA, The Coalition new library accommodates 39,000 books and media, 70 seats, California Parks and 23 computer stations, a meeting space for 100, and the required Recreation Society administrative space. Project is LEED Gold certified. Society of College and • City of Jurupa Valley City Hall Remodeling & Building Addition, University Planners Jurupa Valley, CA, The project is to take place over two phases. Phase 1 involves the construction of a new 10,500 square foot building to support the City's growth in various departments and a corresponding parking lot. Phase 2 will focus on the required renovation of the current facilities, with an emphasis on optimizing workstations and collaborative spaces, as well as ADA and MEP improvements. • Inland Empire Health Plan Training & Learning Center Tenant Improvement, Rancho Cucamonga, CA, The project consists of over 100,000 sq. ft. of office tenant improvements and 75,000 sq. ft. of exterior/landscaping renovations. The interior tenant improvements consists of a center for learning and innovation, in ARCHITECTS addition to a wellness and workout room. SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services 109 DOUG BROWN, ARCHITECT, NCARB Senior Project Manager Mr. Brown's solid background in construction and project management has made him a highly qualified member of SVA's design development and production teams. Mr Brown will serve as the Senior Project Manager on these various projects. He has made • •.a« ` extensive contributions in both the design and management of many civic projects. He will be responsible for fully coordinating the consultants and the deliverables for these on-call projects. • OCPL Various Library Modernizations, Orange County, CA, SVA TITLE has or is currently providing multiple library modernizations and Principal furniture specifications for several OCPW's library branches. This includes four completed projects at the Cypress, Westminster, EDUCATION Rancho Santa Margarita, and San Juan Capistrano branches, as Master of Architecture, well as four more projects currently underway at the Dana Point, Arizona State University Aliso Viejo, Garden Grove and Stockton branches. Bachelor of Architecture, • City of La Habra Civic Center Renovation, La Habra, CA, Arizona State University Relocated the existing civic center to a business complex as it had outgrown its space over the years. The two-story office complex REGISTERED ARCHITECT was fully converted to a new City Hall which houses administration, C-30818 finance, community development, public works, and engineering, along with a Post Office and art museum. PROFESSIONAL • City of Moorpark City Hall Tenant Improvements, Moorpark, CA, AFFILIATIONS These tenant improvements will consist of office space, meeting National Council of rooms, and other ancillary spaces for approximately 60 people. Architectural Registration Additionally, the design will provide a new 100-seat city council Boards chamber with an audio-video room and an overflow room, a new central records vault, storage, new signage, and landscaping. • City of Anaheim Sustainability Education Center,Anaheim, CA, SVA and Oltmans Construction are providing professional services to plan, design, and construct the new Sustainability Education Center (SEC) building. The SEC will feature highly interactive and engaging multi-purpose exhibits that highlight energy- and water- efficiency measures and strategies, solar and other renewable technologies. • County of Los Angeles La Puente Enhanced One-Stop Development Center, La Puente, CA, The new building is 7,500 sq. ft., with public queuing/waiting spaces, interactive application workstations, and public restrooms. It also includes staff offices, open workstations, conference rooms, and a staff lunch area. • City of Bell Gardens Aquatic Center, Bell Gardens, CA, The building interior will feature a new lobby entrance/reception, new staff offices, staff lounge/break room. The outdoor area is composed of four elements: a competition pool, a. therapy pool, a. ARCHITECTS recreation pool, and a picnic area that provides shaded lounging space and bench seating with storage underneath. SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services I 10 MEL TAN, ARCHITECT Senior Project Architect Mr. Tan has been responsible for master planning, conceptual design solutions and crafting the vision of the firm's various public projects. His contributions of design and management experience bring to the team a unique spirit of creative and thoughtful design which . ` ultimately results in successful projects. He has worked on many civic projects and will serve as the Senior Project Architect for the City's assignments. • City of Irvine Great Park Administrative Building, Irvine, CA, The TITLE complex contains the following functions: Community Services, Principal Public Safety, Building Maintenance, and Staff Operational Areas. The overall project also includes a parking lot and significant site EDUCATION work totaling close to four acres. Bachelor of Architecture, California State Polytechnic • City of Santa Ana Various Project, Santa Ana, CA, SVA has University, Pomona worked on several civic projects for the City of Santa Ana, including the Corbin Center, which replaced the existing community center Architecture & Planning with a new facility. SVA has also helped renovated the Delhi and Certificate, University of Newhope Libraries for the City. Copenhagen, Denmark • City of Fontana Civic Center Expansion, Fontana, CA, The existing civic center will be demolished and will be replaced by a REGISTERED ARCHITECT two-story municipal building with parking structure on the first level C-18828 and office space on the second level. The intent of the building is to serve as office space for city staff as well as both public and employee parking for the civic campus. • City of Riverside Arlanza Library, Riverside, CA, This new facility responds to the community's need to access information and technology with a dy-namic digital media program. At the core of this 10,000 sq. ft. library is a public computer center that provides internet and software access. • City of Jurupa Valley City Hall Remodeling & Building Addition, Jurupa Valley, CA, The project is to take place over two phases. Phase 1 involves the construction of a new 10,500 square foot building to support the City's growth in various departments and a corresponding parking lot. Phase 2 will focus on the required renovation of the current facilities, with an emphasis on optimizing workstations and collaborative spaces, as well as ADA and MEP improvements. • West Basin Municipal Water District Edward C. Little Water Recycling Facility&Visitor Center Renovation (ECLWRF), El Segundo, CA, This project includes reconfiguration of the existing large conference room; construction of new large divisible meeting/conference room, restrooms and storage rooms; remodeling of the reception and front office space area; and ARCHITECTS relocation of the control room. SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services I 11 ROBERT PULEO, ASSOC. IIDA Director of Interiors Mr. Puleo has over 30 years of professional experience in functional space planning, overall facility utilization and layout studies, interior design, and project management. He is especially accomplished in building requirements programming, existing facility evaluation studies, building renovation and relocation, floor area analysis, and space layout planning. • Boy Scouts of America Orange County, Santa Ana, CA, The program incorporates directional signage, donor plaques, honor TITLE walls and vintage photographs. A new Heritage center features Director of Interiors graphic displays that celebrate not only the history of the Scouts, but contemporary honors and achievements, while a 45-foot EDUCATION custom designed mural. Bachelor of Architecture, University of Arizona • OCPL Various Library Modernizations, Orange County, CA, SVA has or is currently providing multiple library modernizations and PROFESSIONAL furniture specifications for several OCPW's library branches. This AFFILIATIONS includes four completed projects at the Cypress, Westminster, International Interior Rancho Santa Margarita, and San Juan Capistrano branches, as Design Association well as four more projects currently underway at the Dana Point, Aliso Viejo, Garden Grove and Stockton branches. • City of Palmdale Chimbole Cultural Center Renovation & Library Expansion, Palmdale, CA, The City of Palmdale has selected SVA to perform architectural and engineering design services for three of the City's existing buildings: the Palmdale City Library, the Chimbole Cultural Center, and the Finance/Operations Department building. SVA will help the City expand the library, renovate and repair damage caused by fire and water to the Cultural Center, and provide a space planning study for the Finance and Operation Department. • Inland Empire Health Plan Training & Learning Center Tenant Improvement, Rancho Cucamonga, CA, The project consists of over 100,000 sq. ft. of office tenant improvements and 75,000 sq. ft. of exterior/landscaping renovations. The interior tenant improvements consists of a center for learning and innovation, in addition to a wellness and workout room. • City of Baldwin Park Teri G. Family Service Center, Baldwin Park, CA, SVA was recently selected to complete two sets of conceptual plans for the Teri. G. Family Service Center, which will involve preparing conceptual exhibits as well as presentations and meetings with the local community for their input and feedback. SVA will provide the City with two conceptual floor and site plan options, one for a one-story conceptual plan and another for a two- story alternative plan. ARCHITECTS SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services 112 ADDITIONAL SVA TEAM MEMBERS In addition to those already listed, the following SVA team members can provide their specialized expertise. Their knowledge, along with their experience working as a team on multiple projects together, will further aid the City in pursuit of its goals. ` """'"''" earl . ,� ' DEAN HAWKINS, LEED AP BD+C — Sustainable Design Lead '� ���'- . ,IV� $. ij Mr. Hawkins will be the Sustainable Design Lead for these projects. He has - v - experience with all phases of planning, assessment, design, and construction Ail - ' '" administration. Mr. Hawkins career history is highlighted with leading the -- i6 managing efforts for a variety of California public works clients. He obtained his r,- \ Bachelor of Architecture from California State Polytechnic University, Pomona. EMMANUEL CASILLAS — Job Captain Mr. Casillas has several years of experience in the educational sector. As Job Captain, Mr. Casillas has been responsible for the production and coordination ,` of projects including the technical design as well as administrative services during plan check and construction. Mr. Casillas received his Bachelor of Architecture from California State Polytechnic University, Pomona. . WILLIAM KOSTER NCARB, LEED AP_ Director of QA/QC(Architect#23364) Mr. Koster leads the production team at SVA and will be responsible for the , Technical & Quality Control effort. He is very knowledgeable of the Building , ii .i ,.- Information Modeling (BIM) program, up-to-date with the latest technology in `` our industry, and has conducted seminars and workshops on BIM/Revit. Mr. Koster received his Bachelor of Architecture from Iowa State University and ,; Master's Degree in Architecture from the University of Colorado. alw "i JUDY CHENG, MBA, LEED AP —Project Coordinator Ms. Cheng is one of the Principals at SVA and will be the Project Coordinator t� assigned to these projects. She has been involved with various public and institutional projects, including the firm's recent work for the City of Hemet and Los Angeles County Public Works. She received her Bachelor of Architecture from the University of Southern California and a Master's in Business r Administration from the University of California, Irvine. JONATHAN STALVEY, ASLA — Landscape Designer , I Mr. Stalvey's experience as a landscape designer ranges from a variety of civic *A, and public works to historic private and multi-family residential as well as a number of educational projects. He brings a diverse portfolio of projects with a personal emphasis on sustainability, place making, site identity, and quality. Mr. Stalvey graduated from California State Polytechnic University, Pomona with a Bachelor of Science in Landscape Architecture. SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services I 13 SUBCONSULTANT SVA has enjoyed successful working relationships with many qualified consultants and has selected consulting team members that will meet your project objectives. We are confident in their design and technical expertise, and they have proven to be effective partners who share our commitment to client service throughout the years. SUB-CONSULTANT SERVICE LICENSE(S) VCA Engineers Virgil Aoanan, PE, SE, QSD www.vcaeng.com Civil California No. C36079 Kimley-Horn Civil Randall Kopff, PE www.kimley-horn.com California No. C6633 BKF Engineers Civil James McCurdy, PE www.bkf.com California No. C64850 VCA Engineers Structural Young Nam, PE, SE www.vcaeng.com California No. S4029 Coffman Engineers Structural Jonathan Wirthlin, PE, SE www.coffman.com California No. S5702 KPFF Consulting Engineers Structural Farid Mohseni, SE www.kpff.corn California No. S4775 Ray Park, PE, RCDD California No. E22632 AlfaTech Mechanical, Electrical, Plumbing www.atce.com Nick Kourassis, PE California No. M31713 Bryan Wayne, PE, LEED A.P. California No. E18076 H+W Engineering Mechanical, Electrical, Plumbing www.hwengr.com Tom Harmon, PE California No. M34049 WSP Mechanical, Electrical, Plumbing Ray Swartz www.wsp.com California No. E15610 Architerra Design Group www.architerradesigngroup. Landscape Design Gregg Denson, ASLA California No. 4302 corn Kimley-Horn Michael Madsen, PLA, CLIA, www.kimley-horn.com Landscape Design ASLA California No. 5798 RJM Landscape Design Larry Ryan, LLA, ASLA www.rjmdesigngroup.com Landscape Design California No. 2502 OCMI Cost Estimating Not Applicable www.ocmi.com Sierra West Group Cost Estimating Not Applicable www.sierrawestgroup.com SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services I 14 E. QUALIFICATIONS EXPERIENCE WITH PROVIDING ON-CALL SERVICES SVA has worked with many public agencies including local governments, public works departments, school districts, military and public safety organizations, and transportation authorities in similar capacities. Our work ranges from new construction of libraries, community centers, civic centers, and public safety facilities to ADA upgrades, park shelter replacements, and maintenance building remodels. Focusing on design excellence, we review and analyze existing facilities at each site, the project objectives and delivery schedule, and other contractual items. As a team, our sole mission is to adopt our client's objectives and dedicate ourselves to the achievement of the client's goals. SVA has provided on-call architectural services for both civic and educational clients. SVA takes pride in delivering solutions for these local on-call projects. We want to positively impact the communities we live and work in with safe, healthy, and cost-effective solutions. Below are some of our civic clients, a few of which we have and/or are providing similar on-call services for: Y, ItN illfl fr9avis0 m cM. a 0 ° \\�� LtArcYYi"�MY�. +1„°asa Cathedral City COPE RTINO cnROF �" Fy pR'q i ! :JEt" NP ¢® Fremont "beret tV + - %iA '+ alth Plan MERCED 0-- grage ):,. � COUNTY U N T Y '! �� I 1 ° `4s.Is`•': i;,;;,41_, NIONTCLAIR 102.1111 of['ALy •.., " ►� °f PublicWorks g /•• O X N`r RD �ii 1. cIk crrvo� parks., P NORWALK , ,a,„,;. A / 4 �. crry Of oAKUNo put,:-,I,Inane LA, TKO,/ 444.* T.QT.A 1.X VI SAN DIEGOJSol" '� � i(R 10.,::;, • is lct s. siiiCOUNTYri / CT vvm, ' fir;; uFTiiousnnd C>.:{ ► JIVENTURA �•Vernon�e SSAA RRAMENTO t 2 A q , • � ! ri ' {- . r $.a..-.„-4. ,�... -TRH .port ilia i 4. s SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services I 15 References of Work Performed Form (List 5 Local References) Comany Name: SVA Architects, Inc. 1. Name of Reference: The County of Orange.(On-call Agreement) Address: 601 N Ross St. Santa Ana, CA 92701 Contact Name:Mathew DeHart Phone Number: 714.667.4972 Email: matthew.dehartftocpw.ocgov.com Dates of Business: Since September of 2016 and Ongoing 2. Name of Reference: Orange County Public Libraries (On-call Agreement) Address: 333 W. Santa Ana Blvd.. Santa Ana. CA 92701 Contact Name:Mathew DeHart Phone Number: 714.667.4972 Email: matthew.dehart@ocpw.ocgov.com Dates of Business: Since December of 2019 and Ongoing 3. Name of Reference: City of Irvine (On-call Agreement) Address: 1 Civic Center Plaza, Irvine, CA 92606 Contact Name: Scott Smith Phone Number: 949.724.7526 Email: ssmith@cityofirvine.orq Dates of Business: Since November of 2018 and Ongoing South Orange County Community College District 4. Name of Reference: (On-call Agreement) Address: 5500 Irvine Center Dr, Irvine, CA 92618 Contact Name: Anna Petrossian Phone Number: 949.451.5708 Email: apetrossian@ivc.edu Dates of Business: February of 2018 -August 2024 5. Name of Reference: Rancho Santiago Community College District(On-call Agreement) Address: 2323 N Broadway, Santa Ana, CA 92706. Contact Name: Hugo Curiel Phone Number: 714.480.7530 Email: curiel_hugo©rsccd.edu Dates of Business: Since May of 2018 and Ongoing SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services I 16 COUNTY OF ORANGE PUBLIC WORKS VARIOUS PROJECTS Orange County, California , • • y . . I ; ; CIL PublicWorks , ...>i : imommommaer. . • f Client -. t The County of Orange lei Er .- ',,: Project Timeline - :'.1 i 2016 - Ongoing ® l < '{ ; Contact IllC. I1 ; � r i •.. eQ r Mathew DeHart ,;ti Project Manager — R T: 714.667.4972 =• i .. - .11 E: matthew.dehart© —�- -r ocpw.ocgov.com SVA Team Members SVA has or is currently providing services for Orange County Public • Robert M. Simons - Works on several different projects. These projects prioritize community PI needs and reflect SVA's commitment to enduring and healthy public • Dougug Brown - PM & PA spaces. Some of the projects are listed below: • Dean Hawkins Sustainability • Mile Square Park Shelter #3 • Orange County Child Replacement Support Services Counter Subconsultants • Carbon Canyon T.I. • Structural - Amphitheater Remodel • Orange County Juvenile Hall Miyamoto • Dana Point Harbor Security Camera Upgrade • MEP -tklsc Revitalization • Mile Square Park and BP & Associates • Craig's Park Sports Complex Maintenance Building Update Expansion • Yorba Maintenance Building Remodel SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services 117 ORANGE COUNTY PUBLIC LIBRARIES VARIOUS RENOVATIONS Orange County, California r E \r\lticurro, ' . ......"1"17 . ., ,,, ,.., i' t egat `.^E( Vial E .r w � ♦ 11i I'll 1. �-11 n .,.44 771 (i/JJ� i 4.'^,�E t�e ' E f7:ji.'. - c,J.Eif..;l 11/ x 1 6 1' 7 t h _ i ' '' - ' '''' ' -- ''''' ---'''.--.,:` -',/,-/ l. :Nit ' \ get ' A ,l ' i -:� t -'�le ; A.,.. , .,,-'*'':, `-4--L' ,,:::7 -''''', - ., . --4,;.4,..,* .„,,,,,.::_...,1,..4",:i-r,_,;,i ,..:::". .,:.•am....__,..:\,,:144..--,.,f;_:=, ,;,,,.-,..:::i- '; - ; 41;fr.47 iti,"....,4,- ::,7-'7'...f,,,Z-, :- s., - — '''' - ' -'. _-N,.; --': ,roilio__H4: -." Client Orange County as I -- ['!�' ' Public Libraries , r - , ► ` r s Project Timeline �' m 2019 - Ongoingh „t / " `s Contact A, s Mathew DeHart Project Manager m. .:_ -P taino-iiil.. ,. .. E: matthew.dehart@ <.. pi'. - I l ocpw.ocgov.com SVA Team Members SVA has or is currently providing multiple library modernizations and • Robert Simons PIC/AOR furniture specifications for several OCPW's library branches. Our team • Doug Brown - PM & is working on the following libraries to bring each of them up to today's PA standards. • Robert Puleo - Director of Interior Completed In Progress Subconsultants • Cypress Branch Library Dana Point Library • Structural / Civil - • Rancho Santa Margarita • Aliso Viejo Library VCA Engineers, Inc. Library • Stanton Library • MEP WSP • San Juan Capistrano • Garden Grove Library Regional Branch Library • Westminster Public Library SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services I 18 CITY OF IRVINE VARIOUS PROJCTS Irvine, California . 411941k ,';" if.1, ,. .. +' Pent?,.,,,t a c" " 3 m1�y, �¢.y,s 0 .3�.,.T yi[,. `Sy 4 ~ ,.1r1 iiop E . 1 Client ' City of Irvine Project Timeline ` 2018 - Ongoing { Contact lino - ' wow mill Scott Smith ��rl—' - . , ,„ i r , Ufa, Deputy Director, ; Public Works - '- T: 949.724.7526 _- T E: ssmith@cityofirvine. org SVA is providing design services for the City's various projects, SVA Team Members including: The new Great Park Administration Building, which is • Robert Simons - PIC approximately 28,000 sq. ft and will house Community Services, Public • Daniel Ruiz - PM • Doug Brown - PA Safety, Building Maintenance, and Staff Operational Areas. The design for the Public Safety Training Center will accommodate three key Subconsultants programs: Emergency Management Division, Training Division and its • Civil - & Support Facilities, and Emergency Vehicle Operations Course (EVOC) VCA Engineers, Inc. • Structural - & Vehicle Training. The new Maintenance Operations Building and will Coffman Engineers feature office spaces, landscape mechanic shop, facility maintenance • MEP -tklsc area, community service area, conference rooms, restrooms, and • Cost Estimator- Sierra West Group storage. Additionally, a new tenant improvement project encompasses the third floor of B-wing of the Civic Center, which will involve converting existing offices and cubicle areas into new enclosed areas. SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services I 19 RANCHO SANTIAGO COMMUNITY COLLEGE DISTRICT VARIOUS DISTRICT-WIDE IMPROVEMENT PROJECTS Orange /Santa Ana, California '>."-• 4 I i i - LL `'i+,c Tr r.., ram.. H r:.. I /f -.., t t� Y' :R ,..._ _ - . . "s`- _ __. ifTf 1 1 . ,.,. . le,i I 4^.....:1.'10-.. .1..FILF., Iiip. - . ,-'.1i aw'ais)011044•.-..... : r ' i * ' • ryA,4 T j ' �. j 5a 14 @ cl tb r` 1- ,-- ff , %. 1 -' 14 , '• ;}rt•- r-sir .. +`Fr�.,�.. ,�� _.. k le r . , . .:„ _ ,....,,,.: i„..141,,,,,,,t4ti.7... -1_ 1) ',,;xfiet:.;'„ Client Rancho Santiago -ell r , Community College -� 1 "� Districta Village ._... Project Timeline Ir. 2018 - Ongoing Contact Hugo Curie! ,. , *'i .. YM I '' �.. Project Manager ..- , t a T: 714.480.7530 r - - E: curiel_hugo@rsccd. - _ _.'. edu SVA is currently working with RSCCD on a variety of on-call projects SVA Team Members at their various campuses. Below are some of the projects we have • Robert Simons - PIC• Daniel Ruiz - PM completed for the District. • Doug Brown - PA • Campus Entrance Improvement at Santa Ana College • Campus Entrance Improvement at Santiago Canyon College Subconsultants • Path of Travel & Soccer Field Improvements at Santiago Canyon • Civil - VCA Engineers, Inc. College • MEP - • HVAC Replacement Project at the District Operations Center Goss Engineering • Building Assessment at Santa Ana College • Landscape - RJM • Cost Estimator - • Parking Lot Crosswalk Improvements at Santiago Canyon College Sierra West Group • Phillips Hall Theater Lighting Project at Santa Ana College SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services 120 IRVINE VALLEY COLLEGE VARIOUS MODERNIZATIONS Irvine, California [RVI ? VINE VALL � 5 VALLEY 11. '. •a ' ;`" COLLEGE •r COLLEGE t - 1 i t " �1 '' ! r n r^rn cr. . � 1! i a- ^ i n 4I 1 I U re; •t e -w .ems4-1" r �3: •:: w ! •� �y t.,..;.:...4., 0 . r- Client 1100.- Illik South Orange County l*.. �.,1 Community College :: - €114. J - ProjectTimeline „ 2021 - 2024 11w '••• •• •• •• • c�1 * ,� ,� Contact p T ��, 4, 1 ,r Anna Petrossian r - "' gli- K I Assistant Director of '�-- ' $ .� �,4_ .rT ..m. 0ii Facilities - T: 949.451.5708 = _ E: apetrossian©ivc.edu Aillilk- SVA has worked with IVC on multiple projects including replacing the SVA Team Members PE200 Building bleachers with a new motorized telescoping bleacher • Robert Simons PIC/AOR system that can retract an-needed, installing updated fire alarm panels • Doug Brown - PM & campus-wide, adding touch less drinking fountains for students to use PA when classes resume on campus, and installing new carport canopies at • Judy Cheng PC four parking lot locations near their maintenance and security buildings. Subconsultants SVA also provided renovations to the campus performing arts center and • Structural / Civil - modernization to their scene shop. VCA Engineers, Inc. • MEP -Alpha MEP • Cost Estimator- Sierra West Group SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services I 21 r CITY OF MOORPARK CITY HALL TENANT IMPROVEMENTS Moorpark, California x ♦. - �. �. +;a,;t {t,` ..t. •- k •,.4. , , ,., to b -i ' ' i '. .. „. , ...,_ v, r ra J trt5,..* .....„ ..-_-....,. .... . .. .. . . ,44 , „.., } $ i 411tr,;;L• :`4 , i - •- i+• or- 411 ' Client `"°� • ._. ;a f� .`,- . . Cityof Moorpark ._ _ J� 'f p _ ` ... ,rlt` Project Timeline 001. 2021 - 2024 '" a, , ‘ . Contact Jessica Sandifer =- 04•0 Deputy Parks and OP u n I c J Recreation Director •• �' -' -ry - . slit- �- T: 805.517.6225 _ ,' E:jsandifer@ moorparkca.gov SVA Team Members The City purchased an office building that was transformed into the • Robert Simons PIC/AOR city's new City Hall. Office space, meeting rooms, and other ancillary • Doug Brown - PM & space were developed for the City's approximately 60 staff and elected PA officials. A new public counter was constructed for permitting, licensing, • Robert Puleo - and other municipal services. Director of Interior Subconsultants The new City Council Chambers features approximately 100 fixed seats • Structural / Civil - and is complemented by an audio-video viewing room for television VCA Engineers, Inc. • MEP - IMEG broadcast and livestreaming public meetings and presentations. A new • Cost Estimator - flexible community room was designed for overflow crowds and as a Sierra West Group rentable space for community groups. SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services I 22 LA PUENTE ENHANCED ONE-STOP DEVELOPMENT CENTER La Puente, California Xr m ` ♦ .1 ''' • -f . A - - • • • A u PWnb enranced /ONESTOP CENTER . .. .......... !, , r, or 5 , ,. .. „. e _ ... 14,4"---- 7: .j !! _ ! MOO AIIII No -4, .. ,,iii Jim .. , . _......,___, . ....,, .4, --.., - r , f.;,:a is�, t�'.: !F '. .i � �^�.. ..'\.. �.. Allatitti-r A Client . It's , 'MI6 INV 411.- County of Los Angeles P t - — v i 4 ma Project Timeline " - w `� ;,` ;4 i ? 2019 - 2024 _ l AL Contact 'iyyq _ -- aPi S try Andre Calderon ,, ._"a"` Capital Project -- -_ • A _ Management ,, '-- � T: 626.300.3242 1 L U.k*; ' i > .. .eiaq 1 E: acalderon©dpw. i lacounty.gov - - SVA Team Members • Robert M. Simons - The prior site houses vital county services including the Department PIC/AOR of Public Works, Department of Regional Planning, and the Building & • Nika Imani - PM Safety Division in an aging building. The prior building was demolished • Doug Brown - PA and a new one-story 7,000 sq. st. facility was constructed in its place Subconsultants with public queuing/waiting spaces interactive application workstations, • Structural / Civil - and public restrooms. It also included staff offices, open workstations, VCA Engineers, Inc. • MEP - S&K conference rooms, and a staff lunch area. The project places special Engineers emphasis on sustainability, incorporating rooftop photovoltaic • Landscape - panels, daylight orientation, electric vehicle charging stations, native Architerra Design Group landscaping, and irrigation. SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services 123 Additional Relevant Experience West Basin Municipal Water District y Recycling Facility Renovation - El Segundo, CA �y The project included reconfiguration of the existing large i0* , conference room; construction of new large divisible meeting/ ; ._sr-- conference room, restrooms, and storage rooms; remodeling of the reception and front office space area. City of Temecula Margarita Recreation Center . ,:, ', Temecula, CA 4 i•` .,i'.: The project includes the complete demolition of the existing 11*.. ,` Margarita Recreation Center and pool, which was replaced with • , a completely new facility. With the pool being the main focus, ra - . SVA aimed to provide a multi-generational facility. 1010100 City of Vernon Fire Station #1 Renovation Veron, CA _ - j' This project is one in a series the City is undertaking to provide %.'a . - - capital improvements to its fire stations. The project converted four existing double-occupancy rooms into one double- occupancy and six single-occupancy rooms. City of Hemet Fire Station #1, Interior Renovations ',V._ - -_. l Hemet, CA ''`' : V" o All work for the project will be upstairs, consisting of a full - AL interior renovation of the upstairs, and the replacement of all HVAC, plumbing and lighting. Inland Empire Health Planning RI _ - _ - Training & Learning Center Tenant Improvements - 1111 �, ,-1 "�i_' Rancho Cucamonga, CA ----tom ' :t s_s ` IEHP's objective is to provide a dedicated space for non- '' I department specific company training and development. The .,� improvements also include a yoga studio, aerobic room, fitness - equipment, shower facilities, and interior mile markers. s': City of Rialto Fire Station 201 Restoration c Alia■�,, art.. Rialto, CA 4 ,:„ x. `6' Fire Station 201 has been damaged by a terrible car accident that caused structural and water damages. SVA has been v. -'r' tasked to repair and redesign the living spaces, as well as modernizing the sleeping quarters and the restrooms, lockers and showers which are non compliant. SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services 124 F. FEE PROPOSAL Please reference separately uploaded Fee Proposal on PlanetBids. In the Excel document, we have provided hourly rates for SVA Architects and our sub consultants. We included rates for the first year (July 2025 to June 2026) and the following three years. We also included details on our mark-up and reimbursable approach. I highly value SVA's It became apparent to me cooperativeness and I have found SVA and their from our initial meetings responsiveness during the staff to be cooperative, that the SVA team was design and construction responsive,and committed to taking our phase of this very challenging comprehensive in their work. I conceptual desires for this project.They have worked appreciate their ability to help facility and translating them into successfully with the Port staff guide the project's programming a realistic,functional design... and the project contractor to and construction, providing Overall, it was a pleasure to work control costs,comply with solutions that have saved the alongside the SVA team and I schedules,and integrate City precious dollars am pleased to share the a sustainable design into design has surpassed our without sacrificing quality. this project. expectations. Mort Rowghani Richard Gonzales Robert Simmons Harbor Engineer/Chief Program Manager Project Manager Emergency Management Administrator Port of Los Angeles Police Headquarters City of Riverside City of Irvine SVA Architects I City of Huntington Beach I RFQ On-Call Architectural Services 125 EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. EXHIBIT B City of Huntington Beach RFQ for On-Call Architectural Engineering,Landscape Architectural Engineerimg.and Professional Consulting Services Due: April 29,2025,4:00 PM Hourly Rates are enclosed for SVA Architects and our subconsultants. Year 1 is for July 2025 to June 2026,and we provided rates for the following three years. Annual Increase is set at: 2.00% Markups: Pending on project scope,SVA will mark up our subcontracting fees at no more than 10%. Reimbursement for any direct expenses will be at 1.10 times the actual expense.Reimbursable expenses will include,but not be limited to,computer plots,printing and reproduction,photo work,artist renderings(if requested by Client),overnight delivery, messenger services,and travel expenses.SVA's in-house progress sets are excluded from reimbursement. SVA Architects,Inc. Year 1 Year 2 Year 3 Year 4 Architect,Interior Designer,and Landscape Architect 7/25 to 6/26 7/26-6/27 7/27 to 6/28 7/28 to 6/29 Partner/Principal $225.00 $229.50 $234.09 $238.77 Senior Project Architect/Manager $195.00 $198.90 $202.88 $206.94 Senior Designer/Planner $195.00 $198.90 $202.88 $206.94 Project Architect/Manager $175.00 $178.50 $182.07 $185.71 Designer/Planner $175.00 $178.50 $182.07 $185.71 Job Captain $155.00 $158.10 $161.26 $164.49 Intermediate Technical Designer $125.00 $127.50 $130.05 $132.65 Junior Technical Designer $100.00 $102.00 $104.04 $106.12 Administrative $75.00 $76.50 $78.03 $79.59 VCA Engineers Year 1 Year 2 Year 3 Year 4 Civil/Structural Engineers 7/25 to 6/26 7/26-6/27 7/27 to 6/28 7/28 to 6/29 Principal $220.00 $224.40 $228.89 $233.47 Project Manager $200.00 $204.00 $208.08 $212.24 Lead/Senior Project Engineer $180.00 $183.60 $187.27 $191.02 Project Engineer $165.00 $168.30 $171.67 $175.10 Engineer $155.00 $158.10 $161.26 $164.49 Senior CADD Technician $110.00 $112.20 $114.44 $116.73 CADD Technician $100.00 $102.00 $104.04 $106.12 Clerical/Admin $70.00 $71.40 $72.83 $74.28 Kimley-Horn Year 1 Year 2 Year 3 Year 4 Civil Engineer/Landscape Architect 7/25 to 6/26 7/26-6/27 7/27 to 6/28 7/28 to 6/29 Analyst I $135.00 $137.70 $140.45 $143.26 Analyst II $175.00 $178.50 $182.07 $185.71 Professional $200.00 $204.00 $208.08 $212.24 Senior Professional I $250.00 $255.00 $260.10 $265.30 Senior Professional II $345.00 $351.90 $358.94 $366.12 Senior Technical Support $120.00 $122.40 $124.85 $127.34 Technical Support $105.00 $107.10 $109.24 $111.43 Support Staff $90.00 $91.80 $93.64 $95.51 Page 1 of 4 BKF Engineers Year 1 Year 2 Year 3 Year 4 Civil Engineer 7/25 to 6/26 7/26-6/27 7/27 to 6/28 7/28 to 6/29 Project Management Senior Project Executive $294.00 $299.88 $305.88 $312.00 Project Executive $287.00 $292.74 $298.59 $304.57 Senior Project Manager $278.00 $283.56 $289.23 $295.02 Project Manager $273.00 $278.46 $284.03 $289.71 Engineering Manager $251.00 $256.02 $261.14 $266.36 Technical Staff Senior Project Engineer $233.00 $237.66 $242.41 $247.26 Project Engineer $205.00 $209.10 $213.28 $217.55 Design Engineer $179.00 $182.58 $186.23 $189.96 BIM Specialist 1-3 from $179.00 $182.58 $186.23 $189.96 to $233.00 $237.66 $242.41 $247.26 Technician 1-5 from $170.00 $173.40 $176.87 $180.41 to $230.00 $234.60 $239.29 $244.08 Drafter 1-4 from $133.00 $135.66 $138.37 $141.14 to $175.00 $178.50 $182.07 $185.71 Engineering Assistant $111.00 $113.22 $115.48 $117.79 Project Administration Project Coordinator $149.00 $151.98 $155.02 $158.12 Senior Project Assistant $128.00 $130.56 $133.17 $135.83 Project Assistant $113.00 $115.26 $117.57 $119.92 Clerical $95.00 $96.90 $98.84 $100.81 Coffman Engineers Year 1 Year 2 Year 3 Year 4 Civil/Structural Engineers 7/25 to 6/26 7/26-6/27 7/27 to 6/28 7/28 to 6/29 Principal/Advisor I $255.00 $260.10 $265.30 $270.61 Sr.Discipline Manager $240.00 $244.80 $249.70 $254.69 Discipline Manager $235.00 $239.70 $244.49 $249.38 Sr.Consultant $235.00 $239.70 $244.49 $249.38 Sr.Discipline Engineer $230.00 $234.60 $239.29 $244.08 Sr.Project Manager $205.00 $209.10 $213.28 $217.55 Project Manager $195.00 $198.90 $202.88 $206.94 Sr.Engineer $215.00 $219.30 $223.69 $228.16 Engineer III $185.00 $188.70 $192.47 $196.32 Engineer II $165.00 $168.30 $171.67 $175.10 Engineer I $145.00 $147.90 $150.86 $153.88 Engineering Intern $95.00 $96.90 $98.84 $100.81 Sr.Designer $170.00 $173.40 $176.87 $180.41 Project Administrator $175.00 $178.50 $182.07 $185.71 CA Engineering Designer III $185.00 $188.70 $192.47 $196.32 CA Engineering Designer II $165.00 $168.30 $171.67 $175.10 CA Engineering Designer I $145.00 $147.90 $150.86 $153.88 Designer III $145.00 $147.90 $150.86 $153.88 Designer II $140.00 $142.80 $145.66 $148.57 Designer I $125.00 $127.50 $130.05 $132.65 Drafter $105.00 $107.10 $109.24 $111.43 Clerical $80.00 $81.60 $83.23 $84.90 Page 2 of 4 1 KPFF Year 1 Year 2 Year 3 Year 4 Structural Engineer 7/25 to 6/26 7/26-6/27 7/27 to 6/28 . 7/28 to 6/29 Principal-in-Charge $220.00 $224.40 $228.89 $233.47 Project Managers $150.00 $153.00 $156.06 $159.18 Project Engineers $135.00 $137.70 $140.45 $143.26 Design Engineers $110.00 $112.20 $114.44 $116.73 BIM Managers $170.00 $173.40 $176.87 $180.41 REVIT Modelers $120.00 $122.40 $124.85 $127.34 Administration $80.00 $81.60 $83.23 $84.90 AlfaTech Year 1 Year 2 Year 3 Year 4 MEP Engineers 7/25 to 6/26 7/26-6/27 7/27 to 6/28 7/28 to 6/29 Partner $280.00 $285.60 $291.31 $297.14 Senior Principal $265.00 $270.30 $275.71 $281.22 Principal $245.00 $249.90 $254.90 $260.00 Associate Principal $220.00 $224.40 $228.89 $233.47 Associate $200.00 $204.00 $208.08 $212.24 Senior Engineer $170.00 $173.40 $176.87 $180.41 Engineer $155.00 $158.10 $161.26 $164.49 Design Engineer $125.00 $127.50 $130.05 $132.65 Designer $120.00 $122.40 $124.85 $127.34 BIM Manager $150.00 $153.00 $156.06 $159.18 BIM Specialist $125.00 $127.50 $130.05 $132.65 BIM/CAD Operator $95.00 $96.90 $98.84 $100.81 Accounting Associate $90.00 $91.80 $93.64 $95.51 Administrative Support $85.00 $86.70 $88.43 $90.20 H+W Engineers Year 1 Year 2 Year 3 Year 4 MEP Engineers 7/25 to 6/26 7/26-6/27 7/27 to 6/28 7/28 to 6/29 Principal $250.00 $255.00 $260.10 $265.30 Director $200.00 $204.00 $208.08 $212.24 1 Manager $180.00 $183.60 $187.27 $191.02 Engineer $160.00 $163.20 $166.46 $169.79 Designer $140.00 $142.80 $145.66 $148.57 CADD Technician $120.00 $122.40 $124.85 $127.34 Administrative $80.00 $81.60 $83.23 $84.90 WSP Year 1 Year 2 Year 3 Year 4 MEP Engineers 7/25 to 6/26 7/26-6/27 7/27 to 6/28 7/28 to 6/29 Senior Vice President $365.00 $372.30 $379.75 $387.34 Vice President $300.00 $306.00 $312.12 $318.36 Assistant Vice President $255.00 $260.10 $265.30 $270.61 Lead Consultant/Senior Lead Technician $230.00 $234.60 $239.29 $244.08 Senior Consultant/Lead Technician $195.00 $198.90 $202.88 $206.94 Consultant/Senior Technician $170.00 $173.40 $176.87 $180.41 Associate Consultant/Specialist Technician $140.00 $142.80 $145.66 $148.57 Assistant Consultant/Sr.Coordinator Technician $125.00 $127.50 $130.05 $132.65 Sr.Project Coordinator/Coordinator Technician $115.00 $117.30 $119.65 $122.04 Technician Assistant/Coordinator $105.00 $107.10 $109.24 $111.43 Project Coordinator $105.00 $107.10 $109.24 $111.43 Administration $95.00 $96.90 $98.84 $100.81 Page 3 of 4 n Architerra Design Group Year 1 Year 2 Year 3 Year 4 Landscape Architect 7/25 to 6/26 7/26-6/27 7/27 to 6/28 7/28 to 6/29 Principal $200.00 $204.00 $208.08 $212.24 Director of Design $175.00 $178.50 $182.07 $185.71 Director of Production $175.00 $178.50 $182.07 $185.71 Project Manager $135.00 $137.70 $140.45 $143.26 Landscape Designer $125.00 $127.50 $130.05 $132.65 Plan Checking Services $125.00 $127.50 $130.05 $132.65 CAD Designer $100.00 $102.00 $104.04 $106.12 Clerical $65.00 $66.30 $67.63 $68.98 RIM Design Group,Inc. Year 1 Year 2 Year 3 Year 4 Landscape Architect 7/25 to 6/26 7/26-6/27 7/27 to 6/28 7/28 to 6/29 Principal-In-Charge $210.00 $214.20 $218.48 $222.85 Principal Landscape Architect $190.00 $193.80 $197.68 $201.63 Associate Landscape Architect $180.00 $183.60 $187.27 _ $191.02 Project Manager $165.00 $168.30 $171.67 _ $175.10 Landscape Designer $150.00 $153.00 $156.06 . $159.18 CADD Technician $135.00 $137.70 $140.45 $143.26 Graphics $125.00 $127.50 $130.05 $132.65 Word Processor $95.00 $96.90 $98.84 $100.81 OCMI Year 1 Year 2 Year 3 Year 4 Cost Estimator 7/25 to 6/26 7/26-6/27 7/27 to 6/28 7/28 to 6/29 Senior Cost Manager $230.00 $234.60 $239.29 $244.08 Senior Cost Estimator $195.00 $198.90 $202.88 $206.94 Senior Estimator $180.00 $183.60 $187.27 $191.02 Technical Support $90.00 $91.80 $93.64 $95.51 Sierra West Group Year 1 Year 2 Year 3 Year 4 Cost Estimator 7/25 to 6/26 7/26-6/27 7/27 to 6/28 _ 7/28 to 6/29 Chief Estimator $175.00 $178.50 $182.07 $185.71 Page 4 of 4 j(!,X, ' • .,'� CERTIFICATE OF LIABILITY INSURANCE UATE(MA(/OD2025 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 pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on 1g this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). 6 m PRODUCER Farr V Aon Risk services Central, Inc. 1IOldMEIE Fpx `m Chicago XL Office rA/C.Np.Eel): (312) 381-1000 (AMC.No.): o 200 East Randolph E-MAIL _ Chicago IL 60601 USA ADDRESS: INSURER(S)AFFORDING COVERAGE NAIL R INSURED INSURER A: Lexington Insurance Company 19437 SVA Architects, Inc. INSURER B: 6 Hutton Centre Drive, Suite 1150 Santa Ana, CA 92707 USA inseam C: INSURER D: (USURER E: INSURER F: a COVERAGES CERTIFICATE NUMBER: 570113333197 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. Up IN PO C E F po C Limits shown are as requested ILTR TYPE OF INSURANCE III VNO POLICY NUMBER (MfdLDYAFA1 (rJI1 iolgyY11') UNITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE �1 DAMAGE TO RENTED CLAIMS-MADE I I OCCUR PREMISES(Ea occurrenca) I 1 L(ED EXP(Any one person) PERSONAL&ADV INJURY r� m GENLAGGREGAATEE LIMIT APPLIES FEB GENERAL AGGREGATE ra POLICY I I�ECT LOC PRODUCTS-COMP/OPAGO ea OTHER: �l 0 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea aeddenQ ANY AUTO BODILY INJURY(Per person) o SCHEDULED BODILY INJURY(Per accident) Z OWNED AUTOS 2 AUTOS ONLY PROPERTY DAMAGE 21 HIRED AUTOS NON.OW ONLY (Perecodent) ONLY Lg 'Fe 1 U UMBRELLA UAB OCCUR EACH OCCURRENCE EXCESS LIAR CLAIMS-MADE AGGREGATE DEO I (RETENTION WORKERS COMPENSATION AND PER STATUTE pi- EMPLOYERS'LIABILITY Ylll N W PROPWETOR/PARTNER/ETECUTNE E.L.EACH ACCIDENT OFNCER.`JETS2TR EXCLUDED? II/A (Mandatory In TIN) EL DISEASE-EA EMPLOYEE ILIWLdpb vOnFd OP ERATIONS below • EL DISEASE•POLICYLIl.IIT A Architects '& Engineers 015136217 09/29/2024 09/29/2025 Each Claim $1,000,000 Professional claims-Made Aggregate 51,000,000 Deductible $10,000 0 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,AddllIoitaI Remarks Schedule,may be attached II more space Is required) RE: SVA Project 1Oc-2025-10003.000. APPROVED AS TO FOR N By: x��r�l/ MICHAEL J.VIGLIOTTA CITY ATTORNEY CI CY Ut-HUNTINGTON BEACH �_ CERTIFICATE HOLDER 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. ' 44 City of Huntington Beach AUTHORREDREPRESENTATIVE ,-..� 2000 Main Street /I�Q pi ems: Huntington Beach CA 92648 USA a i�� % , Jit tT,,,,5 «u�Ea4 eJ. 0 ©1988.2015 ACORD CORPORATION.All rights reserved ACORD 25(2016/03j Tlae ACORD name and logo are registered marks of ACORD oilloTINsr°, .. y �F CITY OF off_ t `"JV HUNTINGTON BEACH _`0.......0NT 0;.'01�� Lisa Lane Barnes City Clerk September 8, 2025 SVAArchitects, Inc. Attn: Robert M. Simons 6 Hutton Centre Drive, Suite 1150 Santa Ana, CA 92707 Dear Mr. Simons, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and SVA Architects, Inc. for On-Call Architectural Engineering and Professional Consulting Services, approved by the Huntington Beach City Council on August 19, 2025. Sincerely, 0414;t106164te Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536-5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov ON-CALL ARCHITECTURAL ENGINEERING,LANDSCAPE ACHRITECTUAL ENGINEERING,AND PROFESSIONAL CONSULTING SERVICES REQUEST FOR QUALIFICATIONS (RFQuaI) 1. BACKGROUND The City of Huntington Beach("City") Community&Library Services Department is seeking experienced Consultant firms to assist the City's staff in the following service categories: Architecture Engineering/Landscape Architecture Engineering Qualified firms shall provide consulting services on an "on-call" basis for projects to be determined during the term of the contract. The contract shall be for a minimum three (3) year term with the option for one(1)additional one-year term.The City shall issue task orders for each project based upon the scope of services,qualifications,work schedule,and reasonableness of the fee.For task orders greater than$50,000 City will typically solicit qualifications from two or more qualified consultants. 2. SCHEDULE OF EVENTS This request for qualifications will be governed by the following schedule: Release of RFQual Monday,March 17,2025 Deadline for Written Questions by 4:00 PM Tuesday,Apri12025 Responses to Questions Posted on Web Tuesday,Apri 9,2025 Proposals are Due by 4:00 PM Tuesday,Apri 1 2025 Ma 1 Proposal Evaluation Completed Week of pril 129 2025 gy Notification of Intent to Award(Tentative) Week of April2025 Approval of Contract by City Council(Tentative) Meeting of July-1 2025 3. SCOPE OF WORK In general, the Consultant shall perform consulting services on an "on-call" basis for projects assigned by the City. If the Consultant does not have the ability to self-perform all aspects of the scope of services,then the Consultant shall subcontract for those services.The scope of work for any one project may involve all phases of project development and may include but is not limited to the following: Kick-Off&Progress Meetings Attend mandatory project kick-off meeting(s) and subsequent progress meetings, as needed. Meetings may require in-person attendance, while others may allow a virtual attendance option. Provide minutes of meeting(s). 2 1315 - - I 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 II addenda, analyze bids,and recommend award. Construction Stage Attend pre-construction conference, monitor construction schedule, visit construction site as required for progress and quality of work. Assist the contract manager, contractor,and inspector with interpretation of the plans and specifications,analysis of changed conditions,development of corrective action,review of shop drawings and other required tasks. Architectural/Landscape Architectural Engineering Services Consultant shall provide experienced personnel,equipment,and facilities to perform the following tasks. • Provide landscape, architectural,planning, and design services primarily for existing City Parks, facilities, Community Centers, Clubhouses i.e., tenant improvements, ADA modifications, etc., and park developments. The City is currently"built out" with limited } 3 1316 "new" facilities anticipated in the next 3 years. The City also has a need for landscaping architecture services throughout City medians and public spaces. • Prepare sketches, renderings, and materials boards providing alternative architectural concepts,designs, and options that can be applied to project requirements. • Prepare in AutoCAD or Revit,24x36 inch construction drawings for bidding and archival purposes, providing code requirements, floor plans, ceiling plans, roof plans, elevations, walls,materials schedules, door and window schedules, and details. Provide one full-size set at each design stage with electronic file in*.PDF format,and in AutoCAD(I.DWG)or Revit(I.RVT)format. • Provide technical specification in MS Word format, for materials and methods to be incorporated into the City's Standard Supplemental Master Specifications. • Prepare Architect's/Engineer's cost estimates. • Provide architectural support during construction of projects. • Prepare as-builts and provide electronic file in*.PDF format, and in AutoCAD (*.DWG) or Revit(*.RVT)format. In addition to the services listed above,through the use of sub-consultants or in-house personnel, Consultants may be required to perform or assist in environmental assessments, material testing, . civil and soils engineering and building architecture. 4. PROPOSAL FORMAT GUIDELINES Interested firms are to provide the City of Huntington Beach with a thorough proposal using the following guidelines: Proposal should be typed and contain no more than 25 typed pages using a 12-point font size, including transmittal letter,but excluding resumes of key people,Index/Table of Contents,tables, charts, and graphic exhibits. Each proposal will adhere to the following order and content of sections. Proposal should be straightforward, concise and provide "layman" explanations of technical terms that are used. Emphasis should be concentrated on conforming to the RFQual instructions, responding to the RFQual requirements, and on providing a complete and clear description of the offer.Proposals,which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract,may be rejected. The following proposal sections are to be included in the bidder's response: A. Vendor Application Form and Cover Letter Complete Appendix A, "Request for Proposal-Vendor Application Form" and attach this form to the cover letter. A cover letter, not to exceed three (3) pages in length, should summarize key elements of the proposal. An individual authorized to bind the consultant must sign the letter. The letter must stipulate that the proposal price will be valid for a period of at least 180 days. Indicate the address and telephone number of the contractor's office located nearest to Huntington Beach, California and the office from which the project will be managed. B. Background and Project Summary Section The Background and Project Summary Section should describe your understanding of the City,the work to be done,and the objectives to be accomplished. Refer to Scope of Work of this RFQual. 4 1317 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 RFQuaI; (ii) methodology for soliciting and documenting views of internal and external stakeholders; (iii) and any other project management or implementation strategies or techniques that the respondent intends to employ in carrying out the work. 2) Detailed description of efforts your firm will undertake to achieve client satisfaction and to satisfy the requirements of the "Scope of Work" section. 3) A sample approach to developing a project schedule, identifying tasks and deliverables to be performed,tracking costs and overall time of completion. 4) Detailed description of specific tasks you will require from City.staff.Explain what the respective roles of City staff and your staff would be to complete the tasks specified in the Scope of Work. D. Staffing Provide a list of individual(s) who will work on requested projects and indicate the functions that each will perform. Include a resume for each designated individual. Upon award and during the contract period, if the contractor chooses to assign different personnel to the project, the Contractor must submit their names and qualifications including information listed above to the City for approval before they begin work. E. Qualifications The information requested in this section should describe the qualifications of the firm,key staff and sub-contractors performing projects within the past five years that are similar in size and scope to demonstrate competence to perform these services. Information shall include: 1) Names of key staff that participated on named projects and their specific responsibilities with respect to this scope of work. 2) A summary of the your firm's demonstrated capability, including length of time that your firm has provided the services being requested in this Request for Qualifications. 3) Provide at least five local references that received similar services from your firm. The City of Huntington Beach reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Client name €. • Project description • Project start and end dates • Client project manager name, telephone number, and e-mail address ti 5 1318 F. Fee Proposal Please include a fee schedule with your proposal, including hourly rates for the primary firm and any subcontractors,if applicable. Rate Sheet Salary information shall be included in the RFQual of all proposed positions needed in the performance of duties. Rate sheets shall include a four (4) year, locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub- consulting,surveying,the rate structure for those services shall be included. Sub-Contracting,and Sub-Consultants shall have a maximum markup of 10%. 5. PROCESS FOR SUBMITTING PROPOSALS All proposals must be submitted in PDF file format. • Content of Proposal The proposal must be submitted using the format as indicated in the proposal format guidelines. • Preparation of Proposal Each proposal shall be prepared simply and economically, avoiding the use of elaborate promotional material beyond those sufficient to provide a complete, accurate and reliable presentation. • Number of Proposals Submit one (1) PDF file format copy of your proposal in sufficient detail to allow for thorough evaluation and comparative analysis. A single proposal shall include all diciplines, if proposing more than one. • Submission of Proposals Complete written proposals must be submitted electronically in PDF file format via the Planetbids.com website no later than 4:00p.m. (P.S.T)on Tuesday,April 1 2025 Faxed or e-mailed proposals will not be accepted 29 • Inquiries Questions about this RFQua1 must be directed in writing through the PlanetBids Q&A tab no later than 4:00 p.m. (PST)April 025,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 RFQual or the City webpage to determine if a pre-proposal conference has been scheduled. The { City reserves the right to reject any proposal for violation of this provision. No questions other than written will be accepted,and no response other than written will be binding upon the City. { 6 1319 • Conditions for Proposal Acceptance This RFQual does not commit the City to award a contract or to pay any costs incurred for any services. The City, at its sole discretion, reserves the right to accept or reject any or all proposals received as a result of this RFQual,to negotiate with any qualified source(s), or to cancel this RFQua1 in part or in its entirety. All proposals will become the property of the City of Huntington Beach, USA. If any proprietary information is contained in the proposal, it should be clearly identified. 6. EVALUATION CRITERIA The City's consultant evaluation and selection process is based upon Qualifications Based Selection(QBS)for professional services. The City of Huntington Beach may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance: A. Compliance with RFQual requirements B. Understanding of the project C. Recent experience in conducting similar scope,complexity,and magnitude for other public agencies D. Educational background,work experience,and directly related consulting experiences E. Price F. References The City may also contact and evaluate the bidder's and subcontractor's references; contact any bidder to clarify any response;contact any current users of a bidder's services;solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process. The evaluation committee shall not be obligated to accept the lowest priced proposal,but shall make an award in the best interests of the City. After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled,the oral interview will be a question/answer format for the purpose of clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, should be present at the oral interview. A Notification of Intent to Award may be sent to the firm(s) selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not - subject to disclosure to competing firms unless an agreement is reached. If contract negotiations cannot be concluded successfully,the City may negotiate a contract with the next highest scoring firm or withdraw the RFQual. Any communications, whether written or verbal, with any City Councilmember, the Honorable Mayor,elected City official,or City staff other than the individual indicated herein,prior to award of a contract by City Council, is strictly prohibited.Any proposer who violates this provision shall be immediately disqualified from consideration as a vendor under the terms of this RFQual. { 7 0 1320 7. STANDARD TERMS AND CONDITIONS • Amendments The City reserves the right to amend this RFQual prior to the proposal due date. All amendments and additional information will be posted to the Huntington Beach Procurement Registry, Huntington Beach - Official City Web Site - Business - Bids & RFP's; bidders should check this web page daily for new information. • Cost for Preparing Proposal The cost for developing the proposal is the sole responsibility of the bidder. All proposals submitted become the property of the City. • Contract Discussions Prior to award,the apparent successful firm may be required to enter into discussions with the City to resolve any contractual differences. These discussions are to be finalized, and all exceptions resolved within a reasonable amount of time from notification. If no resolution is reached,the proposal may be rejected, and discussions will be initiated with the next highest scoring firm. See Exhibit B for a sample agreement. • Confidentiality Requirements The staff members assigned to this project may be required to sign a departmental non- disclosure statement. Proposals are subject to the Freedom of Information Act. The City cannot protect proprietary data submitted in proposals. • Financial Information The City is concerned about bidders' financial capability to perform, therefore, may ask you to provide sufficient data to allow for an evaluation of your firm's financial capabilities. • Payment by Electronic Funds Transfer—EFT: The City requires that payment be made directly to the vendor's bank account via an Electronic Fund Transfer(EFT)process. Banking information will need to be provided to the City via an Electronic Credit Authorization form. A City Representative will provide the Electronic Credit Authorization form upon intent to award. Vendor will receive an Electronic Remittance Advice with the payment details via email. It is solely the responsibility of the vendor to immediately notify the City of any change to their information related to payments. • Insurance Requirements City Resolution 2008-63 requires that licensees, lessees, and vendors have an approved Certificate of Insurance (not a declaration or policy) on file with the City for the issuance of a permit or contract. Within ten (10) consecutive calendar days of award of contract, successful proposer must furnish the City with the Certificates of Insurance proving coverage as specified in Appendix C. Failure to furnish the required certificates within the time allowed will result in forfeiture of the Proposal Security. Please carefully review the Sample Agreement and Insurance Requirements before responding to the Request for Qualifications enclosed herein. The terms of the agreement,including insurance requirements have been mandated by City Council and 8 1321 can be modified only if extraordinary circumstances exist Your response to the Request forQualifications must indicate i you are unwillingor unable to execute the agreement fy as drafted as well as providing the insurance requirements. The City will consider this in determining responsiveness to the Request for Qualifications 9 1322 • . . ." • • . _ APPENDIX A • • , • 1323 _ . . I 1 • - _ .- . REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW ❑ CURRENT VENDOR Legal Contractual Name of Corporation: Contact Person for Agreement: Corporate Mailing Address: City,State and Zip Code: E-Mail Address: Phone: Fax: Contact Person for Proposals: Title: E-Mail Address: Business Telephone: Business Fax: Year Business was Established: Is your business: (check one) ❑ NON PROFIT CORPORATION ❑ FOR PROFIT CORPORATION Is your business: (check one) ▪ CORPORATION Ei LIMITED LIABILITY PARTNERSHIP ❑ 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: {� _ 1 2 of 2 1325 _.. _n._.._ ..,....v_..,..._ .._ ._ Referen(Local/likesof Work orkPPerformed Form ..._...._.__.._..._.._..,__........,_..,..,.._.,..__......... w......._.-......_-..._....�._f. agencies) Comany Name: 1. Name of Reference: Address: { Contact Name: Phone Number: Email: Dates of Business: 2. Name of Reference: Address: Contact Name: Phone Number: Email: • Dates of Business: 3. Name of Reference: Address: Contact Name: Phone Number: Email: Dates of Business: 1326 APPENDIXB !fl 1327 _..._........._..._............_.. __._.._....._._.._....-_...._..__..'....tea... 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 {{I 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 ff the performance of this Agreement. { agree/surfiiet/professional svcs mayor 1 of 11 12/07 1328 } 3. TERM:TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are { to commence on , 20 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit"A." . f This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. { 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed Dollars($ ). 5. EXTRA WORK • In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake { such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit"B." agree!surfiiet/professional secs mayor 2 of 11 12/07 1329 7. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings,•designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any)negligent(or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE } CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide agree/surfnet/professional svcs mayor 3 of 11 12/07 1330 coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00)per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work(including subsequent policies purchased as renewals . or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2)years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of • termination. CONSULTANT waives the right to receive compensation and,agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. agree!surfnet/professional svcs mayor 4 of 11 12/07 1331 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force;and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand-the original or,a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner,the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and agree/surfnet/professional 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 q manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity } without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. agree/sur&►ebprofessionalsvcs 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 consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and agree/surfnedprofessianal secs mayor 7 of 11 12107 1334 are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the t remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, }} irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. agree)surfnedprofessional svcs mayor 8 of 11 . 12/07 1335 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/surfnebprofessional secs mayor 9 of 11 • 12/07 1338 III 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(surfner/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/President/Vice President INITIATED AND APPROVED: AND By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney } - j } } agree/surfhedprofessional svcs mayor 11 of 11 12/07 1338 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: C. CITY'S DUTIES AND RESPONSIBILIithS: D. WORK PROGRAM/PROJECT SCHEDULE: • . i EXHIBIT A 1339 i l 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 writingof the reasons for non-approval and the schedule of pp performance set forth in Exhibit,"A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided • herein. 1 Exhibit B 1340 • 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. 2 1 Exhibit B 1341 " 1 f � { EXHIBIT"B" Payment Schedule(Fixed Fee Payment) 1. CONSULTANT shall be entitled to monthly progress payments toward the fixed fee set forth herein in accordance with the following progress and payment schedules. }. 2. Delivery of work product: A copy of every memorandum, Ietter,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; . L 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. 4. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. Exhibit B 1342 { PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR Table of Contents 1 Scope of Services 1 2 City Staff Assistance 2 3 Term;Time of Performance 2 4 Compensation. 2 5 Extra Work 2 6 Method of Payment 3 • 7 Disposition of Plans,Estimates and Other Documents 3 8 Hold Harmless 3 9 Professional Liability Insurance 4 10 Certificate of Insurance 5 11 Independent Contractor 6 12 Termination of Agreement 6 13 Assignment and Delegation 6 14 Copyrights/Patents 7 15 City Employees and Officials 7 16 Notices 7 17 Consent 8 18 Modification 8 • 19 Section Headings 8 20 Interpretation of this Agreement 8 • 21 Duplicate Original 9 22 Immigration 9 23 Legal Services Subcontracting Prohibited 9 24 Attorney's Fees 10 25 Survival 10 26 Governing Law 10 27 Signatories 10 28 Entirety 10 29 Effective Date 11 1343 APPENDIX C 1344 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance RequIrument$ Vendor Type Additional Automobile Professional Property Insured t.iMbility General Liability Liability Insurance Workers'Comp Endorsements Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII.See Exhibits Al-4 for sample forms. Email:Justin.Wessels@surfcity-hb.org or Heather.Campbell@surfcity-hb.org Phone: 714-374-5378 or 714-536-5210.Fax: 714-536-5212. Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Contractors: Any persons or entities who Minimum of Combined single limit As required by Include the contract with the City and/or provide services to $1,000,000 per bodily injury and the State of policy number the City which are readily available and occurrence for property damage. California,with and Additional efficiently procured by competitive bidding. bodily injury, Minimum of Statutory Limits Insured personal injury $1,000,000 per and Employer's Endorsement and property occurrence.Allows Liability Requirement Permittees: Any persons or entities who make damages.Allows up to$5,000 Insurance with statement application to the City for any use of or up to$1,000 deductible. a limit of no below. (See Note encroachment upon any public street,waterway, deductible.(See (Additional Insured less than 3 below.) pier,or City property. Note I below.) Endorsement is always aY $1,000,000 per Vendors: Any persons or entities who transfers required with General accident for property or goods to the City which may or may Liability Ins.) bodily injury or not involve delivery and/or installation. disease.(See Note 2 below.) Note 1 -Automobile Liability: The City of Huntington Beach, its officers,elected or appointed officials,employees,agents and volunteers must be named as certificate holder and as additional insured by separate attached endorsement.Permittees who do not use vehicles or equipment in connection with the permit shall not be required to provide auto insurance.To be exempt from this requirement,permittees must execute a declaration such as Exhibit 1 attached. Note 2-Workers'Compensation Exemption:If entity has no employees,a signed Declaration of Non-Employee Status form is required. Note 3 -Additional Insured Endorsement Requirements:The City,its officers,elected or appointed officials,employees,agents,and volunteers are to be covered as additional insureds by separate attached endorsement(s)as respects liability arising out of action performed by or on behalf of the contractor, products and completed operations of the contractor,premises owned,occupied or used by the contractor,or automobiles owned, leased or borrowed by the contractor.The coverage shall contain no special limitations on the scope of protection afforded to the City. FIB Insurance Matrix_revised 4-7-16(2).xlsx I of 4 1345 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance Requirements Vendor Type Additions!� Automobile Professional Property Insured I�isbility General 4,iMbility Liability Insurance Worker*Comp Jtndorsswcpts Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII.See Exhibits Al-4 for sample forms. Email:christine.keen@surfcity-hb.org Phone: 714-374-5373 Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Design Professionals: Professional service Minimum of contractors who contract with the City and/or $1,000,000 per provide architectural and/or engineering services occurrence and to the City. in the aggregate. Professional Services: Services that involve Allows up to the exercise of professional discretion and $10,000 independent judgment based on an advanced or deductible. specialized knowledge,expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02. Services includes but are not limited to those services provided by appraisers, architects,attorneys,engineers, instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work(including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion, including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. FIB Insurance Matrix_revised 4-7-16(2).xlsx 2 of 4 1346 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance Requirements Vendor Type �,. - Automobile Professional Property Insured Liability:.. .. General Liability Liability Insurance Workers'Comp Endorsements Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of Insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII.See Exhibits Al-4 for sample forms. Email:christine.keen®surfcity-hb.org Phone: 714-374-5373 Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Licensees/Lessees: Any persons or entities Combined single limit Full As required by Include the who contract with the City for the use of public bodily injury and replacement the State of policy number property. property damage. cost with no California,with and Additional Minimum of coinsurance Statutory Limits Insured $1,000,000 per penalty and Employer's Endorsement occurrence.Allows provision. Liability Requirement up to$5,000 Insurance with statement deductible. a limit of no below.(See Note (Additional Insurance less than 2.) Endorsement is always $1,000,000 per required with General accident for Liability Ins.) bodily injury or disease.(See Note I below.) Note 1 -Workers'Compensation Exemption:If entity has no employees,a signed Declaration of Non-Employee Status form is required. Note 2-Additional Insured Endorsement Requirements:The City,its officers,elected or appointed officials,employees,agents,and volunteers are to be covered as additional insureds by separate attached endorsement(s)as respects liability arising out of action performed by or on behalf of the contractor, products and completed operations of the contractor,premises owned,occupied or used by the contractor,or automobiles owned, leased or borrowed by the contractor.The coverage shall contain no special limitations on the scope of protection afforded to the City. FIB 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:VII. 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. t , Vendor Type , Minimum Insurance Requirements ProfessinnaE Liabiiitg 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. $3 HB Insurance Matrix_revised 4-7-16(2).xlsx 4 of 4 1