Loading...
HomeMy WebLinkAboutNUVIS - 2025-08-19 yGro r��;�,1,;grn7 2000 Main Street, o a . Huntington Beach,CA 92648 fit:t City of Huntington Beach -.:�. t APPROVED 7-0 't!'oa;iri c File #: 25-553 MEETING DATE: 8/19/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Ashley Wysocki, Director of Community & Library Services PREPARED BY: Chris Cole, Community & Library Services Manager Subject: Approve and authorize execution of Professional Services Contracts for On-Call Multi- Discipline Architectural Engineering,_Landscape Architectural Engineering and Professional Consulting Services with Bureau Veritas North America, Inc., Dahlin Group Inc., David Voiz 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., N_IJVIS, PBK Architects, Inc., RDCS111, 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 t of 9 Printed on 8/14/2025 powered by Legistar" 77 File #: 25-553 MEETING DATE: 8/19/2025 contract, not a guaranteed amount. No funds will be expended under these contracts unless approved as part of the City's Annual Budget. As such, no additional funding is required for this • action. Additionally, no additional funding is required to approve the two contract term extensions for On-Call Architectural Engineering & Professional Consulting Services for Kitchell/CEM, Inc. and Westberg White, Inc. Project funds have already been encumbered with no need for additional funding. Recommended Action: A) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Bureau Veritas North America, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, B) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Dahlin Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, C) Approve and authorize the Mayor and City Clerk to execute "Professional Services Contract between the City of Huntington Beach and David Volz Design Landscape Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, D) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Arthur M. Gensler, Jr. & Associates, Inc. (Gensler) for On- Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, E) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Gillis + Panichapan Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, F) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and HAI Hirsch & Associates, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, G) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and IDS Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, H) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Johnson Favaro, LLP for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an City of Huntington Beach Page 2 of 9 Printed on 8/14/2025 ,yam r� /n powered by legistar"" 1�1-/ � KJ (6 78 File#: 25-553 MEETING DATE: 8/19/2025 amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, 4* 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, ,I) 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 t$1,000,000) over a three-year terms and, K) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and PBK Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, L) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and RDC-S111, Inc., DBA Studio One Eleven for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, M) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and RJM Design Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, N) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and RRM Design Group for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, 0) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and SVA Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, P) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Verde Design, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term. Q) Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Kitchell/CEM, Inc. for On-Call Architectural Engineering & Professional Consulting Services to extend the term for two additional years until July 19, 2027; and, R) Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Westberg White, Inc. for On-Call Architectural Engineering & Professional City of Huntington Beach Page 3 of 9 Printed on 8/14/2025 powered by Legistar*" )SW /deP i l / 79 File#: 25-553 MEETING DATE: 8/19/2025 Consulting Services to extend the term for two additional years until July 19, 2027. ) Alternative Actionts): 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 LegistarTM 80 1 File#: 25-553 MEETING DATE: 8/19/2025 plans, park development, geotechnical, elevators, structures, and new builds, etc. Fewer on-call consultants limits staffs ability to schedule and manage projects in an efficient manner. Consultants with specific areas of expertise often have substantial workloads and may have conflicts in adhering to the requested timeline. With multiple consultants, staff will have increased flexibility in scheduling 1, project design tasks or even scheduling projects simultaneously, creating a more timely and effective process. The use of multiple contracts also assists in creating a competitive climate between firms, which is advantageous in securing the best pricing. In general, the Standard Operating Procedure (SOP) in administering on-call contracts is for staff to issue task orders for each project based upon the scope of services. For task orders greater than $50,000, the City will typically solicit proposals from two or more of the qualified consultants. Bids are requested from the on-call list, based on the firm's specialty. For example, architectural-only firms will be asked to bid on library, facility, structural, and electrical projects and landscape-only firms will be asked for park development, right-of-way, etc. The firms that can do both will be used the same way. As part of the RFQ process, all firms had to provide work history and specialties, and the dual functioning firms are able to take on a larger variety of projects. The scope of work for architectural engineering, landscape architecture engineering, and professional consulting firms may involve all phases of a development project. The following summarizes the major elements of the scope of work included in the RFQ. Preliminary Plans and Design - Prepare alternative preliminary layouts, surveying, architectural services, and estimates of probable cost for alternatives, and prepare details and calculations. Present alternatives, as needed at staff and/or City Council meetings, and provide recommendations and analyses of the advantages of each alternative. Entitlements/Permits -As a primary consultant, assist the City in obtaining entitlements and approvals from applicable agencies for environmental and/or other permits as may be required. Construction Documents - Prepare designs, plans, specifications, cost estimates and contract bidding documents. The City shall review the construction documents at the preliminary engineering, sixty (60%), ninety percent (90%), and final documents stages. Landscape, Architectural, Engineering Services - Provide landscape, architectural, planning, and design services primarily for existing City parks, facilities, community centers, clubhouses, i.e., tenant improvements, ADA modifications, etc., and park developments, as well as City medians and public spaces. Prepare sketches, renderings, and materials boards providing alternative architectural concepts, designs, and options that can be applied to project requirements. Prepare construction drawings for bidding and archival purposes, as well as technical specifications for materials and methods. The Consultant may be required to perform or assist in environmental assessments, , material testing, civil and soils engineering and building architecture. Technical Reports and Analysis - Prepare needs assessments, master plans, and technical studies such as park development fee analysis, including public outreach, community workshops and City of Huntington Beach Page 5 of 9 Printed on 8/14/2025 powered by Legistarn, 81 File#: 25-553 MEETING DATE: 8/19/2025 surveys. Bidding Stage -Assist the City in answering bidders' questions, attend pre-bid conferences and job walks, prepare addenda, analyze bids, and recommend award. Construction Stage -Attend pre-construction conference, monitor construction schedule, visit construction site as required for progress and quality of work. Assist the contract manager, contractor, and inspector with interpretation of the plans, specifications, analysis of changed conditions, development of corrective action, review of shop drawings, and other required tasks. Architectural/Landscape Architectural Engineering Services - Provide landscape, architectural, planning, and design services primarily for existing City parks, facilities, community centers, clubhouses i.e., tenant improvements, ADA modifications, etc., and park developments, as well as City medians and public spaces. Prepare sketches, renderings, and materials boards providing alternative architectural concepts, designs, and options that can be applied to project requirements. Prepare architect's/engineer's cost estimates. In addition to the services listed above, using sub-consultants or in-house personnel, landscape architect firms may be required to perform environmental assessments, material testing, civil and soils engineering and building architecture. Funding for services associated with each of the various CIP projects is based on the City Council • approved CIP budget. Each contract is based on a three-year term, with a total not-to-exceed amount of$1,000,000. The $1,000,000 amount is a "not-to-exceed" contract limit only, not a guaranteed amount. In the past five years, specialized architectural and landscaping services have been used in conjunction with $16.7 million of park development and park facility projects, including: Bartlett Park, Blufftop Park, Central Park Restrooms, Edison & Murdy Community Center Building Improvements, Edison Park Reconfiguration, Harbour View Clubhouse Rehabilitation, Lake Park Reconfiguration, LeBard Park Improvements, Marina Park Reconfiguration, as well Rodgers Senior Center Redevelopment (now known as Memorial Hall). Projects currently underway, scheduled, or budgeted for FY 2025/26 requiring various architectural and design consulting services are listed below. The amount shown for each project is based on current project estimates and total $2,154,418. Blufftop Slope Stabilization Repairs- Project Management $ 60,000 Carr Park Reconfiguration-Design &Construction Documents $316,113 Central Park Electrical Switchgear Replacement- Project Management $100,000 Central Park Master Plan -Conceptual Design and Costing $181,800 City Gym & Pool Flooring- Project Management $ 30,000 City Gym & Pool Partial Re-Roll- Project Management $ 35,000 Edison Park Reconfiguration-CEQA analysis $127,200 Edison Park Reconfiguration-Geotechnical Review $180,440 { City of Huntington Beach Page 8 of 9 Printed an 8/14/2025 powered by Legietarn, _ r 82 File#: 25-553 MEETING DATE: 8/19/2025 HB Art Center Electrical & Lighting Rehabilitation- Project Management $ 30,000 Helen Murphy Branch Foundation-Geological & Design Services $ 80,000 Huntington Central Library Child-Teen Reconfiguration $129,245 Library Facilities Master Plan- Conceptual Design & Preliminary Costs $334,277 Main Promenade Parking Structure Improvement— Project Management $ 35,000 Marina Park Rehabilitation -Design and Construction Documents $344,343 Schroeder Park- Design $ 64,000 i. 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 Legistar" 83 File #: 25-553 MEETING DATE: 8/19/2025 Non Applicable - Administrative Item Attachment(s): 1. RFQ Recommended Listing of Consultant% 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. I 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 Mayorand CityClerk 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 Legfstar"' 84 File#: 25-553 MEETING DATE: 8/19/2025 between the City of Huntington Beach and NUVIS for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 12. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and PBK Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 13. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RDC-S111, Inc., DBA Studio One Eleven for On- Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. - i 14. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RJM Design Group, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 15. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RRM Design Group for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 16. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and SVA Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting _ Services. 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 Ar itec ural Engi eering. Landscape Architectural Engineering and Professional Cc.mi ing Jervices. City of Huntington Beach Page 9 of 9 Printed on 8/14/2025 powered by Legistar°4 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 NUVIS 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," and NUVIS, 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 Perry Cardoza, PLA, ASLA who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-16636/383375 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 AV(/ G V'i , 20 25 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than three (3) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed One Million Dollars ($1,000,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 25-16636/383375 2 of 11 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit B. 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit, provided that any such use not within the purposes intended, by the Agreement shall be at City's sole risk. 8. HOLD HARMLESS A. To the extent allowed by Civil Code Section 2782.8, CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. 25-16636/3833894 3 of 11 B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous,sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars 25-16636/383375 . 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: 25-16636/383375 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 25-16636/383375 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 satisfythe 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 25-16636/383375 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 NUVIS. ATTN: Dir. Comm. &Library Services ATTN: Perry Cardoza, PLA,ASLA 2000 Main Street 20250 SW Acacia Street, Suite 260 Huntington Beach, CA 92648 Newport Beach, CA 92660 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 25-16636/383375 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 25-16636/383375 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 25-16636/383375 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 NUVIS municipal corporation of the State of California By: 6 /73r--- Perry Cardoza Mayor print name ITS: (circle one) airman/Presi en ice President City Clerk AND 1(01" INITIATED AND APPROVED: By: obert one print name Director of Community &Library Services ITS: (circle one)Secretary/Chief Financial Officer/Asst. <cretary-Treasur REVIEWED AND APPROVED: City Manager APPROVED S TO FORM: Ci Attorney COUNTERPART 25-16636/383375 1 1 0l' 1 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 NUVIS municipal corporation of the State of California By: ayor(.1441e,A print name + KtAK ITS: (circle one)Chairman/PresidentNice President City Clerk Is'�5 ' AND TIATED AND APPROVED: By: print name irector of & Library Services ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manag APPROVED S TO FORM: APPROVED Attorney 25-16636/383375 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 { ;PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND NOVIS FOR AS-NEEDED PROFESSIONAL DESIGN/LANDSCAPE ARCHITECURAL 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;"and NUVIS, a California Corporation hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to provide as-need professional,design/landscape architectural 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 procureinent 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 Perry A. Cardoza who.shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 1 of 11 22-10843/273746 f , , { 3, TERM;TIME OF PERFORMANCE Timem is of the essence of this Agreement. The services of CONSULTANT are to commence on VGfE't1.wU ,2022 (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 five (5) 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.($1,00.0,000.00), 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY, Additional compensation for such extra work shall be allowed only if-the prior written approval of CITY is obtained, 6, METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit"B." { 2-of I1 22-10843/273746 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. 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. 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: • 3 of 11 22-10843/273746 "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. d ' 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 ($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 4ofli 22-10843/273746 policy "deductible" of Twenty Five Thousand Dollars ($25;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 PROJLCT 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: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force;and 5 of 11 22-10843/273746 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. I I. 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 be made in writing,notice of which shall be delivered to CONSULTANT as provided herein. In the -6ofI1 22-10843/273746 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 I 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: 7 of 11 22-10843/273746 TO CITY: TO CONSULTANT: City of Huntington Beach NUVIS • • ATM: Director of Community&Library Services AT TN:Perry A. Cardoza 2000 Main Street 20250 SW Acacia Street, Suite 260 • Huntington Beach, CA 92648 Newport Beath, CA 92660-1768 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 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 8 of 11 22-10843/273746 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 CITY; and CITY shall not be liable for payment of any legal services expenses incurred by • CONSULTANT. 9 of 11 22-10843/273746 • 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 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 l0ofil 22-10843/273746 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 municipal NUVIS corporation.of the State of California COMPANY NA Mayor B ,01 print name 'City Clerk ITS:(circle one)Ci nrminn 'reside)) leo President ANDINITIATED AND APPROVED: By: Director of Community&Library Seivices no ITS: (click one)Secretary/Chief Financial Officer/Asst. REV W D AND PPROVBD: Secretary-Treasure• • ty Manager COUNTERPART APPROVED City ttorney • 11 of 11 22-10843/273746 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 municipal NUVIS corp z:tion ., the Sta �' C COMPANY NAME 1 t i Mayor By: es0t/4, 9A4?-4444) print name City Cleric ITS: (circle one)Chairman/President/Vice President AND INITIATED AND APPROVED: By: Director of C munity&Library Services print name ITS: (circle are)Secretary/Chief Financial Officer/Asst. secretary-Treasurer REVI ED A D APPROVED: City Manager APPROVED • City Attorney 11 of 11 22-10843/273746 EXHIBIT "A" The City will 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 qualified • consultants. In general,the scope of work for landscape architecture firms may involve all phases of a development project. The following scope of work summarizes the major elements of the scope of work included in the RFP. 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. Technical Reports and Analysis—Prepare needs assessments,master plans,and technical studies such as park development fee analysis,including public outreach, community workshops and 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,and specifications,analysis of changed conditions,development of corrective action,review of shop drawings,and as-built drawings. In addition to the services listed above,through the use of sub-consultants or in-house personnel, landscape architect firms may be required to perform environmental assessments,civil and soils engineering and building architecture. EXHIBIT A EXHIBIT"B" Payment Schedule(Hourly Payment) A. Hourly Rate CONSULTANTS fees for such services shall be based upon the following hourly rate and cost schedule: Corporate Principal -$200,00/hr Principal -$170.00/hr Senior Associate- $155.00/hr Associate-$140.00/hr CADD Technician I-$130.00/hr CADD Technician II-$120.00/hr Administrative-$85.00/hr B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be clone 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 Exhibit B 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 EX!1IBIT Aw, 4 x .a .y/ ° — nuvIs .,., ,.. . iP to rt.: t c ... �.1.'`',-. i t -► L s ? yt, - f �` •1f. r� - 4 *•'... ,1�. LANDSCAPE ARCHITECTURE • Ncs �'-• " , ..::�.. ? -- • 1 1 rM ,•' ,'' j "'" =ter 1•� Ilk ---fit '. t4 e YEARS a, s ` 1I , *. 1. fl i f it. - QUALIFICATIONS 7/7 � , %* /f! 1 .t , 1 SUBMITTAL !ice ►_ r-ZON A1 f;t tiiiiitI[t. g iirsifr' i11111L r is 7I♦i•MOINI FI .0►_ _ OOOr+4OUO.Offff rOO MMOI I■ Oi± CITY OF ,,,ammer.....„.„..,,, ,I Imi . ;.t ¢ !4 „ � 4 ` :• `� HUNTINGTON I,. w , . -4 ..,, II\ i BEACH N .' r� ; 74 �� _�{ COMMUNITY & ' ----/t s Y LIBRARY SERVICES -= ?y I ( "? ON—CALL • __-- ARCHITECTURAL , , (0.----lk:::: ENGINEERING, ' ` �__ AV LANDSCAPE �' a � : ARCHITECTURAL " l��� ENGINEERING, AND . y PROFESSIONAL r' —`h� ` CONSULTING SERVICES ,,1 -,.., , k t �,,_ G APRIL 29, 2025 L:/ >* ' ' •rA V1 _ / '►' , ., .e; 1 4{ ftflJflitdeSigfl = • oo° . . ...of 0° = - - - ,'-‘i, Vt.,„Antifi: , . ,..,,,, , ., , -kit — .—c.,4 " ,i,:::.i'N- pt,:i.i-4,,,,, 1 r. Es ee • ,iirA Al _ r , conta nuvis.net www.nuvis.ne REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW 0 CURRENT VENDOR Legal Contractual Name of Corporation: N UVI S Contact Person for Agreement: Perry Cardoza, PLA, ASLA Corporate Mailing Address: 20250 SW Acacia Street Suite 260 City, State and Zip Code: Newport Beach, CA 92660 E-Mail Address: pcardoza@nuvis.net Phone: 714-754-7311x230 Fax: 714-754-7346 Contact Person for Proposals: Alicia Taylor Title:Marketing Director E-Mail Address: ataylor@nuvis.net Business Telephone: 7 1 4-754-9690 Business Fax: 714-754-7346 Year Business was Established: 1971 Is your business: (check one) ❑ NON PROFIT CORPORATION 111 FOR PROFIT CORPORATION Is your business: (check one) 0 CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION 1 of2 Names &Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Perry Cardoza, PLA, ASLA President 714-754-7311 Robert W. Stone, PLA, ASLA Executive Vice President 714-754-7311 Federal Tax Identification Number: 95-280-1396 City of Huntington Beach Business License Number: A080716 (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 12/31/2025 2 of nuvis LANDSCAPE ARCHITECTURE April 29, 2025 Cody Hernandez City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 RE: On-Call Architectural Engineering, Landscape Architectural Engineering and Professional Consulting Services Request for Qualifications. Dear Cody and City Review Personnel, Thank you for the opportunity to submit NUVIS' qualifications in response to the aforementioned RFQ. NUVIS has proudly provided professional landscape architecture services within the City since 1973, and directly for the City since 1979. Over the years, we have held numerous on-call contracts with the City across various departments, and we welcome the opportunity to continue our partnership in providing exceptional services forparks, facilities, communitycenters, clubhouses, and otherpublic spaces. P P Summary of Key Elements • Extensive Experience: NUVIS' longstanding relationship with the City equips us with a deep understanding of the residents, City processes for efficient project delivery, and a portfolio of successful projects across the City. • Proven Success: We have decades of experience with similar contracts for public agencies throughout California, including the City of Huntington Beach. • Expertise:With over 54 years of professional experience across a wide range of project types, NUVIS possesses a strong working knowledge of the scope of work outlined in this RFQ. • Qualified Team: Team NUVIS includes highly skilled landscape architecture professionals and supporting disciplines, ready to serve the City with no conflicts of resources or time. • Relevant Portfolio: Our extensive portfolio highlights our ability to deliver the design services requested in this RFQ, with a focus on enhancing recreational spaces and facilities. • Transparent Pricing: Proposal rates will remain valid for at least 180 days. • Reliable Management: NUVIS' services will be coordinated from our headquarters: 20250 SW Acacia Street, Suite 260, Newport Beach, CA 92660 P: 714-754-731 I NUVIS' extensive experience and exceptional qualifications position us as a trusted partner capable of serving the City collaboratively and professionally. We look forward to further strengthening our relationship with the City and contributing to the improvement of public spaces for residents, visitors, and stakeholders alike. Since ly, Perry Cardoza, PLA, ASLA President 20250 Acacia Street,Suite 260,Newport Beach,CA 92660 I 714.754.7311 I accounting@nuvis.net I www.nuvis.net I CA 1891.NV 396 I DBE.SBE 1 TABLE OF CONTENTS Background and Project Summary Section 5 Understanding of the City 5 Understanding of the work to be done 5 Understanding of the objective to be accomplished 6 Methodology section 7 Scope of Work 7 Project Management& Coordination 7 Site Reconnaissance, Technical Analysis, Reporting 8 Community Engagement& Public Presentations 9 Master Plan Studies 9 Preliminary Design 10 Entitlements & Permitting 10 Construction Documents 10 Professional Services during Bid and Construction Phases I I City Responsibilities (common) 12 Staffing 13 NUVIS 13 Subconsultant Team 13 Qualifications 34 NUVIS 34 NUVIS Key Personnel 34 Local References 35 Subconsultant Team 4I 2 BACKGROUND AND PROJECT SUMMARY SECTION UNDERSTANDING OF THE CITY Bordered by 8.5 miles of pristine beaches, mild climate and named "Best City to Live in Orange County," it is no wonder that over 200,000 people call Huntington Beach, California 'home'. Annual events such as the.Pacific Airshow, US Open of Surfing, ISA World Surfing Games, Independence Day Parade, and Surf City Marathon help to draw over four million visitors yearly. This active population of residents and visitors along with numerous business owners relies on the City to provide and maintain public facilities and infrastructure in order to maintain the City. Specifically, the City of Huntington Beach's Community & Library Services Department plays a vital role in enhancing the quality of life for residents and visitors by providing diverse programs, services, and facilities. Its mission is to is to make recommendations to City Council on matters relating to development, acquisition, and renovation of parks, beach, libraries, and recreational facilities. This on-call contract will provide the opportunity for a highly qualified landscape architect to collaborate with the City, stakeholders, and ad-hoc Committees to in the development of a variety of projects to improve the public realm and meet the mission of the City. UNDERSTANDING OF THE WORK TO BE DONE • 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 "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. 3 UNDERSTANDING OF THE OBJECTIVE TO BE ACCOMPLISHED The NUVIS Team will provide highly qualified personnel to support the City in developing professional design solutions, supporting studies, and reports for the anticipated project types indicated above, to improve the public realm of Huntington Beach. To accomplish this, NUVIS and our team of subconsultants will provide: • Kick-Off& Progress Meetings • Preliminary Plans and Design • Entitlements/Permits • Construction Documents • Technical Reports and Analysis • Bidding Stage • Construction Stage Understanding that multiple projects may run concurrently, we are fully prepared to manage such demands through a multidisciplinary team that brings both the expertise and flexibility needed to ensure no individual or specialty is overburdened. This structure allows us to consistently deliver high-quality results on time and within budget. NUVIS is known for its personalized approach to landscape architecture, urban design, and its strong commitment to client service. 4 METHODOLOGY SECTION Detailed description of efforts your firm will undertake to achieve client satisfaction and to satisfy the requirements of the "Scope of Work" section. SCOPE OF WORK Project Management& Coordination The first step in initiating the design for a project includes a kickoff meeting with the NUVIS design team, subconsultants, City Project Manager, and invited stakeholders. The purpose of the meeting is to receive information, establish project goals, and determine an approved project schedule. Project design team meetings, conferences, community meetings, and public presentations as required by a project will be attended by the Project Principal and/or Project Manager, and applicable subconsultants who will be responsible for execution of the design documents. NUVIS will provide meeting notes/minutes from both internal and community meetings throughout the design and approval process. This task includes coordination and interface including, but not limited to, meetings, telephone conversations, memos, faxes, voice mail, and email with community stakeholders, applicable governmental agencies' departments, and project design team. Initially, the meetings will establish the guidelines and specific criteria to direct the team's efforts. Thereafter, these meetings will provide a continuum to receive information, clarify input, inform staff of progress and direction, generate information, and allow the City the opportunity to review and comment on draft concepts and recommendations. working with the City in this manner, concerns, needs, or alterations will be addressed expeditiously, thereby keeping the progress of the work at a maximum. We believe the key to the success of this project is effective and thorough communication between the City, interdepartmental representatives, and design team to identify and resolve issues, thus allowing the necessary services to proceed quickly and efficiently. We understand that our responsibilities include not only answering the questions but facilitating the process by determining what appropriate questions should be asked. Our role is to work with the City as advisory, advocate, and produce a product in the best interest of the City on schedule and on budget. NUVIS is proud of our reputation for timely responsiveness and ability to prepare plans and documents which are sensitive to our client's budgetary constraints but not limited by them. Statements of probable construction costs are developed during preliminary planning and updated at key milestones during final plan development. Quality services are by design. Advanced planning and experience guide the project and team toward the delivery of quality professional products. It will be this team's goal to monitor and furnish services in a manner which will produce consistency in deliverables. Regular communication and forums will be held with NUVIS team members to monitor schedules, 5 review technical items, and address remedial actions as necessary to maintain adherence to desired milestone deadlines. Services are performed expeditiously as is consistent with professional skill and care to meet approved schedules. Project schedules are initially prepared in Microsoft Project and updated as necessary at key milestones. We prefer to address projects in a proactive stance, not by reactionary or crisis management. Site Reconnaissance, Technical Analysis, Reporting This phase centers on information gathering and program definition. Part of this task will be to perform appropriate functions such as project research through a review and research of City documents. The NUVIS team shall conduct a pre-design tour field review with digital camera to become further familiar with and document existing landscape and irrigation system and note any conditions that may have a potential effect on the design solution. The tour will include the City's Project Manager and appropriate subconsultants and inter-departmental representatives. The typical reconnaissance process includes: • visually identifying: adjacent land uses, drainage patterns, existing infrastructure, pertinent visual characteristics, environmental conditions, site influences, and view potential/orientation and visual impact; and • evaluating: impact of pedestrian, equestrian, bicycle, and vehicular circulation patterns, physical opportunities and constraints, maintenance needs, and interrelationship with current trails and recreation facilities. If existing data is not sufficient, NUVIS will notify the City and provide written request for such data and/or services to obtain required data. As required by the project BKF Engineers will provide surveying services, utility mapping and utility coordination. Based on the project, BKF will employ specific tools and methods to achieve the desire results. Services may include 3D laser scanning/HD surveying, BIMNDC/Digital modeling, structural steel surveying, GPS surveys, ALTA/NSPS land title surveys, construction staking and monitoring surveys, and as-built surveys. Mapping services include GIS mapping, right of way mapping, subdivision/parcel/final maps and utility locating. BKF will coordinate with affected utility agencies throughout the design process. As required by the project BKF Engineers will provide preliminary and final plans and reports for water quality and SWPPP. The planning will explore opportunities for custom engineering solutions which promote sustainability and cost saving measures. UltraSystems Environmental, Inc will provide Arborist evaluation and recommendations as required for a project. Services may include tree inventories, replacement recommendations, and tree health reports. 6 UltraSystems Environmental Inc will provide Environmental Study/Monitoring as needed for a project. Services may include environmental analysis and monitoring, CEQA/NEPA document preparation, permit processing and compliance monitoring, technical studies, and construction environmental compliance to satisfy environmental laws and regulations, from initial project planning through construction. NOVA will provide geotechnical evaluation as needed for a project. Geotechnical and geological services are adapted to the needs of each project and include field investigations, foundation analyses for deep and shallow foundations, foundation vibration studies and monitoring, soil improvement, slope stability analysis, numerical modeling of complex soil- structure interactions, wall design, shoring design, retaining wall design and lateral earth pressure evaluation, erodibility studies, blasting studies, and geophysical investigations. Community Engagement& Public Presentations Designs should respond to and reflect the Communities' specific needs and desires. NUVIS works directly with the City to determine project timing for the outreach, location and time of communityoutreach, type of communityoutreach (popup event, design charette, information �P P P g meeting) and the number of community outreach meetings and engagement for public design projects. NUVIS believes the key to achieving desired results is to maximize involvement as early in the process as possible. Interested and affected parties want to present input and have a `voice' before decisions are made by others. Involvement by all interested parties is encouraged throughout the design process, with each phase of the process responding to and building upon the input received. NUVIS works closely with the City Project Manager in order to prepare presentations and materials for City meetings for project approvals. Typically, these include attendance at predetermined CityCouncil and Commission meetings. NUVIS attends the meetingat the g direction of the City Project Manager and is available to present information, answer questions, and gather feedback from the meeting. NUVIS staff will take notes for the Design Team use as required. Master Plan Studies NUVIS develops a comprehensive vision for a park system, individual park, open space area, recreation facility, and/or programs in context of its location, natural resources, and visions of the community through a collaborative process with the City. Using information gathered during meetings with the City, community, stakeholders, governing agencies, as well as data gathered during site reconnaissance and technical study period, NUVIS prepares alternative landscape site master plans to evaluate potential programming and site layouts. Once a final preferred plan has been established, a master plan document is developed. The master plan document may include, but is not limited to: 7 • Existing Conditions Documentation including technical site studies/reports • Opportunity/Constraints/Needs Assessment • Community Engagement/Visioning Process • Preliminary Exhibits with Alternatives • Statements of Probable Construction Costs (Preliminary) • Phasing Plans (if required) • Final master plan exhibits The vision created will serve as a framework for the long-term use and development of a park or facility. Preliminary Design Initial preliminary design documents may include a series of alternative concept exhibits, schematic, and design development plans for site and architectural improvements. These plans explore landscape site softscape and hardscape layout opportunities, building footprint locations, potential conflicts, and adjacent site relationships. Deliverables may include concept exhibits and alternatives, schematic design plans, design development plans, thematic image boards, and plant palettes. Preliminary statements of probable construction cost are prepared to monitor the effect of the design solution against the budget. Through presentations to City Departments, City Council, and Ad Hoc committees, the plan is refined to a preferred alternative and progressed in development. Entitlements & Permitting Based on NUVIS' experience of over 53 years, NUVIS has the knowledge of requirements of regulations for project acceptance. NUVIS will assist the City in completing documents for design approval with other regulatory agencies. NUVIS ensures all work in is conformance with City, State, and Federal laws, latest versions of City Design Manuals, City Standard Plans, and as applicable, Caltrans manuals and policies, Caltrans Standard Plans and Specifications, Model Water Efficient Landscape Ordinance, APWA Standard Specifications for Public Works Construction "Greenbook", California Manual of Uniform Traffic Control Devices, and California Building Codes, all as revised and amended. Construction Documents From approved preliminary plans or other approved design document (potentially by others), NUVIS will begin preparing construction document plans, technical specifications, engineered cost estimates, and quantity take offs. NUVIS prepares plans in AutoCAD at a scale of I"=20' (or agreed upon scale) on 24"x36" sheets and conforming to all local, state, and federal requirements including City of Huntington Beach Design Manuals and Caltrans manuals and policies. Plans are project,specific, and may include but are not limited to: 8 • title sheet/vicinity map • referenced standard drawings • utility notifications • earthwork/grading delineating contours and significant spot elevations defining the vertical alignment, accompanied by cut/fill calculations • drainage plans showing area drains, catch basins, and connections to the underground storm drain system • general site construction/layout plan depicting horizontal alignment utilizing the grid/coordinate and stationing systems and detail references • irrigation plans which illustrate pipe sizes, heads, valves, clock locations and points of connection • planting plans which illustrate size, location, and species • architectural plans • electrical plans depicting panel schedule, single line diagrams, and load calculations • appropriate notes and development details (with structural calculations); and • technical specifications (based on the Green Book - Standard Specifications for Public Works Construction). Plans, specifications, and estimates are provided for City review and plan check at no less than 60%.and 90% complete. Comments are addressed and corrections made prior to progressing plans to the next stage of completions. Final plans are submitted for final review prior to preparing the bid package. Technical specifications are developed in CSI format to support City Standard Boilerplate Specifications. NUVIS will assist in developing the City bid schedule from final quantity take- offs. Final plans, specifications, and estimates will be provided in pdf format and CAD. NUVIS ensures the City that all documents are prepared under the responsible direction and supervision of appropriate State of California licensed/registered professionals. Professional Services during Bid and Construction Phases It is our understanding that the City will perform bid administration duties, including but not limited to, advertising for bid, preparing addenda, receiving and awarding construction bid. Although the City administrates the bid process, the NUVIS team is available for Prebid meeting, bid walks, interpretation of plans and specifications, submitting information for addenda, reviewing bid proposals and assisting with the awarding of the construction contract. Performance of field observation during construction establishes standards of acceptability. Duties could include but are not limited to: • attendance at pre-construction conference • monitoring Contractor developed construction schedule • respond to questions and interpret plans and specifications 9 • assisting in determining and processing change orders • attendance at periodic site visits as mutually agreed with City • review of shop drawings, samples, and other submissions • field selection of plant material • participation in preliminary and final checklist preparation; or • development of record drawings from Contractor redlined as-builts. As requested by City, NUVIS will visit the site at intervals appropriate to the stage of construction to review the progress and quality of the work and to determine in general if the work is being performed in a manner indicating that the work, when completed, will be in substantial conformance with the construction documents City Responsibilities (common) City shall designate a representative, from appropriate departments, authorized to act in the City's behalf with respect to the project. The City shall also furnish NUVIS with all necessary existing reference data, which may include, but is not limited to the following: • accurate and current aerial photo topography and boundary survey information • accurate and current/proposed infrastructure, service, and utility plans • record maps and street improvements, accurate reference data • funding limitations and phasing requirements • project requirements including program, constraints, and criteria • prompt notification in writing of architectural, engineering, or site changes • as-builts, where appropriate, for coordination with existing facilities; and • historical or other pertinent information. City shall furnish an aerial and topographic survey including horizontal and vertical control benchmarks, grades and lines of streets, pavements and adjoining properties, right-of-way, restrictions, easements, boundaries, contours, other improvements, and trees. City shall be responsible for review of documents submitted and render decisions pertaining thereto in a prompt manner, so as to avoid unreasonable delay in the orderly progress of services. City shall be responsible for all plan check fees and building permits; review of documents submitted and render decisions pertaining thereto in a prompt manner, so as to avoid unreasonable delay in the orderly progress of services. The City shall pay for all costs associated with printing or advertising the project for construction bids. The City shall perform bid administration duties, including but not limited to, advertising for bid, preparing addenda, receiving and awarding the construction contract documents. The City shall perform construction administration/management responsibilities, including but not limited to, the preparation, approval, issuance of Certificates of Payment, Change Orders, and Final Notices, and providing daily construction inspection of the project. This work shall be in addition to the observation services provided by the consultant. The City shall provide daily construction inspection of the project, and such costs will not be borne by the consultant. This work shall be in addition to the observation services provided by the consultant. 10 STAFFING In response to the anticipated scope of services outlined in the RFQ, we have assembled a team of highly qualified professionals. This consortium represents a strong network of thoughtful experts dedicated to transforming technical knowledge into innovative, context-sensitive planning for functional public spaces—often within environmentally or socially sensitive settings. NUVIS Perry Cardoza, PLA, ASLA Principal in Charge Tomas Munoz, PLA Sr. Project Manager Brian Maddock, PLA Project Manager Linda Forde, LEED AP Landscape Design; Exhibits Juan Guadarrama Baz Project Coordinator SUBCONSULTANT TEAM BKF Civil Engineering Bruce Kirby, PE Project Manager CD Design Group Electrical Engineering Dale C. Karjala, P.E Staff Engineer Christopher D. Karjala, Principal Senior Principal, Cad design Dahlin Group Architecture Gregor Markel, AIA, LEED AP Principial-in-Charge Daniel Berghauser Project Manager VCA Engineers Structural Engineering Young K. Nam, PE, SE, Structural Principal UltraSystems Environmental Environmental Documents/Engineering Michelle Tollett, BA, ISA Senior Biologist Zach Neider, BS, ISA Senior Biologist Michael Milroy Project Manager Billye J. Breckinridge Deputy Project Manger NOVA Geotechnical Engineering Paul Kim, GE, CEG Project Engineer Border States MEP Engineering Anthony Winston III, P.E., P.Eng Principal-in-Charge/ Senior Electrical Engineer Francisco Collado, P.E. Lead Mechanical Engineer James Perry, P.E Power Studies Manager Nick Corley Lead Electrical Designer/ EV Infrastructure Specialist 11 n U V I S PERRY CARDOZA, PLA, ASLA LANDSCAPE ARCHITECTURE President Perry's ability to creatively express his ideas to agencies, councils, and F ., community groups helps in developing a collaborative approach to recreation focused problem solving. He combines this ability with his ideology of landscape `" architecture to provide memorable design solutions, unique to each project h am considers sustainable solutions for location. Per alongwith the NUVIS to 1 ` � Perry, ;:' all projects. With a focus on collaborative design, Perry seeks opportunities for capturing and treating storm water, creating habitat, specifying colorful, durable, and native water wise plants, and designing accessible solutions which g g incorporate best management practices. With NUVIS since 1986 Professional Affiliations ASLA, Southern California Chapter, Trustee 2014-2017, President 2012-2013 Licensure: AIA, Orange County Chapter CA 3943 Far East Society of Architects & Engineers, Japan Education Recognition BSLA California 2019 ASCE OC Parks & Rec Project of the Year, Veterans Park Renovation State Polytechnic 2018 ASCE OC Parks & Rec Project of the Year, Crown Valley Park University, Pomona 2017 ASLA National Honor Award - Owens Lake Land Art 1986 Paul Revere Pocket Park -. .t. "_+- • City of Anaheim, CA Perry provided design direction for a 0.5 acre community park adjacent to Paul -a` ., Revere Elementary School featuring a custom mosaic wall inspired by designs • �` , from local students. Park elements include 3 exercise stations, a gazebo, sand volleyball court, playground area, security lighting, walkways, corner plaza, irrigation and planting. Partially funded by federal and local grants, the concept design process involved community input and outreach. .VA1.5 AN v, Village Pond Park '` City of Lake Forest, CA _ Perry served as principal in charge for community workshop facilitation, conceptual design, alternatives, and construction documents for the renovation of a 5.4 acre passive park overrun by birds and waterfowl. Improvements SP' ; al include a native garden, water-efficient shrub plantings, pond water-quality mitigation/enhancement, floating islands, walking trails, bird deterrent programming, lighting and fencing. Windbourne Park `�3 j (Former Franklin School Site) CenterStone Communities for City of Huntington I '=� i Beach, CA Perry provided served as principal in charge for I-acre turn-key di neighborhood park as part of a new community development. Scope included --- unique and challenging play area, group picnic, shade structures, and whimsical mosaic art element designed and created by local artist Katherine England. Low water use, California-friendly plantings are irrigated by a high-efficiency, weather-based system. Site includes an open multi-use turf area is designed to function as a storm water retention basin. CA 3943.NV 1097 i n u v i s TOM M U N OZ PLA LANDSCAPE ARCHITECTURE 7 Principal With decades of experience with the City of Huntington Beach and multiple public agencies across California, Tom brings extensive of park design and renovation experience to the NUVIS team. Tom shares his talents and passion ,. for our profession on the City of Corona, Parks & Recreation Commission, as well as a volunteer vice-president of the Corona Historic Preservation Society, ilit volunteer vice-president for the City of Corona Partners for Parks Foundation, volunteer with the Boy Scouts and participant in local California Park and Recreation Society Programs. His emphasis is in water-wise public- and private-oriented park/recreation planning and urban design projects. As a With NUVIS Project Manager on many of NUVIS' public agency projects, his strengths are in since 1978 client relations, technical document direction/review, and multi-team/agency Licensure: coordination. CA 1997 Professional Affiliations Education City of Corona, Parks and Recreation Commission 2021 - current BSLA California State California Park and Recreation Society Polytechnic University, Corona Partners Foundation (CPF) for Parks / Rec. & Corona Historic Preserv. Pomona 1978 Soc. (CHPS) Boy Scouts of America, Assistant Scout Master, 1997 National Jamboree Y, Plaza Neighborhood Park City of Irvine, CA - Tom serves as principal in charge over preliminary plans and construction low ki documents, partially funded by a CDB Grant, for ADA circulation improvements to an existing park. 2-acres of accessible enriched concrete paving, resilient surfacing, play structures, accessible picnic tables, bbqs and hot coal recptacles, bike racks, seating, themed amenities, high-efficiency irrigation, planting. Storm Water Capture Parks Program (Task Order 25) w CDM-Smith for the City of Los Angeles, CA 3 "0 Tom is providing technical oversight and design direction as project manager .0' for the three parks that are part of the Task Order 25. Scope includes 1 -+� 4. sis-s, landscape architecture improvements (planting, irrigation, signage, site furniture) as a result of engineering improvements which include the placement of new infiltration galleries to improve and capture storm water runoff. i t Sweet Shade Park , f% _ City of Irvine, CA "_�} = Tom serves as principal in charge over preliminary plans through construction ---1,a • :' _ ..• documents for space-themed improvements, partially funded by a CDB Grant, for 0.75 acres of an existing 8-acre civic park including multi-age play SWEET 5oi P equipment, interpretive paving, sand play, shade structures, seating, climbing boulders, sensory gardens, permeable paving, irrigation upgrades, and new low water use trees and shrubs. CA 3943.NV 1097 n u v i s BRIAN MADDOCK, PLA LANDSCAPE ARCHITECTURE Senior Associate Brian has an extensive portfolio in residential, municipal, and commercial Project Manager projects from LA, Orange County, the greater area of Palm Springs, and Lake Tahoe area. As a Landscape Architect, Brian has been involved with design process' from planning/concept level through to construction documents for municipal, residential, and commercial properties. Using his skills he provides commercial services to Developers, HOAs, Retail, and Hotels with complete set of Landscape Plans for Entitlements and Permits. He has worked on a wide variety of construction/engineering projects as well as providing construction oversight and project approvals. He has experience as a project manager, utilizing his knowledge of design and construction standards. Brian addresses With NUVIS since 2023 each project with his understanding of the design and construction process and how to best meet a client's design criteria. As a Landscape Architect, Brian Licensure: utilizes Best Management Practices to promote sustainability and support CA 6488 healthy lifestyles including ideas of alternative transportation, drought-tolerant Education landscape, rainwater capture, solar energy, and preserving open space. Brian is BSLA California also an Accredited Professional for SITES (Sustainable Landscape Certification Polytechnic Program) serving as a knowledgeable liaison for clients seeking certification with University, Pomona, 2008 USGBC. Professional Affiliations SITES AP 2008, Sustainable Sites Initiative ly Flying Leatherneck Aviation Museum Ware Malcomb for Snyder Langston, City of Irvine Great Park Brian provides design and project management for schematic plans through �---• construction documents for the new museum including multiple outdoor Y historic airplane display areas, representative runway, entry landscape, screening, bio-treatment swale, and circulation routes. Project is part of the larger Cultural Terrace improvements within the Great Park. --- �. Santiago Park ':;• Hunsaker & Associates for the City of Santa Ana, CA e- Brian supports the site renovations to provide access to nature, outdoor space for play/exercise, and opportunities for social connection, human development, and lifelong learning. Programming includes new viewing deck, interpretative usr..4 signage, picnic areas, drinking fountains, security lighting, new signage, gates, and small parking lot. Partially funded by a Coastal Conservancy Grant. Nickerson Central Park Housing Authority of the City of Los Angeles, Watts, CA Brian provides technical documents for renovations to an existing inter-city community park providing a much needed refreshment and reactivation 4: including multi-use ball fields, shade trellis structures, accessible walkways, shade trees, bleachers, dugouts, backstop, fencing, entry monument, picnic tables, site CA3943.NV 1097 amenities, rain garden, low water use planting, high-efficiency irrigation, and partnership with local professional sports teams. n U v ( S LINDA FORDE, LEED-AP LANDSCAPE ARCHITECTURE Linda provides graphic expertise along with a special interest in the Principal environmental and regionally responsive aspects of landscape architecture to the NUVIS team. Her responsibilities include project management, photographic simulations, LEED documentation, presentation exhibits, project research, creative strategizing, design guidelines, California native plant palettes, corporate IT management, marketing materials, social media, and corporate website content and design. Linda's private family residence is a sustainable testing ground including a no-turf front yard, water reuse strategies, year-round edible garden beds, and native and adapted low water plants. With NUVIS Professional Accreditation since 1998 LEED Accredited Professional, USGBC (2005) Education BSLA California State Polytechnic University, Pomona, 1998 Summa Cum Laude Saddleback College Tennis Center McCarthy Builders & HED Architects for SOCCCD, Mission Viejo, CA .>. Linda provided project management, design direction, technical documents, and ';q construction observation for a new 8-court tennis complex including CCCEA/ OEC competition level court, pickle ball court overlays with removable tennis 4 net posts, custom ball-thrower storage, fencing, pottery, benches, low water use planting, and high-efficiency reclaimed irrigation. Wildcatter's Dog Parks Resurfacing City of Brea, CA 4, - Linda served as project manager over conceptual plans, community outreach exhibits, construction documents, and construction observation for 2 existing • dog parks including new synthetic turf, mounding, gravel areas, stabilized decomposed granite paving, wide concrete banding, drinking fountains, protection of existing mature trees, new trees, drainage improvements, pet waste bag dispensers and collection bins, and irrigation system upgrades including odor control injection system. Northwest Open Space Park . * City of San Juan Capistrano, CA e$,.; aut4, Linda provided educational native plant palette, preliminary plans, alternatives, and construction documents for a 3-acre historic preservation/interpretive park replicating a Juaneno village including cultural group area, amphitheater, trail, interpretive signage, parking lot, permeable paving, shade structure, picnic benches, outdoor kitchen, and entry monument. Collaboration with local tribe representitives to develop native garden zones representing plant used by the indigenous Juaneno people. CA 3943.NV 1097 LlSCAPE ARCH i s JUAN GUADARRAMA BAZ URE CAD/Project Coordinator Juan brings over 18 years of landscape installation and maintenance experience to the NUVIS team. With a passion for horticultural design, and a background in landscape operations and estimating,Juan integrates client objectives with design implementation. His field experience provides valuable insight into NUVIS' design process and professional document preparation. Fluent in Spanish and English,Juan has a strong background in graphics as well as construction documents and project planning. With NUVIS since Societies & Awards 2018 Sigma Lambda Alpha, California Polytechnic State University, San Luis Obispo Education Phi Theta Kappa Honor Society, Fullerton College BSLA Landscape Golden Eagle Award Architecture California Professional Experience State Polytechnic American Landscape - Operations, Estimating & Purchasing Internship, 2017 University, San Luis Pacific Coast Landscaping - Installation, Repairs, Tree Removal & Labor, 2009 Obispo, 20I8 Baz Landscape - Irrigation Repair, Installation & Maintenance, 2007-present AA Horticulture, AS Landscape Mgmt., Central Park Build Out AS Ornamental Hort., PSOMAS for the City of Santa Clarita, CA Fullerton College, 2015 Juan provided technical document preparation of preliminary plans and construction documents for I 7-acre expansion to an existing sports park including 4 new soccer fields, gathering plaza, rest room building, parking lot, walkways, trails, exercise stairs with rest landings, shade structures, grass berms, preservation of existing trees, infiltration basin, and terraced dog park with contoured exercise steps. Plaza Neighborhood Park . ``' City of Irvine, CA Juan provided technical document preparation of preliminary plans, shade modeling, and construction documents, partially funded by a CDB Grant, for ADA circulation improvements to an existing 2-acre park. New accessible '' enriched concrete paving, resilient surfacing, play structures, play elements, accessible picnic tables, bbqs, shade structures, bike racks, seating, themed site amenities, high-efficiency irrigation, new shade trees, and shrub and turf planting. Pepper Tree Park City of Tustin, CA Juan provided technical document preparation of preliminary plans and construction documents for a 2.5 acre park renovation including new concrete accessible paving, themed fence panels, decomposed granite infield, turf open space, high-efficiency irrigation, picnic areas, raised community garden beds, refreshed rubberized playground surfacing, guardrail at stage, bleachers, turf block maintenance access, signage, and curb ramps. CA 3943.NV 1097 BKF BRUCE KI RBY, PE, QSD/QSP ../Pri Bruce has been involved in land development site engineering and is a ',- professional engineer that has directed the design of many institutional, educational, retail, commercial, industrial, residential,and recreational projects throughout southern California.These projects have included providing such Project Manager services as preliminary engineering and backbone engineering design for the grading, roadway, storm drain, sewer and water infrastructure required for several large master-planned community projects. Professional Experience Civil Engineering,41 Years with firm City of Laguna Niguel 7 Laguna Niguel,CA Licensure On-Call Professional Engineering Services Professional Civil Engineer CA No. City of South El Monte 42393, 1987 South El Monte,CA On-Call Professional Engineering Services Education B.S., Civil City of Irvine Engineering; Irvine, CA California On-Call Consultant Team Polytechnic University, Pomona, City of South El Monte 1984 South El Monte, CA On-Call Professional Engineering Services Professional Accreditation Heritage Community Park Qualified SWPPP Irvine, CA Developer (QSD) & Conceptual and final engineering for grading, site drainage, and water delivery systems Practitioner (QSP) CA, Great Park Administration Building No.20900 Irvine, CA Site investigation,field topographic survey,and utilities research Great Park Visitor's Center Plaza Irvine Plaza Irvine, CA Park improvements, public facility improvements,grading and drainage, parking lot rehabilitation,ADA improvements, and field surveys , i Newport Beach,Jr. Lifeguard Building f Newport Bech,CA New Junior Lifeguard Building/events space for the community during the off season at this 5,400- square-foot facility that sits just south of the Balboa Pier CD DESIGN GROUP C H RI STO PH ER D. KARJALA Principal Over 25 years of experience in design (21 with CD Design Group), planning, project management,and engineering of commercial retail,institutional, healthcare,and municipal projects. All aspects of consulting electrical engineering and lighting design including municipal infill, remodel,and new park ` li. sites including utility coordination, photometric calculations, extensive in-field analysis of existing aesthetic as-built conditions for P.F.Chang's restaurants 14 x (multiple locations nationwide), coordination of complete new and retrofit construction (many/various),and thorough project administration and support. :, Complete working knowledge of latest version National Electrical Code and Uniform Building Code. Years with firm 25 Education Professional Affiliations 1994 / BA / Illuminating Engineer's Society — Orange County English Literature / California State University Long Beach Edison Park Community Center and Youth Sports Complex NUVIS for the City of Huntington Beach, CA Design lead for renovations and additions to existing sports park expansion including new practice field illumination, illuminated parking area with dropoff, integration of existing sports, parking,and pathway lighting into new service switchgear, utility coordination. Crown Valley ParkTiers I & II NUVIS for the City of HUntington Beach, CA Lead design for award winning two-phase park renovation encompassing new , bridge/overpass with illuminated monument archway, LED signboards, outdoor performance amphitheater, children s splash/play area with serving restroom/ ( pump house building, multiple"tot lot' play areas, new parking areas with . pathways, utility coordination, cost estimating, conceptual electrical site design, product selection. Northwest Open Space Park NUVIS for City of San Juan Capistrano,CA Lead design for historic, community driven indigenous peoples' heritage park encompassing conceptual electrical site design, cost estimating,and product selection. Village Pond Park NUVISfor the City of Lake Forest, CA Design lead for 8 acre park renovation encompassing overall electrical site design layout,vandal-resistant LED luminaire selection, pathway photometric calculations, cost estimating, utility coordination, construction administration. CD DESIGN GROUP DALE C. KARJALA Staff Electrical Over 53 years of experience (21 with CD Design Group) in all aspects of Engineer consulting electrical engineering and commercial lighting design throughout the United States. Partner and supervising engineer for 30+ person electrical engineering firm in Costa Mesa,California. Management of numerous healthcare, municipal, Sports Parks, entertainment, and educational projects encompassing complete new and retrofit construction.Complete working knowledge of latest version National Electrical Code and Uniform Building Code. Years Experience 53 Licensure Professional Affiliations Professional Illuminating Engineer's Society— Orange County Electrical Engineer Lic. E-7338, 1968 Education 1964 / BS / Electrical Engineering / Central Park Sports Complex University of P p California Los NUVIS for the City of Huntington Beach,CA Angeles Supervising engineer for large scale regional sports park expansion including multiple illuminated baseball-and soccer fields, restroom/concession buildings, utility coordination. Edison Park Community Center and Youth Sports Complex NUVIS for the City of Huntington Beach,CA Supervising Engineer for renovations and additions to existing sports park expansion including new practice field illumination, illuminated parking area with dropoff, integration of existing sports, parking,and pathway lighting into new service switchgear, utility coordination. Crown Valley ParkTiers I & II NUVIS for the City of HUntington Beach, CA rr ' Supervision Engineer for award winning two-phase park renovation encompassing new bridge/overpass with illuminated monument archway, LED signboards, outdoor performance amphitheater, children s splash/play area with "r ' serving restroom/pump house building, multiple"tot lot" play areas, new parking lb areas with pathways, utility coordination, cost estimating, conceptual electrical site design, product selection. Northwest Open Space Park NUVIS for City of San Juan Capistrano,CA Supervising Engineer for historic, community driven indigenous peoples' heritage park encompassing conceptual electrical site design, cost estimating, and product selection. Lemon Park NUVIS for the City of Fullerton, CA Supervising engineer for 6 acre park renovation including basketball court illumination, renovation of 4,000sf community/day care center, pathway and parking area lighting. Utility coordination for electrical site service upgrade and cost estimation. DAHLIN GREGOR MARKEL, AIA, LEED AP Managing Principal With over 30 years of experience, Gregor integrates architecture,technology, structure,and art to design meaningful spaces. His diverse background enables him to lead teams across a range of project types and styles.Gregor delivers functional, creative,and cost-effective solutions tailored to each client's needs.A " i leader in CAD and BIM implementation, he enhances coordination and clarity. '. His use of 3D modeling improves design execution,fostering collaboration and ; producing high-quality results aligned with project goals. Years with firm Professional Experience 26 DAHLIN Architecture I.Planning I Interiors,April 1999 - Present Licensure Reel Grobman &Associates, May 1997 - March 1999 CA No. C23921, Sugimura &Associates,April 1993 - May 1997 Architect, Issued in Hereld %Ayres Architect, May 1989 - September 1992 1993 Recognition Education 2024,told Nugget Merit Award, Best Recreational Use Facility, Public / Washington State Municipal, Robinson Pool Renovation University, Bachelor 2023, California Parks & Recreation Society Award of Excellence in Design of Architecture, Winner, Robinson Pool Renovation 1989 2022,American Public Works Association Silicon Valley Project of the Year, Washington Community Swim Center Professional 2019, California Parks &Recreation Society Award of Excellence, Facility Deisng, Accreditation Mountain View Community Center NCARB, 2015 2018, Gold Nugget Merit Award, Best Recreational Use Facility, Emerald Glen LEED AP Recreation &Aquatic Complex ` Robinson Pool Renovation V" City of Pasadena, Pasadena, CA ' et:.,-- ..a* The renovated 4,141-square-foot John J. Kennedy Pool and Pool Building offers ' '" inclusive,year-round recreation.Community-informed upgrades include an ADA- ," " compliant pool with zero-depth entry,swim lanes,and updated interiors. Family Y 7 restrooms and accessible paths enhance usability,while modern finishes elevate the facility. °'" f .N Smith Park Community and Aquatic Center t_ lit City of Pico Rivera, Pico Rivera,CA DAHLIN is partnering with the City of Pico Rivera to renovate the Smith rP " C t Park Aquatic Center, replacing the pool and deck and updating the community $ ` building in two phases. Closed since 2020,the Olympic-size pool's reopening +, will restore vital recreational, health,and safety programs, including swim lessons and firefighter training. . -= °.. - Weingart Senior Center City of Lakewood, Lakewood,CA The Weingart Senior Center renovation modernized interiors, reconfigured xr spaces to enhance senior programs,and upgraded the parking lot and restrooms for full accessibility. Decorative wood trusses were removed to X .5.:4r,k+-i open the space and repurposed as planter boxes for a community garden. New dow lounge and functional furniture was added. Emerald Glen Recreation &Aquatic Center City of Dublin, Dublin, California The Emerald Glen Recreation and Aquatic Complex completes the 48-acre ``'" "' Emerald Glen Park with a boardwalk-style design. It features an indoor pool _ - for year-round use, a competition pool,waterpark, playground, outdoor 4 amphitheater for performances, and various water-themed amenities, creating a vibrant hub for recreation and entertainment. DAHLIN DAN I EL BERGHAUSER Senior Associate / Daniel brings over a decade of planning,design,and construction experience, Senior Architect with a range of architectural work in residential,commercial,civic,education, restaurant,aviation,and hospitality project types.He has delivered a variety of large and small scale projects through all phases of design and construction, coordinated with multiple stakeholders,all while maintaining schedule,budget, iv f4,r* and ownership's goals. He has experience coordinating across a project team consisting of multiple design firms,consultants,construction managers,and # contracts to achieve the highest level of user experience at modern facilities. Years with firm 3 Licensure Professional Experience CA No. C36545, DAHLIN Architecture I Planning I Interiors,August 2022 - Present Architect, issued in WATG and Wimberly interiors, December 201-8 -August 2022 July 2017 Corgan,4 years with firm, October 2014 -January 2019 Education Recognition University of 2024,Cold Nugget Merit Award, Best Recreational Use Facility, Public / Arizona, Bachelor of Municipal, Robinson Pool Renovation Architecture, 2013 2023, California Parks & Recreation Society Award of Excellence in Design Professional Winner, Robinson Pool Renovation Accreditation NCARB Palms Park Community Center Renovation City of Lakewood, Lakewood, CA y x.;. Palms Park Community Center is undergoing a full renovation modernizing the facility, emphasizing durability and sustainability to establish it as the centerpiece of Palms Park. Interior spaces are being reconfigured for better operations, improved accessibility, and improved community amenities. Duarte Fitness Center � City of Duarte, Duarte, CA The City of Duarte is renovating the Duarte Fitness Center to modernize interiors, improve efficiency,and-enhance accessibility.The two-phase project j r includes in-kind pool replacements with energy-efficient systems, new piping and ,.. fixtures, upgraded amenities, added family restrooms,and exterior improvements like shade structures and lockers to elevate the guest experience. Yucca Valley Recreation &Aquatic Center P Town of Yucca Valley,Yucca Valley, CA DAHLIN provided pro ramming,feasibility land assessment,and community engagement to kick of[the YVARC project In collaboration with the Town, DAI-[LIN was subsequently retained°as the Town's project manager to continue supporting the initiative. "� ,r Pico RiveraYouth Center @ , M ` City of Pico Rivera, Pico Rivera,CA The Pico Rivera Youth Center underwent a full renovation and has reopened q i T with a bold, modern look designed to better serve local youth.Through community engagement,teens and staff chose vibrant interior colors,creating an energetic and-welcoming space. Now revitalized, the Youth Center offers ' a dynamic, inclusive space that encourages creativity, learning, and community connection. YOUNG K. NAME, PE, SE Structural Principal Young Nam is a licensed professional engineer in California and a licensed structural engineer in California. For over 35 years, Mr. Nam has designed and directed large and complex projects including new construction, historic renovations,additions, and seismic upgrades and retrofits. He has been Project Manager and Project Principal on a variety of projects including education, commercial, high-rise, healthcare, cultural,and sports. He also specializes in ` the seismic upgrade and retrofit of a variety of structures. Mr. Nam is an active member of Structural Engineers Association of Southern California (SEAOSC), International Code Council (IC),American Concrete Institute (ACI),American Institute of Steel Construction (AISC),Collaborative for High Performance Years with firm Schools, Inc. (CHPS), and Asian American Architects and Engineers Association 12 (AAAEA). Licensure CA S4029, Structural Professional Experience Engineer, 1996 Various Storm Channel, Box Culvert, Reservoir at Orange, Riverside and San Bernardino Counties,CA Education BS Civil and Mile Square Park, Replacement of Shelters, Fountain Valley,CA Structural Engineering I I 983 Criag Regional Park, Replacement of Wooden Lattice Structure, Fullerton, CA HanYang University Central RC Pool and Bathhouse Renovation, Los Angeles,CA Professional Accreditation Granada Hills Pool, Structural Design for the Renovation of Pool/Bathhouse, Structural Engineers Granada Hills, CA Association of Southern California Griffith Park Horticultural Learning Center Renovation, Los Angeles,CA (SEAOSC) International Code Highland Park Ir.Arts Center, New Building Structural Engineering Design and Council (ACI) Seismic Upgrade, Los Angeles, CA American Institute of Steel Construction La Habra City Hall, Structural Engineering Services for Retrofit/Remodeling, La (AISC) Habra,CA San Marino City Hall, Seismic Assessment and Structural Retrofit, San Marino, CA Public Library, Seismic Assessment and Retrofit, Beaumont, CA City Law Library, Seismic Assessment and Retrofit,San Bernardino, CA erie--„ ,„ )' MICHELLE TOLLETT BA ISA Senior Biologist Ms.Tollett has over 25 years of experience as a field and consulting biologist 411 work wi privte cmae and b throughout Caf and the Rockying Mountains.a Shep isni thes Leadpu Seniorlic Biologist and Group Manager at UltraSystems th Environmental o in Irvine, California.agencies Her responsibilities 'i include managing the Biological Resources Team;supervising and mentoring staff biologists; managing budgets and project schedules; reviewing document preparation; preparing and conducting environmental awareness training. Years with firm Professional Experience 14 25 years Licensure N/A Recognition N/A Education University of Montana, 2000 Professional Accreditation ISA Certified Arborist (WE-12103-A) Huntington Beach Bridge Preventative Maintenance S, City of Huntington Beach, Huntington Beach, CA Ms.Tollett was the biological resources supervisor for three bridge repair and maintenance projects for the City of Huntington Beach within three ecological �.�.. preserves consisting of coastal salt marsh, coastal sage scrub habitats,and _`1 eelgrass beds within tidal waters. ..& - s1 4 Fontana Victoria Residential Project City of Fontana, Fontana, CA Z. {-' The City of Fontana is processing applications for a variety of entitlements, if / approved,would facilitate the development of the Fontana Victoria residential project. Ms.Tollett served as the lead ISA-certified arborist and managed the preparation of an Arborist Report to support the addendum to the Westgate y e , '.=1 Specific Plan. Max Lenail Memorial Bridge in Mission Trails Regional Park City of San Diego c/o KPFF,San Diego, CA 1.11 Ms.Tollett serves as senior biologist and biological resources manager for this project. UltraSystems is preparing CEQA Environmental Review documentation for the Max Lenail Memorial Bridge Project which constructs a new pedestrian and bicycle bridge over San Diego River Crossing Trail in San Diego. Construction Monitoring for Reservoir Seismic Upgrades City of San Bernardino, SanBernardino, CA Ms.Tollett serves as senior biologist and biological resources manager for this project.The project includes seismic upgrades to protect steel water reservoirs °z at four Iocations.These locations include the Devore Reservoir, Sycamore °` ' Reservoir No. I, Del Rosa Reservoir No. 3,and Terrace Reservoir No.3. ZACH NEIDER, BS, ISA Senior Biologist Mr. Neider has 9 years of experience as a field and consulting biologist,working with private companies and public agencies throughout California. He is a Senior Biologist with UltraSystems Environmental, Inc. in Irvine, California. ,�. Mr. Neider has a variety of experience in the environmental consulting field, including aquatic resource delineations, biological resources assessments, avian surveys,focused wildlife and plant surveys,focused rare plant surveys,arborist surveys, construction compliance monitoring,and familiarity with environmental legislation and permitting. Years with firm Professional Experience 2 9 years Licensure N/A Recognition N/A Education Humbolt State University, BA Environmental Science, Professional Accreditation ISA Certified Arborist (WE-116 I SA) Hart Park Pickleball and Fitness Circuit Design #'§ City of Orange,Orange,CA Mr. Neider is responsible for conducting arborist services, including one tree y¢ * survey,as well as a general biological resources assessment for this project.The City of Orange proposes to develop a small portion of a 56-acre park ( Hart Park") at 701 S. Glassell Street,Orange, CA. Huntington Drive - Regional Green Street Pro ect City of South Pasadena do SEITec,South Pasadena, CAA to' Mr. Neider is responsible for the arborist services and tree survey for this r project.The proposed green street project constructs a I2-ft ID stormwater detention tunnel underneath the median along 2,100 LF of Huntington drive between Fair Oaks Ave and Flecher. .24 Max Lenail Memorial Bridge in Mission Trails Regional Park City of San Diego c/o KPFF,San Diego,CA Mr. Neider is mainly responsible for the arborist services and tree survey for this project,as well as nesting bird surveys, rare plant surveys,and verification of the jurisdictional delineation. UltraSystems is preparing CEQA Environmental Review documentation for the Max Lenail Memorial Bridge Project. Construction Monitoring for Reservoir Seismic Upgrades City of San Bernardino,SanBernardino, CA Mr. Neider is responsible for conducting general pre-construction surveys including nesting bird and rare plant surveys, as well as project management with the crews in regard to construction schedule and written results of the pre-construction surveys for the seismic upgrade work on the City's reservoir. ‘..fir )' BILLYE J. BRECKEN RI DG E BA Senior Env Planner Ms. Breckenridge is a Senior Environmental Professional with over 25 years of comprehensive and diverse experience in environmental consulting.She , specializes in regulatory permitting and compliance, CEQA/NEPA document 4 management, preparation,and process, project management, public involvement, ` jurisdictional and biological resources.She has managed large NEPA and CEQA , rojects,404 permitting projects, and multi-disciplinary teams of technical staff and subconsultants. Years with firm Professional Experience 5 25 years Licensure N/A Recognition N/A Education University of Nevada, Las Vegas, 1998 Professional Accreditation Huntington Drive Regional Green Street Project ;3. City of South Pasadena,-South Pasadena, CA ___ Ms. Breckenridge served as GIS Manager on this project.The proposed green r street project constructs a I 2-ft ID stormwater detention tunnel- underneath the median along 2,100 LF of Huntington drive and includes green street elements along parkways and medians. CherryAve.and Victoria Street - RAISE Grant City of Fontana, Fontana, CA Ms. Breckenridge serves as Deputy Project Manager for this project.The Complete Streets Improvement Project intent is to improve safety in the area and expand options for biking,walking and bus transit. UltraSystems is preparing an Environmental Review including a PES,CE and IS/MND. Hart Park Pickleball and Fitness Circuit Design City of Orange, Orange, CA Ms. Breckenridge is the GIS Manager for this projectThe City of Orange wants at to develop a small portion of a 56-acre park ("Hart Park") at 701 S.Glassell 4�e Street, Orange, CA for a pickleball facility. i -., Community Bikeway Access Improvements - __ City of South Whittier, South Whittier, CA - Ms. Breckenridge was the GIS Manager for this project.This project improved connectivity in the inter-jurisdiction regional bikeway network within the community.The project consisted of pedestrian intersection improvements, bikeway access improvements, landscape improvements, and street lighting improvements. JJ�)> M I C HAE L M I LROY, Ms, Bs Senior Env Planner Mr. Milroy is a detail oriented Environmental Planner with over 18 focused = years on California Environmental Quality Act (CEQA) document preparation, project management, and review of supporting technical studies;including, but " not limited to, Environmental Impact Reports (EIRs), Initial Studies, Mitigated Negative Declarations, and NEPA documents. Years with firm Professional Experience 5 18 years Licensure N/A Recognition N/A Education California State Univerisy, Lon Beach, 2004 California State Universiy , Long Beach , 1999 Professional Accreditation Huntington Drive Regional Green Street Project City of South Pasadena, -south Pasadena, CA Mr. Milroy served as Senior Environmental Planner on the team.The proposed ri' green street project constructs a I 2-ft ID stormwater detention tunnel underneath the median along 2,100 LF of Huntington drive and includes green street elements along parkways and medians. • Zocalo Park Project City of Baldwin Park, Baldwin Park, CA Mr. Milroy served as Project manager.The City of Baldwin Park proposed to develop a three-acre park. UltraSystems prepared a Class 32 (infill development) '`►s categorical exemption for the project;a biological resources survey;an arborist • survey;an air quality assessment;a noise analysis;and a cultural resources , assessment. Richard T.Steed Memorial Park City of San Clemente,San Clemente,CA a} Mr. Milroy served as Deputy Project Manager. UltraSystems was selected by the City of San Clemente to address anypotential impact relating to the addition *. and reconfiguration of pickleball cout at the Richards))(T.Steed Memorial Park. UltraSystems prepared an IS/MND Addendum. ry. CherryAve.and Victoria Street - RAISE Grant City of Fontana, Fontana, CA Mr. Milroy is part of the project team providing services for this project.The Complete Streets Improvement Project intent is to improve safety in the area and expand options for biking,walking and bus transit. UltraSystems is preparing an Environmental Review including a PES, CE and IS/MND. NOVA PAUL KI M, GE CEG Services Prinicpal Engineer Paul has 26 years of geotechnical engineering experience encompassing a variety of public and private site investigations in California,Arizona,Nevada,and Oregon. 111 4*i Paul's technical experience includes evaluation of expansive soils, settlement, liquefaction,earth retention systems,pile design,slope stability,seismic risk,paving, earthwork testing and observation,and quality assurance and quality control (QA/ QC). His geologic experience includes geologic mapping, soil sampling, hollow- stem and downhole bore-hole logging, boring and trench sampling/logging, and in situ percolation testing. His duties include project management, maintenance of the laboratory, preparing proposals and cost estimates, supervising staff-level Licensure engineers and geologists,and preparation of geotechnical investigation reports. » State of California Geotechnical Engineer » State of California Professional Experience Professional Engineer » MS,Civil Engineering,California State University, Los Angeles,CA #77214 » BS,Geology, University of California, Los Angeles,CA » State of California Certified Engineering Geologist#2674 » State of California Professional Geologist • State of Nevada Professional Engineer #22545 » State of Arizona Professional Engineer #55495 » State of Hawaii Professional Engineer #i5955 City of Irvine Great Park Synthetic Turf Rehabilitation • City of Irvine, Irvine,CA The project would consist of the conversion of Soccer Fields #4 and #7 and the Baseball Stadium from natural turf to synthetic turf as well as the replacement for Soccer Fields #5 and of existing synthetic turf and drainage improvements o Y g P Al diP #6.Natural turf areas between and south of Soccer Fields #4 through #7 will be removed and replaced with stabilized decomposed granite. City of Beaumont Sports Park Field Lighting and Expansion Project • .. City of Beaumont, Beaumont, CA _ ,A 7 f The project will consist of removal of existing turf at the south end of the park app *ir �r to construct two new synthetic turf soccer fields with a new decomposed """- - granite walkway and tubular steel fence around the fields,and installation of new . electrical and lighting systems for sports field lighting of the two new soccer 11111116.), fields and within existing baseball fields located in the north end of the park. i { City ofFullerton llerton Rail Trail w , u City of Fullerton, Fullerton, CA Geotechnical investigation for a pre-fabricated multi-sport facility with liquefaction "r` ` concerns mitigated with post-tensioned slabs and ground modification (DDCL"') BORDER 4f STATES ANTHONY WINSTON III, P.E., RENG. Senior Director of Engineering Anthony Winston III, P.E., brings over 15 years of experience delivering electrical and MEP engineering services for public agencies, municipalities, and commercial clients.As the founder of Winston Engineering, now part of Border States Engineering Services, he has led award-winning infrastructure upgrades and lighting designs across Southern California.A licensed electrical engineer in multiple states,Anthony specializes in public-sector electrical systems, street and site lighting,and energy efficiency compliance,with deep knowledge of Title 24,ADA upgrades,and municipal permitting. His leadership ensures technical .tI/L excellence and responsive project delivery for every assignment. Professional Experience Years with Firm Border States Engineering Services /Winston Engineering, Inc.— Founder / Sr. 15 Director, 2010—Present Licensure Edison Power Group — Electrical Engineer, 2007-2010 - Professional Electrical Professional Accreditation Engineer (RE.), Multiple - Six Sigma Certified States - ITARertified - Professional Engineer - Qualified Electrical Worker Certified (P.Eng.), Canada - Lockout/Tagout Certified - First Aid/CPR Certified Education - Certified Fiber Optic Technician B.S., Electrical Engineering Recognition with emphasis on power - Exeleon Magazine —Top 100 Dynamic Leader, 2021 transmission and dis- - National Black Chamber of Commerce — 20 Under 40 Honoree tribution,Arizona State - Riverside County — Spirit of the Entrepreneur Nominee, 2019 University - Murrieta Wildomar Chamber — Small Business of the Year Nominee, 2021 City of El Monte — Residential Street Lighting Design Client City of El Monte, El Monte, CA ' I# Anthony led the design and engineering for a street lighting upgrade,ensuring photometric compliance, energy efficiency, and Title 24 alignment across residential zones. Los Angeles World Airports — EV Charging Station Infrastructure .:, `"` Client: LAWA, Los Angeles, CA Oversaw electrical design and system integration for EV charging stations at LAX and Van Nuys, including load coordination and futureproof conduit layout. City of Rancho Cucamonga— Street Lighting Design - Client: City of Rancho Cucamonga, Rancho Cucamonga, CA Directed lighting and electrical design efforts for civic corridor improvements, x optimizing layout for safety, energy performance,and aesthetic alignment. y 4 m4.�� City of Aliso Viejo — MEP Engineering for Energy System Enhancements el Client: City of Aliso Viejo,CA Led electrical scope for sustainable system upgrades at public facilities, integrating renewable energy readiness and enhancing energy code compliance. CITY 41 STATES FRANCISCO COLLADO, PE. Mechanical Engineer Francisco Collado, P.E.,is a seasoned mechanical engineer with over 30 years of experience designing mechanical and HVAC systems across a range of facility types, including commercial, residential, industrial, hospital, and clean room environments.As part of the Border States Engineering Services team, Francisco brings specialized expertise in mechanical systems, plumbing design, and sustainable solutions. His ability to integrate complex systems while ensuring comfort, energy efficiency,and code compliance has made him a trusted resource 4- lir on projects serving public agencies, healthcare providers, and municipalities A throughout California and beyond. Years with Firm 4 Professional Experience Licensure Border States Engineering Services — Mechanical Engineer, 2021—Present - Registered Professional Mechanical Engineer (RE.), Multiple States Education B.S. Mechanical Engineering,California State University, Northridge Professional Accreditation ASHRAE Member, 2020 Imperial County Health Services — MEP Engineering i i „sr`` Client Imperial County, El Centro, CA Francisco served as lead mechanical engineer, supporting HVAC and plumbing 1 1 _ system upgrades for a critical health services facility. His design work 1.I emphasized occupant comfort, indoor air quality, and long-term efficiency. UMMA Community Clinic — MEP Engineering Client UMMA Clinic,Los Angeles, CA Francisco contributed mechanical system design for this community-based CI healthcare facility. He developed solutions to optimize energy use while mi r.. _i„, maintaining rigorous performance standards in a sensitive environment. ril Orange County Fire Division Station 6 — MEP Engineering Services L Client: City of Irvine, CA Francisco supported HVAC and mechanical upgrades for essential services tr�w` al i"t at Fire Station 6.This work involved evaluating existing conditions and recommending cost-effective system replacements. ii ,. vim__ ,iCity ofAlisoViejo — MEP Engineering for Energy System " ,• •. Enhancements Client:City of Aliso Viejo, CA Francisco supported mechanical design work for energy system upgrades at municipal facilities, helping the City meet modern performance and 0 cITY : sustainability targets. r BORDER JAM ES PERRY, P.E. Power Studies Engineer James Perry brings over two decades of electrical engineering experience with an emphasis on industrial power systems, short circuit/arc flash evaluations,and grid-tied BESS integration.Since joining Border States Engineering Services in 2024,James has led the firms Power Studies division,applying his deep technical knowledge to support compliance, safety,and infrastructure modernization initiatives across California and the western U.S. His background includes leadership roles at firms like Qualus, Middough, Plug Power, and Matrix PDM, where he specialized in power system upgrades, electrical infrastructure design, and mentoring engineering teams.A licensed Professional Engineer in 10 states, ears wit irm James combines analytical rigor with real-world experience to deliver critical 1 studies and system enhancements for public agencies and private sector clients alike. Licensure Professional Experience P.E.- CA (#249 12), NY,TX, AZ, MD, DE, OH,WV, VAT, Border States Engineering Services — Electrical Engineer, 2024-Present Education Qualus — May 2023 to September 2024 Point Park University- B.S. Electrical Engineering Technology, Magna Cum Laude, 2007 Professional Accreditation Bulletproof Manager's Training,Crestcom International, 2021 I 1 NAVAIR Facility- Power Study ` ''4,,r+�� NAVFAC Southwest, San Diego, CA .4",-7-. Short circuit,coordination, and arc flash study for a secure military facility at -- - Naval Air Station North Island. Included field data review, equipment analysis, ..:9 and delivery of stamped final report compliant with UFC and IEEE standards. Q sit ," " - `, ` 41 1 Broadway Residential Development Studio Z Development /Anaheim, CA r r i James Perry led the electrical engineering design for this multifamily development His responsibilities included panel coordination, power distribution design,and code-compliant infrastructure to support long-term (," '.fr. building performance. 1810 E 16th Street Community Church Renovation . New Vision Fellowship / Santa Ana, CA lames provided MEP electrical design services for the renovation of a church ,, facility,focusing on lighting upgrades, load balancing, and integration of modern ae : control systems while preserving core functionality for public assembly use. 1525 MacArthur Boulevard Mixed-Use Redevelopment Andrew Barger / Costa Mesa, CA James oversaw the electrical systems design for a mixed-use redevelopment, ,,. ri incorporating utility coordination, breaker sizing,and infrastructure readiness to ........., it., align with tenant improvement and future scalability needs. BORDER 't STATES NICK CORLEY Director of MEP Nick Corley serves as the Director of MEP at Border States Engineering Services, where he leads electrical and multidisciplinary design teams across the Western U.S.With a background as a commercial electrician and over seven years of experience in MEP engineering, Nick offers deep insight into power distribution, lighting design, and electric vehicle (EV) infrastructure.A military veteran, he brings a disciplined, mission-driven approach to every project and is known for fostering highly collaborative partnerships with cities, utilities,and contractors. He • : ,,d has led engineering efforts on a wide range of municipal and civic infrastructure 4 Y projects throughout Southern California, including electrical and lighting design for street improvement programs and the integration of Level 2 and 3 EV Years with Firm charging infrastructure.As a former principal at Winston Engineering, Nick played 9 a critical role in projects for the City of El Monte, Rancho Cucamonga,and the San Diego MTS. Licensure General Electrician Certificate, 2016 Professional Experience Education Winston Engineering / Border States Engineering Services B.S. Electrical Engineering, Director of MEP / Electrical Engineer, 201 8—Present Southern California Institute of Technology, 2019 Auditory Instruments, Inc. Electrician Lead Apprentice, 2017-2018 Professional Accreditation Title 24 Compliance Certified (CA Projects) City of El Monte — Residential Street Lighting Design Client: City of El Monte Provided full electrical design services for residential street lighting upgrades, including fixture layout, photometric analysis,and Title 24 compliance. City of Rancho Cucamonga— Street Lighting Improvements -w �---- Client: City of Rancho Cucamonga Delivered electrical engineering for municipal street lighting retrofits, supporting community safety and energy efficiency objectives. Los Angeles World Airports — EV Charging Infrastructure Client Los Angeles World Airports (LAWA) Provided EV infrastructure engineering for airport properties, including load calculations, power distribution, and installation-ready documentation for Level 2 and 3 charging stations. San Diego Metro olitan Transit System — UPS Replacement Project Client4+1 San Diego MTS '3al, . Led UPS upgrade design for transit-critical facilities. Project scope included short-circuit analysis, panel replacement design, and uninterrupted service integration. QUALIFICATIONS NUVIS With the vision to make a difference, Robert R. Cardoza, FASLA and Peter R. DiLallo, ASLA joined together in Costa Mesa, California and opened for business as a partnership to provide professional landscape architecture design services in April of 1971. The principals expanded the company with an office in Northern California in 1981. Currently NUVIS has a presence in Northern California, Southern California (Newport Beach and Pasadena), and Las Vegas, Nevada. Originally formed under Cardoza DiLallo Associates, the name changed in 1984 to Cardoza DiLallo Harrington and finally to NUVIS "nu visions" in 1993. NUVIS is a State of California S Corporation and certified D/MBE, SBE and VSBE. Since 1971, NUVIS, a local Newport Beach firm, has been providing professional landscape architecture design and planning for an array of projects including those for new construction, rehabilitation of parks, facilities, community centers, clubhouses, and ADA modifications. Our experience includes public agencies, including extensive experience with the City of Huntington Beach, multiple cities within Orange County, for public agencies across the state, and for the State of California. On-call/As-needed contracts are not new to NUVIS. NUVIS holds on-call/as-needed public contract for but not limited to the Cities of: Anaheim, Fullerton, Irvine, Laguna Beach, Laguna Hills, Laguna Niguel, Corona, Downey, Mission Viejo, Tustin, Lake Forest, Long Beach, Riverside, San Juan Capistrano and Los Angeles DPW/BOE. Other agencies include the Los Angeles Community College District, Los Angeles Department of Transportation, Anaheim USD, Garden Grove USD, Los Angeles Unified School District, and others across the state. NUVIS Key Personnel Perry Cardoza, PLA, President Leading the firm in design excellence, Perry takes great care in ensuring the landscape architecture designs by NUVIS serve the purpose of the Client, offer thoughtful and intentional design, and are accurate. He is noted for his ability to facilitate community meetings and public presentations in a respectful manner such that the needs of the community are heard while ensuring the goals of the project are met. His innovative and trend setting design aesthetics have earned industry accolades for our Clients for decades. Tom Munoz, PLA, Principal Tom brings to the City of Huntington Beach over 48 years of professional landscape architecture design services. Currently Tom, as Sr. Project Manager is overseeing project such as City of Irvine Sweet Shade Park, Great Park Synthetic Turf Project, and Jeffrey Open Space Trail; City of Rancho Palos Verdes Western Avenue Beautification; and Housing Authority of Los Angeles, Nickerson Central Park. As Project Manager, Tom has a vast portfolio of streetscape and median projects throughout Orange and Los Angeles Counties. His past experience with the City of Huntington Beach is 12 extensive including the development of Huntington Beach Central Park Sports Complex, Harriet Weider Park, Norma B Gibbs Park, Murdy Park, Oakview Park, Lakeview School/Park, Bolsa View Park, Lambert Park, Matthew E. Helme Park, Vernon E. Langenbeck Park, Worthy Community Park, Marcus McCallen Park, Ted Bartlett Park, Newland Bar, Newland School Park, Wardlow Park, Rancho View Park, Lamb Park, Richard Drew Park, S. Alvin Moffet Park, Le Bard Park, Celebration Park, Ed Manning Park, Edison Park& Community Center, Sea Dance Park, and Ellis Park—to name a few! Tom has extensive park design experience with other local Orange County agencies include cities of Laguna Beach,Laguna Niguel, San Juan Capistrano, Lake Forest, Santa Ana, Irvine„ and County of Orange. Many of Tom's park design projects have earned industry accolades for our Clients. Linda Forde, LEED AP, Principal Developing restorative and native plant palettes and developing opportunities for habitat restoration are of special interest for Linda. As a LEED Accredited Professional, Linda has an appreciation and understanding for compliance with strict water conservation requirements and incorporation landscape design principles which demonstrate the aesthetics of Native California plant material while maximizing sustainable design by use of high efficiency irrigation, permeable paving materials and recycled site amenities. Brian Maddock, PLA, Sr. Associate Joining the NUVIS firm in 2022, Brian brings to the City extensive experience in municipal projects. He has experience as a project manager, utilizing his knowledge of design and construction standards. Brian addresses each project with his understanding of the design and construction process and how to best meet a client's design criteria. He is currently the lead Landscape Architect for the team on the Great Park Synthetic Turf project and contributed on the Sweet Shade Neighborhood Park and JOST projects for the City of Irvine. Brian brings to the team over 16 years of professional landscape architecture experience to the team. Juan Guadarrama Baz, CAD Technician Juan brings to the City of Huntington Beach over 17 years of drafting experience and excellence. Juan has worked extensively on projects with Tom, Linda, and Brian for many public agencies. Juans public agency projects include parks, community centers, municipal facilities, transportation corridors, streetscapes, parking lots, medians, and trails. Local References Please see collateral pages herewith for project information and client contact details for five local references. 13 / `nuvisUBuaNDA`E BtREEt �„--, .,.,,:,,,,,..4„;/` �.....„1 � ; ,,,., ,_ a 1 <1; ©�a \ LANDSCAPE ARCHITECTURE - , ���, \/ ®- sou o \ k.`� ', AUBURNDALE \ ' , . - 0 - ; -- -; LIT ifit,� COMMUNITY CENTER ,* 4 __-.r I City of Corona, CA It �..itirwx kc - 0e,, ..Nk `�— `. Site reconnaissance, �\ ! pit't p�� f ' l conceptual design 'i '` alternatives, cost estimates \ ;�,,� �,�\ f- p11 for alternatives, and refined \ f approved conceptual plan for ; � ".' replacement of two existing ÷, ��1_; _;� - ti, A 2,,�,t�a , y tennis courts and wood picnic cover along with ADA s'�F ),: IT compliant rehabilitation o t, , r,� improvements to pedestrian F ,_ — -. circulation routes, parking lot modifications, picnic area, -"' 1� �" connection to basketball # f� I� I©�)��+I�I. r ,. courts, gate hardware _ ' 434"jp,,,1"IiIi ,,�l1 _ �,- update, and electrical , ii, 111,t©lj ii0l1� ,-r v 1 _._ _ improvements. Optional rest=lea 1°, - " I-park historical themed - siLI1II! s+ monument sign alternatives40 �. , , s- o - . . included. - Professional services adhered ��� 3 a --A-^a -I, ° ,p 00°O ROOp., to project budget and - ,-{ ,h .-4 ,. , 1I �4� 1, schedule. f :,r �i� -r = DATES: 2022 - on-going 1 0�1 �o#;� o `' 1F4 -Gc%Oaou Puy EST. CONSTR. COST: t $1.7 Million 44 - A,, gyroU f 47,i 7 ..,.Q.,L..;,: d % �� g � F /y- `3.O+ ppp,�p noc°gca o- 11 �d lr,. O O\ CLIENT CONTACT: `` ; {1 1 T1 k, I it % 4.....: �, o ,�, Fes• Tracy Martin � I ^" `' Project Manger -� VO °' Public Works Dept. >\ �� Ana° Ow• ,A ♦�o°D.*O.9 °pg° .z.YV0 Bs.,".,„,.. 3i•Y` City of Corona j' °°.�;,.°.64�, .° d: . 4;n �, j tracy.martin@coronaca.gov / ° ® : •'� ,. ` o - - t., , oo`•� no Tun— 95I 736 2266 / i o004 1."• / CA 3943.NV 1097 /'`"^ 4, o:,,•rp4 oO', N 04.21.25 0 NUVIS 14 1 r �_ IV ` rge m nuvis .,.. .). 42:.. -..-.-'Amotlibisitari ....4, 1414 Nor-.1i.: .:' TAPE''''7111.,..,fiStri14,-, -,14 ;-4.71111h."Willikil'r A.. RA LANDSCAPE ARCHITECTURE ���* : • ".v��.: :•:.'• -AV -• •_.• •: -. � ..‘1111N! r . • c: : ( It t ---.'. . .•.'. . . . • . ,, (f 1 7 ray•. ...�.• mirl ---...,,,, : :•:•:•-.•-. ..•:•...-.•:.:.:-:-: :•:•:ev, 4, --AA 0 -:•...;,-.:•:•:•:P rl NICKERSON a ; : .•. . . . . •. I" i)orA.,1110-..N.A.,.:..%......r .CENTRAL PARK ' A : : �:. "7.7:' 'ii.+ I l t JNrelibt ,, Housing Authority of the t$ :4 1:1: <:`-::• :'. . :'. *! - 1: ;Pp; nt Cityof Los Angeles Watts, ,r ", (� ►�r�^.� CA ,1 , • ,, a �• 'c'-••': J. � J1 1 .ee � �Q�s'+4"`�0nri }foc • Conceptual designs and a; ; : "...o.:a, :' ���jr►r ii'vr-�- rroo construction documents for S' ".• :_' i;• ''- -'.-•ir .p , 4 'ajr "!P� �` renovations to an existing �+ r '' a' ` > I,l t �� ♦ rJ LI IT OF •- LINE as inter-city community park - v .1 a, o providing a much needed O REGROUND WONTED METAL —r— / - "S refreshment and reactivation 0""`P"TE1.1OPUENTBABE pA6D� • • . ,.� . SIZE VARIES. c� -1,- __ • •,• .- includin multi-use ball fields, o rsawREBAREAtlEO.ENT • • .: •• - g a ,:. .,,.;. Q REBAR PER EAR7RIEER shade trellis structures, o.ro«A�ENTA«A�A11ON ���)t� © ,NISEI::ORADE" w `\.:_, . . .y '�,-•• t•• -P• accessible walkways, shade ;, :\. . . . . . . . trees, bleachers, dugouts, Tt-, backstop, fencing, entry -.;� r ._...:._ monument, picnic tables, T. '�o �'• .. .- ter-: '- benches, drinking fountains, �f 1 •-. . : � •� I :• I. �'.. �� . removable bollards, bike racks, (% I. •. . :, ;,f•-' ;'>� ri -. rain garden, colorful low water ; O'� ,• -p' ma.-of . use planting, and high- • i •='- p - ' •-:II. l I ,•'.•.••, •, '�►�" ► -:w.,- efficienc irrigation. Tr G ,�.I. ,~ ` `� 1 ' .. '� Phase 2 includes partnership 6 I • • •.�`�-©-�;:•.: '•- • '• r0 •.:: ;';` �yy .....+�"�'I: with local professional sports It o .. • . , 3 1y:.. • teams. • i. t _ • , . 'r� m Lr c[n KKR_ { f'jTt +` , _ .r . .. .F Y PER RDE[R_ • ,t �aTv o O� .. _, . n . rt._ I ` ,, TwI I I 'I I 0 $ • • DATES: 2023-on-going °:, ':ii I r—. I —. ' - EST. LANDSCAPE CONSTR. ,»r © fi-——j / ° .r I> ' ° i / ° ► ;, . moo. + :_moo COST:$2.9 Million I I I I ` o CLIENT CONTACT: Kelly Ta •i CT 0 II I //� ° `fir ° ° 1 / 0 �: O 5 !.; 0 o- 1. Constr. Proj. Asst. HACLA l3 .. I i I ;•= ,:`. -ram ),, Li ° ,:: i 0o r+� " oi:: ;_:- .si+z '� - 213-651-0966 __ ; > Cu` e Yi _ -- --- — —Kelly.Ta@hacla.org . o ' �CA 3943/NV 1097 1 � • 07.23.24 0NUVIS __ .. _---.. ._ fiIt «• t , r'i u \j , 0-. .. .,. .„. . .. .„,..„. .;o.... LANDSCAPE ARCHITECTURE "// �r;,r ^' I: ;r„o .__ wi SEASIDE LAGOON & WATERFRONT . 4 1 PROMENADE 4, RENOVATION - `` c� , City of Redondo Beach, CA wP , Conceptual designs, . p 1LL community outreach, ..; � � yr�" • t .v , alternatives, Entitlement Plans, ' '`- " ' ' "' Zt'"n S,' r, s r ny o i and construction documents `4 w , - s , ' '!` . to $I" for renovation and ,, ''-"'t` :; ;,�-t,, improvements to the existing , , ;�;".' lagoon, facilities buildings, and �° , ' promenade based upon the approved King Habor Amenities Plan. Renovations include new solid bottom _ . ... _. . - lagoon, new lap swimming # zone, water slides, splash pad, facilities building, restroom •; building, cabanas, play area, l: I 'I` ,' 0--1„' i.walkways, and themed '' planting. Outreach involved 3 Q,► ' � local communitypop-up P P- P events and public workshop presentations. -.. T 1 e I r! k '. , ami1, ) Ia I I '',I I _ , . , ' -...' ....,..,:4--..: -.... 1 -7: ' S :1,, ,..- - CONSTRUCTION BUDGET:$6.9 Million ,,; DATES: 2022 - on-going -- ,! '' CLIENT CONTACT:Greg Kapovich _.�• --'. 4 /;, 1i _ � Waterfront & Economic Dev. r _ , #""!Will —. Director 310-69 I-3042 d' -. }" r tit greg.kapovich©redondo.org x,.`-.1.1 IV." „c .. -- CA 3943.NV 1097 - � 01.20.2025©NUVIS %+�" `•- 16 1 1 • . - ___-- ______ nuvis ",,ipiw, , , . „ .'- LANDSCAPE ARCHITECTURE ' !' NORTHWEST OPEN SPACE PARK '. City of San Juan ,,Y -' Y `" Capistrano, CA 4,'. ,--,, ,'":, A , Preliminary plans and A 4 aviii construction documents for a 3- acre historic preservation and .„,,war...-„,,;- ""' ).� interpretive park replicating ax Juaneno village including cultural Y group area, amphitheater, Kiicha -.., ` `` +.i dwellings, pond with corrone statue, horse hitching and trail, I Ilk interpretive signage, directional markers, bus drop-off, parking '" rti lot, permeable paving, shade ME VILL'41 E nR PUTUIIJE structure, picnic benches, - " EIfi1 Elf 5AH dtlHIN CARISTR ANO outdoor kitchen, and entry ---- -- monument. Protection ,� `' " .1-• of existing Oaks and extensive 1 California native plant palette ft-`=: ► selected for medicinal, edible, and construction uses by native ir7 , t Y;. "` . . . .N. ii peoples. 1 /' /., if �` ,„ _ % b � '�`1 /•� V. 3 V C\�-4. v7;6-,1. _ is, ` '.: • ■ LTV • F7 lP .1` yy)• 'ClIv'II is 8 v a J 11 r lid `yam ' � N/,� ,(� Fr 77 awl �. "' E. AdA,�` Cs. , � f P for.-�T ,< :, �,0,o, �}� " idi to_ -,: f , DESIGN DATES: 2013-2020 t :�,-} , TOTAL / LNDSCP. CONSTR. , 4� -- a win €1\` COST: $2.2 Millionr " ' .. CLIENT CONTACT: .,, - David Contreras, y '1 ;, ''r,, .. �, Senior Planner City of San Juan ` }` �,* i 7 Capistrano + y,A,. , „ #- Y . . *i , (Proj. Manager), pt 949-443-6320 / ` • , 7� dcontreras@sanjuancapistrano.org '1'," lr' _ *" . , 4 CA 1891 .NV 396 'lC 10.03.21 0NUVIS •k "r f` 17 r,ti nuvis • � .fit . LANDSCAPE ARCHITECTURE 'F /'� , ¢ SWEET SHADE PARK -, 1 .4. ',iv 'a , yv�� r��1�'i, 'F Cityof Irvine, CA - '' - _a a -°" erg i +1,� -f -Preliminary plans, construction ; documents, and construction observation for innovative space- themed improvements, partially funded by a Community I Development Block Grant, to •. s, r�'i !�YIl 0.75 acres : y'4 ,;. !�{ 7t , i of an existing 8-acre civic park >. , ,, '•`'y "' �' �;°. 41 "' ' '"J� , including new inclusive multi-age itl „�` % tic •Y: ; • - \ r ' play equipment, interpretive / , . ,..114 t paving elements, sand play areas, LE "'-•„ '' - ''` shade structures, pre-fab � ,, restroom building, seating areas, "x" _. ! A. , I ' climbing boulders, sensory gardens, permeable paving, irrigation upgrades, and new • low water use trees and shrubs. • J. Scope included multiple theme ,_ ' s° £ , alternatives presentation u graphics, and protection of i` �' '` .` . • ', existing shade structures and , { o`, _-.) mature trees. 14 �ij ,,fit,. ,,,- , : , , e) CONSTRUCTION COSTS: r k� ,�, $2.8 Million I « �3r°k r • `' ' I 'k _ Dates: 2020 - 2024 4ya r; ,, • c, A iti. � ;.f ., CLIENT CONTACT: !I .,- jt. Joel Belding tr ' , , '`r'" ' „" I_ ,\ =-. Deputy Director 0'i Great Park Planning & Develop. i" t ' % i 4 ti Air y City of Irvine �' 1 ti 949-724-6902 .+ •— t jbelding@cityofirvine.org -. �; .3 x CA 3943.NV 1097 '� 1 , ' 11.15.24 ©NUVIS tat ` � --- 18 BKF BKF '� Through our growing presence in over 17 locations, BKF supports a diverse range of markets, including transportation,water resources, land surveying, infrastructure, land development, research and laboratory facilities,government, Civil Engineering civic, parks and open space,education, and healthcare.We provide a number Surveying of specialty services agency permit expediting, master planning,grant/funding Planning strategies, sustainable infrastructure, site accessibility consulting, hydrology/ Transportation hydraulics,traffic signal and traffic handling designs, utility locating services, Water Resources automated construction surveying monitoring,and 3D laser scanning to Construction expedite the design and approval of projects Management Utility Locating Grants Funding GREAT PARK ADMINISTRATION BUILDING, IRVINE, CA Year Founded City of Irvine 1915 Engineering design related to services for new construction of an Administration Number of Building and Satellite Police Department, including site improvements consisting I Employees of landscaping, on-site parking,outdoor yard and storage space and utilities 477 to be located at the Orange County Great Park Western Sector Site.The Office Location preliminary design for the building was for approximately 15,000 square-foot Local: building,that would include office space for various City staff involved in the Newport Beach P Orange County Great Park (Great Park) operations as well as limited community Multiple other meeting space.The goal of this project included sustainable design and energy locations efficiency principles for the construction of this new facilities.The project and site www.bkf.com improvements were also designed to complement the existing character of the Great Park facilities DATES: 2017/2023 CONTACT: Doug Brown,949.809.3380, Dbrown@sva-architects.com SWEET SHADE PARK, IRVINE, CA City of Irvine The projects focus on providing civil engineering and land surveying services 111 .- a regarding new playground areas and ADA upgrades to the Sweet Shade Neighborhood Park in Irvine.The goal is to develop a universally accessible 7.., ... , _ „ playground area. . e ". 110. • DATES: 20 I 9-Active , z s - CONTACT: Chris Brown, 949.724.6937, chbrown@cityofirvine.org NEWPORT BEACH JR. LIFEGUARD BUILDING, NEWPORT BEACH, CA City of Newport Beach _ ,.- New Junior Lifeguard Building.The new building a $7.8M project that will also be an events space for the community during the off season at this 5,400- �t square-foot facility that sits just south of the Balboa Pier.This is located in the ,r-', same general area as the current junior lifeguard building, on the sand 275 feet southeast of the Balboa Pier near the A Street public parking lot.The intent is Ir to replace the parking that is being removed from the A Street Parking Lot,and -it1 \,_% to match or increase the number of parking stalls in the Main Parking Lot.The „, 1` _ _ concept is to redesign the Main Street Parking Lot by removing the pay kiosk area likiwirII ' -1 and restripe the lot,to get more parking and add 25 to 35 parking spaces,and to be able to show that if the Main Street Parking Lot is reconfigured,the new building will not leave a parking deficit. DATES: 2020/2023 CONTACT: Matt Kingdon,6I9.698.9I77, matt@coargroup.com 19 CD DESIGN GROUP CD DESIGN GROUP It is my pleasure to introduce CD Design Group.We are a Costa Mesa-based S-corp providing electrical engineering services nationwide. Incorporated in 2004, we are licensed in 45 states with an array of experience in park design including urban and riparian corridor renewal, local and regional multi-use and sports parks, Electrical Engineering hospitals/healthcare environments, cable and IT"headend" regional hub facilities, and a multitude of other projects.We maintain one million dollars in both Error & Year Founded Omissions and Commercial General Liability insurance,with certificates for two 2004 million available as required.To date,we have not received a claim and we do not Number of have any pending litigation of any kind.We are uniquely positioned to devote 100 Employees percent of our resources to projects throughout California. Please refer to our Office Location project list and resumes for examples of our experience and qualifications. Costa Mesa EDISON PARK SPORTS COMPLEX, HUNTINGTON BEACH, CA City of Huntington Beach Electrical Engineering services for renovations to existing multi-use sports park including upgrades to existing electrical service switchgear, Musco lighting for (2) new practice fields, integration of existing sports lighting into new control system, new illuminated parking and dropoff areas adjacent to Fire Station, negotiation with SCE Transmission Authority for new sports lighting poles adjacent to ` "° � '' ''. ` existing high-voltage transmission easement,continued park operations during construction. DATES:06/2006-I I/2008 CONTACT: NUVIS -Tom Munoz, 714-754-731 10, tmunoz@nuvis.net CROWN VALLEY PARK,TIERS I & II, LAGUNA NIGUEL,CA City of Laguna Niguel Electrical Engineering services for award-winning,two phase, premium-grade renovations and expansion to existing multi-use regional park including new i bridge/overpass with monument arch sign,three illuminated parking areas and serving pathways, remodel of existing outdoor performance amphitheater, new splash play area with supporting restroom and pump house, new tot lot, LED graphical informational signboards with remote IT tie-in, power provisions for holiday parade and lighting, photometric calculations and energy compliance controls. DATES: 02/2014-05/2017 CONTACT: NUVIS - Perry Cardoza,Tom Munoz,714-754-731 I, pcardoza@nuvis. net,tmunoz@nuvis.net CENTENNIAL PARK,TUSTIN, CA City of Tustin Electrical Engineering services for renovations to existing 15 acre neighborhood multi-use park including premium-grade pole and bollard vandal-resistant high efficacy LED illumination for integration into greenbelt-style pathway illumination. Additional locking site power provisions for holiday events and neighborhood `movies on the lawn'. DATES: 06/2022-06/2025 CONTACT: NUVIS - Perry Cardoza, Lamont Klecker, 714-754-731 I pcardoza@nuvis.net, Iklecker@nuvis.net 20 DAHLIN ARCHITECTURE DAHLIN PLANNING I INTERIORS 1 DAHLIN is a diverse architecture, planning and interiors firm working with clients Architecture across a diversified portfolio of residential, commercial, institutional and civic work. Passion for place is evident in all we do—whether we are working with a Planning developer to entitle and deliver a new community, supporting a start-up firm in Interiors crafting an environment that promotes creativity and productivity,or advising a public agency considering a recreation center that fosters community spirit and Year Founded pays for itself. 1976 Number of We successfully support client relationships by matching our expertise with their Employees expectations and goals—listening and effectively collaborating to craft sustainable 176 communities and urban environments.Our design solutions are innovative, real Office Location and achievable. Our people are passionate about creating places that promote Pleasanton human fulfillment and well-being. From four locations in California and locations in Washington, Utah, Montana,Texas,and two locations in the People's Republic of China,we provide services globally. 40 , ROBINSON POOL RENOVATION, PASADENA, CA City of Pasadena 1. • . The renovated 4,I41-square-foot John J. Kennedy Pool and Pool Building offers '` inclusive,year-round recreation. Community-informed upgrades include an ADA- 4trt , compliant pool with zero-depth entry, swim lanes, and updated interiors. Family restrooms and accessible paths enhance usability,while modern finishes elevate I"lc `, '°'"_ /' the facility. . ' . DATES:05/2021-05/2024 ^ ` CONTACT: Hayden Melbourn, 626-744-7345hmelbourn@cityofpasadena.net • SMITH PARK COMMUNITY AND AQUATIC CENTER, PICO RIVERA, CA City of Pico Rivera „ DAHLIN is partnering with the City of Pico Rivera to renovate the Smith 51.0 0 Park Aquatic Center, replacing the pool and deck and updating the community building in two phases.Closed since 2020,the Olympic-size pool's reopening will - ... restore vital recreational, health,and safety programs, including swim lessons and firefighter training. DATES:08/2022-Permit Review CONTACT: Pam Yugar,562-80 I-4430, pyugar@pico-rivera.org -4'r``'►. WEINGART SENIOR CENTER, LAKEWOOD, CA City of Lakewood The Weingart Senior Center renovation modernized interiors, reconfigured spaces to enhance senior programs, and upgraded the parking lot and restrooms for full accessibility. Decorative wood trusses were removed to open the space and repurposed as planter boxes for a community garden. New lounge and , functional furniture was added. .� .n - DATES: 06/2021-Bidding CONTACT: Kelli Pickier, 562-866-9771, kpickler@lakewoodcity.org 21 VCA ENGINEERS I C A ENGINEERS ING__ The Firm's structural engineering design expertise encompasses planning,analysis and design of structures (large and small), retaining walls,foundation design, construction cost estimates, industrial build design, miscellaneous landscape Structural structure design, peer review/plan checking,structural observation and analysis/ structural repair of existing structures. Year Founded 2003 The firm has successfully prepared Civil Engineering drawings, plans, specifications, Number of cost estimates, calculations,studies, project definition books,and reports for Employeesvarious projects, involving, but not limited to: demolition, roadway design,ADA path-of-travel requirements, new and relocated utilities,grading, site developments, Office Location storm water management and drainage (LID,SUSMP and SWPPP),Site sustainable Anaheim design (LEEDS and CHPS), master planning, underground utilities,topographical/ ALTA surveys, hydrology and hydraulics,flexible and rigid pavements,traffic signals, street signage and striping, sanitary sewers, potable and fire water, and irrigation water. - - -- - '; ALPINE RECREATION CENTER, LOS ANGELES, CA „ City of Los Angeles Working in conjunction with the City of Los Angeles-Bureau of Engineering, Council District no. I (Councilmember Cedillo),and funds from Proposition , , -• -"' 84, Proposition K, and Proposition A grants,The City transforming this vacant, blighted hillside, into a place for the Chinatown community to gather and ` ' N play,exercise and heal, rest and contemplate.With nearly one-hundred feet of \\ elevation change on this one-acre site,the goals is to bring connectivity and 4 community within this neighborhood. Named as Ord &Yale Street Park,the design provides a place for health and wellness, serving the various demographics and ages.The landscape design is an experience - a journey of the mind, body and spirit- and is manifested in the creation of three main gathering spaces: the "Lotus Plaza","Bamboo Garden",and"Heavenly Garden". DATES: 2024-2021 CONTACT: Evan Mather, emather@migcom.com, 213-694-3800 CENTRAL PARK RECREATION CENTER POOL, LOS ANGELES,CA The bathhouse,a humble structure made of concrete masonry units, is wrapped by a segmented butterfly roof canopy made of tightly folded, corrugated white metal panels.The three roof pitches meet several times over the course of the building's main entrance on East 22nd Street.At each meeting point,a delicate -"'' C�'�'" armature of steel members, including W-beams and square tubing,joins the roof wit. j : i ; planes.The south-facing exposure, its CMU walls painted bright shades of lemon je r1► I and lime,gathers and warms the light filtering through the canopies.A longer but similarly articulated form is mirrored about the bathhouse's central axis,where ' N on the other side it shades the pool deck.At the foot of each of the columns supporting the canopy along this length,the firm has designed broad, monolithic concrete benches. Buried deeply into the far leg of an L-shaped site is a tetrarch of 20-foot tall towers, each housing a pair of concrete benches. DATES: 20 13-20 16 CONTACT: Nerin Kadribegovic, 323-664-4747, nerin@lehrarchitects.com 22 `<<fl- UltraSystems U LT RASYST E M S .. . .:. ....... ENVIRONMENTAL Environmental UltraSystems Environmental, Inc. ("UltraSystems") is a woman owned,full- Consulting service planning and environmental consulting firm added to our team for their expertise in environmental planning and engineering. Founded in 1994, UltraSystems is headquartered in Irvine,CA and has provided environmental Year Founded support services for many cities, counties,and districts over its extensive I 994 project experience. UltraSystems employs a multidisciplinary team of 52 full- Number of time talented and experienced urban and environmental planners,scientists, Employees archaeologists, biologists,geologists, hydrologists,engineers, GIS specialists and 52 support staff to perform environmental analysis and monitoring, CEQA/NEPA Office Location document preparation, permit processing and compliance monitoring, technical Irvine studies,and construction environmental compliance to satisfy environmental laws and regulations,from initial project planning through construction. For over 30 years, UltraSystems has provided consulting services and prepared over 7,000 environmental reports, engineering studies and other technical studies for its clients to ensure applicable local,State, and federal laws and regulations are compliant as it relates to the potential impacts a project may have on the environment. MBTA BREEDING BIRD SURVEYS - 2495 OCEAN BLVD., NEWPORT s4. BEACH ' f 4, 'fa q Patterson Custom Homes ' #.� UltraSystems provided Breeding bird surveys and preconstruction Breeding ``° ' ', bird surveys for the Project at 2495 Ocean Boulevard, Newport Beach, CA. ." ' - y _ UltraSystems provided qualified biologists to assess the project site for active °Y . bird nests protected by MBTA, CFGC, FESA and CESA. N. DATES: 07/202 I-02/2024 Yk CONTACT: Brian Sheehy,949-723-1800, brian@pattersoncustomhomes.com if ' , GREEN STREET IMPROVEMENT PROJECT, SOUTH GATE, CA City of South Gate c/o Tetra Tech `' This project made street improvements along Garfield Avenue in the City of `4.;!' 44 South Gate.Subproject A constructed bikelanes,sidewalk extensions with ADA �1 - ' � ramps, rectangular rapid flashing beacons and pedestrian benches with bike racks. •.• N. .."/• Subproject B constructed raised median islands including ADA ramps, curbs and 1 ` . * ." gutters and sidewalks. UltraSystem provided a Caltrans Preliminary Environmental r-- ' Study - ? 1 • I 'tip (PES) and as necessary a CEQA CE / NEPA CE. ` DATES: 7/2020 - I2/2020 CONTACT:Joe Conroy,805-542-8632,joe.conroy@tetratech.com HUNTINGTON DRIVE REGIONAL GREEN STREET w City of South Pasadena do SEITec . Project description This project involved construction of a I 2-foot interior '" '` "' diameter stormwater detention tunnel underneath the median along Huntington W,, Drive.The project also included Green Street elements along parkways and r ►''. median plus two new groundwater wells for landscape Irrigation. UltraSystems prepared an IS/MND. : : DATES:07/2022 - Ongoing .. CONTACT: Shahriar Eftekharzadeh, 310-375-0342, shahriar.eftekharzadeh@seitecinc.com 23 104 NOVA SERVICES, INC. /•� Barnett Quality Control Services, Inc.dba NOVA Services, Inc. (NOVA) has NOVA been providing geotechnical engineering, special inspection,and materials testing Services services since 2008 throughout southern California. NOVA is a State of California Geotechnical Disabled Veteran Business Enterprise (DVBE) and Small Business Enterprise (SBE), as well as a Service-Disabled Veteran-Owned Small Business (SDVOSB) certified Engineering, by the Department of Veterans Affairs. Special Inspection, Materials Testing NOVA has a staff of over 95 state of California registered engineers and geologists, certified inspectors and technicians, project managers,and support personnel committed to providing our clients with exceptional service.Our Year Founded laboratory maintains the highest degree of certification and accreditation for 2008 equipment, methodology,quality control, and technical training.We undergo Number of regular assessments and participate in Proficiency Sample Programs with the Employees Cement and Concrete Reference Laboratory (CCRL) and AASHTO re:source 90 (formerly AMRL). Office Location Irvine Our geotechnical and geological services are adapted to the needs of each project and include field investigations,foundation analyses for deep and shallow foundations,foundation vibration studies and monitoring, soil improvement, slope stability analysis, numerical modeling of complex soil-structure interactions,wall design, shoring design, retaining wall design and lateral earth pressure evaluation, erodability studies, blasting studies,and geophysical investigations. . GREAT PARK SYNTHETIC TURF CONVERSION, IRVINE, CA City of Irvine The project would consist of the conversion of Soccer Fields #4 and #7 and the Baseball Stadium from natural turf to synthetic turf as well as the replacement of existing synthetic turf and drainage improvements for Soccer Fields #5 and #6. Natural turf areas between and south of Soccer Fields #4 through #7 will be removed and replaced with stabilized decomposed granite. DATES:01/2023-03/2023 CONTACT:Tom Munoz, Nuvis, 714.754.7311,tmunoz@nuvis.net RAIL TRAIL, FULLERTON, CA i City of Fullerton The project would consist of development of a half mile long pathway at a 2.5- ' acre stretch of the Union Pacific Trail between Independence Park and Highland IOW Avenue.The project will include an asphalt bike path,a decomposed granite .� pedestrian pathway, stormwater management improvements,and associated ` =' adjacent landscaping. A•� • _ ,.Y DATES: 05/2024-09/2024 CONTACT: Chris Langdon KTUA, 619.294.4477 x 115, chris@ktua.com 24 BORDER STATES 4"„ BORDER STATES ENGINEERING SERVICES Electrical Border States Engineering Services is a national MEP engineering firm with deep Mechanical roots in California through the acquisition of Winston Engineering, Inc. Our team provides full-service electrical, mechanical,and plumbing design for public Plumbing agencies,with added specialties in lighting, power studies, digital twin services, and Lighting Design EV infrastructure.We are experienced in delivering bcompliant, efficient solutions Power Studies for parks, libraries, civic centers,and public right-of-way improvements.Our team Digital Twin Modeling brings a deep understanding of California Title 24 requirements,ADA compliance, EV Infrastructure and sustainable design practices.With offices throughout the state,we are uniquely positioned to support the City of Huntington Beach on both small and Design large on-call projects. Solar/Battery Storage Title 24 & COMcheck Compliance Historic Preservation RESIDENTIAL STREET LIGHTING DESIGN, EL MONTE, CA Year Founded Client: City of El Monte 1961 Border States Engineering Services led the design of upgraded street lighting Number of systems across residential areas of El Monte.The project included photometric Employees analysis, energy-efficient fixture selection,and Title 24 compliance. 3600 DATES: 01/2023 — 12/2023 Office Location CONTACT: David Gardea, 626-580-2058, dgardea@elmonteca.gov Headquarters:l05 25th Street North, Fargo, LAWA EV CHARGING INFRASTRUCTURE, LOS ANGELES,CA ND 58102 Client: LAWA Phone: Provided EV charging infrastructure engineering for public-use stations at LAX 701-293-5834and Van Nuys airports. Scope included trenching layout, load calculations, utility For more locations, coordination, and scalable panel design. please visit: https://solu- DATES:06/2022 — I0/2023 tions.borderstates.com/ bons CONTACT:Van Vu,424-646-7855,vvu@lawa.org branch-locations STREET LIGHTING DESIGN, RANCHO CUCAMONGA, CA Client: City of Rancho Cucamonga Completed a street lighting design package for corridor improvement projects. "`'' Services included lighting layout, energy analysis,and compliance with city -', standards and visual performance goals. •: ' DATES:03/2023 — 09/2023 •*''ft ' `-i ► , ' CONTACT: Dave Sloan,909-477-2700,dave.sloan@cityofrc.us ENGERY SYSTEM ENHANCEMENTS,ALISO VIEJO, CA Client: City oSf Aliso Viejo Supported mechanical and electrical upgrades to energy systems at city-owned 1 Mil facilities. Design included generator upgrades, power panels,and integration with solar backup readiness. .,1 cn' DATES:08/2023 — Present CONTACT: Moe Rahimi,949-425-2535, mrahimi@avcity.org 25 References of Work Performed Form (Local/like agencies) Comany Name: NUVIS 1. Name of Reference: City of Corona (and formerly City of Irvine) Address: 400 South Vicentia Avenue, Suite 210, Corona, CA 92882 Contact Name: Tracy Martin Phone Number: 951-817-5880 Email: tracy.martin@coronaca.gov Dates of Business: Since 2015 to present 2. Name of Reference: City of Irvine . Address: 1 Civic Center Plaza Contact Name: Joel Belding Phone Number: 949-724-6247 Email: jbelding@cityofirvine.org Dates of Business: Since 2001 to present 3. Name of Reference: City of Redondo Beach Address: 415 Diamond Street, Door 1, Redondo Beach, CA 90277 Contact Name: Greg Kapovich Phone Number: 310-697-3042 Email: greg.kapovich@redondo.org Dates of Business: Since 2022 to present 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 n uvis LANDSCAPE ARCHITECTURE C J W Hourly Rate QPosition Rates /Year Reference 2025 2026 2027 2028 Corporate Principal $ 260.00 $ 273.00 $ 287.00 $ 301.00 $ 79.75 '- Prinicpal $ 155.00 $ 163.00 $ 171.00 $ 180.00 $ 47.52 Sr. Associate $ 141.00 $ 148.00 $ 156.00 $ 164.00 $ 43.27 Associate $ 104.00 $ 109.00 $ 115.00 $ 120.00 , $ .31.85 J CAD I $ 100.00 $ 105.00 $ 110.00 $ 116.00 $ 30.68 OCAD II $ 94.00 $ 99.00. $ 104.00 $ 109.00 $ 28.90 Administrative $ 118.00 $ 124.00 $ 130.00 $ 136.00 $ 36.06 Combined Percentage for Fringe, Overhead, GA = 196.81% QRates have been rounded to the nearest dollar Z 0 V) W LL 0 0_ 20250 SW Acacia Street Suite 260,Newport Beach CA 92660 I 714.754.7311 I accounting@nuvis.net I www.nuvis.net I CA 1891 .NV 396 I DBE.SBE T+-a 4 PROFESSIONAL SERVICES RATE SCHEDULE 2025-2027 CLASSIFICATION 2025 Avg Raw Rate PROJECT MANAGEMENT 2025 2026 2027 2028 Principal/Vice President $317.00 $332.85 $349.49 $366.97 $102.26 Senior Associate Principal $294.00 $308.70 $324.14 $340.34 $94.84 Associate Principal $287.00 $301.35 $316.42 $332.24 $92.58 Senior Project Manager I Senior Technical Manager $278.00 $291.90 $306.50 $321.82 $89.68 Project Manager I Technical Manager $273.00 $286.65 $300.98 $316.03 $88.06 Engineering Manager I Surveying Manager I Planning Manager $251.00 $263.55 $276.73 $290.56 $80.97 TECHNICAL STAFF Senior Project Engineer I Senior Project Surveyor I Senior Project Planner $233.00 $244.65 $256.88 $269.73 $75.16 Project Engineer I Project Surveyor I Project Planner $205.03 $215.25 $226.01 $237.31 $66.13 Design Engineer I Staff Surveyor I Staff Planner $179.00 $187.95 $197.35 $207.21 $57.74 BIM Specialist I $179.00 $187.95 $197.35 $207.21 $57.74 BIM Specialist II $205.00 $215.25 $226.01 $237.31 $66.13 BIM Specialist III $233.00 $244.65 $256.88 $269.73 $75.16 Technician I $170.00 $178.50 $187.43 $196.80 $54.84 Technician II $181.00 $190.05 $199.55 $209.53 $58.39 Technician III $198.00 $207.90 $218.30 $229.21 $63.87 Technician IV $213.00 $223.65 $234.83 $246.57 $68.71 Technician V $230.00 $241.50 $253.58 $266.25 $74.19 Drafter I $133.00 $139.65 $146.63 $153.96 $42.90 Drafter II S146.00 $153.30 $160.97 $169.01 $47.10 Drafter III $158.00 $165.90 $174.20 $182.90 $50.97 Drafter IV $175.00 $183.75 $192.94 $202.58 $56.45 Engineering Assistant I Surveying Assistant I Planning Assistant $111.00 $116.55 $122.38 $128.50 $35.81 FIELD SURVEYING Survey Party Chief $233.00 $244.65 $256.88 $269.73 $75.16 Instrument Person $200.00 $210.00 $220.50 $231.53 $64.52 Survey Chainperson $150.00 $157.50 $165.38 $173.64 $48.39 Utility Locator I $122.00 $128.10 $134.51 $141.23 $39.35 Utility Locator II $172.00 $180.60 $189.63 $199.11 $55.48 Utility Locator III $207.00 $217.35 $228.22 $239.63 $66.77 Utility Locator IV $235.00 $246.75 $259.09 $272.04 $75.81 Apprentice I $92.00 $96.60 $101.43 $106.50 $29.68 Apprentice II $124.00 $130.20 $136.71 $143.55 $40.00 Apprentice III $137.03 $143.85 $151.04 $158.59 $44.19 Apprentice IV $145.03 $152.25 $159.86 $167.86 $46.77 CONSTRUCTION ADMINISTRATION Senior Consultant $305.00 $320.25 $336.26 $353.08 $98.39 Senior Construction Administrator $266.00 $279.30 $293.27 $307.93 $85.81 Resident Engineer $197.00 $206.85 $217.19 $228.05 $63.55 Field Engineer I $179.00 $187.95 $197.35 $207.21 $57.74 Field Engineer II $205.00 $215.25 $226.01 $237.31 $66.13 Field Engineer III $233.00 $244.65 $256.88 $269.73 $75.16 Field Engineer IV $250.00 $262.50 $275.63 $289.41 $80.65 FUNDING&GRANT MANAGEMENT Director of Funding Strategies $218.00 $228.90 $240.35 $252.36 $70.32 Funding Strategies Manager $200.00 $210.03 $220.50 $231.53 $64.52 Funding/Research Analyst I $137.00 $143.85 $151.04 $158.59 $44.19 Funding/Research Analyst II $158.00 $165.90 $174.20 $182.90 $50.97 Funding/Research Analyst III $168.00 $176.40 $185.22 $194.48 $54.19 Funding/Research Analyst IV $185.00 $194.25 $203.96 $214.16 $59.68 ASSISTANTS Project Coordinator $149.00 $156.45 $164.27 $172.49 $48.06 Senior Project Assistant $128.00 $134.40 $141.12 $148.18 $41.29 Project Assistant $113.00 $118.65 $124.58 $130.81 $36.45 Clerical I Administrative Assistant $95.00 $99.75 $104.74 $109.97 $30.65 Expert witness rates are available upon request.Subject to the terms of a services agreement: Charges for outside services,equipment,materials,and facilities not fumished directly by BKF Engineers will be billed as reimbursable expenses at cost plus 10%Such charges may include,but shall not be limited to:printing and reproduction services;shipping,delivery,and courier charges;subconsultant fees and expenses;agency fees; I insurance;transportation on public carriers;meals and lodging;and consumable materials. Allowable mileage will be charged at the prevailing IRS rate per mile. Monthly invoices are due within 30 days from invoice date.Interest will be charged at 1.5%per month on past due accounts. The rates shown are subject to periodic increases,including January 1st of each year. Combined Percentage for Fringe,OH ICR: 199.99% P.O.Box 4107 # Irvine,California 92616-4107 949.387.8476 ' i I I C DAES IR,PdA-R D 11.13 � 1 CA LICENSE#E-7338 NUVIS Perry Cardoza,President Dear Perry, The following is our professional hourly billing rate breakdown relating to design services for the City of Huntington Beach - On Call services. These rates will be valid for a term beginning 4/22/2025 through 4/22/2029 (four years). A. Our standard hourly rates are as follows: SERVICE/DISCIPLINE POSITION/TITLE HOURLY BILLABLE RATE Electrical Engineering Staff Engineer $145 Electrical Engineering_ Principal $145 Cad Design CAD I $90 B. Reimbursable expenses for printing services are at straight cost, no markup. Sincerely, CD Design Group Christopher D.Karjala Principal FOR: Perry Cardoza, NUVIS DATE DAHLIN Rate Salary 2025-2028 MANAGING PRINCIPAL $270 $187,200 BASIC HOURLY SENIOR-ARCHITECT $200 $138,667 RATE SCHEDULE ARCHITECT $180 $124,800 JOB CAPTAIN $160 $110,933 DESIGNER/DRAFTER $120 $83,200 ADMINISTRATION $125 $83,200 WE REVIEW OUR RATES AGAINST THE PUBLISHED AIA RATES,AS WELL AS ONE OR TWO COMPARABLE MARKETS,TO ENSURE WE REMAIN COMPETITIVE WITHIN THE INDUSTRY DOCUMENT NAME 2 COST PROPOSAL:FOR CONTRACTS WITH PREVAILING WAGES CONSULTANT.I.0f..9nn. w2rw.0F 7N.0.6.57E0 COOIM977.TES) PROJECT NO.0r.ma.a..0n<11 CONTRACT NO. Flo.Onr.IF..O n% O .% fommr.% _RAY ° II50% O Y - x% Man ...E.ay.Lo.aw ErwR.m 0.00% • M* aonL Al se*r...A.llorN 6.r•0•P.O NF••Peel.o-4 Nr•1 PP..009.341 1*0 Reset•IbUP/ Umb .. F.ONI.. panwe wonx ..r 155 L.ru,mow.6.1•II• 0n111.....n1 6.Y• Rae 333345% • 74 50%% • 5343% _ Co..LAM.• spell y C30%p.1Rym. q.y(1 Reg O11� S�pep (I�Myytl.R�1u��.Ip4 FO.OP. • 00U% • 5000% - AN% i NYdllrawnN'GP:1 »dLgirs.N nllwbmAaros=',.....E N.:0 .WN'+N.oM'..A.n Mummpulrv� Fe. _ f 06TA TOTLLLTA PRINCE Flw axle 1f0 Nem.CWnn.nn 8120 EMUH• ",' • �Er1 .N..000 OELTAWE Lo.p.%wayy 09..R6. r Class F.08re N01M ws..,���1.,!�'Yy"tt" �.,�yl V IEmgny..Olq Personnel I. To .i.<[\i. ., a 14-+ „•y.0 a 00*4 150r 0 S.al OT 0 511 07 12o EM NAM 6.e 1164.1.17.7.1 Pre... NSs /2025 331/20E 51232 3.18 5144.M 5.1149 .61 SI.67 5155.73 5000 $33735 331104 3,11I 72 $ 72.12 wA N1/ 12212026 SII]] 5151.48 311.9 p)A f p00 121]3. 5.00% { 76.n 5/102 5(4 25 49 50101 51307777 5170.53 52AN St.2B5 548727 t 7902 • m.1.71.TWM 1/2'2028 12212028 5.8 51.33 51BW 511 49 .99 5136.2e 317618 9000 52.000 .012 5.6016 5CO% 5 0.51 I..Se.T.E.N 19e1.5Y1g.r Homo I/I/305 2025 1.49Ae f71.70 589p 311 49 N/A 50619 311109 5003 3143.15 5214 78 pN 37 5 4.0 1N1028 55225 p611 51N50 $1149 Sp 5 58993 511607 moo 530009 5 W" 1/NA2] {p.50 36235 5109.10 S11 A9 560A 39364 512129 6000 t236 T7 $01559 f .00 lane Wage Wan 1122020 1L)1/2028 p1.55 .648 311530 51119 38011 9097 512679 5000 516575 524863 533151 500% S 5705 g..we • Are Caner 1.011101.191 Non. 12025 54043 56065 580 B6 51110 55192 s72.14 592.E 3000 SIR.21 5174 37 1232.18 f 40A3W4 1/1/N36 N2A5 .68 3N80 51119 553 57512 596E 93 CO 6305 13.10 i 1/32027 t 331/2027 SNdT 93586 589 14 51119 $5808 57833 360063 SOW 5120 15 319222 5256.A 500% f 44.57 • n p Wage Wor1 1212026 12212020 5.0 57020 59360 51145 558A 50199 3105.09 3000 5134 56 S20184 529812 5O. f NM 1044490 114111.4 Ymr 1..1.1.1•1 Feld 1/262S 1.31/2025 p.M 57210 511 49 N750 58561 SOW 3.>1 310 3155p f We 1/11/AA 12/312026 pTA 556 84 57575 51149 .938 560.3] 587 27 5000 3108.9. 51 pA1 5217 86 5.03% f 37.53 1/7,027 t35.71 55067 379.56 511 49 351 I7 571 16 38105 50.00 5114 37 3171. S228 75 50174 f 35.71 Non7roveAng Wage 1.0 I/23028 13312028 54377 56260 58354 51149 55326 37.15 595.W 5000 3.10 319014 3240 19 5. 5 11.T1 e.emgl Nu... w1 Rpp9Y Held 1/1/1025 53075 55519 523.56 s1149 S48A 506E 585.07 50.00 31657e 51566/ p1155 5 NIA1/VAIe 1311lA6 $.53 57726 511.9 s5012 sm 5000 311107 p2311 1.2027 12212027 5411 1 �M 311 AB 55205 iRD SO CO 511662 t NM e wmpm urn. 123025 1331/2333 54350 56369 565 to 511 49 554 00 375E 58667 5000 512215 5113a RN Bt 5CO% t 42.55 470744011 S R.Thend. malt-NopiW PUN 1/11025 1./2025 637111 556 70 57550 511 AB 54829 503 19 513709 5000 5108.56 5163 02 521736 t 37011NM 1/1/2026 12/31/1026 53105 565 54 578E 3.1118 .118 371 03 590 BT 30CD 5114.12 5171 17 5328 23 5 009 5 1/3A27 13312327 54107 3625 56311 511 A9 55316 574 CO 591 03 1000 511981 517871 123962 5. 5 41.67 NonPreveilIng Wage Wax 1122026 12/3113020 543.76 39563 58750 51149 55524 57712 .. 3000 512579 5168. 5251.58 5CO% 5 43.75 iE..m.n 51111.11rekren... 2.q.111Y1g..019 Neme 1/1/205 1331/025 N.14 560 06 38006 51119 55153 S71 55 391 57 5000 511512 5172 68 5230 24 5 4004WA 1/1g626 12/312CA ULM 95306 SNOB 511 49 55353 574 55 395 57 SOW 512067 1 2R7 13312027 IN.14 56621 588. 511 N 55553 ST770 59977 93 03 512691 515007 225302 500% 5 44.14 No Pnw.n9W.eeWon. 1/22025 122112320 545. 16853 52270 51149 55761 N102 5104.19 SO00 513326 519690 220650 500% 5 NY We.V.E= 011I1.Y. 5.55. /2025 2/31225 33201 54801 506E 51119 544.16 Spp $713.67 5003 033.99 51.90 $16795 5 3205SUP I/I/2038 13312026 SN.31 p11B $6864 S11 A9 548 81 562.97 593.13 9300 598 50 S.01 3197.E H. f 3432 1/22027 SNAI 554 06 372.09 511.48 N753 58555 56357 50 013 310382 51552 520724 t 3604 Non9.11.79g.WM 1.028 12/31/2020 50724 55076 57569 51149 549.33 386E 56717 5003 3.80 516320 521758 5.00% 5 37. ane011.E 414A6.bE191 PYtl t ons 12212025 135A2 55313 370.114 51119 i.0.91 564 52 SW 33 SO00 510164 515276 52056 t 3542SUP 1/1/2026 231/2026 53731 55579 374 38 511.9 f.560 567E 5.87 50 CO 5.83 516038 121318 500% f 37.19 535A5 55959 576.0 511 A9 5505. 57007 518.5E 30 DO 511220 5160.1 522455 5W5 f 39.55 00.4.911.16 1. 1.20. 1331/2025 541011 .1. 58230 S1149 55249 f7290 58348 50OD 511760 317612 52E76 50014 f 4100 IvmFV 111.... 111e15I.4911. Meld 1/1/2025 221/2025 53126 54600 562 40 311 49 5425 55629 52389 30 DO 509.71 513.59 517911 f 3120NIA 532./. 549 14 935 52 511 49 51E f9363 577.01 30 CO 394 19 514129 5168E f 32.75 SNAG 55160 566.00 9 N580 51309 39DA SO CO 583.91 5148E 510761 500% f MAO NmYm..ne.3.5. I%AIe t33tare 535.12 5N 10 57224 51149 34761 .567 553.73 5000 3103.15 3155.73 520770 5CO% 5 36.12 (mn911 O-IW EE%er fps 71112073 6202024 peen 337. 550 CO 511 49 {E48 54889 30149 3000 571 S6 5107.12 5143 76 i 25.00 NIP 7/12. V.A. 525.25 539 311 55250 31149 53774 55087 36199 5000 57517 5113 21 5150 98 513013 2n/2025 e2WA26 52/b1 51149 53905 552 83 56861 p CO f79.21 5155 NonamYy W.e.x. 7/1.06 6.ura027 S.. N341 557N 51149 NO pI50 589.37 SOW 56321 p2191 48 1 vas 500% f A.. No Cn.1p.m..sm.aneon05.aT.nm1 aye41a a1..........6 2 The..g Me.Yarn in m•cod P.N..for 6N1 WN..N 3.n PW ra.rna.Ir. .d8 ..911u10e ten.Ene.11 T.rmml U.1w%a AM.te names.t.S.k.Yp68y using the..I PWm.A taretm or the mu..sun n 3 7n..n5P/....mrn0031Y..120011 0041Pw94e/Y.69............0*5cut..5N.11w.wee.9ra.R+uv7...prr?56nn of 0.e l09pw05nn l®.a010.P.awwl Tee mend,Yes for base emw.ees Inc.... H.0.9...en..w9..ca.N.0.0 and rerftereea l.ee.en 01.3 as.N.ully Wes anaa/e.puny ras lr new....d.41.Me dale ol.opel upper.sw la.ao..(uw...lnun..,ml I.Knee A sen21 personal Inln„on r.M Twee e.SE1s.4 Onr.5ay.gp a 0Nlwma 6 na.e all..wg..a*50 a.Heel Wee es any per...a tr.0 and...epn9 Na..=Loaded 9.p FernYl.•.eeoe.. Fm4..F1 met 01.91.93.r P.dey..e9 000ereMtl wee.a Mn.I.ny o.ayon o.wy...A5...... BAS.rb 1on 0 25 erne=Lena.6.1.6 Fem. 'Le000*0... nma1.nyev w....0*55 Wed.....aOerae..I a...0.4a Uwe 10 6.e.(9.p.1.unlNeel(1•F.)•113.I.es•Ow F1n9Y Pee 15......11M..5:urns regular...ay.ed.SmY....e..tle nwn n anyone ay ono.ray.Pal.Y be 1.6Wel lvm.Hefted.e(le wean M....u.of de 151 on 2 OX mkt.los.6.3 As follnw C A ENGINEERS , INC. u r CIVIL • STRUCTURAL .._...,.r.. DBE ■ SBE VCA ENGINEERS SCHEDULE OF FEES Base Hourly Title/Role on Project Company Name Wage / Salary 2025 Rates 2026 Rates 2027 Rates 2028 Rates Principal VCA Engineers $ 68.49 $ 220.00 P.$ 231.00 $ 243.00 $ 255.00 Project Manager VCA Engineers $ 62.27 $ 200.00 $ 210.00 $ 221.00 $ 232.00 Lead/Senior Project Engineer VCA Engineers $ 56.04 $ 180.00 I'$ 189.00 $ 198.00 $ 208.00 Project Engineer VCA Engineers $ 51.37 $ 165.00 $ 173.00 $ 182.00 $ 191.00 Engineer VCA Engineers $ 48.26 $ 155.00 $ 163.00 $ 171.00 $ 180.00 BIM Modeler VCA Engineers $ 40.47 $ 130.00 $ 137.00 $ 144.00 $ 151.00 Senior CADD Technician VCA Engineers $ 34.25 $ 110.00 $ 116.00 $ 122.00 $ 128.00 Clerical/Admin VCA Engineers $ 21.79 $ 70.00 $ 74.00 $ 78.00 $ 82.00 Combined Percentage for Fringe,Overhead,GA=3.212 Rates have been rounded to the nearest dollar I LIABILITY INSURANCE During the terms of this agreement,VCA shall at all times procure and maintain insurance. VCA carries General,Automobile Liability Insurance and Workers Compensation at $2M each occurrence and Professional Liability Insurance at $2M per claim. CLAIMS AND DISPUTES Client and VCA agree to negotiate and resolve all disputes between them in good faith as a first attempt. If the dispute cannot be resolved therein,the parties shall mutually agree to submit the matter to mediation and arbitration in accordance with the American Arbitration Association's Commercial Mediation Rules if the total dispute is less than$49,000. The results of the arbitration,as decided by three(3)arbitrators,each party choosing their own arbitrator and the two arbitrator choosing a third member, shall be final, and judgment may be entered upon it in any court of competent jurisdiction in the City where the work is performed. Los Angeles County Orange County 631 S. Atlantic Blvd., Monterey Park, CA 91754 2401 E. Katella Ave., Suite 430, Anaheim CA 92806 Tel: 323-729-6098 • Fax: 626-872-0795 Tel: 949-679-0870 • Fax: 949-679-9370 e-mail: vca@vcaeng.com www.vcaeng.com 2025 - 2028 Rates for NOVA Professional and Technical Services SERVICES IUNIT1 2025 2026 2027 2028 Rate Ref Professional:Staff Principal Geotechnical Hour $270.00 $285.00 $299.00 $ 314.00 $ 110.00 Engineer Principal Hour $208.00 $218.00. $229.00 $240.00 $ 260.00 Engineer/Geologist Senior Engineer/Geologist Hour $ 172.00 $ 180.00 $ 189.00 $ 199.00 $ 69.71 Project Manager Hour $ 155.00 $ 163.00 $ 171.00 $ 180.00 $ 63.13 Staff Engineer/Geologist Hour $ 100.00 $ 105.00 $ 111.00 . $ 116.00 $ 40.86 Soils Technician Hour $ 146.00 $ 154.00 $ 161.00 $ 170.00 $ 59.18 Laboratory Technician Hour $ 89.00 $ 93.00 $ 98.00 $ 103.00 $ 36.05 Technical Drafter(CAD) Hour $ 81.00 $ 85.00 $ 89.00 $ 94.00 $ 33.00 Administrator Hour $ 94.00 $ 99.00 $ 104.00 $ 109.00 $ 38.25 Combined Percentage for Fringe, Overhead, GA= 124.48% Rates have been rounded to the nearest dollar LABORATORY TESTING Test I ASTM/Caltrans I Rate Soil a-nd Aggregate Atterberg Limits: PL, LL, PI D4318, CT 204 $ 235.00 D 1 3 670.00 i 88 California BearingRatio $ Cleanness Value CT 227 $ Quote Compaction Curve, Modified D1557 $ 285.00 Compaction Curve, Standard D698 $ 285.00 Compaction Check Point $ 93.00 Consolidation D2435 $ 260.00 Direct Shear D3080 $ 345.00 Direct Shear Remold $ 655.00 Durability Index D3744 $ 275.00 Expansion Index D4829 $ 245.00 Los Angeles Abrasion (LA Rattler) C131, C535 $ Quote Moisture Content D2216, CT 226 $ 48.00 Moisture Content and Dry Density D2937 $ 48.00 Oversize Rock Correction D4718 $ 93.00 Percent Finer than#200 C117 $ 88.00 pH and Resistivity CT 643 $ 170.00 R-Value D2844 $ 390.00 Sand Equivalent D2419, CT 217 $ 105.00 Sieve Analysis,with Wash C136, D6913, CT 202 $ 160.00 Sieve Analysis, fine with Hydrometer D6913, D7928,D422 $ 250.00 Specific Gravity and Absorption, Coarse C127, CT 206 $ 185.00 Specific Gravity and Absorption, Fine C128, CT 207 $ 140.00 Sulfate and Chloride Content $ 135.00 Unconfined Compression D2166 $ 185.00 Unit Weight and Voids in Aggregate C29, CT 212 $ 93.00 Asphalt Concrete 4373 Viewridge Avenue, Suite B usa-nova.com 16610 Aston Street San Diego, CA 92123 Irvine, CA 92606 P: 858.292.7575 P: 949.388.7710 at 2025 2028 Rates for NOVA Professional and Technical Services Asphalt Mix Design Review(per hour) ' $ 260.00 Hveem Stability and Unit Weight D1560 $ 385.00 Maximum Theoretical Specific Gravity(Rice) D2041 $ 155.00 Percent Asphalt with Gradation (ignition oven) C6307 $ 260.00 Unit Weight Only(compacted sample or core) D2726, D1188 $ 58.00 Unit Weight Requiring Compaction D2726 $ 260.00 Wet Track Abrasion D3910 $ 240.00; ADDITIONAL TERMS AND CONDITIONS • Overtime occurs in the following instances: - work more than 8 hours per day is charged at time-and-a-half. - work more than 40 hours per week is charged at time-and-a-half. - work performed outside the hours between 6:30 a.m. and 4:00 p.m., Monday through Friday is charged at time-and-a- half;work up to 12 hours per day on Saturday is charged at time-and-a-half. - work more than 12 hours in one day,or over 8 hours on the 7th consecutive day or worked Sundays/holidays is charged at double time. • Hourly rates are charged on a portal-to-portal basis. • Laboratory test rates will increase 5%each year on the first of the year. • Mileage will be charged at the IRS approved rate for services performed outside a 50-mile radius of the Irvine office. • When personnel are required by job conditions to work more than 5 consecutive hours without the ability to take a one- half hour uninterrupted lunch period,an additional hour will be billed at regular time in addition to actual hours worked. • Laboratory testing that is required to be performed outside regular hours will be billed for Lab Technician time in addition to the lab test rate.Weekend sample pickups, if required,will incur additional charges. • Outside services and reimbursable expenses not included in this fee schedule (samples sent to outside laboratory for testing, samples sent to outside fabricator or machine shop, equipment, subcontractors, approved travel)are charged at cost plus the approved Huntington Beach markup. If no markup value is set,the markup will be 10%. Local Assistance P3ooedures Manual Exhibit 10.155 Coat Prop.../Do Celtrana Mite Preveiliec W.pm EXHIBIT 10-H4 COST PROPOSAL FOR CONTRACTS WITH PREVAILING WAGES ACTUAL COST PLUS FIXED FEE;LUMP MAC SPECIFIC RATES OF COMPENSATION AND COST PER L.OF WORN CONTRACTS CONSULTANT: !ORDER STATES 5.6.6 SUE: A CONTRACT TYPE:SA.5 Rams a cam... I11e1.ONE a THE ravel:osTED Gomm..GT rmEs, PROJECT NO. TaD CONTRACT NO. DATE:W92025 Pd.Consultant.P.dclslbn AmouaSBD IRA ORMe Personnel: F2ye Benefit% O.690% en Geat%nn.s0nton% Load...C.katdee NORMAL 25.00% 50015 • 9500% = 125.E0% Non...I Employee Load.Many RAM OVERTIME 25.00% • 500E • 9500%_ = 125.00% A)9r..Tine=Aced Hudy Rate•(1.FM10.H)•11•Fee).OMaBrs•(APT0&J0M/Ae.0OS.8ae)•Oe..Fule•OV,.....Mape0ea Frei e) FRAM 8062.MwmW: Fn.O..nee% Overt .% Gene.Adm rn.a.on% r.% a)15%a 200 0.Nm ee=(Noel HO0M Rate)•(1•FIe.0./0)'/1•Fee).5X a 10X(Add2a da nly Rate)•O Base•(0puede MOMpler Delta Base)•Della Fn .nge•(Apiece.Mut Dena Fn.) NORMAL 2500% • 500% • 9500% = 125.00% E.eert Enpby..Loaded 1etap.cs ____ OVERTIME 25.00% • 500% • 9500% = '25.00% C)Sea.Nime or15%a N Alnd 200Oveme= Hourly xly RMe•I1.F.OH).11•Fee).O OS$t')4P0000 M.P.Ge0a Base).OW=FnnOl'l^Wo..0,.unnmie,l0lo Fringe; I Fee = 0C% Al4eceble Moe.,Ixla Base(Feb) - ins vW Jnmennals Desa One and Ode Fge lr shown in Me formulasoe al for Loa.Blimp Pales are apd.ade ally when pedormlrp ter..covercovercovereduncle,Dni aele,minauons Applicable Munynr Fr.ge lFNa) = 000 1110ndC tmm Pasant d 6,pM P 1.3*pOlka..p...ngw.Rtuort 0 651 .0endIN bop ye.0.yavl Avv0uek DELTA f1O1AU•AvglcAEk O¢iA(00.•08 TAT, EASE 1e.0.<NoretywMNtlas % knw los �as la Fd1OSRe .AVIWes Taal-OM Total ..o/.e15a.Role 0 L Es..on Feld.. .1d To Tone TOMbo SaIN•TmR 9801 Bye5.l y E1Ms .M=I001 a s+9 1 _.I ,p0 ISM..0E340T Hoene H=m . Fen 5.p. 011 2001 .y.1 Shmet 1.50 2001 Seyr 1501 2002 .195 Agri I50T -.;1901 T _Met L691/ UM, Sr. 150T 2 5.11 OT(1%) OT CM Sr.Electrical Foram Wm Office 1,120E 561815 NC NC $ 200 WA 1n2026 n12027 WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA 36600 NC NC 500% $ 26250 1/202] 1I12028 36.218 NC NC 5 61 • r100% S 2f5 I19203. 1/2222028 1201/2028 $11629 NC NC 500% 8 210511 E. . t 2029 12010020 3/5E.10 NC NC 500% $ 300 03.MSNnk.Ens.ese ...Tice 1/12025 1213100E 581E 15 NCC NC f MUM WA 1/12020 1/10027 WA WA NM WA N/A WA WA WA WA NM WA WA WA WA WA WA WA WA WA WA WA W N A N/A 361060 NC 500% f M250 120027 588218 NC NC 50014 21563 .28 12/310028 5]18.20 NC NC 5 $ 0A CO% 5 21 E.srr01.IInO VA. 1I1/2029 12/3100. 5/52.10 NC NC 500% $ 5050 Jr.Engineer/DM4sr Rom 0 no. 1,12015 1931/2025 6133.13 NC NC $ 1n00 WA 1/1E026 12021 WA WA N/A NIA WA WA WA WA WA N/A WA WA WAWA WA WA WA WA WA WA WA N/A N/A 515.18 NC NC 500% f 1 1020027 1/1202e 5.]153 NC NC 500% $ T9260 No1 eng Waee 22 1020 1210020 5301 Al NC NC 500% $ 202 EA..0105A 1/110. 150120E 5526..E NC NC 5.CO% $ 21272 d.ltae No.OI11ce 1/10025 19310.6 514250 NC NC $ 10300 WA 1/1 1/12@1 WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA WA N. WA N/A 88 NC NC 5C0% 105.00 1M2021 02] 1/1/2028 $212$2281 NC NC 5C $% $ 11625 (4 6160 No....Wage t./2028 12/312028 0228651 NC NC 500% S 1151E Exeepl 1/102029 12/312039 _ 13C0811 NC NC 5CO% f .55 Hers 011t. 1/1/2025 122100E 10.61 NC NC 3 7500 WA 101002E 10102027 WA WA NA WA WA WA WA WA WA WA W WAWA WA WA WA WA WA W $ A WA WA WA WA NIA 191.91 NC NC 5 C $% 76. 75 /22 1027 1/12028 $S20108 NC NC 5C0% 62-0060 • at Irywkpe O29 100026 12/312 521488 NC NC 500% 8622 E.... t 2026 12910029 S22562 NC NC 5 $CO% .56 Mors Mica 1l10025 1203120E SO CO NC NC S WA tnrm26 1I1ROII WA WA NA WA NA WA WA WA WA NA WA WA WA WA WA WA WA WA WA WA WA WA WA 5000 NC NC 500% - 1200/2 / 1N2020 COSO NC NC 5O% $$ • NOn.Frtvel.wage 100028 12/312 6025 CO 11C NC 500% 5 Non.. 1/10029 12010020 3000 NC NC 5.00% $ • Ilona Office 1/12025 12/31 NC WA 25 S000 NC t 1/1/26 1I12027 WA WA NA N/A N/A WA WA WA WA NIA WA WA WA WA WA WA N/A WA WA WA WA WA N. 30.00 NC NC 5OM $ - 122021 1l1/2028 5000 NC NC 5C014 - • rev.... 122 $028 12/31/2028 5000 NC NC 5130% $ NorvEAe1 t 1/12029 12910029 _ S000 NC NC 500% f • 1112023 120112023 ■5/500$100 CO■5/500 510000 51250O 55090 51500 510000. $1503 SILO E0 512500 5000 S0.00 5000 50.00 SO CO SO03 5300 3000 50.00 $123 15 S.815 5113.E 1/12025 12/312024 S5000 67503 510000 11E00 575CO SIM CO 51E00 55250 37875 5105.00 $2500 3]]50 $103.755 S130.00 S000 S0.00 S0.00 SO CO SO CO S000 9300 $0.00 3000 512994 515619 $19. 500% 1,1020E 12,31.20E 35000$1500$10000 5E00 5/500 S.00 51E00 $56. 50210 5110E 52500 $8013 510/.70 $13526 WOO S0.00 000 3000 50.03 000 000 3000 S0LO $138.45 $lay 01 5191.55 500% $ 55.15 101202E 127310026 55000 57500 S100 CO$2500 S/500 5.03 312500 551.0 $86B. 3115/0 5E00 S0200 $11181 $1.010 5000 SO CO 5000 SO00 9300 S0.00 30.00 0000 3000 51.3E 517222 520117 500% t 51J10 111202/ tb11/2027 35000 57500$10000 52500 5/500 $10000 512500 50.20 39111 312156 1125.CO f0578 5116.17 51.858 5000 000 5000 3000 SO CO 000 9]C0 5000 3000 5150.3 518082 521121 500% $ 0.78 I Note enn.e.b.NAalvn that are sub.bee..wage reoarere see n este.(1 Prev4 l...specified 6Need Owned OM deter... Mv.OIR male dpm.v1Oe reeni N.ected in0e 1oe0e0 Nis Rem*.good Icetee.dM caOM inns of3 pre Pales may.adi.ted per the Caets r COLA Policy for rm r e renewal te eeecbee 1/1/2021 Spec.ry messenger service...er 0lrM eapemesnYl EetlrrO...1 Mapp.d M the C No 0Nge Ie. Ir w*.we an 81as per Jay and laM wxeMe eT61d 1M.bTels can8400ed.16 a.. messenger 3 T.....seem of I.CCIA proposal fat survey.11 erdeed for PW rales are cM6Ned.m1 Mended M.tends don W11 Tieamrl berg rayse.seed Mee Mots W be 6ata161600yy 8us....Peke.0115*ben....Odd see n e¢a0n1u MBMe weed benefits 4*022 A08 so. od each moue here elkceve a 00152918 Cady Coeead MryAfs pre...I..H..Mr WA.d61eYF�vs not memo.,.rd ante cap Fe..The a✓e.01rgdM la Sae employees,M..cir.Aabona.Ncat...renhased Need an Mee avenge 0ae,rein efleme W18r2010 kM,k0O4 Oagean0mck mna08lamclactrteel In.se Clodwo=Ahalt 0e cllr43 a en ad00.Y me.e es Me MardMe County Me.remlumr nit rate or Se Slalecom.e0O*00 re....dde For pm ofa 61rs ed N/Tilled 1a*9It,.ra a any of work .bs comb.. td a. k ere Berge=10Msd..F..0 e'do Managers: Dump rept.wa nk day.actual era.ume not emceed 8 Men ina any e day acne u1m.aelvd e N teed as..as..Doi nsl tr m a 1 a a C R mule' above Ai mime ate tleIeed ...y...M be Nkd.SIVN he Opl0.ndpdad nee s bbo Erg Rate=(Actin Hanle Rate)11•Feel•CO.Bees.Oar Fr For N n.. .mpl ErrybyeesrOumg rep.work.6 actual tram eme M Io Mond 6 Toms in any one day or one way travel.M N b.M I.normal en...6 V a dhmd M spp0u0m Al.15%a 201I rm.l00Mla see le e as lobo Page 1 of 1 May 2021 r 'A9RI7®A9 R'o CERTIFICATE OF LIABILITY INSURANCE DATE(MMIODIYYYY) 10/17/2024 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: lithe certificate holder is an ADDITIONAL INSURED,the policy()es)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 this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Dani Schulze AssuredPartners Design Professionals Insurance Services,,LLC PHONE ExQ:714-202-0390 FAX 3697 3697 Mt.Diablo Blvd Suite 230 E-MAIL Lafayette CA 94549 ADDREss: CertsDesignPro@AssuredPartners.coiin 'INSURER(S)AFFORDING COVERAGE NAIC// License#:6003745 INSURER A:Travelers Property Casualty Company of America 25674 INSURED NUVISOO.O1 INSURER B:The Travelers Indemnity Company of Connecticut 25682 NUVIS 714-754-7311 INSURERC:Travelers Casualty and.Surety Co of America 31194 20250 SW Acacia Street,Suite 260 INSURER D: Newport Beach CA 92660 INSURER E: INSURER F: COVERAGES CERTIFICATE.NUMBER:1990598283 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. IN SR TYPE OF INSURANCE INS SNABD POLICY NUMBER- (MM/DD/YYY) IMMIDDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y 6806H244891 10/29/2024 '10/29/2025 EACH OCCURRENCE $1,000,000 . DAMAGETO RENTED _ , CLAIAIS.MADE X OCCUR PREMISES(Ea occurrence) 'S 1,000,000 X Coni ,(ual Liab MED EXP.(Any one person) $10,000 Included PERSONAL&ADV INJURY $1,000,000, ! GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X, JEC7 PRO- X LOG PRODUCTS-COMP/OP AGG S 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY Y Y BA2S559471 10/29/2024 10/29/2025 COMBINED SINGLE LIMIT $1,000,000, {Ee accident) , ANY AUTO BODILY INJURY(Per person) $ - OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS XHIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) 'S UMBRELLA LIAB OCCUR EACHOCCURRENCE S - EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ A WORKERS COMPENSATION 'Y UB7J274169 10/29/2024 .10/29/2025 X STATUTE ERH, AND EMPLOYERS'LIABILITY ANYPRDPRIETORIPARTNERIEXECUTIVE Y/N N!A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBEREXCLUDED7 (Mandatory In NH) E.L,DISEASE-EA EMPLOYEE $1,000,000 styes, ealunder. DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C professional Liability 105712210 10/29/2024 10/29/2025 Per claim $2,000,000 Aggregate Limit $3,000,000 DESCRIPTIONOF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Insured owns no company vehicles;therefore,hired/non-owned auto is the maximum coverage that applies. Re City of Huntington'Beach Resolution 2008=63. The'City,its officers,elected or appointed officials,employees,agents and volunteers are Additional Insured as pptg� flit o ra e as required by Written contract. Coverage afforded th Aditional Insured is Primary and Non-Contributory as respectsfoo Genera Lla�bl ity cov rd e. •ver of Subrogation included in Work Comp.,General and Auto Liability coverage as required by written contract. General Liability Deductible-$0.Auto Liability Deductible-$0.Professional Liability Deductible$10,000, By: MICHAEL E: GATES CITY ATTORNEY CERTIFICATE.HOLDER • CANCELLATION 30 Day b icYe qtratalfhlit1M 1 ON I:IEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE 'THEREOF, NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THEPOLICY PROVISIONS. Attn:Carrie Gonzalez 2000 Main Street AUTHORIZED REPRESENTATIVE Huntington Beach CA 92648-2702 [� , I CA.-4- O 1988-2015.ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD.name and logo are registered marks of ACORD ......r'aoy� Tiry CITY OF '� HUNTINGTON BEACH • cFcoUNTV Lisa Lane Barnes I City Clerk September 8, 2025 NUVIS Attn: Perry Cardoza, PLA,ASLA 20250 SW Acacia, Suite 260 Newport Beach, CA 92660 Dear Mr. Cardoza, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and NUVIS for On-Call Architectural Engineering and Professional Consulting Services, approved by the Huntington Beach City Council on August 19, 2025. Sincerely, XPatote, Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov ON-CALL ARCHITECTURAL ENGINEERING,LANDSCAPE ACHRITECTUAL ENGINEERING,AND PROFESSIONAL CONSULTING SERVICES REQUEST FOR QUALIFICATIONS (RFQual) 1. BACKGROUND The City of Huntington Beach("City")Community&Library Services Department is seeking experienced Consultant firms to assist the City's staff in the following service categories: Architecture Engineering/Landscape Architecture Engineering 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 15 Deadline for Written Questions by 4:00 PM Tuesday,Apri12 2025 Responses to Questions Posted on Web Tuesday,Apri 8,2025 29 Proposals are Due by 4:00 PM Tuesday,April 1 2 25 Proposal Evaluation Completed Week of pril 21�9025 ay Notification of Intent to Award(Tentative) Week of April-2 2025 Approval of Contract by City Council(Tentative) Meeting of July-17 2025 3. SCOPE OF WORK • - In general, the Consultant shall perform consulting services on an "on-call" basis for projects assigned by the City. If the Consultant does not have the ability to self-perform all aspects of the scope of services, then the Consultant shall subcontract for those services. The scope of work for any one project may involve all phases of project development and may include but is not limited to the following: Kick-Off&Progress Meetings Attend mandatory project kick-off meeting(s) and subsequent progress meetings, as needed. Meetings may require in-person attendance, while others may allow a virtual attendance option. Provide minutes of meeting(s). 2 1315 Preliminary Plans and Design Prepare alternative preliminary layouts, surveying, architectural services, and estimates of probable cost for alternatives,and prepare details,and calculations.Present alternatives,as needed at staff and/or City Council meetings, and provide recommendations and analyses of the advantages of each alternative. Entitlements/Permits As a primary consultant, assist the City in obtaining entitlements and approvals from applicable agencies for environmental,and/or other permits as may be required. Construction Documents Prepare designs,plans, specifications, cost estimates, and contract bidding documents. The City shall review the construction documents at the preliminary engineering, sixty (60%) percent, ninety(90%)percent,and final documents stages. Prepare 24x36 inch construction drawings for bidding and archival purposes, providing code requirements, and all project related plan set details required for constructability. The City will provide a Microsoft Word Version of the General Provisions and bid forms; the Consultant shall modify the documents by adding the necessary special provisions and bid items. Based on direction from the City, consultant may also be asked to take the lead on construction plan submittals,plan checks and obtaining required permits through the Community Development Department. Technical Reports and Analysis Prepare needs assessments, master plans and technical studies such as park development fee analysis (including public outreach, community workshops/surveys), arborist (tree assessments), geotechnical/geophysical, and environmental (i.e., water, asbestos, lead, noise, impact, etc.) studies. Bidding Stage Assist the City in answering bidders' questions,attend pre-bid conferences and job walks,prepare addenda, analyze bids, and recommend award. Construction Stage Attend pre-construction conference, monitor construction schedule, visit construction site as required for progress and quality of work. Assist the contract manager, contractor, and inspector with interpretation of the plans and specifications,analysis of changed conditions,development of corrective action,review of shop drawings and other required tasks. Architectural/Landscape Architectural Engineering Services Consultant shall provide experienced personnel,equipment,and facilities to perform the following tasks. • Provide landscape, architectural,planning,and design services primarily for existing City Parks, facilities, Community Centers, Clubhouses i.e., tenant improvements, ADA modifications, etc., and park developments. The City is currently"built out" with limited 3 1316 - "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. f 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 P. • Project description • Project start and end dates • Client project manager name,telephone number, and e-mail address !� 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 4:00 p.m. (P.S.T)on Tuesday,April 1 2025 Faxed or e-mailed proposals will not be accepted 29 • Inquiries Questions about this RFQual must be directed in writing through the PlanetBids Q&A tab no later than 4:00 p.m. (PST)April,�025,for response From the date that this RFQual is issued until a firm is selected and the selection is announced, firms are not allowed to communicate for any reason with any City employee or elected official other than the contracting officer listed above regarding this 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 RFQual in part or in its entirety. All proposals will become the property of the City of Huntington Beach, USA. If any proprietary information is contained in the proposal, it should be clearly identified. 6. EVALUATION CRITERIA The City's consultant evaluation and selection process is based upon Qualifications Based Selection(QBS)for professional services. The City of Huntington Beach may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance: A. Compliance with RFQua1 requirements B. Understanding of the project C. Recent experience in conducting similar scope,complexity,and magnitude for other public agencies . D. Educational background,work experience,and directly related consulting experiences E. Price F. References The City may also contact and evaluate the bidder's and subcontractor's references; contact any bidder to clarify any response; contact any current users of a bidder's services; solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process. The evaluation committee shall not be obligated to accept the lowest priced proposal,but shall make an award in the best interests of the City. After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled,the oral interview will be a question/answer format for the purpose of clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, should be present at the oral interview. A Notification of Intent to Award may be sent to the firm(s) selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not subject to disclosure to competing firms unless an agreement is reached. If contract negotiations cannot be concluded successfully,the City may negotiate a contract with the next highest scoring firm or withdraw the RFQual. Any communications, whether written or verbal, with any City Councilmember, the Honorable Mayor,elected City official,or City staff other than the individual indicated herein,prior to award of a contract by City Council, is strictly prohibited.Any proposer who violates this provision shall be immediately disqualified from consideration as a vendor under the terms of this RFQua1. 7 1320 7. STANDARD TERMS AND CONDITIONS • Amendments The City reserves the right to amend this RFQua1 prior to the proposal due date. All amendments and additional information will be posted to the Huntington Beach Procurement Registry, Huntington Beach - Official City Web Site - Business - Bids & RFP's; bidders should check this web page daily for new information. • Cost for Preparing Proposal The cost for developing the proposal is the sole responsibility of the bidder. All proposals submitted become the property of the City. • Contract Discussions Prior to award,the apparent successful firm may be required to enter into discussions with the City to resolve any contractual differences. These discussions are to be finalized, and all exceptions resolved within a reasonable amount of time from notification. If no resolution is reached,the proposal may be rejected, and discussions will be initiated with the next highest scoring firm. See Exhibit B for a sample agreement. r• • Confidentiality Requirements The staff members assigned to this project may be required to sign a departmental non- disclosure statement. Proposals are subject to the Freedom of Information Act. The City cannot protect proprietary data submitted in proposals. • Financial Information The City is concerned about bidders' financial capability to perform, therefore, may ask you to provide sufficient data to allow for an evaluation of your firm's financial capabilities. • Payment by Electronic Funds Transfer—EFT: The City requires that payment be made directly to the vendor's bank account via an Electronic Fund Transfer(EFT)process. Banking information will need to be provided to the City via an Electronic Credit Authorization form. A City Representative will provide the Electronic Credit Authorization form upon intent to award. Vendor will receive an Electronic Remittance Advice with the payment details via email. It.is solely the responsibility of the vendor to immediately notify the City of any change to their information related to payments. • Insurance Requirements City Resolution 2008-63 requires that licensees, lessees, and vendors have an approved Certificate of Insurance (not a declaration or policy) on file with the City for the issuance of a permit or contract. Within ten (10) consecutive calendar days of award of contract, successful proposer must furnish the City with the Certificates of Insurance proving coverage as specified in Appendix C. Failure to furnish the required certificates within the time allowed will result in forfeiture of the Proposal Security. Please carefully review the Sample Agreement and Insurance Requirements before responding to the Request for Qualifications enclosed herein. The terms of the agreement,including insurance requirements have been mandated by City Council and 8 1321 can be modified only if extraordinary circumstances exist. Your response to the Request for Qualifications must indicate if you are unwilling or unable to execute the agreement as drafted as well as providing the insurance requirements. The City will consider this in determining responsiveness to the Request for Qualifications. fi (rG t3 iq { 9 1322 APPENDIX { ifq if 4v 1323 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW 0 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 ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION 1of2 1324 - i Names&Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone { " f } 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: 2of2 1325 References of Work Performed Form (Local/like agencies) Comany Name: 1. Name of Reference: Address: Contact Name: Phone Number: Email: Dates of Business: 2. Name of Reference: Address: Contact Name: Phone Number: Email: • Dates of Business: 3. Name of Reference: Address: Contact Name: Phone Number: Email: 0 Dates of Business: 1328 .i.., APPENDIX B Yi 1327 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY, and , a hereinafter referred to as "CONSULTANT." WHEREAS,CITY desires to engage the services of a consultant to ; and Pursuant to documentation on file in the office of the City Clerk,the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with;and CONSULTANT has been selected to perform these services, NOW,THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. { agree/surfnet/professionai 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." 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/surfredprofessional svcs mayor 2 of 11 12/07 1329 7. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent(or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide agree/surfnet/professional svcs mayor 3 of 11 12/07 1330 coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars($1,000,000.00)per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work(including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2)years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and.agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. agree/surinet/professional svcs mayor 4 of 11 12/07 1331 - I . 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 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/surfnedprofessional secs 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/surfnet/professional svcs mayor 7 of 11 l2/07 1334 - l are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the 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/surfnet/professional sues 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. Jf� 1tE agree/surfnedprofessional sues mayor 9 of 11 12/07 1336 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. . i agree/surfhetJprofessional svcs mayor 10 of 11 12/07 1337 - 1 CONSULTANT, CITY OF HUNTINGTON BEACH, a municipal corporation of the State of COMPANY NAME California Mayor By: print name City Clerk ITS: (circle one)Chairman/PresidentNice President ND INITIATED AND APPROVED: By: - F print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney ((k( agree/surihet/professional was mayor 11 of 11 12107 1338 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: EXHIBIT A 1339 - I EXHIBIT"B" Payment Schedule(Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen(15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters,reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product,CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that • the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 1 Exhibit B 1340 - i . 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. { 2 Exhibit B 1341 EXHIBIT"B" I4 Payment Schedule(Fixed Fee Payment) 1. CONSULTANT shall be entitled to monthly progress payments toward the fixed fee set forth herein in accordance with the following progress and payment schedules. 2. Delivery of work product: A copy of every memorandum, letter,report, calculation and other documentation prepared by CONSULTANT shall be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 3. CONSULTANT shall submit to CITY an invoice for each monthly progress payment due. Such invoice shall: A) Reference this Agreement, [ 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. � l 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 equilreme is Vendor Type Additional...: 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:VIL See Exhibits Al-4 for sample forms. Email:Justin.Wessels@,sulfcity-hb.org or Heather.Campbellva)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. HB Insurance Matrix_revised 4-7-16(2).xlsx 1 of 4 1345 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance Requirements Vendor Type Additional Automobile Professional Property Insured Liability 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:Vll.See Exhibits Al-4 for sample forms. Email:christine.keen@surfcity-hb.org Phone: 714-379-5373 Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Design Professionals: Professional service Minimum of contractors who contract with the City and/or $1,000,000 per provide architectural and/or engineering services occurrence and to the City. in the aggregate. Professional Services: Services that involve the exercise of professional discretion and Allows up to $10,00 independent judgment based on an advanced or l deeductiducti ble. specialized knowledge, expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02. Services includes but are not limited to those services provided by appraisers, architects,attorneys,engineers, instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work(including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion, including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. HB Insurance Mat ix_revised 4-7-16(2).xlsx 2 of 4 1346 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance Requirements Vendor Type Additional 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:VI".See Exhibits Al-4 for sample forms. Email:christine.keen@surfcity-hb.org Phone: 714-374-5373 Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Licensees/Lessees: Any persons or entities Combined single limit Full As required by Include the who contract with the City for the use of public bodily injury and replacement the State of policy number property. property damage. cost with no California,with and Additional Minimum of coinsurance Statutory Limits Insured $1,000,000 per penalty and Employer's Endorsement occurrence.Allows provision. Liability Requirement up to$5,000 Insurance with statement deductible. a limit of no below.(See Note (Additional Insurance less than 2.) Endorsement is always $1,000,000 per required with General accident for Liability Ins.) bodily injury or disease.(See Note 1 below.) Note 1 -Workers'Compensation Exemption:If entity has no employees,a signed Declaration of Non-Employee Status form is required. Note 2-Additional Insured Endorsement Requirements:The City, its officers,elected or appointed officials,employees,agents,and volunteers are to be covered as additional insureds by separate attached endorsement(s)as respects liability arising out of action performed by or on behalf of the contractor, products and completed operations of the contractor,premises owned,occupied or used by the contractor,or automobiles owned, leased or borrowed by the contractor.The coverage shall contain no special limitations on the scope of protection afforded to the City. 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:VH. Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Vendor Type Minimum Insurance Requirements Professional Liability Design Professionals: Professional service contractors who Minimum of$1,000,000 per occurrence and in contract with the City and/or provide architectural and/or the aggregate. Allows up to$10,000 deductible. engineering services to the City. Professional Services: Services that involve the exercise of professional discretion and independent judgment based on an advanced or specialized knowledge,expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02. Services includes but is not limited to those services provided by appraisers,architects,attorneys,engineers, instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: I)The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion, including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason, professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. } HB Insurance Mat ix_revised 4-7-16(2).xlsx 4 of 4