Loading...
CC SR 20260203 E - PSA for Ryan Park Playground Improvements CITY COUNCIL MEETING DATE: 02/03/2026 AGENDA REPORT AGENDA HEADING: Consent Calendar AGENDA TITLE: Consider awarding a professional services agreement to RHA Landscape Architects- Planners Inc. for design and support services for playground improvements at Ryan Park. RECOMMENDED COUNCIL ACTION: (1) Award a Professional Services Agreement (PSA) in the amount of $122,500 for a term of six months to RHA Landscape Architects-Planners Inc. for Design and Engineering Services for playground improvements at Ryan Park pursuant to Capital Improvement Project No. 8426 – Park Playground Improvements; (2) Authorize the Mayor to execute the agreement in a form approved by the City Attorney; (3) Approve use of existing allocated Measure A funds by authorizing staff to submit a grant application to the Los Angeles County Regional Park and Open Space District for reimbursement in the amount of $122,500; and, (4) Approve a budget adjustment of $92,500 from Measure A Fund under Park Playground Improvements from Construction to Design and Engineering Services. FISCAL IMPACT: The recommended Council action will result in an expenditure not- to-exceed $122,500. The total project budget included in the Fiscal Year (FY) 2025-26 CIP is $400,000, funded through Measure A, Los Angeles County Regional Park and Open Space District. This amount includes design, engineering, management, inspection, construction and contingency. The original budget for the design and engineering is $30,000. A budget adjustment is requested to move unspent funds from Construction to Design and Engineering Services in the amount of $92,500. If approved, the City will initially cover the costs and subsequently seek reimbursement through the Measure A Grant allocation. Measure A funds are provided on a reimbursement basis and are limited to eligible projects costs. VR Amount Budgeted: $400,000 Additional Appropriation: Budget adjustment transfer of $92,500 Transfer from: 224-400-8426-8802 Transfer to: 224-400-8426-8005 Account Number(s): 224-400-8426-XXXX (various accounts) [Measure A – Park Playground Improvements) VR 1 CITYOF RANCHO PALOS VERDES ORIGINATED BY: Andrew Berg, Recreation Program Supervisor REVIEWED BY: Daniel Trautner, Recreation and Parks Director David Copp, Public Works Deputy Director APPROVED BY: Ara Mihranian, AICP, City Manager ATTACHED SUPPORTING DOCUMENTS: A. PSA with RHA Landscape Architects-Planners (page A-1) B. Proposal from RHA Landscape Architects-Planners (page B-1) C. Request for Qualifications for Design Services for Ryan Park Playground Improvements (page C-1) D. Project Budget Sheet for Park Playground Improvements Project from FY 2025-2026 Capital Improvement Program (page D-1) E. Resolution No. 2025-14 (page E-1) F. Measure A Master Agreement (page F-1) BACKGROUND: The FY 2025-26 CIP includes funding for Park Playground Improvements (Attachment D). The phased playground improvements identified in the CIP are to repair, upgrade, or replace playground components at the following city parks: • Ryan Park • Hesse Park • Eastview Park • Ladera Linda Community Park Improvements to playground areas are needed to ensure that they remain compliant with current playground regulations. Playground areas to be repaired, upgraded, or replaced are typically identified by a facilities assessment conducted by a specialized consultant and further supported by City staff's regular inspections. Where recommended, playground improvements may need to be replaced completely. The scope of work may include landing platforms, bridges, guardrails and barriers, playground hardware, playground signs, loose fill surfacing, unitary surfacing, and playground-adjacent items such as retaining walls, fencing, walkways, curbs, turf, and irrigation. DISCUSSION: For FY 2025-26, the CIP specifically budgets $400,000 for playground improvements to Ryan Park as phase one. On August 28, 2025, Staff advertised a Request for Qualifications (RFQ) for design and support services for Ryan Park Playground Improvements Project (Project). The RFQ 2 was posted online via PlanetBids and Staff notified companies known to perform playground design and landscape architecture services. The scope of services generally includes the following, and is more thoroughly described in the attached RFQ (Attachment C): • Site assessment and analysis including evaluating existing site characteristics and infrastructure. • Design concepts for play elements, landscaping, and other features, and planning level cost estimates and equipment recommendations for each concept. • Facilitate one or more public design workshops and present a summary report of findings. • Prepare construction plans and specifications. Proposals were received from seven firms by the RFQ deadline, and an evaluation panel of three Staff members from the Departments of Recreation and Parks and Public Works scored the proposals as shown below: Table 1: Summary of Proposal Evaluation Results Staff began negotiations with the top-ranked firm, RJM Design (RJM), for a fee proposal. During the negotiation process, RJM was unable to provide a reasonably detailed breakdown of subcontractor fees, nor could they provide viable fee reduction options without reducing their proposed scope of services to an extent that would not meet the core objectives of the project. As a result, Staff were unable to successfully negotiate a fee with this firm. On November 21, 2025 staff notified RJM that the City would not be selecting the firm’s proposal. Approach to Scope of Services 25%6.3 1.6 7 1.8 7 1.8 5.7 1.4 5 1.3 8 2 6.3 1.6 Proposal Schedule 20%6.7 1.3 5.7 1.1 7.3 1.5 6.3 1.3 4.7 0.9 7.3 1.5 7 1.4 Staff Qualifications & Experience 30%8 2.4 6.7 2 8 2.4 4.3 1.3 7.7 2.3 7.7 2.3 6.7 2 Organization & Staffing 15%7.3 1.1 6.7 1 7.7 1.2 5.3 0.8 7.7 1.2 8 1.2 7.3 1.1 Quality Control 10%8.3 0.8 7.7 0.8 8 0.8 7.3 0.7 6.7 0.7 7.7 0.8 7 0.7 Totals 100%7.25 6.65 7.57 Final Score Raw Score (0-10) Final Score Raw Score (0-10) Final Score RFP [Robert Ryan Park Playground Replacement] Scoring Sheet 5.52 EPT Design 6.3 RJM Design 7.73 Hirsch & Associates, Inc. DVDC RHA Landscape Architects Criteria Value DSH Architecture Raw Score (0-10) Nuvis Landscape Architecture 6.78 Raw Score (0-10) Final Score Raw Score (0-10) Final Score Raw Score (0-10) Final Score Raw Score (0-10) Final Score 3 Staff then began negotiations with the second-ranked firm, RHA Landscape Architects (RHA), for a fee proposal (Attachment B). Following a successful negotiation process, Staff determined that RHA’s fee is fair and reasonable by reviewing the labor hours estimated by RHA to complete all required design deliverables and determining if the hours allocated is appropriate based on project size and level of effort for each proposed staff member and discipline involved. Staff also evaluated the consultant hourly rates to assure they are reasonable and within industry standards. Attached for City Council consideration is the PSA with RHA Landscape Architects-Planners (Attachment A). Funding The CIP budget estimate of $30,000 for Design and Engineering Services was significantly lower because it was based on a simple design calling for the removal and replacement of the existing equipment. The design and engineering services included in this proposal addresses needed ADA improvements including improved access and connective trails linking the park equipment pods. Due to this increase in design and engineering costs, a budget adjustment of $92,500 is needed from the Measure A Fund under Park Playground Improvements from Construction to Design and Engineering Services. This adjustment increases the Design and Engineering Design budget from $30,000 to $122,500. Staff recommend that funding for the Project design phase come from existing Los Angeles County Measure A allocated grant funds. The Safe, Clean Neighborhood Parks, Open Space Beaches, Rivers Protection, and Water Conversation Measure (Measure A) was approved by Los Angeles County voters in 2016. The measure authorizes funding for park, recreation, and open space projects and their maintenance through an annual special tax on all taxable real property in the County. Measure A distributes funds through annual allocations using set formulas and through competitive grants. The annual allocation varies based on revenue received each year. The City currently receives an annual, formula-based allocation of approximately $180,000 to $190,000 per year and has accrued a balance of approximately$1,200,000 in Measure A funds. These funds are managed by the Los Angeles County Regional Park and Open Space District (RPOSD) which require agencies to adopt a resolution authorizing the submittal of applications and acceptance of the grant funds. The City Council approved a resolution and an annual Master Plan Allocation Grant Agreement between the City and RPOSD on March 4, 2025. (Attachments E and F). The Resolution authorizes the City Manager or his designee to submit future grant applications. Measure A annual allocation funds can be used for planning, design, engineering, and construction of various parks, open space, and recreational use projects subject to approval by RPOSD. RPOSD staff have informed City staff that this project is an appropriate candidate for Measure A funding. If the City Council approves the recommendation to use Measure A funds for the Project, Staff will submit an application to RPOSD. The application review period would likely take 4-6 weeks to complete. No 4 matching funds are required, and this is not a competitive grant; the funds have already been allocated by the County and will be paid to the City on a reimbursement basis. Any park projects developed using Measure A funds must be maintained and operated in perpetuity and must comply with applicable provisions of the California Environmental Quality Act (CEQA). The grant application requires a description of the public outreach efforts planned for the project. If acceptable to the City Council, the project schedule anticipates starting work included in the scope of this PSA in March 2026 and completing work by September 2026. ADDITIONAL INFORMATION: Once the project design and engineering are completed, Staff intends to seek out funding sources for the construction phase of the project. The precise total cost of this project will be determined during the design and engineering phase, but it is anticipated to be in excess of the current $400,000 FY 2025-26 CIP budget estimate. Once the design and engineering phase are complete, the Ryan Park Playground Project would be “shovel- ready” which would make it eligible and competitive for a wider range of grant and alternative funding opportunities. CONCLUSION: Staff recommend awarding a professional services agreement (Attachment A) to RHA Landscape Architects-Planners for design and engineering support services for Ryan Park Playground Improvements in the amount of $122,500. If approved, a budget adjustment of $92,500 will be transferred from Construction to Design and Engineering Services. ALTERNATIVES: In addition to Staff recommendation, the following alternative actions are available for the City Council’s consideration: 1. Do not award a professional services agreement to RHA Landscape Architects- Planners and direct Staff to re-solicit proposals. 2. Direct Staff not to pursue improvements at Ryan Park. If this alternative is selected, sections of the park and certain playground equipment may have to be closed due to compliance issues with ADA-requirements. 3. Take other action, as deemed appropriate. 5 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 PROFESSIONAL SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and RHA Landscape Architects - Planners, Inc. 01203.0001/835260.1 1 A-1 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 01203.0001/835260.1 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND RHA Landscape Architects - Planners, Inc. THIS AGREEMENT FOR PROFESSIONAL SERVICES (“Agreement”) is made and entered into on February 3rd, 2026 by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation (“City”) and RHA Landscape Architects - Planners, Inc., a California Corporation (“Consultant”). City and Consultant may be referred to, individually or collectively, as “Party” or “Parties.” RECITALS A. City has sought, by issuance of a Request for Proposals, the performance of the services defined and described particularly in Article 1 of this Agreement. B. Consultant, following submission of a proposal for the performance of the services defined and described particularly in Article 1 of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Rancho Palos Verdes Municipal Code, City has authority to enter into and execute this Agreement. D. The Parties desire to formalize the selection of Consultant for performance of those services defined and described particularly in Article 1 of this Agreement and desire that the terms of that performance be as particularly defined and described herein. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the mutual promises and covenants made by the Parties and contained herein and other consideration, the value and adequacy of which are hereby acknowledged, the parties agree as follows: ARTICLE 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Consultant shall provide those services specified in the “Scope of Services”, as stated in the Proposal, attached hereto as Exhibit “A” and incorporated herein by this reference, which may be referred to herein as the “services” or “work” hereunder. As a material inducement to the City entering into this Agreement, Consultant represents and warrants that it has the qualifications, experience, and facilities necessary to properly perform the services required under this Agreement in a thorough, competent, and professional manner, and is experienced in performing the work and services contemplated herein. Consultant shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Consultant covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be both of good quality as well as fit for the purpose A-2 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 2 01203.0001/835260.1 intended. For purposes of this Agreement, the phrase “highest professional standards” shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Consultant’s Proposal. The Scope of Service shall include the Consultant’s Proposal which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such Proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. Consultant shall keep itself informed concerning, and shall render all services hereunder in accordance with, all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental entity having jurisdiction in effect at the time service is rendered. 1.4 California Labor Law. If the Scope of Services includes any “public work” or “maintenance work,” as those terms are defined in California Labor Code section 1720 et seq. and California Code of Regulations, Title 8, Section 16000 et seq., and if the total compensation is $1,000 or more, Consultant shall pay prevailing wages for such work and comply with the requirements in California Labor Code section 1770 et seq. and 1810 et seq., and all other applicable laws, including the following requirements: (a) Public Work. The Parties acknowledge that some or all of the work to be performed under this Agreement is a “public work” as defined in Labor Code Section 1720 and that this Agreement is therefore subject to the requirements of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works contracts and the rules and regulations established by the Department of Industrial Relations (“DIR”) implementing such statutes. The work performed under this Agreement is subject to compliance monitoring and enforcement by the DIR. Consultant shall post job site notices, as prescribed by regulation. (b) Prevailing Wages. Consultant shall pay prevailing wages to the extent required by Labor Code Section 1771. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages are on file at City Hall and will be made available to any interested party on request. By initiating any work under this Agreement, Consultant acknowledges receipt of a copy of the DIR determination of the prevailing rate of per diem wages, and Consultant shall post a copy of the same at each job site where work is performed under this Agreement. (c) Penalty for Failure to Pay Prevailing Wages. Consultant shall comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. The A-3 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 3 01203.0001/835260.1 Consultant shall, as a penalty to the City, forfeit $200 (two hundred dollars) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by Consultant or by any subcontractor. (d) Payroll Records. Consultant shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Consultant and each subconsultant to: keep accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776; certify and make such payroll records available for inspection as provided by Section 1776; and inform the City of the location of the records. (e) Apprentices. Consultant shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6, and 1777.7 and California Code of Regulations Title 8, Section 200 et seq. concerning the employment of apprentices on public works projects. Consultant shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Consultant shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within 60 (sixty) days after concluding work pursuant to this Agreement, Consultant and each of its subconsultants shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. (f) Eight-Hour Work Day. Consultant acknowledges that 8 (eight) hours labor constitutes a legal day's work. Consultant shall comply with and be bound by Labor Code Section 1810. (g) Penalties for Excess Hours. Consultant shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours. The Consultant shall, as a penalty to the City, forfeit $25 (twenty five dollars for each worker employed in the performance of this Agreement by the Consultant or by any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 (eight) hours in any one calendar day and 40 (forty) hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code section 1815, work performed by employees of Consultant in excess of 8 (eight) hours per day, and 40 (forty) hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than one and 1½ (one and one half) times the basic rate of pay. (h) Workers’ Compensation. California Labor Code Sections 1860 and 3700 provide that every employer will be required to secure the payment of compensation to its employees if it has employees. In accordance with the provisions of California Labor Code Section 1861, Consultant certifies as follows: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” A-4 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 4 01203.0001/835260.1 Consultant’s Authorized Initials (i) Consultant’s Responsibility for Subcontractors. For every subcontractor who will perform work under this Agreement, Consultant shall be responsible for such subcontractor's compliance with Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code, and shall make such compliance a requirement in any contract with any subcontractor for work under this Agreement. Consultant shall be required to take all actions necessary to enforce such contractual provisions and ensure subcontractor's compliance, including without limitation, conducting a review of the certified payroll records of the subcontractor on a periodic basis or upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages. Consultant shall diligently take corrective action to halt or rectify any such failure by any subcontractor. 1.5 Licenses, Permits, Fees and Assessments. Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant’s performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of City, against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.6 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (i) has thoroughly investigated and considered the scope of services to be performed, (ii) has carefully considered how the services should be performed, and (iii) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Consultant discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant’s risk until written instructions are received from the Contract Officer in the form of a Change Order. 1.7 Care of Work. The Consultant shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City’s own negligence. A-5 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 5 01203.0001/835260.1 1.8 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.9 Additional Services City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written Change Order is first given by the Contract Officer to the Consultant, incorporating therein any adjustment in (i) the Contract Sum for the actual costs of the extra work, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to 15% (fifteen percent) of the Contract Sum; or, in the time to perform of up to 90 (ninety) days, may be approved by the Contract Officer through a written Change Order. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. It is expressly understood by Consultant that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services. Consultant hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates and that Consultant shall not be entitled to additional compensation therefor. City may in its sole and absolute discretion have similar work done by other Consultants. No claims for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. If in the performance of the Services, the Contractor becomes aware of material defects in the Scope of Work, duration, or span of the Services, or the Contractor becomes aware of extenuating circumstance that will or could prevent the completion of the Services, on time or on budget, the Contractor shall inform the City’s Contract Officer of an anticipated Change Order. This proposed change order will stipulate the facts surrounding the issue, proposed solutions, proposed costs, and proposed schedule impacts. 1.10 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the “Special Requirements” attached hereto as Exhibit “B” and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit “B” and any other provisions of this Agreement, the provisions of Exhibit “B” shall govern. A-6 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 6 01203.0001/835260.1 ARTICLE 2. COMPENSATION AND METHOD OF PAYMENT. 2.1 Contract Sum. Subject to any limitations set forth in this Agreement, City agrees to pay Consultant the amounts specified in the “Schedule of Compensation” attached hereto as Exhibit “C” and incorporated herein by this reference. The total compensation, including reimbursement for actual expenses, shall not exceed $122,478.00 (One Hundred Twenty Two Thousand and Four Hundred Seventy Eight Dollars) (the “Contract Sum”), unless additional compensation is approved pursuant to Section 1.9. 2.2 Method of Compensation. (a) The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services; (iii) payment for time and materials based upon the Consultant’s rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, and (b) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. (b) A retention of 10% shall be held from each payment as a contract retention to be paid as part of the final payment upon satisfactory and timely completion of services. This retention shall not apply for on-call agreements for continuous services or for agreements for scheduled routine maintenance of City property or City facilities. 2.3 Reimbursable Expenses. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expenses, and travel expenses approved by the Contract Officer in advance, or actual subcontractor expenses of an approved subcontractor pursuant to Section 4.5, and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Consultant at all project meetings reasonably deemed necessary by the City. Coordination of the performance of the work with City is a critical component of the services. If Consultant is required to attend additional meetings to facilitate such coordination, Consultant shall not be entitled to any additional compensation for attending said meetings. 2.4 Invoices. Each month Consultant shall furnish to City an original invoice, using the City template, or in a format acceptable to the City, for all work performed and expenses incurred during the preceding month in a form approved by City’s Director of Finance. By submitting an invoice for payment under this Agreement, Consultant is certifying compliance with all provisions of the Agreement. The invoice shall detail charges for all necessary and actual expenses by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub- contractor contracts. Sub-contractor charges shall also be detailed by such categories. Consultant shall not invoice City for any duplicate services performed by more than one person. A-7 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 7 01203.0001/835260.1 City shall independently review each invoice submitted by the Consultant to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. Except as to any charges for work performed or expenses incurred by Consultant which are disputed by City, or as provided in Section 7.3, City will use its best efforts to cause Consultant to be paid within 45 (forty-five) days of receipt of Consultant’s correct and undisputed invoice; however, Consultant acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission. Review and payment by City for any invoice provided by the Consultant shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.5 Waiver. Payment to Consultant for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Consultant. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the “Schedule of Performance” attached hereto as Exhibit “D” and incorporated herein by this reference. When requested by the Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer through a Change Order, but not exceeding 60 (sixty) days cumulatively. 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Consultant shall within 10 (ten) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer’s determination shall be final and conclusive upon the parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of A-8 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 8 01203.0001/835260.1 this Agreement, however caused, Consultant’s sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding 18 months, except as otherwise provided in the Schedule of Performance (Exhibit “D”). ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Consultant. The following principals of Consultant (“Principals”) are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Doug Grove President (Name) (Title) Greg Meek Principal (Name) (Title) It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. All personnel of Consultant, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the foregoing Principals may not be replaced nor may their responsibilities be substantially reduced by Consultant without the express written approval of City. Additionally, Consultant shall utilize only the personnel included in the Proposal to perform services pursuant to this Agreement. Consultant shall make every reasonable effort to maintain the stability and continuity of Consultant’s staff and subcontractors, if any, assigned to perform the services required under this Agreement. Consultant shall notify City of any changes in Consultant’s staff and subcontractors, if any, assigned to perform the services required under this Agreement, prior to and during any such performance. City shall have the right to approve or reject any proposed replacement personnel, which approval shall not be unreasonably withheld. 4.2 Status of Consultant. Consultant shall have no authority to bind City in any manner, or to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this Agreement or is otherwise expressly conferred in writing by City. Consultant shall not at any time or in any manner represent that Consultant or A-9 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 9 01203.0001/835260.1 any of Consultant’s officers, employees, or agents are in any manner officials, officers, employees or agents of City. Neither Consultant, nor any of Consultant’s officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City’s employees. Consultant expressly waives any claim Consultant may have to any such rights. 4.3 Contract Officer. The Contract Officer shall be Andrew Berg, Recreation Program Supervisor, or such person as may be designated by the Daniel Trautner, Director of Director of Recreation and Parks. It shall be the Consultant’s responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority, if specified in writing by the City Manager, to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.4 Independent Consultant. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Consultant’s employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Consultant in its business or otherwise or a joint venturer or a member of any joint enterprise with Consultant. 4.5 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City; all subcontractors included in the Proposal are deemed approved. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more 25% (twenty five percent) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Consultant or any surety of Consultant of any liability hereunder without the express consent of City. A-10 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 10 01203.0001/835260.1 ARTICLE 5. INSURANCE AND INDEMNIFICATION 5.1 Insurance Coverages. Without limiting Consultant’s indemnification of City, and prior to commencement of any services under this Agreement, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. (a) General liability insurance. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. (b) Automobile liability insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with Services to be performed under this Agreement, including coverage for any owned, hired, non- owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. (c) Professional liability (errors & omissions) insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three (3) years after completion of the services required by this Agreement. (d) Workers’ compensation insurance. Consultant shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). (e) Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall include all of the requirements stated herein. (f) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit “B”. 5.2 General Insurance Requirements. (a) Proof of insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers’ compensation. Insurance certificates and endorsements must be A-11 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 11 01203.0001/835260.1 approved by City’s Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (b) Duration of coverage. Consultant shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the Services hereunder by Consultant, its agents, representatives, employees or subconsultants. (c) Primary/noncontributing. Coverage provided by Consultant shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non- contributory basis for the benefit of City before the City’s own insurance or self-insurance shall be called upon to protect it as a named insured. (d) City’s rights of enforcement. In the event any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain and continuously maintain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Consultant or City will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City may cancel this Agreement. (e) Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or that is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s Risk Manager. (f) Waiver of subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Consultant or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subconsultants. (g) Enforcement of contract provisions (non-estoppel). Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. (h) Requirements not limiting. Requirements of specific coverage features or limits contained in this section are not intended as a limitation on coverage, limits or other A-12 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 12 01203.0001/835260.1 requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. (i) Notice of cancellation. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with a 30 (thirty) day notice of cancellation (except for nonpayment for which a 10 (ten) day notice is required) or nonrenewal of coverage for each required coverage. (j) Additional insured status. General liability policies shall provide or be endorsed to provide that City and its officers, officials, employees, and agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. (k) Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. (l) Separation of insureds. A severability of interests provision must apply for all additional insureds ensuring that Consultant’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall not contain any cross-liability exclusions. (m) Pass through clause. Consultant agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage and endorsements required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with consultants, subcontractors, and others engaged in the project will be submitted to City for review. (n) Agency’s right to revise specifications. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant 90 (ninety) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City and Consultant may renegotiate Consultant’s compensation. (o) Self-insured retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. A-13 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 13 01203.0001/835260.1 (p) Timely notice of claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. (q) Additional insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 5.3 Indemnification. To the full extent permitted by law, Consultant agrees to indemnify, defend and hold harmless the City, its officers, employees and agents (“Indemnified Parties”) against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened (herein “claims or liabilities”) that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Consultant, its officers, employees, agents, subcontractors, or invitees, or any individual or entity for which Consultant is legally liable (“indemnitors”), or arising from Consultant’s or indemnitors’ reckless or willful misconduct, or arising from Consultant’s or indemnitors’ negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith: (a) Consultant will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys’ fees incurred in connection therewith; (b) Consultant will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Consultant hereunder; and Consultant agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Consultant for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Consultant hereunder, Consultant agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys’ fees. Consultant shall incorporate similar indemnity agreements with its subcontractors and if it fails to do so Consultant shall be fully responsible to indemnify City hereunder therefore, and failure of City to monitor compliance with these provisions shall not be a waiver hereof. This indemnification includes claims or liabilities arising from any negligent or wrongful act, error or omission, or reckless or willful misconduct of Consultant in the performance of professional A-14 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 14 01203.0001/835260.1 services hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City’s sole negligence or willful acts or omissions, but, to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City’s negligence, except that design professionals’ indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Consultant and shall survive termination of this Agreement. ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Consultant shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies or other documents relating to the disbursements charged to City and services performed hereunder (the “books and records”), as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. Any and all such documents shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. In the event of dissolution of Consultant’s business, custody of the books and records may be given to City, and access shall be provided by Consultant’s successor in interest. Notwithstanding the above, the Consultant shall fully cooperate with the City in providing access to the books and records if a public records request is made and disclosure is required by law including but not limited to the California Public Records Act. 6.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents and other materials (the “documents and materials”) prepared by Consultant, its employees, subcontractors and agents in the performance of this A-15 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 15 01203.0001/835260.1 Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Consultant will be at the City’s sole risk and without liability to Consultant, and Consultant’s guarantee and warranties shall not extend to such use, reuse or assignment. Consultant may retain copies of such documents for its own use. Consultant shall have the right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. Moreover, Consultant with respect to any documents and materials that may qualify as “works made for hire” as defined in 17 U.S.C. § 101, such documents and materials are hereby deemed “works made for hire” for the City. 6.4 Confidentiality and Release of Information. (a) All information gained or work product produced by Consultant in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Consultant. Consultant shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the Contract Officer. (b) Consultant, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Contract Officer or unless requested by the City Attorney, voluntarily provide documents, declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered “voluntary” provided Consultant gives City notice of such court order or subpoena. (c) If Consultant, or any officer, employee, agent or subcontractor of Consultant, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Consultant for any damages, costs and fees, including attorney’s fees, caused by or incurred as a result of Consultant’s conduct. (d) Consultant shall promptly notify City should Consultant, its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed there under. City retains the right, but has no obligation, to represent Consultant or be present at any deposition, hearing or similar proceeding. Consultant agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Consultant. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. A-16 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 16 01203.0001/835260.1 ARTICLE 7. ENFORCEMENT OF AGREEMENT AND TERMINATION 7.1 California Law. This Agreement shall be interpreted, construed and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Los Angeles, State of California, or any other appropriate court in such county, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in the County of Los Angeles, State of California. 7.2 Disputes; Default. In the event that Consultant is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Consultant for any work performed after the date of default. Instead, the City may give notice to Consultant of the default and the reasons for the default. The notice shall include the timeframe in which Consultant may cure the default. This timeframe is 15 (fifteen) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Consultant is in default, the City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Consultant does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. Any failure on the part of the City to give notice of the Consultant’s default shall not be deemed to result in a waiver of the City’s legal rights or any rights arising out of any provision of this Agreement. 7.3 Retention of Funds. Consultant hereby authorizes City to deduct from any amount payable to Consultant (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Consultant’s acts or omissions in performing or failing to perform Consultant’s obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Consultant, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Consultant to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other A-17 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 17 01203.0001/835260.1 provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Consultant shall not constitute a waiver of any of the provisions of this Agreement. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Notwithstanding any contrary provision herein, Consultant shall file a statutory claim pursuant to Government Code Sections 905 et seq. and 910 et seq., in order to pursue a legal action under this Agreement. 7.7 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Contract at any time, with or without cause, upon thirty (30) days’ written notice to Consultant, except that where termination is due to the fault of the Consultant, the period of notice may be such shorter time as may be determined by the Contract Officer. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event of termination without cause pursuant to this Section, the City need not provide the Consultant with the opportunity to cure pursuant to Section 7.2. 7.8 Termination for Default of Party. If termination is due to the failure of the other Party to fulfill its obligations under this Agreement: (a) City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the A-18 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 18 01203.0001/835260.1 compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. (b) Consultant may, after compliance with the provisions of Section 7.2, terminate the Agreement upon written notice to the City‘s Contract Officer. Consultant shall be entitled to payment for all work performed up to the date of termination. 7.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney’s fees. Attorney’s fees shall include attorney’s fees on any appeal, and in addition a party entitled to attorney’s fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. ARTICLE 8. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. Consultant covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Consultant’s performance of services under this Agreement. Consultant further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the Contract Officer. Consultant agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects her/his financial interest or the financial interest of any corporation, partnership or association in which (s)he is, directly or indirectly, interested, in violation of any State statute or regulation. The Consultant warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. A-19 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 19 01203.0001/835260.1 8.3 Covenant Against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry or other protected class in the performance of this Agreement. Consultant shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry or other protected class. 8.4 Unauthorized Aliens. Consultant hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C. § 1101 et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys’ fees, incurred by City. ARTICLE 9. MISCELLANEOUS PROVISIONS 9.1 Notices. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer (with her/his name and City title), City of Rancho Palos Verdes, 30940 Hawthorne Blvd., Rancho Palos Verdes, California 90275 and in the case of the Consultant, to the person(s) at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in 72 (seventy two) hours from the time of mailing if mailed as provided in this section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. A-20 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 20 01203.0001/835260.1 9.4 Integration; Amendment. This Agreement including the attachments hereto is the entire, complete and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Consultant and by the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 9.5 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.6 Warranty & Representation of Non-Collusion. No official, officer, or employee of City has any financial interest, direct or indirect, in this Agreement, nor shall any official, officer, or employee of City participate in any decision relating to this Agreement which may affect his/her financial interest or the financial interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any State or municipal statute or regulation. The determination of “financial interest” shall be consistent with State law and shall not include interests found to be “remote” or “noninterests” pursuant to Government Code Sections 1091 or 1091.5. Consultant warrants and represents that it has not paid or given, and will not pay or give, to any third party including, but not limited to, any City official, officer, or employee, any money, consideration, or other thing of value as a result or consequence of obtaining or being awarded any agreement. Consultant further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), or other conduct or collusion that would result in the payment of any money, consideration, or other thing of value to any third party including, but not limited to, any City official, officer, or employee, as a result of consequence of obtaining or being awarded any agreement. Consultant is aware of and understands that any such act(s), omission(s) or other conduct resulting in such payment of money, consideration, or other thing of value will render this Agreement void and of no force or effect. Consultant’s Authorized Initials A-21 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 21 01203.0001/835260.1 9.7 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) that entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] A-22 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 22 01203.0001/835260.1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first-above written. CITY: CITY OF RANCHO PALOS VERDES, a municipal corporation Paul Seo, Mayor ATTEST: Teresa Takaoka, City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP William Wynder, City Attorney CONSULTANT: RHA LANDSCAPE ARCHITECTS – PLANNERS INC. By: Name: Doug Grove Title: President By: Name: Greg Meek Title: Principal Address: 6840 Indiana Avenue Suite 100, Riverside, CA 92506 Two corporate officer signatures required when Consultant is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. A-23 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 01203.0001/835260.1 A-24 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 A-1 01203.0001/835260.1 EXHIBIT “A” SCOPE OF SERVICES I. This scope of services is for the design completion of the Ryan Park Playground Improvements Project (address: 30359 Hawthorne Blvd, Rancho Palos Verdes, CA 90275). Figure 1A below shows the extent of the project. Consultant will perform the following Services: A. Site assessment and analysis including evaluation of existing site characteristics and infrastructure to produce topographic survey plan and geotechnical report. These parameters should suffice for production of construction drawings. Any additional due diligence beyond site assessment and analysis should not be subject to additional cost. B. Design concepts for play elements, landscaping, and other features and planning level cost estimates and equipment recommendations for each concept. Design concepts should satisfy the minimum accessibility requirements from the parking lot to the playground and within the playground. C. Facilitation of one or more public design workshops and presentation of a summary report of findings. This includes design renderings. D. Preparation of construction plans and specifications. Construction plans must address turn a turnkey scope which, in addition to the redesign of the playground, includes addressing all applicable accessibility requirements for playground access from the accessible parking stalls and interconnected access between different playground pads. E. Consultant shall provide bid assistance and construction administration upon execution of add service agreement. A-25 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 A-2 01203.0001/835260.1 Figure 1A: Project boundaries for the Ryan Park Playground Improvements Project II. As part of the Services, Consultant will prepare and deliver the following tangible work products to the City: A. Topographic Design Survey B. Geotechnical Soils Report C. Preliminary Design Package D. Color Renderings E. Community Outreach and City Council Presentations F. Demolition Plan A-26 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 A-3 01203.0001/835260.1 G. Precise Grading Plan & Erosion Control Plan H. Construction Plan & Details I. Irrigation Plan & Details J. Planting Plan & Details K. Estimate of Costs at 60%, 90% & 100% L. Specifications & Bid Package M. Plan Revisions N. All Meeting Minutes III. In addition to the requirements of Section 6.2, during performance of the Services, Consultant will keep the City appraised of the status of performance by delivering the following status reports: IV. All work product is subject to review and acceptance by the City, and must be revised by the Consultant without additional charge to the City until found satisfactory and accepted by City. V. Consultant will utilize the following personnel to accomplish the Services: A. RHA Landscape Architects – Planners, Inc. A-27 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 A-4 01203.0001/835260.1 B. David Beckwith and Associates, Inc - Survey, Civil Engineering, Structural Engineering, Grading, and Drainage C. Converse Consultants - Geotechnical Investigation and Reporting A-28 Doug Grove Pres i dent Land sea pe Arch i tect LEE D AP David Black Project Manager Lan dscape Arch i tect Jennifer Salazar Project Manager Landscape Designe r Arielle Talley Project Captain RHA Organizational Chart Marissa Trout Office Manager Account ing Andy Emery QC & Const A d m i n Landscape Arch i tect Greg Meek Pr i ncipal Landscape Arch i tect Project Manager Landsca e Arch i tect Lauren McHugh Proj ect Manager Landscape Arch itect Andrew Lytle Project Manager Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 B-1 01203.0001/835260.1 EXHIBIT “B” SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) Added text indicated in bold italics, deleted text indicated in strikethrough. A-29 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 C-1 01203.0001/835260.1 EXHIBIT “C” SCHEDULE OF COMPENSATION I. Consultant shall perform the following tasks at the following rates: II. Within the budgeted amounts for each Task, and with the approval of the Contract Officer, funds may be shifted from one Task subbudget to another so long as the Contract Sum is not exceeded per Section 2.1, unless Additional Services are approved per Section 1.9. III. The City will compensate Consultant for the Services performed upon submission of a valid invoice. Each invoice is to include: A. Line items for all personnel describing the work performed, the number of hours worked, and the hourly rate. B. Line items for all materials and equipment properly charged to the Services. A-30 RHA Land scape Archit ects• Planners, Inc. Prin cipa l Proj ect Land sca pe Hana er Desi ner Subtota l Hours Subtotal Dollars $ Expe nses TOTAL rellmmary Design a nd Desi gn Development onstruct,on Document Preparation Pro ·ect Mana ement Demolition Plan Subtotal Hours Subtotal Dollars $ Ex e nses TOTAL Prec ise Gradi ng Plan & Eros ion Co ntro l Plan Meetin s with Cit Sta ff 4 Subtotal Hours Subtotal Dollars $ Ex e nses TOTAL TOTAL HOURS TOTAL EXPENSES TOTAL FEES TOTAL DOLLARS $200 6 6 1,200 12 4 19 3 ,800 4 7 1 ,400 32 6 ,400 $180 $150 6 16 10 2 ,880 $ 1,500 $500 $6,080 4 4 22 8 22 2 22 12 8 38 74 6 ,840 $ 11 100 $22,240 6 12 8 40 6 18 6 16 6 6 8 24 62 136 $ 11,160 $ 20,400 500 $33,460 116 220 $1,500 $ 20,880 S 33,000 $61 ,780 David Beckwith & Associates Principal $300 Project Mana er $250 3 0 Staff $1 50 4 8 PI C S225 1 30 48 5 PM $180 $ 300 $ 7,500 $ 7,200 $ 1,125 $ 720 $ $15,000 $2,695 $ $0 60 4 1 21 68 51 $ 6,300 $ 17,000 $ 7,700 $ $ $31,000 $0 22 98 99 4 $0 6,800 $ 24,500 $ 14,900 $ 1,125 s 720 $ $46,000 Conve rs e Consulta nts pp SP ss S170 $156 $9S 23 5 23 850 $ 3,588 665 $ $5,203 $0 $ $ $0 23 so 850 s 3,588 $ 865 $ $14,698 DP Lab Tes ts Hand Au&er $95 NA NA 10 $2 ,300 $4,500 $ 10 950 $ 2,300 $ 4,500 $ $2,300 $4,500 $ $ $ 10 950 $ 2,300 $ 4,500 TOTA L 660 2,640 15,000 14 ,698 2,280 165 35,278 500 35,n8 2.120 4 ,220 4 ,9 40 3,660 4 ,560 2 ,240 131 21 ,740 500 22,240 7,180 3 ,4 40 24 ,800 7,640 3 ,780 3,480 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 C-2 01203.0001/835260.1 C. Line items for all other approved reimbursable expenses claimed, with supporting documentation. D. Line items for all approved subcontractor labor, supplies, equipment, materials, and travel properly charged to the Services. IV. The total compensation for the Services shall not exceed the Contract Sum as provided in Section 2.1 of this Agreement. A-31 Docusign Envelope ID: 1E66D42A-03C2-4C63-B84E-8F5FA2C5D454 D-1 01203.0001/835260.1 EXHIBIT “D SCHEDULE OF PERFORMANCE I. Consultant shall perform all services timely in accordance with the following schedule: A. B. C. D. E. F. G. II. Consultant shall deliver the following tangible work products to the City by the following dates. A. Site Assessment and Analysis – 3-20-2026 B. Topographic Survey - 3-27-2026 C. Geotechnical Investigation and Report – 4-3-2026 D. Concept Plans, Renderings & Estimates – 5-21-2026 E. 60% PS&E – 6-18-2026 F. 90% PS&E – 7-23-2026 G. 100% PS&E – 8-27-2026 III. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. Any further extensions require City Council approval. Scope Days to Perform Deadline Date Site Assessment and Analysis 15 workdays 3-20-2026 Topographic Survey 20 workdays 3-27-2026 Geotechnical Investigation and Report 25 workdays 4-3-2026 Concept Plans, Renderings & Estimates 34 workdays 5-21-2026 60% PS&E 20 workdays 6-18-2026 90% PS&E 20 workdays 7-23-2026 100% PS&E 20 workdays 8-27-2026 A-32 6840 INDIANA AVENUE, SUITE 100, RIVERSIDE, CALIFORNIA 92506 (951) 781-1930 www.rhala,com LICENSE #2799 December 12, 2025 Cesar Rodriguez, Project Manager (Facilities) City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes, California 90275 RE: Fee Proposal for Ryan Park Playground Improvements Dear Cesar, Per our meeting on December 3, we have prepared this fee proposal for the work on the Ryan Park Playground Improvements project. Please review and let us know if you have any comments or questions. We look forward to working with you and your team on this exciting project. Cordially, RHA Landscape Architects-Planners, Inc. Doug Grove, RLA, ASLA, LEED® AP President 951-781-1930 ext 121 B-1 Ryan Park Play Area City of Rancho Palos Verdes RHA Landscape Architects-Planners, Inc. Principal Project Manager Landscape Designer Principal Project Manager Staff PIC PM PP SP SS DP Lab Tests Hand Auger $200 $180 $150 $300 $250 $150 $225 $180 $170 $156 $95 $95 NA NA Site Review & Data Collection Project Management 2 2 660$ Research / Site Analysis / Photography 8 8 2,640$ Topographic Design Survey 1 30 48 15,000$ Geotechnical Soil Testing 5 4 5 23 7 10 $2,300 $4,500 14,698$ Meetings with city staff (2)6 6 2,280$ Subtotal Hours 6 16 10 1 30 48 5 4 5 23 7 10 165 Subtotal Dollars 1,200$ 2,880$ 1,500$ 300$ 7,500$ 7,200$ 1,125$ 720$ 850$ 3,588$ 665$ 950$ 2,300$ 4,500$ 35,278$ Expenses 500$ TOTAL $2,300 $4,500 35,778$ Preliminary Design and Design Development Project Management 1 4 8 2,120$ Preliminary Design 1 4 22 4,220$ Refine Design and Prepare Final Design 1 8 22 4,940$ Prepare Color Renderings 2 22 3,660$ Present to Community and City Council (2)12 12 4,560$ Meetings with City Staff (4)4 8 2,240$ Subtotal Hours 19 38 74 - - - - - - - - - 131 Subtotal Dollars 3,800$ 6,840$ 11,100$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 21,740$ Expenses 500$ TOTAL 22,240$ Construction Document Preparation Project Management 1 6 6 8 8 4 7,180$ Demolition Plan 1 8 12 3,440$ Precise Grading Plan & Erosion Control Plan 8 8 60 41 24,800$ Construction Plan & Details 1 8 40 7,640$ Irrigation Plan & Details 6 18 3,780$ Planting Plan & Details 6 16 3,480$ Estimate of Costs at 60%, 90% & 100%6 6 1,980$ Specifications & Bid Package 6 6 5 6 4,380$ Plan Review and Revisions 8 24 5,040$ Meetings with City Staff (4)4 8 2,240$ Subtotal Hours 7 62 136 21 68 51 - - - - - - 345 Subtotal Dollars 1,400$ 11,160$ 20,400$ 6,300$ 17,000$ 7,700$ -$ -$ -$ -$ -$ -$ -$ -$ 63,960$ Expenses 500$ TOTAL 64,460$ TOTAL HOURS 32 116 220 22 98 99 5 4 5 23 7 10 641 TOTAL EXPENSES 1,500$ TOTAL FEES 6,400$ 20,880$ 33,000$ 6,600$ 24,500$ 14,900$ 1,125$ 720$ 850$ 3,588$ 665$ 950$ 2,300$ 4,500$ 120,978$ TOTAL DOLLARS 122,478$ There are no exceptions taken with the Professional Service Agreement template attached to the RFQ $61,780 $46,000 $14,698 $1,500 $0 $0 $33,460 $31,000 $0 $0 $500 $22,240 $0 $0 $0 $500 $6,080 $15,000 $2,695 $5,203 TOTAL $500 1/16/2026 RHA Landscape Architects- Planners, Inc.David Beckwith & Associates Converse Consultants B-2 Page 1 of 12 City of Rancho Palos Verdes RFQ- Ryan Park Playground Improvement August 28, 2025 City of Rancho Palos Verdes Request for Qualifications Design Services for RYAN PARK PLAYGROUND IMPROVEMENTS Recreation and Parks Department Attention: Daniel Trautner, Director of Recreation and Parks 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 Phone: (310) 544-5364| Email: danielt@rpvca.gov RFQ Release Date: August 28, 2025 Request for Clarification Deadline: September 5, 2025 RFQ Submittal Deadline: September 12, 2025 C-1 Pl Page 2 of 12 City of Rancho Palos Verdes RFQ- Ryan Park Playground Improvement August 28, 2025 Design Services for RYAN PARK PLAYGROUND IMPROVEMENTS The City is accepting Qualifications from prospective consulting firms to provide design services for a playground and related amenities and landscaping at Robert E. Ryan Community Park. All correspondence and questions regarding this RFQ should be submitted via email to: Andrew Berg, Recreation Supervisor Email: aberg@rpvca.gov Phone: (310) 544-5268 To be considered for this project, submit an electronic copy of the qualifications to the above email address by 4:30PM, on September 12, 2025 C-2 Page 3 of 12 City of Rancho Palos Verdes RFQ- Ryan Park Playground Improvement August 28, 2025 TABLE OF CONTENTS I. Introduction Page 4 II. Project Objective Page 4 III. Project Description and Background Page 5 IV. Scope of Services Page 5 V. Preliminary Project Schedule Page 8 VI. Necessary Qualifications and Submittal Requirements Page 8 VII. Submission of Qualifications Page 10 VIII. Evaluation and Selection Process Page 11 IX. Attachments Attachment A – Sample Professional Services Agreement C-3 Page 4 of 12 City of Rancho Palos Verdes RFQ- Ryan Park Playground Improvement August 28, 2025 I. INTRODUCTION The City of Rancho Palos Verdes (City) is a scenic, upscale, residential coastal community, with a population of approximately 42,000, located on the Palos Verdes Peninsula of southwestern Los Angeles County. The City is a contract city, meaning that some services are provided by contract with agencies (both public and private) and some services are delivered by the City’s own employees. City Government: Rancho Palos Verdes is a General Law City and has operated under the Council-Manager form of government since its incorporation in 1973. Policy-making and legislative authority are vested in the governing City Council, which consists of five Council Members, including the Mayor and Mayor Pro-Tem. The City is fiscally sound and functions on an annual budget cycle. The purpose of this document is to provide potential bidders with the information needed to submit qualifications for review by t he City and, if selected, enter into a Professional Service Agreement with the City. Enclosed is a blank Professional Services Agreement form for review. Bidders are advised that any work contracted under this RFQ may be funded in whole or in part with Los Angeles County funds. All terms and conditions applicable to any county funds used will be applied and enforced to ensure compliance with funding terms a nd conditions. Bidders are advised that any work contracted under this RFQ may be funded in whole or in part with Los Angeles County Measure A Funding Programs. All terms and conditions applicable to any of these special funds used will be applied and enforced to ensure compliance with funding terms and conditions. II. PROJECT OBJECTIVE The City is accepting Qualifications from prospective consulting firms to provide design services for a playground and related amenities and landscaping at Robert E. Ryan Community Park. The main objectives of the project design are as follows: 1. The playground design should maintain the nautical theme of the current and previous playgrounds. 2. The design should encourage creative, imaginative play while ensuring the playground is functional and safe. 3. The Playground should have distinct areas for different age groups. 4. The playground design should reflect the desires of the community. Local residents and stakeholders should be involved in the design process. 5. The design should incorporate the natural features of the park site. 6. The design must meet playground safety standards including but not limited to ASTM F1487 (Standard Consumer Safety Performance Specifications for Playground Equipment for Public Use) and all other relevant building codes. C-4 Page 5 of 12 City of Rancho Palos Verdes RFQ- Ryan Park Playground Improvement August 28, 2025 7. The design should ensure playground is inclusive and accessible to children with disabilities, complying with guidelines including but not limited to ADA Standards for Accessible Design, ASTM 1951 (Accessibility of Surface Systems Under and Around Playground Equipment), and universal design principles. 8. The design should identify durable, low-maintenance materials and elements that are resistant to weathering in an outdoor, coastal climate. III. PROJECT DESCRIPTION AND BACKGROUND Robert E. Ryan Community Park (Ryan Park) is the City’s oldest park, transferred from the county at the time of the City’s incorporation in 1973. Located on a hill with expansive views of the coast and ocean, the park features a small community building, athletic field and baseball diamond, basketball court, picnic areas with tables and grills, open grassy areas with many mature trees, and several playground structures. The Ryan Park playground was designed with a nautical theme and includes a variety of components for ages 2-12. The playground is popular with the community and has served as a gathering place for several generations of residents and visitors. As part of its Capital Improvement Program (CIP), the City is repairing, upgrading, and replacing park playgrounds. Improvements to playgrounds are needed to ensure they remain functional, safe and compliant with current standards. The City has identified the playground at Ryan Park as nearing the end of its useful life and in need of replacement. The existing playground structures are built into a tiered hillside and play areas are not functionally linked as a result. Design of a new playground would consider the topography of the site, linking play areas as appropriate, and ensure inclusion and accessibility. Any new playground elements at Ryan Park should also retain the nautical theme and could incorporate other themes unique to the City such as the Palos Verdes Blue Butterfly. IV. SCOPE OF SERVICES The scope of work, includes, but is not limited to : 1. Site Assessment and Analysis: a. Evaluate natural site characteristics including topography, vegetation, drainage, climate, and sun exposure b. Inventory and evaluate existing below and above-grade infrastructure including structures, walls, fences, curbs, walkways and access routes, and utilities. c. Evaluate existing uses, user behaviors, sightlines, and accessibility. C-5 Page 6 of 12 City of Rancho Palos Verdes RFQ- Ryan Park Playground Improvement August 28, 2025 d. Provide any required planning, assessments, studies, or similar work to comply with all applicable federal, state, and local statutes, regulations, requirements, and ordinances. 2. Recommendations and Estimates: a. Draft schematic layouts or conceptual drawings that incorporate innovative play elements, landscaping, and features including shade, seating, and other park amenities. Design concepts should include: i. Diverse play experiences, including sliding, climbing, swinging, sensory play, etc. ii. Integration of topography and natural play areas. iii. Accessible routes between play areas, parking, and other park amenities. b. Develop a planning-level cost estimate for each of the concepts proposed. c. Provide associated recommendations to the City based on the concepts proposed and findings of the site assessment to inform the preparation of construction documents (plans and specifications). 3. Presentation to Stakeholders: a. Facilitate one or more public design workshop meetings and provide a summary presentation of the findings. b. Revise layouts or conceptual drawings to reflect comments from public meetings and City staff. c. The City may request the selected firm to prepare and deliver a presentation to the City Council. 4. Prepare Construction Plans and Specifications a. Develop construction plans, including all necessary sheets, including but not limited to cover sheet, general notes, boundary/topographic survey, existing site plan, demolition plan, proposed site plan, plan and profile for the entire length of proposed improvement, restoration plan, utility conflict management or relocation plan, erosion control plan, stormwater pollution prevention plan, traffic control plans, staging and logistics plan, and construction details. b. Specified equipment and materials must be available through an OMNIA Partners public sector cooperative purchasing contract. c. All equipment and designs must meet applicable safety and accessibility standards. d. Plans should include all necessary details and notes pertinent to the project. e. Construction plans are to be prepared based on relevant 3D modeling software using appropriate scales, and plotted on 24”x36” (Arch D) sheets. f. All construction plan sheets shall be stamped by a licensed Professional Engineer registered in the State of California. Surveys shall be stamped by a licensed Land Surveyor registered in the State of California. g. All construction plan sheets shall include a box for City administrative approval by the Director of Recreation and Parks in the signature block. C-6 Page 7 of 12 City of Rancho Palos Verdes RFQ- Ryan Park Playground Improvement August 28, 2025 h. All construction plans shall be delivered to the City electronically in PDF format. i. Upon completion of design, native files (.dwg, models, etc.) shall be provided to the City. The selected consultant shall complete other tasks deemed necessary for the accomplishment of a complete and comprehensive outcome as described above. The successful consultant shall expand on the tasks listed above, where appropriate, and provide suggestions which might lead to efficiencies and enhanced results. Deliverables As part of the Services, Consultant will prepare and deliver the following tangible work products to the City: 1. Memorandum summarizing information collected a. Photos, measurements, existing conditions, and any site challenges or opportunities b. Compliance requirements for all applicable federal, state, and local statutes, regulations, requirements, and ordinances. c. Recommended mitigation measures to ensure compliance with the above- listed requirements. 2. Recommendations, Conceptual Plans and Estimates a. Preliminary design concepts, including 3D models, showing potential themes, play elements, and layouts for the playground, pathways, and landscape features 3. Engineering Plans, Specifications, and Estimates for Implementation of Recommendations based on City direction a. 60% Plans, Specifications and Estimates (PS&E) b. 90% PS&E and preliminary construction schedule c. Final (100%) PS&E City staff may request that check-sets or working versions of documents be submitted for ongoing routine review. City staff will review all deliverables, including preparatory or record materials for service deliverables, and provide comments. Consultant is required to revise draft deliverables to address City staffs’ comments. V. PRELIMINARY PROJECT SCHEDULE A. RFQ Scheudle The following is the anticipated schedule for the RFQ process: Request for Qualifications Released August 28, 2025 Request for Clarification due September 5, 2025 Firm Qualifications Due September 12, 2025 C-7 Page 8 of 12 City of Rancho Palos Verdes RFQ- Ryan Park Playground Improvement August 28, 2025 Firm Interviews (if necessary) Week of September 15, 2025 Anticipated Notice of Selection September 26, 2025 B. Anticipated Project Schedule Weekly Status Report Continuous 60% Plans, Specifications, and Estimates NTP + 1 Months 90% Plans, Specifications, and Estimates NTP + 2 Months Final Construction Plans, Specifications, and Estimates NTP + 3 Months Please note that this schedule is preliminary. It is included to provide the Consultant with a sense of the expected timeline for the Scope of Service and emphasize the urgent nature of the work and the City’s expectation that the Scope of Services will be completed as quickly as possible. The ideal Consultant candidate will have available resources and personnel, either in-house or under subcontract, to ensure the completion of the Scope of Services at the earliest possible time. VI. NECESSARY QUALIFICATIONS AND SUBMITTAL REQUIREMENTS 1. Only one proposal per firm will be considered. 2. The submittal should be typed and as brief as possible while adequately describing the qualifications of the firm. The final submittal shall be sent as a PDF via email to Andrew Berg, Recreation Supervisor at aberg@rpvca.gov 3. The proposing firm shall submit the following information with the package, including the same information for subcontractors, in the following format: a) Cover Letter: Provide the name, address, and phone number of the firm; the present staff (size, classification, credentials); the primary contact’s name, phone number, and email address; any qualifying statements or comments regarding the proposal; and identification of any sub-consultants and their responsibilities. Identify the firm’s type of organization (individual, partnership, corporation), including names and contact information for all officers, and proof that the organization is currently in good standing. The signed letter should also include a paragraph stating that the firm is unaware of any conflict of interest in performing the proposed work. (No more than two pages) b) Approach to Scope of Services: Re-state the Scope of Services with any additions, expansions, clarifications, or modifications that the firm proposes in order to provide the services and produce the deliverables contained in this RFQ. Describe how completing the Scope of Services will be approached and any cost-saving or value-adding strategies or innovations the firm will bring to the project. (No more than two pages) C-8 Page 9 of 12 City of Rancho Palos Verdes RFQ- Ryan Park Playground Improvement August 28, 2025 c) Organization and Staffing: Identify the person who will be the Project Manager and primary contact person responsible for the overall delivery of the project. Provide an organizational chart of the project team that clearly delineates communication and reporting relationships among the project staff and among the sub-consultants involved in the project. Identify key personnel to perform work in the various tasks and include major areas of subcontracted work. Indicate the expected contributions of each staff member in time as a percentage of the total effort. Specifically show the availability of staff to provide the necessary resource levels to meet the City’s needs. Indicate that the Project Manager and key staff will remain assigned to this project through completion of the Scope of Services. (No more than two pages) d) Staff Qualifications and Experience: Describe qualifications of the assigned staff and sub-contractors including relevant technical experience. Staff assigned to complete the Scope of Services must have p revious experience in providing the necessary services as described under the Scope of Services. A registered Professional Engineer must be the Project Manager. Description of Consultant’s experience should include: • Prior Experience: Demonstrate that the firm has significant experience providing services similar to those described under the Scope of Services. (No more than two pages) • Staff Qualifications: Provide resumes for the Project Manager and any other key staff members to be assigned to contribute to the Scope of Services, with an emphasis on similar services which they provided to other agencies. (No more than ten pages) • Reference Projects: Include at least three projects with similar scope of services performed by the project team within the past three years and indicate the specific responsibilities of each team member on the reference project. Provide contact information for each client. (No more than ten pages) e) Project Schedule: Provide a detailed critical-path-method schedule for completion of the tasks and sub-tasks required to accomplish the scope of work. Note all deliverables and interim milestones on the schedule. (No more than one 11” x 17” page) C-9 Page 10 of 12 City of Rancho Palos Verdes RFQ- Ryan Park Playground Improvement August 28, 2025 f) Quality Control Plan: Describe the quality control procedures and associated staff responsibilities which will ensure that the deliverables will meet the City’s needs. (No more than one page) g) Acceptance of Conditions: State the offering firm’s acceptance of all conditions listed in the Request for Qualifications (RFQ) document and Sample Professional Services Agreement (Attachment D). Any exceptions or suggested changes to the RFQ or Professional Services Agreement (PSA), including the suggested change, the reasons therefore and the impact it may have on cost or other considerations on the firm’s behalf must be stated in the proposal. Unless specifically noted by the firm, the City will rely on the proposal being in compliance with all aspects of the RFQ and in agreement with all provisions of the PSA. (No more than one page) VII. Submission of Qualifications A. Requests for Clarification Requests for clarification of the information contained herein shall be submitted in writing prior to 4:30 pm on September 12, 2025. Responses to any clarification question will be provided to each firm via Planet Bids. B. Confirmation Email Upon submission of proposal to the City, the proposing firm shall request an email confirmation that the proposal was received and retain the email as a record. If an email confirmation is not received, the proposing firm shall correspond with the City until a confirmation is received. VIII. EVALUATIONS AND SELECTION PROCESS 1. Proposals Will be Evaluated Based on the Following Criteria: a) Approach to Scope of Services (25%) • Understanding of the Scope of Services as demonstrated by the thoroughness of the proposal, introduction of cost-saving or value-adding strategies or innovations (including those applying to overall project schedule), and an overall approach most likely to result in the desired outcome for the City. b) Proposal Schedule (20%) • Ability to complete the work in the shortest schedule possible (excluding time for review and community meetings). c) Staff Qualifications and Experience (30%) C-10 Page 11 of 12 City of Rancho Palos Verdes RFQ- Ryan Park Playground Improvement August 28, 2025 • Relevance of experience of the proposing firm (to provide support resources to the project team) • Relevance of experience and strength of qualifications of the Project Manager • Relevance of experience and strength of qualifications of the key personnel performing the work • Relevance of referenced projects and client review of performance during those projects d) Organization and Staffing (15%) • Availability of key staff to perform the services throughout the duration of the project • Assignment of appropriate staff in the right numbers to perform the Scope of Services • Appropriate communication and reporting relationships to meet the City’s needs e) Quality Control (10%) • Adequate immediate supervision and review of staff performing the work as well as appropriate independent peer review of the work by qualified technical staff not otherwise involved in the project. 2. Selection Process An evaluation panel will review all statements of qualifications submitted and select the top firms. These top firms may then be invited to make a (virtual) presentation to the evaluation panel, at no costs to the City. The panel will select the firm, if any, which best fulfills the City’s requirements. The City will then further refine the scope and schedule with that firm and request a not to exceed proposal. The City will negotiate the fee with that firm. The City reserves the right to negotiate special requirements and proposed service levels using the selected proposal as a basis. If the City is unable to negotiate an agreeable fee for services with top firm, the City will negotiate with the next firm chosen among the top firms. 3. Award Notification The City will notify all proposers in writing of the outcome of the selection process and intent to award. This RFQ does not commit the City to award an agreement, nor pay any costs incurred in the preparation and submission of the proposal in anticipation of an agreement. The City reserves the right to reject any or all submittals, or any part thereof, to waive any formalities or informalities, and to award the agreement to the proposer deemed to be in the best interest of the City and the Department. 4. Award of Agreement The selected firm shall be required to enter into a written agreement (see sample City agreement in Attachment A) with the City, in a form approved by the City C-11 Page 12 of 12 City of Rancho Palos Verdes RFQ- Ryan Park Playground Improvement August 28, 2025 Attorney, to perform the Scope of Services. This RFQ and the proposal, or any part thereof, may be incorporated into and made a part of the final agreement; however, the City reserves the right to further negotiate the terms and conditions of the agreement with the selected consultant. The agreement will, in any event, include a maximum "fixed cost" to the City. C-12 8400 Series Pr 224 (Measure A -LAC -RPOSO) 330 (CIP Fund) ESTIMATED SCHEDULE FY 2025-26 through 2029-30 Capital Improvement Program ace & Recreation Facilities Pro'ects This project intends to repair, upgrade, or replace playground components at the following city parks: The scope of work may include landing platforms, bridges, guardrails and barriers, playground hardware, playground signage, loose fill surfacing, unitary surfacing, and playground-adajcent items such as retaining walls, fencing, walkways, curbs, turf, and irrigation. TCOST EST ATES 4/17/2025 FY25/26 FY26/27 FY27/28 FY28/29 FY29/30 Overall $ $ $ $ $-$ $ $ $ $ $-$ $ 30,000 $ 20,000 TBD TBD TBD TBD $ 15,000 $ 10,000 TBD TBD TBD TBD $ 285,000 $ 175,000 TBD TBD TBD TBD $ 15,000 $ 10,000 TBD TBD TBD TBD $ 55,00 35,000 T D T BD 35, 90 0 ,00 2 0,0 0 T D T T D FUNDING Committed as of Future 4/17/2025 FY25/26 FY26/27 FY27/28 FY28/29 FY29/30 Fiscal Years $-$ 400,000 $ 250,000 $-$-$-$ $ 35,390 $ -$-$-$-$-$ $-$-$-$-$-$-$ $-$-$-$-$-$-$ $-$-$-$-$-$-$ $ 35,390 $ 400,000 $ 250,000 TBD TBD TBD TBD Estimated annual o eratin / maintenance cost TBD Engineering and Construction for Ryan Park (Phase 1) in Fiscal Year 2025-26 Engineering and Construction for Ryan Park (Phase 2) in Fiscal Year 2026-27 Playground improvements at other parks TBD Project Location Map Background and Justification Improvements to playground areas are needed to ensure that they remain compliant with current playground regulations. Playground areas to be repaired, upgraded, or replaced are typically identified by a facilities assessment conducted by a specialized consultant and further supported by City staff's regular inspections. Where recommended, playground improvements may be replaced completely. D-1 - - - - - PROJEC IM 0 $ B 8D T TBD $ 5 0 B BO B TBD PARTIES TO AGREEMENT RPOSD: GRANTEE: Los Angeles County Regional Park and Open Space District 1000 South Fremont Avenue, Unit #40 Building A-9 East, Ground Floor Alhambra, CA 91803 City of Rancho Palos Verdes 30940 Hawthorne Boulevard Rancho Palos Verdes, CA 90275 This Annual Allocation Grant Agreement ("Agreement") is made and entered into by and between the City of Rancho Palos Verdes (“Grantee”) and the Los Angeles County Regional Park and Open Space District (“RPOSD”). Grantee agrees to complete Annual Allocation projects as described in any Notice to Proceed (“NTP”), a subordinate agreement executed wholly within and subject to the provisions of this Agreement, approved by RPOSD, acting through the Director of the County of Los Angeles Department of Parks and Recreation, and pursuant to Measure A. RECITALS WHEREAS, RPOSD, acting through the Director of the County of Los Angeles Department of Parks and Recreation and Measure A, is authorized by the County of Los Angeles Board of Supervisors, acting in its capacity as the governing body of the RPOSD, to implement Measure A and administer Measure A grants; WHEREAS, Grantee is a public entity eligible for Annual Allocation awards; and WHEREAS, this Agreement is authorized by Measure A; THEREFORE, in consideration of the mutual covenants, promises, and representations herein, RPOSD and Grantee agree as follows: Definitions Annual Allocations: Annual grant funds allocated pursuant to Section 5, subdivision (b) of Measure A. Board of RPOSD: The County of Los Angeles Board of Supervisors acting in its capacity as the governing body of the RPOSD. E-1 Good Standing: Good Standing is when an agency or organization is in compliance with all requirements stated in the guidelines, policies, and procedures of RPOSD for both Proposition A and Measure A. Good Standing is required of Grantees in order for payment requests to be processed and to receive or apply for any grant funds from RPOSD. Grants Administration Manual (GAM): The document that details the policies and procedures for administering grants awarded by RPOSD. From time to time, it shall be amended or changed by RPOSD as described in this agreement. Grants Management System (GMS): The online Grants Management System used by RPOSD to track Measure A grant-funded projects. Measure A: The Safe, Clean Neighborhood Parks, Open Space, Beaches, Rivers Protection, and Water Conservation Measure to levy a special tax and issuing bonds approved by voters on November 8, 2016. Notice to Proceed (NTP): A subordinate agreement executed wholly within and subject to the provisions of this Agreement, for the performance of deliverables as described in the Notice to Proceed (Attachment A). Upon issuance by RPOSD, the NTP confirms approval of an identified project and a specified grant amount and authorizes Grantee to commence performance of said project. The NTP shall include the specifics of the approved project, such as the scope of work, funding award, and performance period for the project. NTP Performance Period: The timeframe within which Grantee is to complete a project as detailed in each Work Plan. Project costs must be incurred within the NTP Performance Period for each project to be eligible for reimbursement. Project: Acquisition, development, planning and design/or innovation projects utilizing Annual Allocation funding, and as set forth in an executed NTP. Scope of Work: Grantee’s written description of tasks and deliverables for a project, as set forth in the Work Plan. Work Plan: A plan that details the proposed elements of a project: scope of work, deliverables, timeline, budget, land tenure, perpetuity plan, community engagement plan, funding acknowledgement, and attachments (as needed). E-2 TERMS AND CONDITIONS Article 1: Conditions A. This Agreement applies to all grant funds allocated to Grantee for projects which Grantee has applied for, and which have been approved by RPOSD, as evidenced by the issuance of an NTP. B. The Work Plan and its required attachments, and any subsequent changes or additions approved by RPOSD, are hereby incorporated in this Agreement as though set forth in full. C. The GAM, and any subsequent changes or additions thereto, and the Measure A Resolution are also hereby incorporated in this Agreement as though set forth in full. D. As per the approved NTP(s), RPOSD grants the Grantee a sum of money not to exceed the budget amount, in consideration and on the condition that the sum be solely expended for the purposes set forth in the NTP Scope of Work for the approved Work Plan and under the terms and conditions set forth in this Agreement. E. Grantee acknowledges that it may be required to furnish any additional funds necessary to complete the project approved in the NTP. F. Any non-recreational use of the project area must be preapproved in writing by RPOSD, and if approved, Grantee agrees that any gross income earned from such non- recreational uses of the project shall be used for recreation development, additional acquisition, operation or maintenance at the project site, unless RPOSD approves otherwise in writing. G. Grantee agrees that any gross income that accrues to a grant-assisted development project authorized by the NTP during and/or as part of the construction, from sources other than the intended recreational uses, also shall be used for further development of that particular project described in the NTP, unless RPOSD approves otherwise in writing. Article 2: Term of Agreement This Agreement is effective upon the date it is fully executed by the Grantee and Director of RPOSD or their designees (“Effective Date”) and will remain in effect in perpetuity unless terminated by RPOSD upon written notice. Article 3: Counterparts and Electronic Signatures A. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original but all of which together shall constitute one and the same Agreement. The email or electronic signature of the parties shall be deemed to E-3 constitute original signatures, and electronic copies hereof shall be deemed to constitute duplicate originals. B. RPOSD and Grantee hereby agree to regard electronic representations of original signatures of authorized officers of each party, when appearing in appropriate places on the Amendments and received via communications facilities (email or electronic signature), as legally sufficient evidence that such legally binding signatures have been affixed to Amendments to this Agreement. Article 4: Grant Funds Grantee will not be entitled to any payment by RPOSD under this Agreement except pursuant to an authorized NTP for each project. Grant funds will be disbursed and used solely by the Grantee in accordance with the Work Plan defined in the NTP for each project, subject to the provisions of this Agreement. Grantee may not combine or carryover funds remaining in one project to another. Grantee understands that grant funds are not a gift and agrees that RPOSD is granting funds for Grantee to complete the work authorized in each NTP. Article 5: Expenditure of Grant Funds and Allocation of Funds Between Budget Items Grantee shall expend grant funds consistent with the approved NTP, which incorporates by reference the Work Plan. Any revisions to the budget that attempts to shift funds from approved budget items into a different category must be identified in a revised Work Plan within the GMS and approved in advance by RPOSD. RPOSD may withhold payment for items which exceed the amount allocated in the Work Plan which have not received the approval required herein. Any RPOSD approved increase in the funding for any budgeted item may result in a corresponding decrease in the funding for one or more other budgeted items. Article 6: Project Costs and Reimbursements RPOSD shall reimburse to Grantee, in accordance with the authorized NTP’s budget, a total amount not to exceed the amount of the NTP, as follows: A. RPOSD shall reimburse funds for eligible costs incurred to date, up to 90% of the grant amount specified in the NTP, upon the Grantee’s satisfactory progress and upon submission of an electronic claim form(s), which shall be submitted no more frequently than every 45 days. RPOSD shall disburse the final 10% upon the Grantee’s satisfactory completion of the project, submission of required documentation, and approval by RPOSD. Project costs must be incurred within the NTP Performance Period to be eligible for reimbursement. B. Grantee shall request reimbursements by submitting a claim to RPOSD through the GMS and complete all forms and requirements of the claim process. RPOSD will only E-4 reimburse for actual costs incurred and verified. The form shall also indicate cumulative expenditures to date and expenditures during the reporting period. C. Claim for reimbursement must be signed by Grantee’s authorized representative. Each claim form shall be accompanied by: 1. All receipts and any other source documents for direct expenditures and costs that Grantee seeks reimbursement for. 2. Invoices from vendor(s) that Grantee engaged to complete any portion of the work funded under this Agreement and proof of payment (credit card statement, cleared checks) and any other source documents for costs incurred and expenditures by any such vendor(s), unless RPOSD makes a specific exemption in writing. D. RPOSD, in its sole discretion, may deny reimbursement requests that do not comply with reimbursement requirements or lack sufficient documentation. Article 7: Indirect Overhead Costs Grantee may request reimbursement of its indirect overhead costs in accordance with the GAM. Article 8: Project Completion Grantee shall complete the project by the Performance Period identified in the approved NTP. Upon completion of a project, Grantee shall provide RPOSD with evidence of completion by submitting: 1. All deliverables specified in the Work Plan, each in a format(s) approved by RPOSD (for example, paper, digital, photographic); 2. Electronic submission of the final claim; 3. All required documentation as required by RPOSD. E-5 Article 9: Deed Restriction Grantee shall cause to be recorded on the title of any real property acquired and/or developed with funds from the Measure, a deed restriction requiring compliance with the Measure A resolution, in perpetuity consistent with the applicable provisions in the GAM. Article 10: Funding Acknowledgement Grantee is required to acknowledge RPOSD’s financial assistance for each project that has been awarded funding consistent with the conditions set forth in the GAM, which may include, without limitation: (1) printed and promotional materials, (2) social media, and (3) project signage. Article 11: Severability If any provision of this Agreement is found or deemed by a court of competent jurisdiction to be invalid or unenforceable, it shall be considered severable from the remainder of the Agreement and shall not cause the remainder to be invalid or unenforceable. Article 12: Change of Use/Disposal To use the property only for the purposes of Measure A and to make no other use, sale, or disposition of the property, except as described in Paragraph (A). (A) If the use of the property acquired through grants pursuant to this resolution is changed to one other than a use permitted under the category from which the funds were provided, or the property is sold or otherwise disposed of, an amount equal to the (1) amount of the grant, (2) the fair market value of the real property, or (3) the proceeds from the portion of such property acquired, developed, improved, rehabilitated or restored with the grant, whichever is greater, shall be used by the recipient for a purpose authorized in that category or shall be reimbursed to the Parks Fund and shall be available for a use authorized in that category. If the property sold or otherwise disposed of is less than the entire interest in the property originally acquired, developed, improved, rehabilitated or restored with the grant, an amount equal to the proceeds or the fair market value of the property interest sold or otherwise disposed of, whichever is greater, shall be used by the Grantee for a purpose authorized in that category or shall be reimbursed to the Parks Fund and be available for a use authorized in that category. Nothing in this Section shall limit a Public Agency from transferring property acquired pursuant to this order to the National Park Service or the State Park System, with or without consideration. E-6 In either instance, Grantee must provide documentation to RPOSD detailing the benefits that the disposal or partial disposal of property will provide to the residents of Los Angeles County, consistent with Measure A. Article 13: Community Outreach and Engagement Grantee must conduct community outreach and engagement that meet the minimum requirements, as defined in the GAM, with the intent to ensure that communities throughout Los Angeles County are aware of and can help determine spending priorities for their projects, and to facilitate a transparent process by which agencies report use of Measure A funds. Article 14: Indemnification and Hold Harmless Grantee shall indemnify, defend and hold RPOSD, its officers, and employees harmless from and against any and all liability to any third party for or from loss, damage or injury to persons or property in any manner arising out of, or incident to, the performance of this Contract or the planning, arranging, implementing, sponsoring or conducting of the Project or any other operation, or activity by the Grantee; and from all costs and expenses, including attorney’s fees, in any action or liability arising under this Contract or the planning, arranging, implementing, sponsoring or conducting of the Project or any other operation, or activity by the Grantee. RPOSD shall have no liability for any debts, liabilities, deficits, or cost overruns of the Grantee. Grantee and RPOSD agree that the liability of the RPOSD hereunder shall be limited to the payment of the grant monies pursuant to the terms and conditions of this Agreement and the GAM. Any contracts entered into, or other obligations or liabilities incurred by, Grantee in connection with the Project or otherwise relating to this Agreement shall be the sole responsibility of Grantee, and RPOSD shall have no obligation or liability whatsoever thereunder or with respect thereto. Article 15: Performance and Development A. Grantee agrees to promptly submit any reports or documentation that RPOSD may request. B. If the project described in the approved NTP includes development, Grantee shall ensure that projects adhere to environmental and sustainability efforts consistent with the Safe, Clean Neighborhood Parks, Healthy Communities and Urban Greening Program; Natural Lands, Open Spaces and Local Beaches, Water Conservation and Watershed Protection Program; Regional Recreation Facilities, Multi-Use Trails and Accessibility Program. Examples including but are not limited to: sustainability, cost- saving energy efficiency, weatherization, stormwater capture, water efficiency, including irrigation efficiency, use of reclaimed water or stormwater, and use of climate and site appropriate native California tree and plant materials. E-7 C. If the project described in the approved NTP includes acquisition of real property, Grantee agrees to furnish RPOSD with evidence of title, such as preliminary title reports. RPOSD, at its sole discretion, shall determine whether the evidence is acceptable under this Agreement. Grantee agrees in negotiated purchases to correct, prior to or at the close of escrow, any defects of title that in the opinion of RPOSD might interfere with the operation of the Project. In condemnation actions, such title defects must be eliminated by the final judgment. Article 16: Amendments As provided herein, no amendment (including without limitation, deletions) of any of the terms or conditions of the Agreement will be effective unless provided in writing signed by all parties. It is the responsibility of Grantee to ensure that any person who signs an amendment on its behalf is duly authorized to do so. Article 17: Compliance with Laws Grantee shall at all times comply with all applicable federal, state and local laws, statutes, rules, regulations, ordinances, directives, guidelines, and policies and procedures. Article 18: Governing Law, Jurisdiction, and Venue This Agreement will be governed by, and construed in accordance with, the laws of the State of California. Grantee agrees and consents to the exclusive jurisdiction of the courts of the State of California for all purposes regarding this Agreement and further agrees and consents that venue of any action brought hereunder will be exclusively in the County of Los Angeles. Article 19: Notices All notices permitted or required to be given under this Agreement shall be in writing by mail with an email copy to info@rposd.lacounty.gov. Article 20: Audits, Accounting, Records A. Grantee agrees to maintain accurate and complete financial records of its activities and operations relating to this Agreement and for each executed NTP in accordance with generally accepted accounting principles. B. Grantee also agrees to retain such financial accounts, documents and records for a minimum of five (5) years following completion of each project. C. Grantee and RPOSD agree that during regular office hours, RPOSD or its duly authorized representatives shall have the right to inspect and make copies of any books, records or reports of the other party pertaining to this Agreement or matters E-8 related thereto. Grantee agrees to maintain, and make available for RPOSD inspection, accurate records of all its costs, reimbursements and receipts with respect to its activities under this Agreement. At any time during the term of this Agreement or at any time within five years after termination of this Agreement, authorized representatives of RPOSD may conduct an audit of Grantee for the purpose of verifying appropriateness and validity of expenditures that Grantee has submitted to RPOSD for reimbursement under the terms of this Agreement. D. Grantee, within thirty (30) days of notification that an audit has resulted in the exception of expenditures, may dispute the audit findings in writing to RPOSD and provide RPOSD with records and/or documentation to support the expenditure claims. RPOSD shall review this documentation and make a final determination as to the validity of the expenditures. E. If Grantee has received all grant monies prior to the audit, or if remaining grant monies are insufficient, and if said audit reveals expenditures that cannot be verified or that were paid in violation of the terms of this Agreement, Measure A or the GAM, Grantee shall pay RPOSD an amount equal to these expenditures within sixty (60) days after receiving written notification of the expenditures disallowed and the reason for the disallowance. Article 21: Computer Software Grantee certifies that it has instituted and will employ systems and controls appropriate to ensure that, in the performance of this Agreement, RPOSD funds will not be used for the acquisition, operation or maintenance of computer software in violation of copyright laws. Article 22: Nondiscrimination Grantee shall not discriminate against any person on the basis of race, color, sex, sexual orientation, age, religious belief, national origin, marital status, physical or mental handicap, medical condition, or place of residence in the use of any property or facility acquired or developed pursuant to this Agreement. Article 23: Independent Capacity This Agreement is by and between RPOSD and Grantee and is not intended to create the relationship of agent, servant, employee, partnership, joint venture, or association, as between RPOSD and Grantee. The employees and agents of one party must not be, or be construed to be, the employees or agents of the other party for any purpose whatsoever. Article 24: Assignment E-9 Grantee shall not assign, exchange, transfer, or delegate its rights or duties under this Agreement, whether in whole or in part, without the prior written consent of RPOSD, in its discretion. Article 25: Good Standing Good Standing is required of Grantees to receive any grant funds and processing of claims from RPOSD. Article 26: Timeliness Time is of the essence in this Agreement. Article 27: Publicity of Project Information Grantee shall give RPOSD the right and opportunity to use information gained from a project described in the approved NTP. A. Grantee agrees to utilize best efforts to provide a minimum of 30 days’ notice of the project grand openings, inauguration, dedications, significance, and completion to RPOSD staff and to the County Supervisor’s Office in which the project described in a work plan is located, as well as to other appropriate public officials. B. Grantee shall provide quality digital photographs of the pre-construction site and completed project described in the work plan to RPOSD. If unable to provide digital photographs (collectively, “Photographs”) then Grantee shall provide quality printed Photographs of the completed project described in the work plan. Article 28: Authorization Warranty Grantee represents and warrants that the person executing this Agreement on behalf of Grantee is an authorized agent who has actual authority to bind Grantee to each and every term, and condition, and obligation of this Agreement and that all requirements of the Grantee have been fulfilled to provide such actual authority. Article 29: Conflict of Interest A. No RPOSD employee whose position with RPOSD enables such employee to influence the award of this Agreement or any subsequent NTP, and no spouse or economic E-10 dependent of such employee, shall be employed in any capacity by Grantee or have any other direct or indirect financial interest in this Agreement. No officer or employee of Grantee who may financially benefit from the performance of work hereunder shall in any way participate in RPOSD's approval, or ongoing evaluation, of such work, or in any way attempt to unlawfully influence RPOSD's approval or ongoing evaluation of such work. B. Grantee shall comply with all conflict of interest laws, ordinances, and regulations now in effect, or hereafter to be enacted, during the term of this Agreement. Grantee warrants that it is not now aware of any facts that create a conflict of interest. If Grantee hereafter becomes aware of any facts that might reasonably be expected to create a conflict of interest, it shall immediately make full written disclosure of such facts to RPOSD. Full written disclosure shall include, but is not limited to, identification of all persons implicated and a complete description of all relevant circumstances. Failure to comply with the provisions of this Article 30 shall be a material breach of this Agreement. Article 30: Validity If any provision of this Agreement or the application thereof to any person or circumstance is held invalid, the remainder of this Agreement and the application of such provision to other persons or circumstances shall not be affected thereby. Article 31: Waiver No waiver by RPOSD of any breach of any provision of this Agreement shall constitute a waiver of any other breach or of such provision. Failure of RPOSD to enforce at any time, or from time to time, any provision of this Agreement shall not be construed as a waiver thereof. The rights and remedies set forth in this Article shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Agreement. Article 32: Long Term Obligations A. With the written consent of RPOSD, Grantee may transfer property acquired with funds granted under this Agreement to another public agency; to a nonprofit organization authorized to acquire real property for park, wildlife, recreation, community, open space, or gang prevention and intervention purposes; or to the California Department of Parks and Recreation, National Park Service, or the US Forest Service, at de minimis cost, provided that approval by RPOSD is obtained prior to the change and any such successor to the recipient assumes the obligations imposed under the Measure and to accept assignment of this Agreement. Under these conditions, Grantee shall not be required to reimburse RPOSD. Any such transfer must require the nonprofit or public entity acquiring the property to enter into a written contract with RPOSD and agree to comply with the terms of Measure A and this Agreement. E-11 B. Grantee agrees to provide for reasonable public access to lands acquired in fee with grant monies, including the provision of parking and public restrooms, except when that access may interfere with resource protection. C. All facilities shall be open to members of the public generally, as noted in the GAM. Grantee agrees that property and facilities acquired or developed with Measure A funds as per this Agreement shall be available for inspection upon RPOSD’s request, in perpetuity. D. Grantee agrees to maintain and operate in perpetuity the property acquired, developed, rehabilitated or restored with grant monies, subject to the provisions of Measure A and this Agreement. E. Grantee agrees to take all reasonable measures to actively oppose, at its sole expense, any proposal or attempt to act upon, exercise, or assert claims as to reserved rights to the grant funded property that are contrary to the purposes of Measure A, GAM and/ or this Agreement, including but not limited to oil, gas, and other hydrocarbon substances; minerals; water; and/or riparian resources. The above notwithstanding, Grantee has no obligation hereunder to initiate litigation challenging any project or proposal based on a reserved right lawfully recorded against the grant funded property in real property records maintained by the Los Angeles County Recorder’s Office. Article 33: Breach A. Grantee agrees that compliance with the terms of this Agreement will have significant benefits to Los Angeles County and its constituents. Because such benefits exceed the amount of funds furnished under these provisions, Grantee agrees that any breach would result in incalculable loss, and therefore, any payment by the Grantee to RPOSD of an amount equal to the amount of the funds would be inadequate compensation. In the event that Grantee breaches any of the terms, covenants, representations, or conditions of this Agreement, RPOSD may elect to enforce any and all remedies available at law or in equity, including without limitation, any of the following: 1. Prior to reimbursement of funds: a. Withdrawal of an approved NTP; 2. After payment (partial or full) of a specific project approved through an NTP: a. Seek specific performance of Grantee’s obligations under this Agreement; b. Receive reimbursement of grant funds awarded under the NTP. B. If RPOSD brings an action to enforce the terms of this Agreement, Grantee shall be responsible to pay RPOSD’s attorney’s fees and costs, including expert witness costs, if RPOSD prevails in said action. E-12 C. The foregoing remedies are cumulative and may be exercised independently or in combination and are not exclusive to one another or to any other remedies available at law or in equity. In the event RPOSD must pursue any remedy hereunder and is the substantially prevailing party, RPOSD shall be awarded its costs and reasonable legal fees, including costs of collection. Article 34: NTP Termination RPOSD may withdraw, in whole or in part, an NTP and/or terminate this Agreement, and/or seek a refund of payments already made if RPOSD determines in its discretion that: 1. Facts have arisen, or situations have occurred, that fundamentally alter the expectations of the parties or make the purposes for an NTP or grant funds approved as contemplated infeasible or impractical; 2. Any material modifications in the scope or nature of a project have occurred from that which was presented in the NTP and such material modifications have not received the prior written approval of RPOSD; 3. Any statement or representation made by Grantee in the NTP, the grant status update report, and back up documents, or is otherwise untrue, inaccurate or incomplete in any material respect; 4. The results of RPOSD’s review of the grant status update report are not acceptable to RPOSD; 5. The project described in the NTP will not or cannot be completed by the NTP Performance Period or any extensions granted thereto or delays in the implementation of the project have occurred which, in RPOSD’s judgment, make the project impracticable; 6. Title to or encumbrances against the property are or become such that the Grantee is unable to complete the project described in the NTP and/or the property becomes unavailable for public use. Article 35: Regulatory Requirements A. Grantee will not enter into any contract, agreement, lease or similar arrangement, or agree to any amendment or modification to an existing contract, agreement, lease or similar arrangement, that in RPOSD’s opinion, violates federal regulations restricting the use of funds from tax-exempt bonds. Any proposed operating contracts, leases, concession contracts, management contracts or similar arrangements with non- governmental entities that restrict the public use of the project site for (30) thirty consecutive days or more, must be reviewed by RPOSD prior to awarding as they relate to the project or project site in perpetuity. Any such contracts in existence must be disclosed prior to construction. E-13 B. Grantee (or its representative) shall comply as lead agency with the California Environmental Quality Act (CEQA), Public Resources Code, Section 21000, et. seq. CEQA documents must be recorded with and stamped by the Los Angeles County Registrar Recorder. Grantee shall add RPOSD to the notification list for CEQA requirements as stated in the GAM. C. Grantee and RPOSD will conform to the requirements of Government Code Section 7920.000, et seq. in making all documents relating to this Agreement, the grant obtained and all other related matters available for public review during regular business hours. If an NTP involves acquisition of property, however, both RPOSD and Grantee may withhold from public review any and all documents exempted under Section 7928.705, prior to completion of said acquisition. D. If RPOSD is required to defend an action on a Public Records Act request for any of the contents of a Grantee’s submission under the terms and conditions of the Agreement, Grantee agrees to defend and indemnify RPOSD from all costs and expenses, including attorneys’ fees, in any action or liability arising under, or related to, the Public Records Act. E. In order to maintain the exclusion from gross income for federal income tax purposes of the interest on any bonds, notes or other evidences of indebtedness issued for the purpose of providing the grant monies made available in this Agreement, Grantee covenants to comply with each applicable requirement of Section 103 and Sections 141 through 150, inclusive, of the Internal Revenue Code of 1986, as amended. In furtherance of the foregoing covenant, Grantee hereby agrees that it will not, without the prior written consent of RPOSD, (a) permit the use of any portion of the project(s) by any private person or entity, other than on such terms as may apply to the public generally; or (b) enter into any contract for the management or operation of the project or any portion thereof, except with a governmental agency or a nonprofit corporation that is exempt from federal income taxation pursuant to Section 501(c)(3) of the Internal Revenue Code. F. Grantee and each County lobbyist or County lobbying firm, as defined in Los Angeles County Code Section 2.160.010, retained by the Grantee, shall fully comply with the County Lobbyist Ordinance, Los Angeles County Code Chapter 2.160. Failure on the part of Grantee or any County lobbyist or County lobbying firm to fully comply with the County Lobbyist Ordinance shall constitute a material breach of this Agreement, upon which RPOSD may terminate or suspend this Agreement. E-14 IN WITNESS WHEREOF, Grantee and RPOSD have caused this Agreement to be executed by their duly authorized representatives as of the latter day, month and year written below. GRANTEE: By: ________________________________ Signature of Authorized Representative Name: ______________________________ Title: _______________________________ Date: _______________________________ LOS ANGELES COUNTY REGIONAL PARK AND OPEN SPACE DISTRICT: By: ______________________________ Director / Administrator Date: ____________________________ Agreement No. A64 E-15 Date Grantee Information NOTICE TO PROCEED REGIONAL PARK AND OPEN SPACE DISTRICT (RPOSD) AGREEMENT NO. (ENTER NUMBER) NTP NO. (ENTER NUMBER) STUDY AREA NO. (ENTER NUMBER) (ENTER NAME OF ANNUAL ALLOCATIONS PROJECT) This Notice to Proceed (“NTP”), a subordinate agreement executed wholly within and subject to the provisions of Agreement No. _________(Enter Number), dated (Enter Date) ("Agreement”), confirms approval of your Annual Allocations Project, as described in your Work Plan dated (Enter Date), for the project described as (Enter Project) (“Project”). 1. Scope of Work 2. NTP Performance Period This Project shall be completed by the NTP Performance Period (Enter Date). 3. Grant Amount The total maximum amount RPOSD will reimburse Grantee for this Project is (Enter Amount), including related reimbursable expenses as specified. Any items where cost estimates exceed the approved budget, require prior written authorization from RPOSD. 4. Reimbursement a. Grantee must complete all required deliverables identified in the attached Work Plan. b. The total reimbursement from RPOSD for all deliverables may not exceed Grant Amount, identified in the Grant Amount. c. Ensure NTP NO. (Enter Number) appears on invoices submitted to RPOSD for purposes of reimbursement. E-16 All terms of the Agreement which authorize this NTP, will remain in full force and effect. The terms of the Agreement will govern and take precedence over any conflicting terms or conditions in this NTP. This NTP must be in compliance with the terms and conditions of the Agreement to be valid or binding. At Grantee’s written request, this NTP may be amended subject to RPOSD’s sole discretion and prior approval. Amendments are to be limited to modifications of the Performance Period, Scope of Work, or Grant Amount. APPROVED BY: _______________________________ RPOSD Representative Date: ____________________________ E-17 F-1 I I I RESOLUTION NO. 2025-14 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO PALOS VERDES, CALIFORNIA APPROVING THE BLANKET AUTHORITY TO FILE APPLICATIONS FOR GRANT FUNDS FROM THE LOS ANGELES COUNTY REGIONAL PARK AND OPEN SPACE DISTRICT FOR MEASURE A FUNDING FOR PROJECTS AND PROGRAMS WHEREAS, the voters of the County of Los Angeles on November 8, 2016, approved the Safe, Clean Neighborhood Parks, Open Space Beaches, Rivers Protection, and Water Conservation Measure (Measure A); and WHEREAS, Measure A also designated the Los Angeles County Regional Park and Open Space District (the District) to administer said funds; and WHEREAS, the District has set forth the necessary policies and procedures governing the application for grant funds under Measure A; and WHEREAS, The District's policies and procedures require the governing body of the City of Rancho Palos Verdes to approve of the filing of an application before submission of said application to the District; and WHEREAS, said application contains assurances that the City of Rancho Palos Verdes must comply with; and WHEREAS, the City of Rancho Palos Verdes will enter into Agreement(s) with the District to provide funds for acquisition projects, development projects, and/or programs. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RANCHO PALOS VERDES DOES HEREBY FIND, DETERMINE AND RESOLVE AS FOLLOWS: SECTION 1. Approves the blanket authority to file applications with the Los Angeles County Regional Park and Open Space District for Measure A Funds for projects or programs; and SECTION 2. Certifies that the City of Rancho Palos Verdes understands the assurances and will comply with the assurances in the application form; and SECTION 3. Appoints the City Manager, or designee, to conduct all negotiations, and to execute and submit all documents including, but not limited to, applications, Resolution No. 2025-14 Page 1 of 2 F-2 agreements, amendments, deed restrictions, payment requests and so forth, which may 1 be necessary for the completion of projects or programs. I PASSED, APPROVED and ADOPTED this 4th day of March, 2025. Mayor Attest: STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) ss CITY OF RANCHO PALOS VERDES ) I, Teresa Takaoka, City Clerk of the City of Rancho Palos Verdes, hereby certify that the above Resolution No. 2025-14 was duly and regularly passed and adopted by the said City Council at a regular meeting thereof held on March 4, 2025. ~-~aoka, City Clerk Resolution No. 2025-14 Page 2 of 2 I I