Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Hai Hirsch & Associates, Inc. - 2025-08-19
2000 Main Street, 0 Glf...... . Huntington Beach,CA . ,. aF �� ... 92648 Fpt� E'i+ City of Huntington Beach APPROVED 7-0 File #: 25-553 MEETING DATE: 8/19/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Ashley Wysocki, Director of Community & Library Services PREPARED BY: Chris Cole, Community & Library Services Manager Subject: Approve and authorize execution of Professional Services Contracts for On-Call Multi- Discipline Architectural Engineering, Landscape Architectural Engineering and Professional consulting Services with BuPeau Veritas North America, Inc., Dahlin Group Inc., David Volz Design Landscape Architects, Inc., M. Arthur Gensler & Associates, Inc. (Gensler), Gillis + Panichapan Architects, Inc., HAl Hirsch &Associates,.Inc., IDS Group, Inc., Johnson Favaro, LLP, Michael Baker International;Inc., NUVIS, PBK Architects, Inc., RDC-S111, Inc., DBA Studio One Eleven, RJM Design Group, Inc., RRM Design Group, SVA Architects, Inc., and Verde Design, Inc. each in an amount not to exceed $1,000,000 over a three-year term Approve and authorize Amendment No. 2 to extend the contract terms for two additional years for On-Call Architectural Engineering & Professional Consulting Services for Kitchell/CEM, Inc. and Westberg White, Inc. Statement of Issue: The Community & Library Services and Public Works Departments require multi-discipline architectural engineering, landscape architectural engineering, and professional design consulting services on an on-call, as-needed basis for architectural engineering, landscape architectural engineering, and professional consulting services for design and construction administration for capital projects and city facilities. Financial Impact: The FY 2025/26 Capital Improvement Program (CIP) includes over $8.6 million in new and continuing appropriations for beach, facilities, and park development projects. With the additional projects anticipated to be scheduled in future years, there is a need to approve new on-call Professional Services Agreements for project design, efficiency, and continuity purposes. The recommended contracts, each with a "not-to-exceed" amount of$1,000,000, would be utilized for approved CIP projects, based on the discipline needed to advance the project into the next development phase. The $1,000,000 amount is the "not-to-exceed" amount over the life of the City of Huntington Beach Page 1 of 9 Printed on 8/14/2025 powered by Legistar" 77 File #: 25-553 MEETING DATE: 8/19/2025 contract, not a guaranteed amount. No funds will be expended under these contracts unless approved as part of the City's Annual Budget. As such, no additional funding is required for this action. Additionally, no additional funding is required to approve the two contract term extensions for On-Call Architectural Engineering & Professional Consulting Services for Kitchell/CEM, Inc. and Westberg White, Inc. Project funds have already been encumbered with no need for additional funding. Recommended Action: A) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Bureau Veritas North America, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, B) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the Cityof Huntington Beach and Dahlin Group, Inc. for On-Call Architectural Engineering, 9 P Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, C) Approve and authorize the Mayor and City Clerk to execute "Professional Services Contract between the City of Huntington Beach and David Volz Design Landscape Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, D) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Arthur M. Gensler, Jr. & Associates, Inc. (Gensler) for On- Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, E) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Gillis + Panichapan Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, F) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and HAI Hirsch &Associates. Inc. for On-Call Architectural, Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars 1$1,000.000) over a three-year term:_and, G) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and IDS Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, H) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Johnson Favaro, LLP for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an City of Huntington Beach Page 2 of 9 Printed on 8/14/2025 powered by Legistar !la " File #: 25-553 MEETING DATE: 8/19/2025 amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, I) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Michael Baker International, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, • J) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and NUVIS for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, ▪ K) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and PBK Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, L) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and RDC-S111, Inc., DBA Studio One Eleven for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, • M) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and RJM Design Group, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, N) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and RRM Design Group for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, • 0) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and SVA Architects, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term; and, • P) Approve and authorize the Mayor and City Clerk to execute a "Professional Services Contract between the City of Huntington Beach and Verde Design, Inc. for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services" in an amount not to exceed One Million Dollars ($1,000,000) over a three-year term. .' Q) Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Kitchell/CEM, Inc. for On-Call Architectural Engineering & Professional Consulting Services to extend the term for two additional years until July 19, 2027; and, R) Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Westberg White, Inc. for On-Call Architectural Engineering & Professional City of Huntington Beach Page 3 of 9 Printed on 8/14/2025 7�,� powered by Legistarru QJ IfLt/ 79 File#: 25-553 MEETING DATE: 8/19/2025 Consulting Services to extend the term for two additional years until July 19, 2027. Alternative Action(s): Do not approve the recommended actions and direct staff accordingly. Analysis: On March 17, 2025, a Request for Qualifications (RFQ) for On-Call Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services was requested and submitted in compliance with Chapter 3.03 of the Huntington Beach Municipal Code. Proposals were due by 4:00 PM on Tuesday, April 29, 2025. Thirty-three (33) proposals were received and reviewed by staff from Public Works and Community & Library Services. Proposals were ranked based on six (6) categories: Compliance with RFQ Requirements; Understanding of the Project-Methodology; Qualifications and Experience; Educational Background; Cost/Price; and References. Each element was ranked based on factors between 1-5 and weighted as noted: Understanding of the Project-Methodology (25); Qualifications and Experience (25); Cost/Price (25); Compliance with RFQ requirements (10); Educational Background (10); and References (5). Based on this review, staff recommend awarding contracts to the sixteen (16) firms listed below for three-year terms each as shown in Attachment 1. Architectural Engineering and Landscape Architectural Engineering 1. Bureau Veritas North America, Inc. 2. Dahlin Group Inc. 3. M. Arthur Gensler, Jr. &Associates, Inc. (Gensler) 4. Gillis + Panichapan Architects, Inc. 5. IDS Group, Inc. 6. Johnson Favaro, LLP 7. NUVIS 8. PBK Architects, Inc. 9. RDC-S111 Inc., DBA Studio One Eleven 10. RRM Design Group 11. SVA Architects, Inc. Landscape Architectural Engineering -Only 12. David Volz Design Landscape Architects, Inc. 13. HAI Hirsch &Associates, Inc. 14. Michael Baker International, Inc. 15. RJM Design Group, Inc. 16. Verde Design, Inc. By contracting with the above firms, the Community& Library Services and Public Works Departments will have more options and a larger pool of qualified consultants for any given project based on each consultant's specific area of expertise. For example, some firms specialize in master City of Huntington Beach Page 4 of 9 Printed on 8/14/2025 powered by LegistarTM 80 - I File#: 25-553 MEETING DATE: 8/19/2025 plans, park development, geotechnical, elevators, structures, and new builds, etc. Fewer on-call consultants limits staffs ability to schedule and manage projects in an efficient manner. Consultants with specific areas of expertise often have substantial workloads and mayhave conflicts in adhering P to the requested timeline. With multiple consultants, staff will have increased flexibility in scheduling project design tasks or even scheduling projects simultaneously, creating a more timely and effective process. The use of multiple contracts also assists in creating a competitive climate between firms, which is advantageous in securing the best pricing. In general, the Standard Operating Procedure (SOP) in administering on-call contracts is for staff to issue task orders for each project based upon the scope of services. For task orders greater than $50,000, the City will typically solicit proposals from two or more of the qualified consultants. Bids are requested from the on-call list, based on the firm's specialty. For example, architectural-only firms will be asked to bid on library, facility, structural, and electrical projects and landscape-only firms will be asked for park development,right-of-way, etc. The firms that can do both will be used the same way. As part of the RFQ process, all firms had to provide work history and specialties, and the dual functioning firms are able to take on a larger variety of projects. The scope of work for architectural engineering, landscape architecture engineering, and professional consulting firms may involve all phases of a development project. The following - I summarizes the major elements of the scope of work included in the RFQ. Preliminary Plans and Design - Prepare alternative preliminary layouts, surveying, architectural services, and estimates of probable cost for alternatives, and prepare details and calculations. Present alternatives, as needed at staff and/or City Council meetings, and provide recommendations _ and analyses of the advantages of each alternative. Entitlements/Permits -As a primary consultant, assist the City in obtaining entitlements and approvals from applicable agencies for environmental and/or other permits as may be required. Construction Documents - Prepare designs, plans, specifications, cost estimates and contract bidding documents. The City shall review the construction documents at the preliminary engineering, sixty (60%), ninety percent (90%), and final documents stages. Landscape, Architectural, Engineering Services - Provide landscape, architectural, planning, and design services primarily for existing City parks, facilities, community centers, clubhouses, i.e., tenant improvements, ADA modifications, etc., and park developments, as well as City medians and public spaces. Prepare sketches, renderings, and materials boards providing alternative architectural concepts, designs, and options that can be applied to project requirements. Prepare construction drawings for bidding and archival purposes, as well as technical specifications for materials and methods. The Consultant may be required to perform or assist in environmental assessments, material testing, civil and soils engineering and building architecture. } Technical Reports and Analysis - Prepare needs assessments, master plans, and technical studies such as park development fee analysis, including public outreach, community workshops and City of Huntington Beach Page 5 of 9 Printed on 8/14/2025 powered by Legistarm 81 File#: 25-553 MEETING DATE: 8/19/2025 surveys. Bidding Stage -Assist the City in answering bidders' questions, attend pre-bid conferences and job walks, prepare addenda, analyze bids, and recommend award. Construction Stage -Attend pre-construction conference, monitor construction schedule, visit construction site as required for progress and quality of work. Assist the contract manager, contractor, and inspector with interpretation of the plans, specifications, analysis of changed conditions, development of corrective action, review of shop drawings, and other required tasks. Architectural/Landscape Architectural Engineering Services - Provide landscape, architectural, planning, and design services primarily for existing City parks, facilities, community centers, clubhouses i.e., tenant improvements, ADA modifications, etc., and park developments, as well as City medians and public spaces. Prepare sketches, renderings, and materials boards providing alternative architectural concepts, designs, and options that can be applied to project requirements. Prepare architect's/engineer's cost estimates. In addition to the services listed above, using sub-consultants or in-house personnel, landscape architect firms may be required to perform environmental assessments, material testing, civil and soils engineering and building architecture. Funding for services associated with each of the various CIP projects is based on the City Council approved CIP budget. Each contract is based on a three-year term, with a total not-to-exceed amount of$1,000,000. The $1,000,000 amount is a "not-to-exceed" contract limit only, not a guaranteed amount. In the past five years, specialized architectural and landscaping services have been used in conjunction with $16.7 million of park development and park facility projects, including: Bartlett Park, Blufftop Park, Central Park Restrooms, Edison & Murdy Community Center Building Improvements, Edison Park Reconfiguration, Harbour View Clubhouse Rehabilitation, Lake Park Reconfiguration, LeBard Park Improvements, Marina Park Reconfiguration, as well Rodgers Senior Center Redevelopment (now known as Memorial Hall). Projects currently underway, scheduled, or budgeted for FY 2025/26 requiring various architectural and design consulting services are listed below. The amount shown for each project is based on current project estimates and total $2,154,418. • Blufftop Slope Stabilization Repairs- Project Management $ 60,000 Carr Park Reconfiguration- Design & Construction Documents $316,113 Central Park Electrical Switchgear Replacement- Project Management $100,000 Central Park Master Plan-Conceptual Design and Costing $181,800 City Gym & Pool Flooring- Project Management $ 30,000 City Gym & Pool Partial Re-Roll- Project Management $ 35,000 Edison Park Reconfiguration-CEQA analysis $127,200 Edison Park Reconfiguration-Geotechnical Review $180,440 City of Huntington Beach Page 8 of 9 Printed on 8/14/2025 powered by Legistar'" 82 File#: 25-553 MEETING DATE: 8/19/2025 HB Art Center Electrical & Lighting Rehabilitation - Project Management $ 30,000 li Helen Murphy Branch Foundation-Geological & Design Services $ 80,000 Huntington Central Library Child-Teen Reconfiguration $129,245 Library Facilities Master Plan -Conceptual Design & Preliminary Costs $334,277 Main Promenade Parking Structure Improvement—Project Management $ 35,000 Marina Park Rehabilitation - Design and Construction Documents $344,343 Schroeder Park- Design $ 64,000 South Beach Lots Attendant Booths- Project Management $ 11,000 Water Production Building Rehabilitation $ 96,000 Looking forward to future fiscal years, staff anticipate design and construction management services will be needed for Carr, Edison, and Marina Park Reconfigurations. Preliminary construction costs for these three park development projects alone are estimated at$32 million with anticipated consulting services needed for the development of plans and specs, as well as construction management costs, totaling approximately 10% or$3.2 million. Staff also anticipates future on-call architectural engineering and landscape architectural services will be needed as a result of the L recommendations included in the Library Facilities Master Plan and Central Park Master Plan, although preliminary cost estimates are not available at this time. I i In addition to this request for approval of the 16 new on-call contracts, staff are requesting approval - of two Amendment No. 2's for existing On-Call Architectural Engineering and Professional Consulting contracts for Kitchell/CEM, Inc. and WestbergWhite, Inc. The original two agreements Services expired July 20, 2024, but were extended for one year through July 19, 2025. These requested amendments would extend the contract terms for two additional years through July 19, 2027. Both firms currently have on-going on-call architectural projects with the City, however they did not participate in the recent on-call RFQ bidding process. The projects they have been working on are either fully designed, nearly fully designed, or entering the construction phase, requiring minimal service requirements, minimal or no additional compensation, and funded fully under the existing purchase order. Staff are requesting a second amendment for both firms to add two additional years • to the contract duration, with no additional funding, and no new projects during or after the completion of existing obligations. This two-year extension is being requested as a safeguard to ensure project completion; however, it is not expected that the full two years will be utilized. In summary, staff are requesting the approval of 16 new on-call Architectural Engineering and Landscape Architectural Engineering contracts as well as the approval of two additional contract extensions for the firms of Westberg &White, Inc. and Kitchell/CEM, Inc. Environmental Status: Administrative Items: Pursuant to CEQA Guidelines Section 15378(b)(5), administrative activities of governments that will i I not result in direct or indirect physical changes in the environment do not constitute a project. Strategic Plan Goal: City of Huntington Beach Page 7 of 9 Printed on 8/14/2025 powered by Legisterre 83 File #: 25-553 MEETING DATE: 8/19/2025 Non Applicable - Administrative Item Attachment(s): 1. RFQ Recommended Listing of Consultants 2. Professional Services Contract between the City of Huntington Beach and Bureau Veritas North America, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 3. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Dahlin Group, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 4. Approve and authorize the Mayor and City Clerk to execute Professional Services Contract between the City of Huntington Beach and David Volz Design Landscape Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 5. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and M. Arthur Gensler, Jr. & Associates, Inc. (Gensler) for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 6. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Gillis + Panichapan Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 7. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract belween the City of Huntington Beach and HAI Hirsch &Associates, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional 9 9 Consulting_5ervices. 8. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and IDS Group, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 9. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Johnson Favaro, LLP for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 10. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Michael Baker International, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional • Consulting Services. 11. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract City of Huntington Beach Page 8 of 9 Printed on 8/14/2025 powered by legistar^' 84 File #: 25-553 MEETING DATE: 8/19/2025 between the City of Huntington Beach and NUVIS for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 12. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and PBK Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 13. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RDC-S111, Inc., DBA Studio One Eleven for On- Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 14. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RJM Design Group, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 15. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and RRM Design Group for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 16. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and SVA Architects, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 17. Approve and authorize the Mayor and City Clerk to execute a Professional Services Contract between the City of Huntington Beach and Verde Design, Inc. for On-Call Professional Architectural Engineering, Landscape Architectural Engineering, and Professional Consulting Services. 18. Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Kitchell/CEM, Inc. for On-Call Architectural Engineering & Professional Consulting Services to extend the term for two additional years until July 19, 2027. 19. Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 between the City of Huntington Beach and Westberg White, Inc. for On-Call Architectural Engineering & Professional Consulting Services to extend the term for two additional years until July 19, 2027. 20. RFQ for On-Call Architectural Engineering, Landscape Architectural Engineering and_ Professional Consulting Services. City of Huntington Beach Page 9 of 9 Printed on 8/14/2025 powered by Legistar"' 85 RFQ for On-Call Architectural Engineering,Landscape Architectural Engineering and Professional Consulting Services Landscape Firm Architect Architect Bureau Veritas North America, Inc. Architect Yes Yes { Dahlin Group, Inc. Architect Yes Yes David Voiz Design Landscape Architects, Inc. Landscape No Yes Gensler-M Arthur Gensler Jr&Associates Architect Yes Yes Gillis&Panichapan Architects, Inc. Architect Yes Yes HAI Hirsch&Associates,Inc. Landscape No Yes IDS Group,Inc. Architect Yes Yes Johnson Favaro, LLP Architect Yes Yes Michael Baker International,Inc. Landscape No Yes NUVIS Landscape Yes(via sub) Yes PBK Architects,Inc. Architect Yes Yes RCS-S111,inc., DBA Studio One Eleven Architect Yes Yes RJM Design Group, Inc. Landscape No Yes RRM Design Group Architect Yes Yes SVA Architects,Inc. Architect Yes Yes Verde Design, Inc. Landscape No Yes { 86 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND HAI HIRSCH &ASSOCIATES, INC. FOR ON-CALL ARCHITECTURAL ENGINEERING, LANDSCAPE ARCHITECTURAL ENGINEERING AND PROFESSIONAL CONSULTING SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and HAI HIRSCH & ASSOCIATES, INC., a California Corporation hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to provide on-call architectural engineering, landscape architectural engineering and professional consulting services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Charles Foley who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-16636/383365 1 of 11 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on 2025 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than three (3) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed One Million Dollars($1,000,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 25-16636/383365 2 of 11 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit, provided that any such use not within the purposes intended, by the Agreement shall be at City's sole risk. 8. HOLD HARMLESS A. To the extent allowed by Civil Code Section 2782.8, CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. 25-16636/3833894 3 of 11 B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of,pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars 25-16636/383365 4 of 11 ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2)years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: 25-16636/383365 5 of 11 A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall 25-16636/383365 6 of 11 be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY,become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY. shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent(as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service,to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or 25-16636/383365 7 of 11 • other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach HAI Hirsh&Associates, Inc. ATTN: Dir. Comm. &Library Services ATTN: Charles Foley 2000 Main Street 2221 East Winston Road, Suite A Huntington Beach, CA 92648 Anaheim, CA 92806 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining 25-16636/383365 8 of 11 covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for 25-16636/383365 9 of 11 CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf,which are not embodied in this 25-16636/383365 10 of 11 r has not executed this Agreement in reliance on anyrepresentation, Agreement, and that that party g p , inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a HAI HIRSCH&ASSOCIATES, INC. municipal corporation of the State of California By: ayor print name ✓hA� ITS: (circle one)Chairman/PresidentNice President � i City Clerk 8/s3/,:x-� AND INITIATED AND APPROVED: By: print name Director o ty &Library Services ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FO . City Attorney COUNTERPART 25-16636/383365 1 1 of 1 1 Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and i agreements whether oral or in writing between the parties respecting the subject matter hereof. 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH,a HAI ' SC, : t SS 0 ' ATES,INC. municipal corporation of the State of / California By: i M. °Mr Mayor PEW; ITS: (circle one)Chairm: 'residen I ice President 1 City Clerk D INITIATED AND APPROVED: By: ar sc print name Director of Community&Library Services ITS: (circle one hief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FO . ),\ . City Attorney COUNTERPART 25-16636/383365 1 1 of 11 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Consultant to provide on-call architectural engineering, landscape architectural engineering and professional consulting services B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: SEE ATTACHED EXHIBIT•A C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: EXHIBIT A EXHIBIT A H I RSCH & ASSOCIATES, INC. .10111. LANDSCAPE ARCHITECTURE & PLANNING ORIGINAL !Ilirir.. . ' "'• ... - . .....„-.1.,,...„,.............- •• ak ad. I 46r L al �' y We b-14 Akillia.L t a. di ., ' 'A ..'. IL' 1, r ''* %., - - - , : _ , 4,,, . ti. Fees for On-Call Architectural, Landscape Architectural and Professional Consulting Services; City Huntington Beach ' , [ i r ,/ .,, s �a • APe. r _ .�. �I" ;� +Tar L ,1•t V� ',� • '- y 71tT' yr rt '"" 1' - e '..At,, A '', ...tr.4., . Y , ... ..v„..,„4„,. , 1, Fir,--i--'." ; '• --F Creating Award Winning Projects Since 1977 2221 E. Winston Road, Suite A, Anaheim, CA 92806-5540 Phone 714.776.4340 Fax 714.776.4395 www.hailandarch.com LA#5567 '' .?I' ''\ HIRSCH & ASSOCIATES, INC. LANDSCAPE ARCHITECTURE&PLANNING Proposal for ON-CALL Landscape Architecture Services City of Huntington Beach Community & Library Services Department 2000 Main Street#5 Huntington Beach Ca. 92648 To whom it may concern, Thank you for the opportunity to submit our proposal in response to the City of Huntington Beach Request for Qualifications (RFQ) for Landscape Architectural Services. Hirsch & Associates (HAI), a California Corporation, has proudly provided Landscape Architecture, Irrigation Design, and Development Services to public agencies throughout Southern California for over 47 years. Throughout our extensive experience, we have successfully executed numerous public works projects, navigating complex jurisdictional agency approvals and delivering creative, functional designs. Our portfolio includes a variety of public works projects such as streetscapes, ADA- compliant improvements, pedestrian pathways, sports parks, passive parks, bike trails, and municipal plazas. As a Prime Consultant licensed in California and an Environmental Protection Agency WaterSense Partner, we are committed to delivering sustainable, innovative, and high- quality solutions. In addition to our in-house expertise, HAI collaborates with a network of trusted subconsultants, including architects, civil and structural engineers, traffic and electrical engineers, and arborists, to provide comprehensive design services that meet the City's needs. I personally commit to providing direct and continuous attention to the City of Huntington Beach needs, ensuring that all matters are handled with the utmost care and efficiency. Mark Hirsch, Vice President, will serve as the Project Manager, while Greg Thayer, Senior Designer, will act as the Project Designer, supported by our experienced technical staff. All work will be carried out from our Anaheim, California office, utilizing the latest design tools, including AutoCAD, ArcGIS, and the most up-to-date graphics software. Our proposal and statement of qualifications are valid for a period of no less than 180 days from the date of submission. We look forward to the opportunity to contribute to the City of Huntington Beach landscape architecture projects and to continuing our tradition of excellence in service to public agencies. Thank you for considering Hirsch & Associates for this important work. Thank you a oley, President CA RLA#5567,ASLA 2221 EAST WINSTON ROAD,SUITE A,ANAHEIM,CALIFORNIA 92806 Hirsch and Associates Inc. PHONE 714-776-4340 FAX 714-776-4395 WWW.HAILANDARCH.COM LA#1710 2 On-Call Landscape Architect Services ury or Huntington Deacn REQUEST TOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: utr. I=1 CURRENT VENDOR Legal Contractual athe OfCorp-Oration: Hirsch&Associates, Landscape Architects N Contact Person for Agreement:. Charles Foley Corporate Ackft*: 2221 Eett Winston Rd. Suite-A City, State.and Zip Code: Afl8h11ii, C .92800 E-Mail Address: chuck@hailandarch.com Phone: 714-77674340 kl 08 Fax: 71.4.:776-4395 Contact PersOn for Proposals: Charles:Foley Title:President E-Mail Ami.eas: ohtick@Iiailandarch.com Busi-•nes lehone: 714-776-4340x0:18 BusinessTax: 7147764395 s Tep . Year BuSinessygas Established: '1988 Is your.linSineSt:(Check one) 1:11 NON PROFIT CORPORATION 5t OR PROFIT CORPORATION Is your btsthess (dile&one) 'ReCORPORATION LIMITED LIABILITY PARTNERSHIP El INDIVIDUAL SOLE PROPRIETORSHIP El PARTNERSHIP EUNIscogpORATED ASSOCIATION 1 4312 Hirsch and Associates Inc. 3 On-Call Landscape Architect Services City of Huntington Beach Names&Titles'of Corporate Board Members (Also'figt.Nairieg 4?e.Titles Of personS with written.atithoritatioiiireSeltitiOn'to sign Centracts) Names Title, 151194c Charles Foley _President 714-776-48b6 k108 Mark Hirsch Secretary 714-776-.4840.x116 Federal Tax Identification Number: 330n0754 city cif•Huntingtoh Beach Business License&Umber! must obtuino.Huntington Beach License upon award of contract.) • City of Huntington BeachBusiness License Expiration Date: • 2 of2. _ . . Hirsch and Associates Inc. 4 On-Call Landscape Architect Services City of Huntington Beach • 1. BACKGROUND AND PROJECT SUMMARY Hirsch and Associates Inc. (HAI) is a recognized leader in the landscape architecture field, with 47 years of experience in designing award-winning public works projects. We specialize in delivering creative, cost-effective solutions tailored to the unique needs of public agencies. Throughout our extensive experience, HAI has successfully collaborated with numerous clients, helping them achieve their project goals with innovative and efficient designs. HAI appreciates the opportunity to submit our qualifications to the City of Huntington Beach for On-Call Landscape Architectural and Professional Consulting Services. We understand that the City of Huntington Beach seeks experienced firms to assist City staff on an on-call basis with a variety of projects ranging from park improvements and tenant improvements at City facilities to landscape enhancements for medians and public spaces. The City of Huntington Beach is a dynamic, built-out community with a focus on maintaining and enhancing its existing parks, community centers, libraries, clubhouses, and other public facilities. Future projects are anticipated to involve renovations, ADA compliance upgrades, landscape architecture for medians and streetscapes, and occasional new development as needs arise. HAI brings deep expertise in providing comprehensive landscape architectural and consulting services to public agencies throughout Southern California. Our team is uniquely qualified to provide innovative design solutions, seamless project management, and a responsive, collaborative approach that aligns with the City's standards, goals, and vision for community improvement. We have extensive experience supporting cities through all phases of project development, from needs assessment and conceptual design through construction documentation, bidding support, and construction administration. Our project team offers a track record of delivering successful public projects on time and within budget. We are adept at preparing clear construction documents, managing public outreach and workshops, navigating permitting processes, and providing ongoing support during construction. HAI is committed to helping the City of Huntington Beach achieve its objectives of maintaining and enhancing vibrant, sustainable, and accessible community spaces for all residents and visitors. 2. IDENTIFICATION OF PROPOSER a. Hirsch & Associates, Inc. Landscape Architects 2221 E. Winston Rd. Ste A, Anaheim, Ca. 92806 b. California Corporation c. HAI is not owned by a Parent Company or other. d. Charles Foley, President. Email Contact: chuckhailandarch.com Telephone: 714-776-4340 extension 108 e. California Business License number-330299754 f. Landscape Architectural License Number RLA-5567, Ca. g. Landscape Contractors License Number C-27 956898, Ca. h. Qualified SWPPP Practitioner QSP #28925, Ca. i. Certified Landscape Irrigation Auditor CLIA#84847, Ca. Hirsch and Associates Inc. 5 On-Call Landscape Architect Services City of Huntington Beach 3. TABLE OF CONTENTS Cover 1 Cover Letter 2 Vendor Application Forms .3 Background and Project Summary 5 Identification of Proposer 5 Proposed Method 6 Project Approach 8 Initial Planning 9 Preliminary Design 11 Design Development 11 Final Working Drawings and Specifications 12 Construction Documents 13 Bid Phase 13 Construction Observation Phase 14 Quality Control 15 Firm Staffing and Key Personnel 16 Resumes 17 Subconsultants 19 Organizational Chart 21 Experience and Technical Competence 22 Existing On-Call List and Fiscal Stability 23 References 24 Graphic Examples A-K 25 Other Information and Certificate of Proposal .36 Hirsch and Associates Inc. On-Call Landscape Architect Services City of Huntington Beach 4. PROPOSED METHOD TO ACCOMPLISH WORK Hirsch & Associates, Inc. (HAI) proposes to provide comprehensive Landscape Architectural services for public works projects, City Park improvements, and other municipal facilities as specified in the RFQ. Our approach will incorporate key elements of project management, community involvement, and expert design to ensure the success of each project. The proposed method to accomplish the work will include the following tasks: A. Community Engagement and Public Outreach • Community Work Sessions and Meetings: We will organize and conduct community engagement sessions to gather input from local residents and stakeholders. These sessions will be an essential part of shaping the project's vision and ensuring that the designs reflect the community's needs and preferences. • Stakeholder Collaboration: Continuous collaboration with City staff, local organizations, and other stakeholders will be maintained to keep the project aligned with community goals and expectations. B. Site Assessment and Analysis • Site Visits and Evaluations: Our team will conduct site visits to evaluate existing conditions, including topography, plant material, infrastructure, and any challenges such as drainage, accessibility, or utilities. This assessment will inform the design process, ensuring that all improvements are feasible and tailored to the site's unique conditions. • Utility and Infrastructure Research: We will thoroughly investigate utilities and other site records to address any potential conflicts during design and construction. C. Conceptual and Schematic Design Development • Schematic Design and Planning: Based on community input and site analysis, we will develop schematic design options that address key elements such as landscape, irrigation, hardscape, and accessibility. • Feasibility Studies: We will conduct feasibility studies and provide recommendations for each design option, focusing on functionality, sustainability, and cost-effectiveness. • Design Presentations: We will present these designs to the City and relevant stakeholders, ensuring that all parties are involved in decision-making and approval processes. D. Design Development and Construction Documentation • Design Development: Once the preferred design option is selected, we will refine the design to include detailed landscape plans, planting designs, irrigation layouts, and infrastructure designs. • Construction Documents: We will prepare complete construction documents, including detailed plans, specifications, and cost estimates. These documents will be created with attention to detail to ensure accuracy and clarity, ensuring smooth project execution. • Technical Specifications: We will prepare project-specific technical specifications for all materials, planting, and construction methods, ensuring compliance with local regulations, standards, and sustainability goals. Hirsch and Associates Inc. 6 On-Call Landscape Architect Services City of Huntington Beach E. Cost Estimation and Budget Control • Cost Estimates: We will provide a detailed cost estimate based on the construction documents. This will include estimates for all aspects of the project, including materials, labor, and potential contingencies. • Value Engineering: We will identify opportunities for value engineering to optimize the project's budget while maintaining design integrity. Our goal is to provide cost-effective solutions without compromising quality or sustainability. F. Project Management and Coordination • Project Schedule: We will develop a detailed project schedule that includes all phases of the project, from initial design through construction completion. We will monitor progress and adjust as needed to ensure that the project stays on track. • Coordination with Contractors and Subconsultants: We will work closely with contractors and subconsultants, coordinating efforts across all disciplines to ensure seamless execution. • Quality Control: We will implement quality control measures throughout the design and construction phases to ensure that all work complies with the established standards and specifications. G. Construction Observation and Support • Site Visits and Construction Observation: During the construction phase, our team will conduct regular site visits to observe the progress and ensure that the construction is proceeding in accordance with the approved plans and specifications. • Submittal Reviews and RFI Responses: We will review contractor submittals, including shop drawings and material submittals, and respond to any Requests for Information (RFIs) as needed. • Construction Administration: We will provide ongoing support to the City during construction, addressing any issues that arise, conducting field investigations, and ensuring timely resolution of any problems. • Final Inspection and As-Built Documentation: Upon completion, we will conduct a final inspection to ensure that all work is completed to satisfaction and prepare as-built documentation for the City's records. H. Post-Construction Support • Post-Construction Maintenance Recommendations: After project completion, we will provide the City with maintenance recommendations to ensure the longevity and success of the landscape improvements. • Warranty Support: If applicable, we will assist the City with warranty support during the post- construction period, ensuring that any issues related to plant establishment or hardscape settlement are addressed. Hirsch and Associates Inc. 7 On-Call Landscape Architect Services City of Huntington Beach 5. PROJECT APPROACH Our approach to the project will be focused on delivering high-quality landscape architectural services while ensuring the active involvement of the City of Huntington Beach, stakeholders, and the community throughout the planning and design stages. We will utilize a collaborative and transparent process that prioritizes both functionality and aesthetics, ensuring that each project not only meets the needs of the city but also enhances the community's experience. Key Elements of Our Approach: A. Collaborative and Inclusive Design Process • Engagement with City Staff and Stakeholders: Early and continuous collaboration with City Staff and community stakeholders is a core aspect of our process. We will work closely with the city to review and refine project concepts, ensuring that the final design reflects the needs and aspirations of the community. • Community Involvement: We will hold community work sessions and public meetings to gather input, answer questions, and encourage feedback. This will ensure the design aligns with the expectations of residents and other interested parties. B. Contextual and Sensitive Design Development • Site-Specific Design Solutions: Our team will create designs that respond to the unique characteristics of each project site. We will consider the surrounding environment, local culture, and the community's vision to create a design that enhances the area and provides a welcoming space for all users. • Aesthetic Consistency: We will use landscape and architectural features to ensure the project is cohesive with the surrounding area. Our attention to detail, including color coordination and scale, will ensure the project complements the neighborhood and serves as a community asset. C. Multimodal Accessibility and Safety • Inclusive Access: Our designs will prioritize accessibility, ensuring that all users, including those with disabilities, can safely and easily navigate the site. We will incorporate pedestrian, bicycle, and automobile circulation, while maintaining compliance with ADA standards and ensuring accessibility for people with disabilities. • Safety Considerations: Our approach will also focus on creating safe spaces for all users, integrating lighting, clear signage, and secure pathways that enhance the safety of pedestrians, cyclists, and drivers. D. Sustainability and Environmental Stewardship • Sustainable Design Practices: Sustainability is a key consideration in all of our projects. We will integrate water-efficient landscaping, drought-tolerant plantings, and environmentally responsible materials to reduce the environmental impact. • Energy Conservation: We will explore opportunities for energy-efficient lighting and the use of renewable resources. Sustainable site design will be a fundamental element, incorporating green infrastructure and energy-saving systems. Hirsch and Associates Inc. 8 On-Call Landscape Architect Services City of Huntington Beach E. Functional and Flexible Design Solutions • Meeting Current and Future Needs: Our designs will accommodate both existing uses and future needs by creating flexible spaces that can evolve as community needs change over time. We will include passive and active areas for recreation, ensuring that the design supports diverse activities for all age groups. • Maintenance Considerations: We are committed to delivering designs that balance aesthetic appeal with practical, low-maintenance solutions. We will consider the long-term maintenance needs of each project to ensure cost-effectiveness over time. F. Comprehensive Design and Technical Services • Full Range of Landscape Architectural Services: Our team will provide comprehensive landscape architecture services, from conceptual design to construction administration. We will prepare detailed landscape planting and irrigation plans, as well as construction drawings for hardscape elements such as parking lots, pathways, and plaza spaces. • Special Provisions and Technical Specifications: We will prepare and review project specifications and ensure that all technical aspects, including irrigation and drainage systems, meet or exceed current standards. • Cost Estimates and Budget Management: Our team will provide accurate cost estimates throughout the design process and help manage the project budget to ensure the project remains within financial parameters. • Constructability and Construction Support: We will conduct constructability reviews, ensuring that the project is feasible and that all technical requirements are met. During construction, we will provide observation and support services to ensure that the project is built according to the design and specifications. G. Project Execution and Quality Control • TimelyDelivery: We are committed to deliveringhigh-qualitydesi ns on schedule. Our team rY 9 will work closely with City staff to ensure that project milestones are met, and timelines are adhered to. • Quality Assurance: Our firm follows rigorous quality control procedures at every stage of the design and construction process to ensure the highest standards of quality are maintained. This includes detailed reviews of design documents and regular oversight during construction to ensure compliance with the approved design. 6. INITIAL PLANNING A. Document Review At the outset of the project, the City will provide all available documentation, including but not limited to topographical surveys, utility locations and depths, geotechnical engineering reports, easement documentation, agency contact lists, parcel/tract maps, legal descriptions, and relevant street improvement plans. Additionally, we will review storm drain, sewer, and domestic water plans, including water meter sizes and usage records for the last three years. We will also assess current flooding data and conduct an agricultural soil suitability test to evaluate soil type, percolation rate, and soil chemistry/fertility. This information will form the foundation for the design and decision-making process. Hirsch and Associates Inc. 9 On-Call Landscape Architect Services City of Huntington Beach B. Pre-Design Kick-Off Meeting A kick-off meeting will be held with all project stakeholders, including design team members, City staff, and representatives from other relevant agencies. The purpose of this meeting is to review and confirm the project schedule, key milestones, and deliverables, as well as to discuss project management protocols, expectations, and communication methods. We will also review collected data and relevant project information, set dates for upcoming meetings and activities, and address and resolve any immediate design concerns or issues. C. Project Management Our team will provide comprehensive project management services throughout the project's lifecycle. This includes regular coordination with City Staff and any other stakeholders to establish clear lines of communication. We will be responsible for managing project scheduling, monitoring progress, and ensuring adherence to the agreed timeline. Monthly project meetings will be organized, with agendas and minutes prepared for each session. We will maintain a tracking log to monitor project developments and ensure that the schedule and budget are regularly updated. Throughout the project, we will coordinate with all team members and agencies involved, addressing any issues in a timely manner to ensure the project remains on track. D. Project Coordination Coordination will be a key element for the success of the project. Hirsch &Associates will collaborate with City Staff, utility providers, and relevant agencies throughout the project. We anticipate that multiple meetings with each agency will be required to ensure compliance with their requirements. This coordination will help ensure that all necessary conditions are met and incorporated into the final design documents. We will pioritize proactive communication with all stakeholders to ensure alignment and smooth progression through all project phases. E. Communication Ongoing communication is essential for a successful project. Our team will participate in consultations and meetings with City Staff and other relevant agencies as necessary throughout the project. We will work to ensure that feedback from all stakeholders is incorporated into each phase of the project, including the Planning, Design Development, Construction Document, Cost Estimating, Bidding, and Construction phases. Hirsch & Associates will take direction only from the City Representative, maintaining a clear and effective communication chain throughout the project lifecycle. F. Project Schedule At the beginning of the project, a preliminary schedule will be established, outlining key milestones and deliverables. This schedule will be updated regularly throughout the project's progression, with any adjustments communicated and addressed in a timely manner. Hirsch & Associates will work closely with the City and all stakeholders to ensure that the project schedule is followed and that any necessary changes are promptly handled. A preliminary project schedule has been included in our proposal for your consideration. Hirsch and Associates Inc. 10 On-Call Landscape Architect Services City of Huntington Beach 7. PRELIMINARY DESIGN A. Protect Feasibility Hirsch & Associates will assist the City in determining the feasibility of the project by conducting a comprehensive analysis of materials, construction methods, and other critical planning factors. We will evaluate the project scope, cost-effectiveness, and practicality, ensuring that the proposed solutions align with the City's goals and available resources. Our team will provide expert recommendations to ensure that the design is both achievable and sustainable within the project's constraints. B. Preliminary Design In collaboration with the City, Hirsch & Associates will develop preliminary design documents that include schematic drawings, site utilization plans, and phasing strategies. These documents will illustrate the scale, function, and relationship of key project components, ensuring that the design reflects the City's requirements. Our team will incorporate input from City staff, stakeholders, and relevant agencies, and will revise plans as necessary to meet the functional needs of the project. A phased development plan will be created to guide the project's progression in a systematic and efficient manner. C. Budget Hirsch & Associates will work closely with the City to establish a realistic preliminary project budget that accounts for all three phases of park development. The budget will provide an estimated cost for the entire project and ensure alignment with the City's financial resources and funding availability. We will apply our expertise to determine the appropriate balance between project scope, quality, and cost, delivering an economically feasible design. Should we identify any site conditions that could make the project prohibitively expensive or challenging, Hirsch & Associates will notify the City promptly and provide written documentation of such concerns. D. Public Meetings To ensure community involvement and support, Hirsch & Associates will facilitate public meetings using proven communication methods. These meetings will allow for input and feedback from the community and stakeholders, ensuring the design aligns with public interests. We will also present the preliminary design plans to City staff and City Council for review, comment, and approval, incorporating their feedback into the final plans to ensure that the project meets the City's expectations. 8. DESIGN DEVELOPMENT A. Design Development Documents Upon receipt of written approval from the City for the Preliminary Plan, Hirsch & Associates, Inc. (HAI) will prepare comprehensive Design Development Documents. These documents will include drawings and specifications that define the design intent, character, and materials of each project phase. The drawings will be prepared using AutoCAD 2019 and will provide sufficient detail to clearly convey the proposed improvements for City review and approval. Design Development will reflect input received during prior phases and incorporate City standards, applicable codes, and relevant landscape and irrigation criteria. Hirsch and Associates Inc. On-Call Landscape Architect Services City of Huntington Beach 11 B. Updated Proiect Budget Following approval of the Design Development Documents by the City, HAI will update the Preliminary Project Budget to reflect current project scope, refined quantities, and proposed materials. This budget will include an opinion of probable construction costs and be presented in a format that supports City evaluation and future decision-making. C. Proiect Schedule HAI will coordinate with City staff and project stakeholders to review the preliminary project schedule and confirm key milestones, deliverables, and review periods. A refined project schedule will be developed based on this input and will be maintained and updated throughout the final design and approval process. A preliminary schedule has been included with this proposal for the City's consideration. 9. FINAL WORKING DRAWINGS AND SPECIFICATIONS A. Preparation of Final Drawings and Specifications Upon receipt of written approval from the City for the Design Development Documents, Hirsch & Associates, Inc. (HAI) will prepare a comprehensive set of Final Working Drawings and Specifications necessary for competitive bidding and construction of the project. These documents will be developed directly from the approved Design Development Documents and will define in detail the scope of work, materials, finishes, equipment, and construction standards required for successful project execution. The Final Working Drawings and Specifications will include the following components, as applicable: • Cover Sheet • General Requirements and Notes • Demolition Plans (Clearing and Grubbing) • Grading Plans and Details (including horizontal and vertical control) • Erosion Control Plans and Details • Site Construction Plans and Details • Structural Details and Calculations (if applicable) • Electrical Plans, Calculations, and Details (including Title 24 compliance) • Landscape Plans and Details • Irrigation Plans and Details • Storm Water Pollution Prevention Plan (SWPPP) and Water Quality Management Plan (WQMP), as required All plans will be prepared using AutoCAD 2025. Specifications will follow the Construction Specification Institute (CSI) 16-division format and will reference the latest edition of the Standard Specifications for Public Works Construction (commonly known as the "Greenbook"). B. Format and Permitting Requirements The Final Working Drawings and Specifications will be prepared in a format suitable for securing all necessary permits and approvals from City departments and other regulatory agencies with jurisdiction over the project. The documents will be clear, legible, and professionally assembled on standard architectural sheet sizes, properly indexed and numbered for ease of reference. The final package will be suitable for competitive public bidding and will be structured to facilitate receipt of responsive and responsible bids in accordance with the City's budgetary requirements. Hirsch and Associates Inc. On-Call Landscape Architect Services City of Huntington Beach 12 C. City Review and Revisions The City will review the submitted Final Working Drawings and Specifications and may request revisions to meet applicable codes, regulations, or project goals. HAI will incorporate all City- requested modifications at no additional cost, provided they are not in conflict with previous City- approved directions or regulatory requirements. Revisions necessary to secure permits and approvals from external agencies will also be incorporated as required. D. Final Construction Cost Estimate HAI will assist the City in preparing a Final Project Budget based on quantity take-offs and unit cost estimates derived from the Final Working Drawings and Specifications. This budget will be used as the basis for evaluating bid responses and managing project scope. If the Final Project Budget exceeds the City's authorized construction budget, HAI will immediately notify the City in writing with a detailed cost breakdown. The City will then provide direction on value engineering or scope modifications necessary to reconcile the project within the available funding. 10. CONTRACT DOCUMENT PHASE A. Preparation of Contract Documents In coordination with the City, Hirsch & Associates, Inc. (HAI) will assist in the development and finalization of all bidding and construction documents necessary for public advertisement of the project. This includes, but is not limited to: • Notice Inviting Bids • Instructions to Bidders • Bid Proposal Forms (including Alternate Bid Items, if requested by the City) • General Conditions, Special Conditions, and Special Provisions • Any additional documents required to comply with applicable federal, state, and local laws and regulations All contract documents will be subject to review and approval by the City and its legal counsel. HAI will ensure these documents align with the approved Construction Documents and are suitable for public bidding in accordance with City procurement procedures. B. Final Cost Estimate Concurrent with delivery of the complete Contract Documents—including the Final Working Drawings and Specifications (collectively referred to as the "Construction Documents")—HAI will submit a Final Estimate of Probable Construction Cost. This estimate will be based on detailed quantity take-offs and current unit pricing to ensure accuracy and alignment with the project scope and budget. 11. BID PHASE A. Issuance of Reproducible Construction Documents Following receipt of formal written approval from the City for the Construction Documents and Final Estimate, HAI will provide a complete, reproducible set of Construction Documents in digital PDF format. These documents will be transmitted to the City for posting on the City's designated FTP site or other digital distribution platform, allowing access by prospective bidders. Hirsch and Associates Inc. 13 On-Call Landscape Architect Services City of Huntington Beach B. Bid Support and Review The City will oversee the distribution of the bid documents, manage the bid opening process, and facilitate bid evaluations. HAI will support this process by reviewing all bids received and providing professional input regarding responsiveness, accuracy, and consistency with the project budget. Any significant discrepancies or concerns will be communicated to the City with recommendations for resolution. C. Responses to Bidder Inquiries HAI will assist the City in responding to requests for clarification submitted by prospective bidders during the advertisement period. HAI will prepare written responses to all technical questions related to the Construction Documents and provide them to the City for inclusion in formal Addenda issued to all bidders. Responses will be prepared promptly to avoid delays in the bidding process. 12. CONSTRUCTION OBSERVATION PHASE Hirsch & Associates, Inc. (HAI) will provide comprehensive construction observation services to support the City throughout the construction phase of the project. HAI shall remain available to assist the City by responding promptly to any requests or directives issued via phone, email, or other means of communication. Should any direction provided by the City appear inconsistent with the approved plans and specifications, HAI will promptly seek clarification in writing to ensure alignment and accuracy. At the City's request, HAI will attend regular project meetings with City staff, the contractor, and the project manager on a weekly or bi-weekly basis, or as otherwise determined necessary during the course of construction. These meetings will serve to review construction progress, address potential issues, and coordinate the resolution of any design or specification questions. HAI will perform the following construction observation services in accordance with the approved construction schedule: HAI will interpret and clarify the construction documents as needed to ensure contractor compliance with design intent and technical specifications. The firm will review and approve all product submittals and shop drawings for conformance with the construction documents and scope of work. Prior to delivery, HAI will visit local nurseries to inspect and approve all plant material to ensure compliance with project specifications. During construction, HAI will attend on-site meetings on a regular basis, typically weekly, to observe work in progress. Following each visit, HAI will prepare and distribute written meeting notes summarizing observations, decisions, and required actions. HAI will maintain ongoing communication with the City, contractor, and other project stakeholders by phone and email, providing timely coordination as needed. The firm will review the contractor's construction schedule and provide feedback regarding feasibility and adherence to project milestones. HAI will maintain a comprehensive project record, including all drawings, correspondence, contractor submittals, RFIs, shop drawings, and contract change orders. As work progresses, HAI will observe and approve soil preparation materials, planting methods, finish grading, and the installation of all site construction elements to verify compliance with the construction documents. HAI will respond to contractor Requests for Information (RFIs) and address any construction-related inquiries as they arise. Hirsch and Associates Inc. On-Call Landscape Architect Services City of Huntington Beach 14 Upon substantial completion, and at the request of the City, HAI will conduct a project inspection and prepare a comprehensive punch list of outstanding work. Once all punch list items have been satisfactorily completed, HAI will conduct a final inspection at the conclusion of construction and the 30-day Plant Establishment and 60-day Post-Installation Maintenance Periods. Following final approval, HAI will issue a formal letter of acceptance to the City. Finally, HAI will review and approve all contractor-provided closeout documentation, including operating manuals, maintenance guides, and warranty information for all installed equipment and systems, ensuring full compliance with contract specifications. 13. QUALITY CONTROL—QUALITY ASSURANCE Hirsch & Associates, Inc. (HAI) is committed to maintaining the highest standards of quality throughout the project lifecycle. Our Quality Control and Quality Assurance (QC/QA) program is an integral part of our design process and is implemented at every phase to ensure that all deliverables are accurate, coordinated, and consistent with project objectives and applicable standards. All plans and specifications are developed in accordance with industry best management practices (BMPs), current municipal and public works standards, and applicable codes and regulations. HAI employs a structured internal review process whereby senior team members and discipline leads conduct thorough technical and constructability reviews at each project milestone. Formal quality control reviews are conducted at the completion of the following design phases: • Initial Planning Phase (5%) • Preliminary Design Phase (20%) • Design Development Phase (35%) • Final Working Drawings and Specifications Phase (50% and 90%) • Contract Document Phase (100%) At each milestone, deliverables are submitted to the City for review, feedback, and approval. These submittals include all relevant plans, technical documents, and specifications required to evaluate the project's progress, scope alignment, and adherence to budgetary and scheduling goals. HAI incorporates all City comments and coordinates all revisions as needed to ensure that each successive phase builds on a solid foundation of quality and completeness. Our QC/QA approach ensures that final construction documents are biddable, buildable, and consistent with the approved scope of work—minimizing change orders and avoiding unnecessary delays during construction. Hirsch and Associates Inc. 15 On-Call Landscape Architect Services City of Huntington Beach 14. FIRM STAFFING AND KEY PERSONNEL • Charles Foley, Architect of Record • Mark Hirsch, Director of Projects • Greg Thayer, Senior Project Designer, Graphics Designer • Naomi Hirsch, Project Designer, Graphics Designer • Jacob Laurentowski, Project Designer, Graphics Designer • Emi Halperin, Project Designer, Graphics Designer In addition to our core team, we have access to a network of four (4) contract satellite employees who can be engaged on an as-needed basis. These professionals bring extensive experience in all aspects of landscape architecture. A. Roles and Responsibilities: • Charles Foley, Architect of Record: Client interaction, project scheduling, and conceptual and project plan review. 30 Years with HAI. • Mark Hirsch, Director of Projects: Client interaction, project scheduling, and oversight of conceptual and project plan progress, QSP certified for SWPPP inspections and CLIA certified for irrigation audits. 27 Years with HAI. • Greg Thayer, Senior Project Designer: Interaction with governing agencies and utilities, preparation of conceptual graphics packages, and preparation of project plan packages. • Naomi Hirsch, Project Designer: Interaction with governing agencies and utilities, preparation of project plan packages.26 Years with HAI. • Jacob Laurentowski, Project Designer: Preparation of conceptual graphics packages and project plan packages. • Emi Halperin, Project Designer: Preparation of conceptual graphics packages and project plan packages. Together, our team provides a balanced combination of design expertise, project management, and client interaction, ensuring the successful execution of projects from inception to completion. Hirsch and Associates Inc. 16 On-Call Landscape Architect Services City of Huntington Beach B. Resumes: alCharles Foley,ASLA President i Years with Firm: 30 Education , ter , r.- Bachelor of Science Degree � '` ';1''f ; , . "•'� :� ' T Landscape Architecture f 1.' ' - � ' t• = California State Polytechnic University, - .: A f r Pomona, California � ', Registration , ` Licensed Landscape Architect, California#5567 Experience 4 Mr. Foley joined Hirsch & Associates, Inc. in 1996 and ..; _ 4 • = ti ,'fi -� ;4 has increased his capacity with the firm to his present \' ''' '''-' - .. • ,, position of President/CEO. He is responsible for the .1:., - - .• .a- design and development of a wide range of projects - r • " for both public and private development with specific .�. •'"� x focus on Public Works and Park Development. Mr. ' Foley is responsible for design, client contract r , ‘1 negotiations, oversight of staff and project consultants, �..�" f�` 5> deliveryof product to clients as well as client y '„ r" - .4 F relationships. a T;,c 4 s rv-; X Mr. Foley has proven his design capabilities and ` , 41 project management with award winning projects for �,,,,� { . both public and private sectors. Awards include two ,. - Awards of Excellence in for Rotary Centennial Park, _ . , City of Long Beach; and Barnes Park, City of Baldwin " „ Park. Master Plan and construction oversight of Cesar -, ,r "" .... Chavez Park, City of Pomona won an Award of 'k Excellence and the Creating Community Award of , - Distinction, presented by the CPRS. Two AWPA '' •q il f - '" , project awards for streetscape design as well as park design. Mr. Foley will be in charge of the design and development for the entire life of the contract. He will be the Architect of Record and manage all staff and sub consultants as well as control schedules. x .- Affiliations -�,„ _ _} `• American Society of Landscape Architects (AS LA) ' ,•' Executive Committee Vice president �="P —. a , -=_ I .._ ^y= ASLA Mentor A� .mot • ` __ . XL w California Park & Recreation Society Continuing , a, '� '-"'"' -'_" Education Host s "A''`- ' Hirsch and Associates Inc. On-Call Landscape Architect Services City of Huntington Beach 17 Mark Hirsch, IA Landscape Y_ 1\ Contractor Senior Project - Manager Vice President .� 2 wa- Years with Firm: 27 a Education Associates 7 Degree Construction Management = __ College of the Redwoods, Eureka CA Associates Degree s';"�� — " •_„, Horticulture, N • '� z� , .n Fullerton College, Fullerton CA I \ ; Registration Licensed Landscape Contractor, CA #956898 Certified Irrigation Designer/ Water Auditor #84847 ° _ `�'�""�` QSP Certified SWPPP Practitioner/Inspector .,. .1 ;: > #28925 ` . ,.LP, �i Experience Mr. Hirsch has 24 years of experience in the li _ ¢�< __._.. I landscape design and construction industry. Before T 1 joining Hirsch & Associates, Inc. 1998, Mr. Hirsch .' l MIInMi obtained ten years' experience working for a General Contractor, installing all aspects of landscape construction. Mr. Hirsch has continued to increase his capacity at HAI, starting from draftsman to his current title of Vice President. Accomplishments during his ,.,A professional career including Autodesk/AutoCAD certification, certified irrigation designer and certified water auditor. Mr. Hirsch is a licensed landscape contractor in the State of California. m.:—. a 1 .-, - ti•.-5 L --ne+ Professional Responsibilities Project Management, Construction Management, _ — _ Construction Support, Water Audits, Water - Management, Irrigation Consultation, Presentations, Community Workshops, Conceptual Design Preparation, Construction Document Preparation, & ° _ "��•- , Sub consultant Coordination ----. ,,,r Affiliations IA Irrigation Association California Landscape Contractor Association California Park & Recreation Society Hirsch and Associates Inc. 1 8 On-Call Landscape Architect Services City of Huntington Beach 15. SUBCONSULTANTS Pacific Land Consultants, Inc. 28441 Highridge Rd. #230 Rolling Hills Estates, CA 90274 310-544-86894LJ Chris Vassallo PLS plscal(cr�msn.com .� Field/Office Survey Services. /SHED 4 Pacific Land Consultants, Inc. has been in business for 30 years in the LA/OC area. We provide survey services for construction staking, ALTA's, topography, aerial layout, and state of the art GPS work. We have two fully equipped crews with the latest technology, so we can always be in contact with the office. We have AutoCAD capabilities in the field, and with our PC phone cards can email information back and forth to the office. Our employees have all been surveying for many years, our two crew chiefs have over 30 years' experience with them. They can evaluate boundary establishment, construction changes, and most questions that may arise in the field. Our office staff is equipped with the latest Civil 3D AutoCAD and can produce a variety of finished products, such as topographic surveys, slope analysis surveys, ALTA surveys, construction drawings, showing points field crews set. FIRM INFORMATION: L CROUP CRANE ARCHITECTURAL GROUP AlliCRANI ARCHITECTURAL 110 E Wilshire Ave#300 Fullerton, Ca. 92832 WlntlovatlonslnArChitecturePhone: 714-525-0363 Fax: 714-525-9826 Richard J. Crane Jr.,AIA Principal Architect Phone: 714-525-0363 rcrane(a�cranearchitecturalgrp.com FIRM DESCRIPTION: Crane Architectural Group is a full-service architectural and planning firm that specializes in Park and Recreation projects. For more than 3 decades, Richard J. Crane, Jr., AIA, has designed projects that fully and effectively meet the needs of community and governmental agencies. At Crane Architectural Group we align that experience with a range of fresh approaches provided by a team of qualified professionals. Result: Design Excellence. Crane Architectural Group provides full service architecture and planning services which include land planning, site analysis, programming, feasibility studies, ADA Studies, construction cost estimating, building design, construction documents, governmental processing, projects bidding & negotiation and construction contract administration & observation. REGISTRATION Registered Architect; State of California No. 21132; State of Texas No. 18270; State of Nevada No. 4964; State of Arizona No. 42293; State of Washington No. 8712 National Council of Architectural Registration Board; NCARB#40467 Hirsch and Associates Inc. 19 On-Call Landscape Architect Services City of Huntington Beach Robert DePrat, P.E. 1853 Yorba Linda BI#235 Yorba Linda, Ca. 92886 714-749- - , 3077 rdeprat@bluepeakeng.com California(#60482) BLUE PEAK Bachelor of Science, Civil Engineering, UC Irvine M.B.A. UC Irvine NE R : G Professional Experience Mr. DePrat has over 20 years of professional civil engineering experience serving clients throughout California in a wide range of public parks and private development projects. Blue Peak Engineering has provided civil engineering services to HAI throughout its history including sports parks, roadway design and recreation facilities. Along with his depth of experience, Mr. DePrat's success is attributed to his dedication to customer service and maintaining valuable working relationships among clients, contractors and jurisdictional agencies. ±y Engineering, Inc. Etecmc net nng d Conso;bng A James Corns ) President • james.corns©jcaeng.com 8048 Palm Ave. Highland,CA. Phone:(909)864-0223 92346 Fax: (909)864-0280 JCA Engineering Inc. is dedicated to providing efficiently innovative architectural lighting design services, and state-of-the-art electrical engineering. Projects successfully completed within the last year represent total construction values exceeding thirty million dollars. Those projects encompassed new and renovated educational facilities, efficient public works facilities, religious facilities, active and passive recreational sites, sports complexes, arenas and streetscapes for community revitalization. The principals of this growing design firm offer more than 65 combined years of experience in electrical systems engineering. We implement new technology to evaluate our design proposals using software such as AutoCAD 2025. Lighting design incorporates all required Title 24 energy codes, and we are capable of providing all the required Title 24 forms to meet all state requirements. JCA offers comprehensive experience in government, public works, federal, religious, business, institutional, private and educational facilities electrical system requirements and construction. In addition, JCA provides design expertise in fire alarm, electronic communications, intrusion alarm and video distribution systems. Hirsch and Associates Inc. 20 On-Call Landscape Architect Services City of Huntington Beach 16. ORGANIZATION CHART Organizational Chart City of Huntington Beach Charles Foley President Landscape Architect of Record Mark Hirsch Vice President Director of Projects Greg Thayer Subconsultants; Senior Designer & Surveyor Graphics Civil Engineer Architect Structural Engineer Naomi Hirsch Environmental Engineer Senior Designer& Irrigation Specialist Jacob Laurentowski Designer& Graphics Emi Halperin Designer& Graphics Hirsch and Associates Inc. On-Call Landscape Architect Services City of Huntington Beach 21 17. EXPERIENCE AND TECHNICAL COMPETENCE Hirsch & Associates, Inc. (HAI) utilizes state-of-the-art computer systems to meet the demands of our design and project needs. Our computers, including high-performance gaming systems, are specifically chosen to handle the complex data and graphics required for each project. All office computers are less than two years old, and daily backups are securely stored offsite to ensure data integrity and security. HAI is committed to maintaining up-to-date technology for all project-related work. HAI utilizes the following in-house software programs to support our projects: • AutoCAD 2025 • ArcGIS Professional Plus • Bluebeam Revu • SketchUp Pro • Adobe Acrobat Pro • Zoom • Microsoft Teams • Microsoft Office Suite • LogMeln • Irrigation Association Water Use Formatting HAI is fully equipped to conduct video meetings via Zoom, Webex, or Microsoft Teams, ensuring effective remote communication and collaboration with clients and stakeholders. We are also well-versed in providing virtual project presentations and engaging with clients digitally for real-time feedback and collaboration. A. Staff Experience and Competence HAI staff are highly experienced in utilizing the latest software tools and technologies required to deliver successful project outcomes. Our staffs expertise extends across all phases of landscape architectural projects, including conceptual design, design development, construction documents, and post-construction services. Our team works seamlessly together, providing a comprehensive in-house design package from conceptual design through project approval and implementation. We understand the importance of collaboration, and our in-house capability ensures full control over design quality, coordination, and timely delivery. Additionally, we are equipped to manage multiple projects simultaneously while maintaining a high standard of work. B. Project and Stakeholder Communication HAI's project team has extensive experience in engaging with stakeholders and managing the communication processes necessary for successful project outcomes. We ensure effective coordination with clients, community stakeholders, and governing agencies, facilitating smooth project development from conceptual stages to final implementation. Hirsch and Associates Inc. 22 On-Call Landscape Architect Services City of Huntington Beach C. Compliance with City and State Standards HAI ensures that all projects comply with local, state, and federal regulations, including landscape standards, water conservation requirements, and environmental guidelines. We work closely with City staff to review and recommend improvements to relevant codes and specifications, ensuring that each project meets the highest standards of design, sustainability, and performance. 19. HAI IS CURRENTLY ON THE ON-CALL LIST FOR THE FOLLOWING CITIES. City of Long Beach City of Pomona City of Redondo Beach City of Hermosa Beach City of Laguna Beach City of Arcadia City of Placentia City of Irvine City of Lakewood City of Commerce Los Angeles County Technical Assistance Program (LATAP) 20. FISCAL STABILITY Hirsch & Associates Inc. has been in business for over 47+ years and is financially stable. The company has a strong financial track record with no pending litigation that would negatively impact its financial stability. Hirsch & Associates, Inc. maintains a robust financial standing, ensuring our ability to successfully execute and deliver projects as outlined in this proposal. D- U-N-S#09-641-6388. Hirsch and Associates Inc. 23 On-Call Landscape Architect Services City of Huntington Beach 21. REFERENCES References of Work Performed Form (List S Local References) Company Name:Hirsch&Associates,Inc 1. Name of Reference: City of Pomona Address: 505 S.Garey Ave Pomona,Ca.91766 Contact Name: Matt Pilarz Phone Number: 909-620-3652 Email: matt.pilarz@pomona.gov Dates of Business: City of Long Beach 2. Name of Reference: Address: 411 W Ocean Long Beach,Ca.90802 Contact Name: Marilyn Surakus Phone Number: 562-570-5793 Email:marilyn.surakus@longbeach.gov Dates of Business: 3. Name of Reference: City of Westminster Address: 8200 Westminster Blvd.Westminster,Ca.92683 Contact Name:Tuan Pham Phone Number: 714-585-1790 Email: Dates of Business: 4. Name of Reference: City of Los Alamitos Address: 3191 Katella Ave Los Alamitos,Ca.90720 Contact Name: Ron Noda Phone Number: 562-357-4520 Email:rnoda@cityoflosalamitos.org Dates of Business: 5. Name of Reference: City of Baldwin Park Address: 3251 Patritti Ave Baldwin Park,Ca.91706 Contact Name: Manny Carillo Phone Number: 626-814-5269 Email: mcarillo@baldwinparkca.gov Dates of Business: Hirsch and Associates Inc. 24 On-Call Landscape Architect Services City of Huntington Beach 22. GRAPHIC EXAMPLES Graphic Example A Project: MJPA War Dog Memorial Park Contact: Timothy Reeves, Developer Client: March Joint Powers Authority 909-579-1294 Completed: Completed Summer 23 Construction Cost: $2 Million Project Description HAI provided conceptual design through construction documents and is providing construction support. The 5-acre dog park will feature separate areas for small dogs and larger dogs, feature parking, perimeter trail, pathways, recycled irrigation system and native plantings. Additionally, there will be (8) education plaques throughout the trail system which describe the role dogs have had since WWI through current wars, their training and handler evolution. There will also be a feature plaque that focuses on Woman dog handlers and their evolution in the military as well. HAI designed the 24"x36" plaques in house, researched and obtain the rights to use the imagery. MILITARY WORKING DOGS MILITARY WORKING DOGS .eera _ 4.":1 _.___. u...._ • . . ... 'j Tin.auwy.=a rt Y nlio=ooa=o=y- �.......":S":_.........ti.^.CCU^ r: .ICA '1J _ ay;=.'-c' � — -- rho Broods and Roles of War Dogs In WWI�� ,t• .... 47,w... LLY T' a`^' [K3Y�. iiii Artie;,! ! ... _ .y>e.V' ' ; � •� ble' YEA -_..* "" •�,� WORLD WAR I ++ ! WAR IN AFGHAN STAN f A i • * If ' t IP 0 rr 4 .. _ p b . 1[ . ,„° '4, ' . .. i LARGE DOG PARK . I �....NO a . ... .. v i Hirsch and Associates Inc. Z5 On-Call Landscape Architect Services City of Huntington Beach Graphic Example B Project: Renovation of 14 Play Areas Contact: Marilyn Surakus, Manager Public Works Client: City of Long Beach 562-570-5793 marilyn.surakus@longbeach.gov Completed: 12 Completed, 2 Bidding Construction Cost: $8 Million Project Description HAI is assisting the City in renovating a number of play areas throughout the City utilizing Long Beach Measure-A funding. Each play area being upgraded is intended to be different from the others. The play areas are considered to be "destination" play areas featuring unique equipment and site features such as slides built into hillsides, zip lines and custom play features featuring Dinosaurs and skateboard furnishings. The project started in 2017 and is still in progress based funding availability. Parks included are Drake, Eldorado, Jackson, Veterans, MLK, Whaley, Recreation, Channel View, Los Cerritos, Recreation, Colorado Lagoon, Cherry, Silverado and Ramona Parks. r , /' i • , K • ,,;'''‘..%,., i 20." ''' .1,, '., :' ' , ,,,..., , 00,. , „. 1 . ... ....._ ..... ._...,...› .,...„....„ .,.. N N , ,...-„,. .._ __, .__----_ ,, F — —mall.. ,, ., '. - `�, r r► „am r. c —�G} }, ' ` ,..,t' r r —,t r> ° 'i k'. Al 1 i / 4r .. ,; fps k f '" \ t \ '' --, - — . -------J-1 ia ' 1%..:.: il'4-1 j ara r ,1 : . E il — , i ' 1 �I... i u u F - .. A I ...........: ye .... I r'-1 i r,' -- r r. Hirsch and Associates Inc. On-Call Landscape Architect Services City of Huntington Beach 26 Graphic Example C Project: Beach Pedestrian Path Contact: Eric Lopez, Director of Public Works Client: City of Long Beach 562.570.5690 Projected Construction Cost: $6 Million Project Description From the HAI designed Beach Master Plan, the Beach Pedestrian Pathway was derived. HAI was contracted through the City of Long Beach to provide all conceptual design, construction documents and construction support services for the proposed 3.2 mile, 10' wide pedestrian pathway. The project features flexible paving pathway separated from the existing 17' wide concrete bike path/pedestrian path with relocation of 1.5 miles of existing bike path. Distance markers, minor nodes for resting with sitting boulders, signage, new striping on existing pathway, new pier crossing ramps encompass the project. The intent is to limit user conflicts on the existing pathway and develop additional beach pedestrian capacity. The project was coordinated with other Tideland funded projects such as restroom buildings and bluff stabilization projects and received Coastal Commission approval. Challenges included public outreach and opposition from numerous groups such as Surfrider Foundation and The Sierra Club. Ultimately, incorporating public input into the design won approval from the California Coastal Commission as well as user groups. The project is a huge success, increasing pathway and beach usage year after year. We reduced costs by utilizing concrete to be demolished and removed be crushed on site for base under the new pathway rather than hauled off site. • 41,0 rr a " Gnu , t u+; - '/'�• .44:it et (11 -1.1moul A. Hirsch and Associates Inc. 27 On-Call Landscape Architect Services City of Huntington Beach Graphic Example D Project: Smith Park Contact: Ralph Aranda (Retired Parks Director) Client: City of Pico Rivera 562-400-3428 Construction Cost: $8 Million Project Description The third and final sports park that HAI master planned, designed and provided construction support services to the City. HAI conducted community workshops for all three facilities steering the design process and ushering the designs and budgets through City Council. The park features artificial turf football/soccer field, grand stand seating for 400 people, (2) restroom concession stands with commercial kitchens, new play areas, (4) baseball/softball fields, lighting, picnic areas, parking lots, recycled water irrigation system and storm water catchment/infiltration. t ' °1''''l'r 1QOP '' \ \ ' ,%, ' % t y . cis44444\4400641.1441. a s � . .= 7 Hirsch and Associates Inc. 28 On-Call Landscape Architect Services City of Huntington Beach Graphic Example E Project: Red Car Greenway Contact: Eric Lopez, Director of Public Works Client: City of Long Beach 562-570-5690 Completed: December 2017 Construction Cost: $980,000 Project Description HAI provided public outreach, feasibility studies, construction documents, permitting, bidding support and construction support. The Red Car Greenway is a sloped 3.5 acre stretch of land formally the right of way for the Red Car Rail System at the corner of 4th and Park. The new park space transformed a formally baren piece of property into a greenway with formalized trail and native landscaping consisting of hydroseed and shrub/tree plantings. The project connects the Belmont Heights Neighborhood to the Colorado Lagoon nature preserve and Marina Vista Park. It provides safe passage for students walking to nearby Wilson High School. The planning and outreach started in 2014 where the entire Red Car Right of way was Master Planned. HAI worked hand in hand with community groups such as the Belmont Heights Community Association and Friends of the Colorado Lagoon. The project plans for this portion of the Red Car R/W were crafted in 2016 and the project was bid and constructed in 2017. It was funded by (2) California State Park Grants. The Grants required public involvement in the performance of construction, California Conservation Corps labor was enlisted in the landscape portion of work, spreading recycled bark mulch from the Cities urban forest maintenance program. The project includes 8' wide colored concrete pathway intended to match the look of Decomposed Granite(DG) at the request of City Maintenance. Additionally, spilt rail fencing, timber light posts with LED fixtures, sitting boulders, dog waste bag dispensors, receptacles and coordination and connection to the 6th Street Bike lanes are included. HAI worked with Tree of Life Nursery to develop a coastal native plant palette including meadow hydroseed and shub/tree selections. Challenges to the project were schedule due to the Grant requirements and working through the permitting process with Los Angeles County Flood Control, historically slow and stayed true to that fact. The site contains a large 6' culvert drain it's entire length. Additionally, coordination with (2) pipe line companies was requried due to oil lines running on the north and south sides of the parcel the entire length. In the end, HAI perseverance paid off. Sub Consultants provided survey, site lighting and power for restroom and controller, civil engineering and hydrology study, geotechnical and structural engineering. tf e�• .. x v-141*'"tr*V - - - - Ito } � R • Hirsch and Associates Inc. On-Call Landscape Architect Services City of Huntington Beach 29 Graphic Example F Project: Mackay Park Contact: Nick Mangkalakiri, Senior Civil Engineer 714-229-6729 Client: City of Cypress—Awarded AWPA Project of the Year Completed: November 2017 Construction Cost: $2.7 Million Project Description Mackay Park is developed on a 2.9 acre portion of the former Mackay Elementary School property. The remaining portion of the school site has been redeveloped and features a new residential community. The park design was derived through community meetings conducted by HAI with area residents as well as meetings with City Staff, Parks Commission and City Council. The park features both active and passive recreation with picnic shelters, separate tot lot and children's play structures, half basketball court, restroom building, exercise equipment, sculpture garden, decomposed granite pathways, bioswales and infiltration collection, solar lighting, open turf, native planting and a parking lot. HAI provided complete design and oversight on the project from Conceptual Design through Construction Support. No significant change orders on the project. Challenges related to high water table at the site, special design for footings in response. t--"Ar,...„,,,,ar..„ . ti r. .., . . , , ,, ..%i . _... ,. .*". II, ... ..„,„...r T—, ,---'- .d ��'�9^►' -,.�..� �' � ) sir % r177.yyy: fsy. --., • .. • :if- - ` Alit _ �• Yr �', � A A , . . _ __ .,..„.„,„,..,,., 4.k... liiiii.,1., trllihhbbn. 4 . . 'a ` 4 11 w,y .,,. �l w 1q7Ci •4 ram... •- '''..smart Southern California Chapter ofthe American Public Works Association(APWA)2017 Project of The Year Award.Mackay Park City of Cypress Hirsch and Associates Inc. 30 On-Call Landscape Architect Services City of Huntington Beach Graphic Example G Project: Eldorado Park Field Contact: Marilyn Surakus, Manager Public Works Client: City of Long Beach 562-570-5793 marilyn.surakus@longbeach.gov Completed: September 2021 Construction Cost: $2.5 Million Project Description HAI provided conceptual design, construction documents and estimates, permitting and construction support for this artificial turf field. The design is intentional without security fencing, open to the public. It is an adult size field with youth fields included with striping. The infill is cork and sand, ADA access was designed into the project from existing parking lot and right of way. The existing trees were protected in place around the perimeter. Boulders were included to prevent vehicular vandals from entering the field, dispersed among the existing trees. 25 of the boulders are engraved with unique silhouettes that HAI designed. . c� r • _ ,e'' -! �+* :'- � tea Till , .. F r* i I t sy _ 1i= . r °'_ " .cr tira°" c S use • } k.t 3iii, _ - k _.... ', t .:eti Hirsch and Associates Inc. `� On-Call Landscape Architect Services City of Huntington Beach Graphic Example H Park Soccer Fields Contact: Tuan Pham,Sigler , Public Works Client: City of Westminster 714-585-1790 Status: Under Construction Projected Construction Cost: $2.2 Million Project Description HAI provided conceptual design and project feasibility services, construction documents, assisted the City during bidding and is now providing construction support services. The project includes removal of an existing baseball field and sports lighting and replacing with (2) 280'x160' Natural Grass Soccer Fields allowing U13-U15 play at maximum size. The design includes Musco sports lighting, vinyl coated chain link fencing, ADA Path of Travel sidewalks, bleachers, maintenance access, hydration stations, equipment storage container PLAZA St. 11 o n o- __ O OOP, ill l 1.4 t 0 vI :II irk w /71.11111 :j 1 ' i' u O cii: 1 ,D - ,'O al)-UIS at]-UI] ` ,1)1 0.,1 ' ) 1 z : -�' i� �, •, O ©-- \ 00 0 o a l .1i o a JD 02 ,,a ________ VP PORN Sf. KEY NOTES LEGEND oar worn swat w rare,rem.ncc U tam a WPM Kra to on w was a noon m or um ma. a) ae arras mar mown wen.MOM".ruc eta.me wpm a name vans rue. a sat ear,Its.all A © i.e..r era u.mcc O OW. .+ara.R. mop Oran arms.roma van p mum Me art w COMM w Prow.ran © rruo w,..m mo 0 EOM a SITS rom.ru¢ a arm noc u.c w OMEN ROOM s flit v a noon r moor.r.. __mat,rasp r n.-sr carte mop mom..rc.wm..w_ COME can,amE roc morn room r worn Man mun. ® armor a ooz a ROW rer.mr.INaEV,AO m WPM roc Maw COME Imo ® :I sr'.•ro...,ma..,r Q o.rr,r or u.r m¢.arcr. •o va. © ® M mom Gut . a Soccer Fields + Improvements Concept-Option 2 "ro"016121x°" Sigler Park Soccer Field Feasibility Study I I `��\ •• ��--•• x"�•�• I 03I2024 l`�,-�j�j City of Westminster,CA Hirsch and Associates Inc. On-Call Landscape Architect Services City of Huntington Beach 32 Graphic Example I Project: City Wide Pickleball Study Contact; Kelly Orta, Community Services Client: City of Redondo Beach Completed: 310-318-0610 Construction Cost: Up to $1,000,000 Project Description The City of Redondo Beach is embarking on a project to satisfy the Pickleball Stakeholder Group by providing dedicated Pickleball Courts within existing facilities. The balance is to not displace other user groups when providing courts as well as keep courts as far away from residential homes. Many locations in the City are within SCE Easements. HAI evaluated each existing park facility and prepared the study including preliminary construction costs estimates by location. The City intends to fund and select phase one implementation in 2024. r ` .. ANocRN4 ` -� ,, P_EgRYP -L-C_-_-_ r - , )1 "a4 I` , — 1 1., 4 1,. ''_, - ¢vRytKtE, 1. .. •-. ,s ,*tom' r fix ''' �' ,T Wo Key Map of Sites s�4irg x rs. Picklabell Feasibilittyy Study __ I LS3 edard0 Cky OI RaMmSo afech Gan I I -- 1029/21 .4's.:,*.'" ESTIMATE OF PROBABLY COST&. Paw SIPrpAbiy MOSOaa Caul low amrlk amoral,pad•mat abglM.l.dre.2 Palo.t MI 2 bmlw,rooms 5 tow.amoo bolos,gads - bbwlw,rrSYrgr.waun b w, ` .,_ '955.900•p19,f00b7-0abu PbfrolR ;'''' rum_ . -0.'n'r=• -... Maab mndmPhare TS5,000rmud �•"�� aY,®,,,,�{t s"j •M ra/rrtaa mre am b bwk wren..may.A army read mad b ba mduma.abp air s v 'W amnaPai anpnla aooMb mom rmlplacow r due la M edam of madam,rooarirq orbs or Ina ''✓ vale.aw prowl raw abloom*Vann. wee*pail,and caber aeoe are may need.w aaaiused m s allammik boob. • Opm We PARK ANALYSIY /t ' • (� • 0.1.1.l fetlla.Yabeyond fw aWMloo alto 0arsy 1p baeabaa Mae m N.evNYq Pernanera 14lam vnPa^an Pna '�' A.lik. ;.:. after Mai IMAM PwMh9ot and d bu'1min, tnJ,S: SY.pMrq wd o.rwY WkmP .f�ln ' �'.:jl r� � M4bnne YnMI 'Y., \ n 44%% I tlW vntrin e,Praur+H nc mrcems y 4 • aMca M9 m pay F ¢ • Pam mare S:ODrmmS:OP p.m w SITE CONSTMANTS ANO CONWERAT10R5 4 „ • Caincanna:be b.l bmoom P.Mwfbl fr ..� Pn una ry e.aenb co.a n "X 4,a s r • PatMum 9 I,) .to use the muds. '�IP§, it rr Me to b. Nlce wbnFM tiw 5 coal, bJ pa con c da0 nOHd co, mmatlI.0 u>I w pads by y y4 ,.. .mrpwa oa Pen.path n w of ar u e ri9r Pea _ y alTs'y'• for a5 muds NEW Ps70ESAU CAUrTOPpORruurn r3 '.rw:'"'�., a llmawby pa m am. lel.nwub MEd boo tlm ....,WP .T*0TrIN • W 0ORN. rd..m n Dominguez Park —,a . r s.- Pi febali Fees''''.% study I la Ve _ (LS9 Rd0040 CByd Red0r9 effa8,fiA 1111 -'^'' = 1021521 Hirsch and Associates Inc. 33 On-Call Landscape Architect Services City of Huntington Beach Graphic Example J Project: Belmont Shore Streetscape Contact: Marilyn Surakus, Manager Public Works Client: City of Long Beach 562-570-5793 marilyn.surakus@longbeach.gov Construction Cost: $1.75 Million Project Description HAI conducted community meetings with area residents, Belmont Shore Parking Commission, Belmont Shore Business Association and District Council Member to craft the design for the beautification of this half mile section of Second Street. Problematic Ficus trees were removed as well as deteriorated landscape and inefficient above ground spray irrigation. The project features additional palm trees, drought tolerant plantings, raised planters, decorative concrete, landscape and column LED lighting and below grade drip irrigation saving water and providing a landscape that requires less maintenance. Decorative color and aggregate seeded concrete are reflective of wet sand patterns inspired from nearby beaches. 'Tv . I' } r.v � .wwN tV k .' i v , .,. `yea, ; . ' _ , . # z r , . r Na, ' 7.4.7 _ !NE 4 _1:- - 0 .... iv _ , . _ .4 , e P _ - �' it _ aI" i : tA ' t - ` i .'ilio} -- _ i i r, _ \ � a. sue' lb( *,,3_ ri F . cK f41, -- veft i 4 l �� *, i r ‘ • t:\IMO' r-7*.,! , . -; t - ':. Gr _ arr _ tows, Hirsch and Associates Inc. On-Call Landscape Architect Services City of Huntington Beach 34 Graphic Example K Project: Westminster Playground Renovation Contact: Tuan Pham, Public Works Client: City of Westminster TPham@Westminster-CA.gov Status: 8 completed, 4 under construction Design: 2020- present Project Description HAI provided conceptual design and public outreach through construction documents and construction support. The City is undertaking renovation of 12 playgrounds of which HAI has assisted in each park's development. The goal is to create a different play experience for each facility and increase use. Budget driven, most of the renovations occur within the same or slightly modified footprint of the existing playground. 2 Community meetings were held for each park facility allowing stakeholders to have input into the play equipment and select features they were interested in. 411. - 3T ,:Tit 1iE� \ �� - • 1. � • ._ {/ > '_ 14 4 Or - �S �t Illy Rues.*Parts Perk-Westminster +ttww.o�m.ma.>or Hirsch and Associates Inc. On-Call Landscape Architect Services City of Huntington Beach 35 23. OTHER INFORMATION A. Project Delivery and Capacity Hirsch & Associates, Inc. (HAI) has a proven track record of completing projects on schedule and within budget. The projects referenced in this qualifications submittal—as well as others currently in design or recently completed—demonstrate our ability to deliver high-quality results using our dedicated in-house staff and trusted subconsultant team. B. Community Engagement Community involvement is essential to the success of every project. HAI prioritizes meaningful public engagement by facilitating interactive workshops, stakeholder meetings, and digital outreach strategies. These include hands-on planning exercises, multimedia presentations, and online polling tools. Our team incorporates community feedback into the conceptual design process to ensure that final solutions are reflective of stakeholder priorities. When appropriate, we also develop project-specific webpages to provide updates, share meeting outcomes, and maintain ongoing communication with the public. C. Conflict of Interest HAI affirms that there are no known conflicts of interest in connection with providing professional services to the City of Huntington Beach. D. Litigation Hirsch & Associates, Inc. Landscape Architects has not had any claims or litigation filed against our Corporation. 24. CERTIFICATION OF PROPOSAL Hirsch & Associates, Inc., the undersigned, herby submits its proposal and by doing so, agrees to furnish services to the City in accordance with the Request for Qualifications and to be bound by the terms and conditions. Hirsch and Associates Inc. On-Call Landscape Architect Services City of Huntington Beach 36 EXHIBIT `B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. • I A • MI ■I HIRSCH & ASSOCIATES, INC. LANDSCAPE ARCHITECTURE& PLANNING On Call Architectural Engineering, Landscape Architecture and Professional Consulting Services City of Huntington Beach, California Professional Fees Professional fees for services stated are based upon the scope of work and include all costs for general overhead, profit, telephone, clerical, travel and incidental expenses. Fees shall be valid for the life of the contract. Reimbursement Expenses All printing, blueprinting, computer plotting, computer scans, photographic reproductions and special overnight deliveries, other than US Postal Service, requested by the City shall be paid as a direct reimbursable expense plus 10% to Hirsch &Associates. HAI Principal Landscape Architect $195/hr Landscape Architect $155/hr S. Project Manager $135/hr Designer $95/hr Clerical $75/hr Public Meetings $600/ea Construction Meetings $750/ea Reproduction / Printing Cost Plus 10% JCE Principal $216/hr Associate Principal $202/hr Project Manager $191/hr Project Engineer $153/hr Designer $139/hr Technical Typist $64/hr Blue Peak Civil Engineer $225/hr Design Engineer $190/hr Drafter $90/hr Crane Architectural Principal $220.00/hr Staff Architect $180.00/hr Project Designers $150.00/hr Project Manager $135.00/hr Cad Draftsman $95.00/hr 2221 EAST WINSTON ROAD,SUITE A,ANAHEIM,CALIFORNIA 92806 PHONE 714-776-4340 FAX 714-776-4395 WWW.HAILANDARCH.COM LA#1710 c HIRSC-1 fVC'Iu E'M ACCORD' DATE(MM/DD/YYYY) `� CERTIFICATE OF LIABILITY INSURANCE 06/16/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate'holder is an ADDITIONAL INSURED, the poiIcy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. ,A statement on this certificate does not confer rights to the certificate holder.in lieu Of such endorsement(s). PRODUCER 909-890-9707 CONTACT Angelina QUezada Unickel&Associates Insurance PHONE 909-890-9707 I FAX 909-890-9237 Unickel&Assoc. Lic#0827703 (Nc,No,Ext): (NC,No): P.O.Box 10727 A $FSS,aquezada@unickelinsurance.com San Bernardino,CA 92423-0727 INSURER(S)AFFORDING COVERAGE NMC# INSURER A:Travelers PropCasCo of America 25674 INSURED INSURER B,Aspen American Insurance Compa 43460 Hirsch&Associates,Inc. Travelers PropCas Co.of Am 25674 2221 E.Winston Rd.Ste A INSURER C: Anaheim,CA 92806 INSURER D: INSURER E: , INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF-SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INTRR TYPE OF INSURANCE INED SUBR POLICY NUMBER POLICY FF PMniTIVVYEXP LIMITS -(M �'y) Um nrvY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 2,000,000 CLAIMS-MADE X OCCUR X x 680-8S798388-2447 10/14/2024 10/14/2025 PREMIISES(Ea occcu ence) S 1,000,000 MED EXP(Any arm person) S 5,000 PERSONAL&ADV INJURY 5 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 4,000,000 POLICY X JE00T- LOC PRODUCTS-COMP/OP AGG $ 4,000,000 OTHER: $ A AUTOMOBILE LIABILITY COMBINED BIac deD SINGLE LIMIT S 1,000,000 — ANY AUTO X X BA-3W747756-25.47•G 01/2412025 01/24/2026 BODILY INJURY(Per person) S OWNED SCHEDULED _ AUTOS ONLY AUTOS PBRORDILY INJURYpp (Per accident) S X AUTOS ONLY X . TO NON-OWNED (Per ace dent)AMAGE S $ UMBRELLA LIAB ' OCCUR EACH OCCURRENCE S • EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ S C WORKERS COMPENSATION X STATUTE OTH- ER AND EMPLOYERS'LIABILITY Y!N x UB-8S799914-24-47-G 10/14/.2024 10114/2025 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT S OFFICERIMEMBER�EXCLUDED? N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S 1,000;000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B Professional AAAE3000713-05 12/12/2024 12/12/2025 Ea Claim 2,000,000 Liability Aggregate 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS'!VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) `See notes APPROVED AS TO FORM B : PAtCHAEUNTIPIG U J.VtGI.IOTTA CITY.ATTOR 0t1 BEACH CERTIFICATE HOLDER CANCELLATION CITY uF 1i CITHB-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street Huntington Beach,CA.92648 AUTHORIZED REPRESENTATIVE _ t o,--' I LI • ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NOTEPAD. HOLDER CODE CITHB-1 HIRSC-1 PAGE 2 INSUREDS NAME Hirsch&Associates,Inc. OP ID: EM Dale 06/16/2025 City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers are Additional Insured in regards to General and Hired/Non-Owned Auto Liability, Waiver of Subrogation applies to Workers Compensation Primary and Non-Contibutory wording applies, per attached endorsements. �30 day notice of cancellation except 10 days for nonpayment. I I Policy Number: 680-8S798388-24-47 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY..PLEASE READ IT CAREFULLY. • SLANXET ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION I1—WHO IS h. This insurance does not apply to "bodily AN INSURED: injury"of"property damage"caused by"your Any person or organization that you agree In a work" and Included in the "products- "written contract requiring Insurance"to Include as completed operations hazard" unless the an additional insured on this Coverage Part,but; "written contract requiring insurance" specifically requires you to provide such a. Only with respect to liability for"bodily injury", coverage for that additional insured,and then "property damage"or"personal injury";and the insurance provided to the additional b. lf, and only to the extent that, the injury or insured applies only to such"bodily injury"or damage Is caused by acts or omissions of "property damage"that occurs before the end you or your subcontractor In the performance of the period of time for which the "written of"your work" to which the"written contract contract requiring insurance" requires you to requiring insurance"applies,or in connection provide such coverage or the end of the with premises owned by or rented to you. policy period,whichever is earlier. The person or organization dots not qualify as an 2. The. following-Is added to Paragraph 4.a. of additional insured: SECTION IV — COMMERCIAL GENERAL c. With .respect to the independent acts or LIABILITY CONDITIONS: omissions of such person or organization;or The insurance provided to the additional insured d. For "bodily Injury", "property damage" or is excess over any valid and collectible other "personal injury" for WW1 such person or Insurance,whether primary,excess,contingent or "pers pers ition surtfed liability in a on any other basis, that is available to the orgahizaor agreement, assumed additional insured for a loss we cover.However,if contract g you specifically agree in the "written contract The insurance provided to such additional insured requiring Insurance" that this insurance provided is limited as follows: to the additional insured under this Coverage Part e. This Insurance does not apply on any basis to must apply on a primary basis br a primary and any person or cigar¢otter for which non-contributory basis, this insurance is primary • coverage as an additional insureds etificatl' to other Insurance available to the additional g specific* insured which covers that person or organizations Is added by another endorsement to this as a named insured for such loss,and we will not Coverage Part, share with the other insurance,provided that: f. This insurance does not apply to the (1) The "bodily injury" or "property damage" for rendering of or failure to render any which coverage is sought occurs;and "professional services". In the event that the Limit,;of Insurance of the (2) The "personal injury" for which coverage is g� sought arises out of an offense committed; Coverage Part shown in the Declarations exceed the limits of liability required by the after you have signed that "written contract • . "written contract requiring insurance". the requiring Insurance". But this insurance provided insurance provided to The additional insured to the additional insured still is excess over valid shall be limited to the limits of liability required and collectible other insurance, whether primary, by that"written contract•requiring insurance". excess,contingent or on any other basis, that Is This endorsement does not increase the available to the additional insured when that limits of insurance described in Section III — person or organization is an additional insured Limits Of insurance. under any other insurance. CG D3 81 09 15 e'2015 The Travelers Indemnity Company.NI lights reserved. Page 1 of 2 includes the copyrighted material et insurance Services Office,Inc.,with its permission • r . COMMERCIAL GENERAL LIABILITY • • 3. The following is added to Para=graph 8.,Transfer 4. The following definition Is added to the Of Rights Of Recovery Agains!Others To lie, DEFINITIONS Section: of SECTION IY — COMMERCIAL GENERAL "Written contract requiring insurance" means that LIABILITY CONDITIONS: part of any written contract under which you are We waive any right of recov!rry we may have required to include a person or organization as an against any person or organifation because of additional insured on this Coverage Part, payments we make for "bodily injury", "properly provided that the "bodily injury" and "property damage" or"personal injury"'rising out of"your damage" occurs and the "personal injury" is work"performed by you, or or.your behalf,done caused by an offense committed: under a"written contract requir.ng Insurance"with that person or organization. V 1e waive this right a. After you have signed that written contract; only where you have agreed to do so as part of b. While that part of the written contract is in the "written contract requiring insurance" with effect;and such person or organization signed by you before, and In effect when, the "bodily injury" or c. Before the end of the policy period. "property damage"occurs,or the"personal injury" offense is committed. • I • Page 2 of 2 Qr.2018 The Travelers Indemnity Company.All rrghl8 ressrVed. CG D3 8'1 0915 Includes the Ropy/Wed material of Insurance Services Mice,Ina..with its permission Policy Number: 680-8S798388-24-47 • • • COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY.PLEASE ASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR ARCHITECTS, ENGINEERS AND SURVEYORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART • GENERAL DESCRIPTION OP COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described In any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part,and these coverage broadening provisions do not applyto the extent that coverage Is excluded or limited by such an endorsement.The following listing is a general coverage description orb y. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights,chilli's,and what is and is not covered. A. Non-Owned Watercraft-75'=eet Long Or Less H. Blanket Additional insured — Governmental B. Who Is An Insured—Unnamed Subsidiaries Entities—Permits Or Authorizations Relating To Premises C. Who is An Insured—Retired Partners,Members, Directors And Employees 1. Blanket Additional Insured — Governmental Entities—Permits Or Authorizations Relating To D. Who Is An Insured--Employees And Volunteer Operations Workers— Bodily injury To Co-Employees, Co- Volunteer Workers And Retired Partners, J. Incidental Medical Malpractice Members,Directors And Employees K. Medical Payments—Increased Limit E. Who Is An Insured—Newly Acquired Or Formed L. Amendment Of Excess insurance Condition — Limited Liability Companies Professional Liability F. Blanket Additional Insured—Controlling interest M. Blanket Waiver Of Subrogation—When Required G. Blanket Additional Insured — Mortgagees, By Written Contract Or Agreement Assignees,Successors Or Receivers N. Contractual Liability—Railroads PROVISIONS uses or is responsible for the use of a A. NON-OWNED WATERCRAFT — 75 FEET watercraft that you do not own that is: LONG OR LESS (1) 75 feet long or less;and 1. The following repface6 Paragraph (2) of (2) Not being used to cany any person Exclusion g., Aircraft,auto Or Watercraft, or property for a charge; In Paragraph 2. of SECTION I -- B. WHO IS AN INSURED — UNNAMED COVERAGES -- COVERAGE A--BODILY SUBSIDIARIES INJURY AND PROPERTY DAMAGE The following Is added to SECTION 11 WHO IS LIABILITY: AN INSURED; (2) A watercraft you do not own that is: Any of your subsidiaries,other than a partnership (a) 75 feet long or less;and or joint venture, that is not shown as a Named • (b) Not being used to carry any person Insured in the Declarations is a Named Insured or property for a charge; if: 2. The following replace!. Paragraph 2.e, of a. You are the sole owner of. or maintain an SECTION If—WHO IS AN INSURED; ownership interest of more than 50%In,such e. Any person or organization that, with subsidiary on the first day of the policy your express or ln•pited consent, either period;and CG D3 79 0219 ®2017 The Travelers IndAmntty Company.All rights resarvod. Page 1 of 6 Inctudos;opyrlghted material of Insurance Servtree Oitloo,inc.with Ito pemUsslon. COMMERCIAL GENERAL LiABiL('Y ' b. Such subsidiary is not a.n Insured under Unless you are in the business or occupation similar other insurance. of providin g g professional health care No such subsidiary is an insured for "bodily services, Paragraphs (1)(a), (b), (c) and(d) injury" or "property damage" that occurred, or above do not apply to "bodily injury" arising "personal and advertising inju y" caused by an out of providing or failing to provide first aid offense committed: or"Good Samaritan services"by any of your retired partners, members, directors or a. Before you maintained an-)wnership interest "employees°, other than a doctor. Any such of more than 50%In such t ubsidiary;or retired partners, members, directors or b. After the date,if any,during the policy period "employees" providing or failing to provide that you no longer maintain an ownership first aid or"Good Samaritan services"during interest of more than 50%in such subsidiary. their work hours for you will be deemed to be. For purposes of Paragraph I.cif Section li--Who cting within the scope of their employment by you or performing duties related to the Is An insured, each such subsidiary will be conduct of your business. deemed to be designated in thu Declarations as; a. A limited liability company; (2) "Personal injury"; b. Art organization other than a partnership, (a) To you, to your current or retired joint venture or limited liability company;or Partners or members. (if you are a partnership or joint venture), to your c. A trust; current or retired members(if you are a as indicated in its name or the documents that limited liability company), to your other govern its structure. . current or retired directors or C. WHO IS AN INSUREDRI:Tc#tED PARTNERS, her while in the course of his or MEMBERS,DIRECTORS AN)EMPLOYEES her a employment or performing you duties relateddtoothe conduct offyour business, The following Is added to Paragraph 2. of or to your other "volunteer workers" SECTION II—WHO IS AN INSURED: while performing duties related to the Any person who is your retired partner, member, conduct of your business; director or'employee"that is performing services (b) To the spouse, child, parent, brother or for you under your direct supervision,but only for sister of that current or retired partner, acts within the scope of their employment by you member, director, "employee" or or while performing duties related to the conduct "volunteer worker"as a consequence of of your business. However.. no such retired Paragraph(2)(a)above; partner, member, director or "employee" is an (c) For which there Is any obiigat(on to insured for; share damages with or repay someone (1) "Bodily injury": else who must pay damages because of (a) To you, to your current partners or the injury described In Paragraph (2)(a) members (if you are a partnership or or(b)above;or joint venture), to your current members (d) Arising out of his or her providing or (if you are a limited liability company) or' failing to provide professional health care to your current directors: services. (b) To the spouse, child, parent, brother or (3) "Property damage"to property: sister of that current partner, member or director as a consequence of Paragraph (a) Owned,occupied or used by;or (1)(a)above; (b) Rented to,In the care,custody or control (c) For which there is any obligation to of, or over which physical control is share damages with or repay someone being exercised for any purpose by: else who must pay damages because of you, any of your retired partners, members the injury described in Paragraph (1)(a) or directors, your current or retired or(b)above;or "employees" or "volunteer workers", any current partner or member (if you are a (d) Arising out of his or her providing or partnership or joint venture), or any current falling to provide processional health care member (if you are a limited liability services. company)or current director. Page 2 of 6 di 20i/The Travelers Indemnity Company.All rrghte reserved. CO D3 79 0219 Includes copyrighted material at Insurance services ONka.Mo.with Its pormiseion. COMMERCIAL GENERAL LIABILITY D. WHO IS AN INSURED - [EMPLOYEES AND organization wilt be deemed to be VOLUNTEER WORKERS - BODILY INJURY designated In the Declarations as: TO CO•EMPLOYEES, CO-VOLUNTEER a. A limited liability company; WORKERS AND RETlIh:ED PARTNERS,MEMBERS,DIRECTORS AND EMPLOYEES b. An organization other than a partnership, The following is added to Paragraph 2.a.(1) of point venture or limited liability company; SECTION II-WHO IS AN INSURED: c, A trust; Paragraphs (1)(a), (b) and (c) above do not apply to°bodily injury"to a current or retired co- that in in its name or the documents "employee" white in the ':ourse of the co- "employee's" govern its structure. Indicated "employee's" employment by you or performing F. BLANKET ADDITIONAL INSURED - duties related to the conduct of your business,or CONTROLLING INTEREST • to "bodily injury" to your other "volunteer 1, The following is added to SECTION II - workers" or retired partr:ers, members or WHO IS AN INSURED: directors while performing cuties related to the conduct of your business. Any person or organization that has financial tr, WHO IS AN INSURED-NEWLY ACQUIRED control of you is an Insured with respect to liability for"bodily injury", "property damage" OR FORMED LIMITED LIABILITY COMPANIES or °personal and advertising injury" that The following replaces Paragraph 3. of arises out of: SECTION II-WHO IS AN INSURED: a. Such financial control;or 3. Any organization you newly acquire or form, b. Such person's or organization's other than a partnership or joint venture,and ownership, maintenance or use of of which you are the sole owner or in which premises leased to or occupied by you. you maintain an ownership interest of more The insurance provided to such person or than is no, will qualify lavarr.a Named Insured a organization does not apply to structural there is other simila��insurance available to that organization.However: alterations, new construction or demolition operations performed by or on behalf of such a. Coverage under this provision is person or organization. afforded only: 2. The following is added to Paragraph 4. of (1) Until the 180th day after you acquire • SECTIO N II-WHO IS AN INSURED: or form the organization or the end of This paragraph does not apply to any the policy period, whichever is premises owner,manager or lessor that has earlier, if you do not report such financial control of you. organization in writing to us within 180 days after you acquire or form it; G. BLANKET ADDITIONAL INSURED - or MORTGAGEES, ASSIGNEES, SUCCESSORS . (2) Until the end of the policy period, OR RECEIVERS when that date is later than 180 days The following is added to SECTION II-WHO IS after you acquire or form such AN INSURED: organization, If you report such Any person or organization that is a mortgagee, organization irr writing to us within assignee, successor or receiver and that you 180 days after-eau acquire or form it; have agreed In a written contract or agreement b. Coverage A does not apply to "bodily to include as an additional insured on this injury" or "property damage" that Coverage Part is an insured, but only with occurred before you acquired or formed respect to its liability as mortgagee assignee, the organization;and successor or receiver for bodily injury", property • damage" or "personal and advertising injury" c. Coverage B does not apply to"personal that: and advertising trim" arising out of an offense committed before you acquired a. Is "bodiily injury" or"property damage" that or formed the organization, occurs,or Is"personal and advertising injury" For the purposes of Prragraph 1.of Section caused by an offense that is committed, II - Who is An Insured, each such CO D3 79 0219 to 2017 The Travelers indemnity Company.Aft dgtite reserved. Page 3 of 6 Includes copyrighted imterial of!neurone 8ervtces OfOce,fnc.with lb permission. 1 COMMERCIAL GENERAL LIABIL Y subsequent to the signing of that contract or openings, sidewalk vaults, elevators, street agreement;and banners or decorations. b. Arises out of the ownership, maintenance or I. BLANKET ADDITIONAL INSURED — • use of the premises for which that GOVERNMENTAL ENTITIES — PERMITS mortgagee, assignee, successor or receiver OR AUTHORIZATIONS RELATING TO is required under that contract or agreement OPERATIONS to be included as an addtional Insured on The following is added to SECTION II--WHO IS this Coverage Part, AN INSURED: The insurance provided to such mortgagee. Any governmental entity that has issued a permit assignee,successor or receiver is subject to the or authorization with respect to operations following provisions: performed by you or on your behalf and that you ai. The limits of Insurance uovided to such are required by any ordinance,law,building code mortgagee,assignee, successor or receiver or written contract or agreement to include as an will be the minimum limits'hat you agreed to additional insured on this Coverage Part is an provide in the written contact or agreement, insured, but only with respect to liability for or the limits shown in the Declarations, "bodily injury", "property damage" or "personal whichever are less. and advertising injury" arising out of such b. The Insurance provided to such person or operations. organization does not apply to: The insurance provided to such governmental (I) Any"bodily Injury"or'property damage" entity does not apply to: that occurs, or am "personal and a. Any "bodily injury", "property damage" or advertising Injury"caused by an offense "personal and advertising injury" arising out that is committed, after such contract or of operations performed for the agreement is no longe•in effect;or governmental entity:or (2) Any"bodily injury","property damage"or b. Any "bodily Injury" or "property damage" "personal and advertising injury' arising Included in the "products•compieted out of any structure', alterations, new operations hazard". construction or demolition operations J. INCIDENTAL MEDICAL MALPRACTICE performed by or or, behalf of such mortgagee, assignee, successor or 1. The following replaces Paragraph b. of the receiver. definition of "occurrence" in the H. BLANKET ADDITIONAL INSURED - DEFINITIONS Section: GOVERNMENTAL ENTITIES — PERMITS OR b. An act or omission committed in AUTHORIZATIONS RELATING TO PREMISES providing or failing to provide "incidental medical services", first aid or "Good The following is added to SECTION it—WHO IS Samaritan services"to a person, unless AN INSURED: you are in the business or occupation of Any governmental entity that has issued a permit providing professional health care or authorization with respect to premises owned services, or occupied by, or rented or loaned to,you and 2, The following replaces the last paragraph of that you are required by any ordinance, law, Paragraph 2,a.(1)of SECTION H WHO IS building code or written contract or agreement to AN INSURED: include as an additional insured on this Coverage Part is an insured, but only with Unless you are in the business or occupation respect to liability for "bodilir injury", "property of providing professional health care damage" or "personal and advertising injury" services, Paragraphs (1)(a), (b), (c)and (d) arising out of the existence, ownership, use. above do not apply to"bodily injury" arising maintenance, repair, construction, erection or out of providing or failing to provide: • removal of any of the following for which that (a) "Incidental medical services" by any of governmental entity has Issi,ed such permit or your "employees" who Is a nurse, authorization: advertising signs, awnings, nurse assistant, emergency medical canopies, cellar entrances, coal hales, technician, paramedic, athletic trainer. driveways, manholes, marquees, hoist away audiologist, dietician, nutritionist, Page 4 of 6 V2017 The Traveters Indemnity Company.Ni rights reserved. CG D3 79 0219 includes ta•,iyrighted material of Insurance Services Office,Ino.with Ile permission. COMMERCIAL GENERAL LIABILITY occupational therapist or occupational that is available to any of your"employees" therapy assistant, physical therapist or for"bodily injury"that arises out of providing speech-language pathologist;or or failing to provide "incidental medical (b) First aid or "Good !Samaritan services" services" to any person to the extent not by any of your"employees"or"volunteer subject to Paragraph 2.a.(1) of Section iI— workers", other the") an employed or Who Is An Insured. volunteer doctor. Any such"employees" K. MEDICAL PAYMENTS—INCREASED LIMiT or"volunteer workers"providing or failing to provide first aid or"Good Samaritan The following replaces Paragraph 7. of services"during their work hours for you SECTION III—LiMITS OF INSURANCE: will be deemed to lie acting within the 7. Subject to Paragraph 5. above, the Medical scope of their employment by you or Expense Limit is the most we will pay under performing duties related to the conduct Coverage C for ail medical expenses of your business, because of"bodily injury" sustained by any 3. The following replaces the last sentence of one person,and will be the higher of: Paragraph 5. of SECTION ill— LIMITS OF a., $10,000;or INSURANCi;,For the purposes of' determining the b. The amount shown in the Declarations of applicable Each Occurrence Limit,all related this Coverage Part for Medical Expense acts or omissions committed in providing or Limit. falling to provide 'incidental medical L. AMENDMENT OF EXCESS INSURANCE services", first aid or "Good Samaritan COiIDiTION—PROFESSIONAL LIABILITY services"to any one peuson will be deemed• to be one"occurrence". The following Is added to Paragraph 4,6„ 4. The following excluKan Is added to Excess Insurance, of SECTION IV — Paragraph x., Exclusions, of SECTION i— COMMERCIAL GENERAL LIABILITY CONDITIONS: COVERAGES—COVERAGE A—BODILY This insurance is excess over any of the other INJURY AND PROPERTY DAMAGE insurance, whether primary, excess, contingent LIABILITY: on any other basis, that is Professional Sate Of pharmaceuticals Liability or similar coverage, to the extent the "Bodily injury" or "property damage" arising loss Is not subject to the professional services out of the violation of a penal statute or exclusion of Coverage A or Coverage B. ordinance relating to the sale of • pharmaceuticals committed by. or with the M. BLANKET WAIVER OF SUBROGATION — knowledge or consent of the Insured. WHEN REQUIRED BY WRITTEN CONTRACT 5. The following is added to the DEFINITIONS OR AGREEMENT Section: The following is added to Paragraph 8.,Transfer "Incidental medical services"means: Of Rights Of Recovery Against Others To Us, of SECTION IV —•COMMERCIAL GENERAL a; Medical, surgical, dental, laboratory, x- LiAABILITY CONDITIONS: ray or nursing service or treatment, if the insured has agreed in a written contract or advice or instruction, or the related agreement to waive that Insured's right of furnishing of food or beverages;or recovery against any person or organization,we b. The furnishing or cispensing of drugs or waive our right of recovery against such person medical, dental, n• surgical supplies or or organization, but only for payments we make appliances, because of; 8. The following is added to Paragraph 9,b., a. "Bodily injury" or "property damage" that Excess Insurance, of SECTION IV — occurs;or COMMERCIAL GENERAL LIABILITY b. "Personal and advertising injury" caused by CONDITIONS: an offense that Is committed; This insurance is excess over any valid and collectible other tnsurrice, whether primary, subsequent to the signing of that contract or excess, contingent or on any other basis, agreement CG 03 79 0219 PI 2017 The Travelers indemnity Company.Ail lights reserved. Page 5 of 6 Includes copyrighted material of Insurance 5ondees Office,inc.with Us permfaston. • COMMERCIAL GENERAL LIABILITY N. CONTRACTUAL LIABILITY—RAILROADS 1. The following replaces Paragraph c, of the definition of "Insured contract" in the DEFINITIONS Section; c. Any easement or Ifcen:;e agreement; 2. Paragraph f.(1) of the deitnition of"insured - contract" in the DEFINITIONS Section is deleted. • • • • Page 6 of 6 ;92017Tho Travotem indemnity company.WI rights reserved. CG D3 79 0219 Includes orpyrighted material of insurance Services Oflloo,Inc,with Its permission. Policy Number:BA-3W747756-25-47-G COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part,and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights,duties,and what is and Is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE —LOSS OF B. BLANKET ADDITIONAL INSURED USE—INCREASED LIMIT C. EMPLOYEE HIRED AUTO I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS —INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. -HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE—INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS • A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that Theperson or organization qualifies as an "insured" following is added to Paragraph A.1.,Who Is An Insured,of SECTION II--COVERED AUTOS under tothe Who Is An insured provision contained in Section II. LIABILITY COVERAGE: Any organization you newly acquire or form dur- C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership interest and that is not Who Is An Insured, of SECTION II — COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee"of yours is an "insured"while til the 180th day after you acquire or form the or- operating an "auto" hired or rented Under a ganization or the end of the policy period, which- • contract or agreement in an "employee's" ever Is earlier. name,with your permission, while performing duties related to the conduct of your busi- B. BLANKET ADDITIONAL INSURED ness. The following is added to Paragraph c. in A.1., 2. The following replaces Paragraph b. in B.5., Who is An Insured, of SECTION II—COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: • Any person or organization wl'•o is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age,the following are deemed to be cov- • that person or organization, that is signed and ered"autos"you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs ard that is in effect rent or borrow;and during the policy period, to be named as an addi- (2) Any covered "auto"hired or rented by tional insured is an "insured"•for Covered Autos your "employee" under.a contract in Liability Coverage, but only for damages to which an "employee's" name. with your CA T3 53 02 15 ©21116 The Travelers Indemnity Company.All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office.Inc.with its permission. COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or "suit" related to the conduct of your bust- brought outside the United States of ness. America, the territories and possessions. However, any"auto"that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered"auto". (I) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured"against, and investigate or set- tle any such claim or "suit" and keep The following is added to Paragraph A.1.,Who Is us advised of all proceedings and ac- An Insured,of SECTION II—COVERED AUTOS Lions. LIABILITY COVERAGE: Any"employee" of yours is an "insured"while us- (II) Neither you nor any other involved ing a covered"auto"you don't awn, hire or borrow Insured will make any settlement in your business or your personal affairs. without our consent. E. SUPPLEMENTARY PAYMENTS — INCREASED (Ili)We may, at our discretion, participate LIMITS in defending the "insured" against, or in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II—COVERED AUTOS LIABIL- (iv)We will reimburse the "insured" for ITY COVERAGE: sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury" or"property damage" to which tions) required because of an "accident" this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of • of SECTION II—COVERED AUTOS LIABIL- SECTION II — COVERED AUTOS LIABILITY COVERAGE. ITY COVERAGE: (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, Including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- tion of such claims and your defense of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COV- "suit", but only up to and included ERAGE—INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5)in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period, Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not In TIONS: addition to such limit. Our duty to make such payments ends when we (5) Anywhere in the world, except any country or have used up the applicable limit of jurisdiction while any trade sanction, em- insurance in payments for damages, bargo, or similar regulation imposed by the settlements or defense expenses. United States of America applies to and pro- hibits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Coy- and collectible other insurance available ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re- and that is not an "auto"you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter- partners (if you are a partnership), members ritories and possessions, Puerto Rico and • (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 ®2315 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office.Inc.with its permission. • COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered"auto". compulsory insurance in any such coun- This coverage applies only In the event of a total try up to the minimum limits required by theft of your covered"auto". local law. Your failure to comply with compulsory insurance requirements will No deductibles apply to this Personal Property not invalidate the coverage afforded by coverage. this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following is added to Paragraph B,3., Exctu- had you complied with the compulsory in- sions, of SECTION III — PHYSICAL DAMAGE surance requirements. COVERAGE: (d) It Is understood that we are not an admit- Exclusion 3,a. does not apply to 'loss" to one or ted or authorized Insurer outside the more airbags In a covered "auto"you own that in- United States of America, its territories flate due to a cause other than a cause of"loss" and possessions, Puerto Rico and Can- set forth In Paragraphs A.1.b, and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto"for Compre- for compliance in any way with the laws hensive Coverage under this policy; of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ratty;and The following is added to Paragraph D„ Deducti- c. The airbags were not Intentionally inflated. ble, of SECTION ill — PHYSICAL DAMAGE We will pay up to a maximum of$1,000 for any COVERAGE: one"loss". No deductible for a covered ''auto" will apply to glass damage if the glass is repaired ratherthan LOSS NOTICE AND KNOWLEDGE OF ACCIDENT OR LOS5 replaced. The following sadded to Paragraph of h o ng i A.2.a., H. HIRED AUTO PHYSICAL DAMAGE—LOSS OF SECTION IV—BUSINESS AUTO CONDITIONS: USE—INCREASED LIMIT Your duty to give us or our authorized representa- The following replaces the Iasi sentence of Para- tive prompt notice of the "accident" or "loss" ap- graph A.4.b., Loss Of Use Expenses, of SEC- plies only when the "accident" or "loss" is known TION III—PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You(if you are an individual); for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership); $750 for any one"accident". (c) A member (if you are a limited liability com- l. PHYSICAL DAMAGE — TRANSPORTATION pany); EXPENSES—INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first:sentence in Para- manager(if you are a corporation or other or- graph A.4.a.. Transportation Expenses, of ganization);or SECTION Ill — PHYSICAL DAMAGE COVER- (e) Any"employee"authorized by you to give no- AGE: tice of the"accident"or"loss". We will pay up to $50 per day to a maximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.5., Transfer curred by you because of the total theft of a cov- Of Rights Of Recovery Against Others To Us. ered"auto"of the private passenger type. of SECTION' IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS The following is added to Paragraph A.4., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Property against any person or organization to the ex- Personaltent required of you by a written contract We will pay up to $400 for "loss" to wearing ap- signed and executed prior to any "accident" pare)and other personal property which is: or"loss",provided that the"accident"or"loss" (1) Owned by an"insured";and arises out of operations contemplated by CA T3 53 0215 ©2015 The Travelers Indemnity Company.All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office,Inc,with its permission. COMMERCIAL AUTO • such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract, prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph B.Z., Con- lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV—BUSINESS AUTO CONDITIONS: • • Page 4,of 4 ©2(15 The Travelers Indemnity Compa ny.Ail.rights reserved. CA T3 53 02 15 Includes copyrighted material of insurance Services Office,Inc.with Its permission. #0# NGT,0 CITY BF _; HUNTINGTON BEACH \�'GCF �N Lisa Lane Barnes I City Clerk August 27, 2025 Hai Hirsch &Associates, Inc. Attn: Charles Foley 2221 East Winston Road, Suite A Anaheim, CA 92806 Dear Mr. Foley, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and Hai Hirsch &Associates, lnc.for On-Call Architectural Engineering and Professional Consulting Services, approved by the Huntington Beach City Council on August 19, 2025. Sincerely, L rf e • Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov • ON-CALL ARCHITECTURAL ENGINEERING,LANDSCAPE ACHRITECTUAL ENGINEERING,AND PROFESSIONAL CONSULTING SERVICES REQUEST FOR QUALIFICATIONS (RFQual) 1. BACKGROUND The City of Huntington Beach("City")Community&Library Services Department is seeking experienced Consultant firms to assist the City's staff in the following service categories: Architecture Engineering/Landscape Architecture Engineering { Qualified firms shall provide consulting services on an "on-call" basis for projects to be determined during the term of the contract. The contract shall be for a minimum three (3) year term with the option for one(1)additional one-year term.The City shall issue task orders for each project based upon the scope of services,qualifications,work schedule, and reasonableness of the fee.For task orders greater than$50,000 City will typically solicit qualifications from two or more qualified consultants. 2. SCHEDULE OF EVENTS This request for qualifications will be governed by the following schedule: Release of RFQual Monday,March 17,2025 15 Deadline for Written Questions by 4:00 PM Tuesday,April 2025 Responses to Questions Posted on Web Tuesday,Apri28,2025 Proposals are Due by 4:00 PM Tuesday,April 1 2 25 2 Proposal Evaluation Completed Week of a 2025 Ay Notification of Intent to Award(Tentative) Week of Afx8�2025 1 Approval of Contract by City Council(Tentative) Meeting of July-f 2025 3. SCOPE OF WORK In general, the Consultant shall perform consulting services on an "on-call" basis for projects assigned by the City. If the Consultant does not have the ability to self-perform all aspects of the scope of services,then the Consultant shall subcontract for those services. The scope of work for any one project may involve all phases of project development and may include but is not limited to the following: Kick-Off&Progress Meetings Attend mandatory project kick-off meeting(s) and subsequent progress meetings, as needed. Meetings may require in-person attendance, while others may allow a virtual attendance option. Provide minutes of meeting(s). 2 1315 Preliminary Plans and Design Prepare alternative preliminary layouts, surveying, architectural services, and estimates of probable cost for alternatives,and prepare details,and calculations.Present alternatives,as needed at staff and/or City Council meetings, and provide recommendations and analyses of the advantages of each alternative. Entitlements/Permits As a primary consultant, assist the City in obtaining entitlements and approvals from applicable agencies for environmental,and/or other permits as may be required. Construction Documents Prepare designs, plans, specifications, cost estimates, and contract bidding documents. The City shall review the construction documents at the preliminary engineering, sixty (60%) percent, ninety(90%)percent,and final documents stages. Prepare 24x36 inch construction drawings for bidding and archival purposes, providing code requirements, and all project related plan set details required for constructability. The City will provide a Microsoft Word Version of the General Provisions and bid forms; the Consultant shall modify the documents by adding the necessary special provisions and bid items. Based on direction from the City, consultant may also be asked to take the lead on construction plan submittals,plan checks and obtaining required permits through the Community Development Department. Technical Reports and Analysis Prepare needs assessments, master plans and technical studies such as park development fee analysis (including public outreach, community workshops/surveys), arborist (tree assessments), geotechnical/geophysical, and environmental (i.e., water, asbestos, lead, noise, impact, etc.) studies. Bidding Stage Assist the City in answering bidders' questions,attend pre-bid conferences and job walks,prepare addenda, analyze bids, and recommend award. Construction Stage Attend pre-construction conference, monitor construction schedule, visit construction site as required for progress and quality of work. Assist the contract manager, contractor,and inspector with interpretation of the plans and specifications,analysis of changed conditions,development of corrective action,review of shop drawings and other required tasks. Architectural/Landscape Architectural Engineering Services Consultant shall provide experienced personnel,equipment,and facilities to perform the following tasks. • Provide landscape, architectural,planning,and design services primarily for existing City Parks, facilities, Community Centers, Clubhouses i.e., tenant improvements, ADA modifications, etc., and park developments. The City is currently"built out" with limited 3 1316 "new" facilities anticipated in the next 3 years. The City also has a need for landscaping architecture services throughout City medians and public spaces. • Prepare sketches, renderings, and materials boards providing alternative architectural concepts,designs,and options that can be applied to project requirements. • Prepare in AutoCAD or Revit,24x36 inch construction drawings for bidding and archival purposes, providing code requirements, floor plans, ceiling plans, roof plans, elevations, walls,materials schedules, door and window schedules, and details. Provide one full-size set at each design stage with electronic file in*.PDF format,and in AutoCAD(I.DWG)or Revit(I.RVT)format. • Provide technical specification in MS Word format, for materials and methods to be incorporated into the City's Standard Supplemental Master Specifications. • Prepare Architect's/Engineer's cost estimates. • Provide architectural support during construction of projects. • Prepare as-builts and provide electronic file in *.PDF format, and in AutoCAD (*.DWG) or Revit(*.RVT)format. In addition to the services listed above,through the use of sub-consultants or in-house personnel, Consultants may be required to perform or assist in environmental assessments, material testing, civil and soils engineering and building architecture. 4. PROPOSAL FORMAT GUIDELINES Interested firms are to provide the City of Huntington Beach with a thorough proposal using the following guidelines: Proposal should be typed and contain no more than 25 typed pages using a 12-point font size, including transmittal letter,but excluding resumes of key people,Index/Table of Contents,tables, charts, and graphic exhibits. Each proposal will adhere to the following order and content of sections. Proposal should be straightforward, concise and provide "layman" explanations of technical terms that are used. Emphasis should be concentrated on conforming to the RFQual instructions, responding to the RFQual requirements, and on providing a complete and clear description of the offer.Proposals,which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract,may be rejected. The following proposal sections are to be included in the bidder's response: A. Vendor Application Form and Cover Letter Complete Appendix A, "Request for Proposal-Vendor Application Form" and attach this form to the cover letter. A cover letter, not to exceed three (3) pages in length, should summarize key elements of the proposal. An individual authorized to bind the consultant must sign the letter. The letter must stipulate that the proposal price will be valid for a period of at least 180 days. Indicate the address and telephone number of the contractor's office located nearest to Huntington Beach, California and the office from which the project will be managed. B. Background and Project Summary Section The Background and Project Summary Section should describe your understanding of the City,the work to be done, and the objectives to be accomplished. Refer to Scope of Work of this RFQual. 4 1317 - i Ii C. Methodology Section Provide a detailed description of the approach and methodology to be used to accomplish the Scope of Work of this RFQual. The Methodology Section should include: 1) An implementation plan that describes in detail (i)the methods,including controls by which your firm manages projects of the type sought by this RFQuaI; (ii) methodology for soliciting and documenting views of internal and external stakeholders; (iii) and any other project management or implementation strategies or techniques that the respondent intends to employ in carrying out the work. 2) Detailed description of efforts your firm will undertake to achieve client satisfaction and to satisfy the requirements of the "Scope of Work"section. • 3) A sample approach to developing a project schedule, identifying tasks and deliverables to be performed,tracking costs and overall time of completion. 4) . Detailed description of specific tasks you will require from City staff.Explain what the respective roles of City staff and your staff would be to complete the tasks specified in the Scope of Work. D. Staffing Provide a list of individual(s) who will work on requested projects and indicate the functions that each will perform. Include a resume for each designated individual. Upon award and during the contract period, if the contractor chooses to assign different personnel to the project, the Contractor must submit their names and qualifications including information listed above to the City for approval before they begin work. E. Qualifications The information requested in this section should describe the qualifications of the firm,key staff and sub-contractors performing projects within the past five years that are similar in size and scope to demonstrate competence to perform these services. Information shall include: - I 1) Names of key staff that participated on named projects and their specific responsibilities with respect to this scope of work. 2) A summary of the your firm's demonstrated capability, including length of time that your firm has provided the services being requested in this Request for Qualifications. 3) Provide at least five local references that received similar services from your firm. The City of Huntington Beach reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Client name • Project description • Project start and end dates • Client project manager name,telephone number, and e-mail address 5 1318 - I I j._ F. Fee Proposal Please include a fee schedule with your proposal, including hourly rates for the primary firm and any subcontractors,if applicable. Rate Sheet Salary information shall be included in the RFQual of all proposed positions needed in the performance of duties. Rate sheets. shall include a four (4) year, locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub- consulting,surveying,the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. 5. PROCESS FOR SUBMITTING PROPOSALS All proposals must be submitted in PDF file format. • Content of Proposal The proposal must be submitted usingthe format as indicated in the proposal format P P P P guidelines. • • Preparation of Proposal Each proposal shall be prepared simply and economically, avoiding the use of elaborate promotional material beyond those sufficient to provide a complete, accurate and reliable presentation. • Number of Proposals Submit one (1) PDF file format copy of your proposal in sufficient detail to allow for thorough evaluation and comparative analysis. A single proposal shall include all g P Y g P P diciplines,if proposing more than one. • Submission of Proposals Complete written proposals must be submitted electronically in PDF file format via the Planetbids com website no later than 4:00 p.m. (P.S.T)on Tuesday,April-;2025 Faxed or e-mailed proposals will not be accepted 29 • Inquiries Questions about this RFQua1 must be directed in writing through the PlanetBids Q&A tab no later than 4:00 p.m. (PS7)April 17 025,for response. 15 From the date that this RFQual is issued until a firm is selected and the selection is announced,firms are not allowed to communicate for any reason with any City employee or elected official other than the contracting officer listed above regarding this RFQual, except during the pre-proposal conference. Refer the Schedule of Events of this RFQual or the City webpage to determine if a pre-proposal conference has been scheduled. The City reserves the right to reject any proposal for violation of this provision. No questions other than written will be accepted,and no response other than written will be binding upon the City. F i 6 1319 • Conditions for Proposal Acceptance This RFQual does not commit the City to award a contract or to pay any costs incurred for any services. The City, at its sole discretion, reserves the right to accept or reject any or all proposals received as a result of this RFQua1,to negotiate with any qualified source(s), or to cancel this RFQual in part or in its entirety. All proposals will become the property of the City of Huntington Beach, USA. If any proprietary information is contained in the proposal, it should be clearly identified. 6. EVALUATION CRITERIA The City's consultant evaluation and selection process is based upon Qualifications Based Selection(QBS)for professional services. The City of Huntington Beach may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance: A. Compliance with RFQual requirements B. Understanding of the project C. Recent experience in conducting similar scope,complexity,and magnitude for other public agencies D. Educational background,work experience,and directly related consulting experiences E. Price F. References The City may also contact and evaluate the bidder's and subcontractor's references; contact any bidder to clarify any response;contact any current users of a bidder's services;solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process. The evaluation committee shall not be obligated to accept the lowest priced proposal,but shall make an award in the best interests of the City. After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview will be a question/answer format for the purpose of clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, should be present at the oral • interview. A Notification of Intent to Award may be sent to the firm(s) selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not subject to disclosure to competing firms unless an agreement is reached. If contract negotiations cannot be concluded successfully,the City may negotiate a contract with the next highest scoring firm or withdraw the RFQual. Any communications, whether written or verbal, with any City Councilmember, the Honorable Mayor,elected City official, or City staff other than the individual indicated herein,prior to award of a contract by City Council, is strictly prohibited.Any proposer who violates this provision shall be immediately disqualified from consideration as a vendor under the terms of this RFQual. 7 1320 7. STANDARD TERMS AND CONDITIONS • Amendments The City reserves the right to amend this RFQual prior to the proposal due date. All amendments and additional information will be posted to the Huntington Beach Procurement Registry, Huntington Beach - Official City Web Site - Business - Bids & RFP's; bidders should check this web page daily for new information. • Cost for Preparing Proposal The cost for developing the proposal is the sole responsibility of the bidder. All proposals submitted become the property of the City. • Contract Discussions Prior to award,the apparent successful firm may be required to enter into discussions with the City to resolve any contractual differences. These discussions are to be finalized, and all exceptions resolved within a reasonable amount of time from notification. If no resolution is reached,the proposal may be rejected, and discussions will be initiated with the next highest scoring firm. See Exhibit B for a sample agreement. • Confidentiality Requirements The staff members assigned to this project may be required to sign a departmental non- disclosure statement. Proposals are subject to the Freedom of Information Act. The City cannot protect proprietary data submitted in proposals. • Financial Information The City is concerned about bidders' financial capability to perform, therefore, may ask you to provide sufficient data to allow for an evaluation of your firm's financial capabilities. • Payment by Electronic Funds Transfer—EFT: The City requires that payment be made directly to the vendor's bank account via an Electronic Fund Transfer(EFT)process. Banking information will need to be provided to the City via an Electronic Credit Authorization form. A City Representative will provide the Electronic Credit Authorization form upon intent to award. Vendor will receive an Electronic Remittance Advice with the payment details via email. It is solely the responsibility of the vendor to immediately notify the City of any change to their information related to payments. • Insurance Requirements City Resolution 2008-63 requires that licensees, lessees, and vendors have an approved Certificate of Insurance (not a declaration or policy) on file with the City for the issuance of a permit or contract. Within ten (10) consecutive calendar days of award of contract, successful proposer must furnish the City with the Certificates of Insurance proving coverage as specified in Appendix C. Failure to furnish the required certificates within the time allowed will result in forfeiture of the Proposal Security. Please carefully review the Sample Agreement and Insurance Requirements before responding to the Request for Qualifications enclosed herein. The terms of the agreement, including insurance requirements have been mandated by City Council and 8 1321 can be modified only jf extraordinary circumstances exist. Your response to the Request for Qualifications must indicate ifyou are unwilling or unable to execute the agreement as drafted as well as providing the insurance requirements. The City will consider this in determining responsiveness to the Request for Qualifications. 9 1322 II • APPENDIX 1323 i REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW ❑ CURRENT VENDOR Legal Contractual Name of Corporation: Contact Person for Agreement: Corporate Mailing Address: City, State and Zip Code: E-Mail Address: I Phone: Fax: Contact Person for Proposals: Title: E-Mail Address: ## Business Telephone: Business Fax: Year Business was Established: Is your business: (check one) El NON PROFIT CORPORATION El FOR PROFIT CORPORATION Is your business: (check one) ❑ CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP El INDIVIDUAL El SOLE PROPRIETORSHIP ❑ PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION 1of2 1324 Names&Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Federal Tax Identification Number: City of Huntington Beach Business License Number: (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 2 of 2 1325 _ _ _.M... _...,_..._.._.. ....._._ ............ ...,...__...._.._._... ..Refe�.en es Work Performed Form -._ _..,-...._..._....... ...._. ....-...,......-.....__...._,_....._....._.w...........-. _,... ._. .. (Lo a Comany Name: 1. Name of Reference: Address: Contact Name: Phone Number: Email: Dates of Business: 2. Name of Reference: Address: Contact Name: Phone Number: Email: Dates of Business: 3. Name of Reference: Address: Contact Name: Phone Number: Email: Dates of Business: 1326 LZEL I I I I I I I II XI C[Na dV -1 1 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY, and , a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to ;and Pursuant to documentation on file in the office of the City Clerk,the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with;and CONSULTANT has been selected to perform these services, NOW,THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. agree/surfnet/professional svcs mayor 1 of 11 12/07 1328 3. TERM: TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on , 20 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit"A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed Dollars($ ). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT ( I CONSULTANT shall be paid pursuant to the terms of Exhibit"B." I�I agree/surfnedprofessionalsvcs mayor 2 of 11 12/07 1329 7. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent(or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide agree/surfnet/professional svcs mayor 3 of 11 12/07 1330 coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00)per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work(including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2)years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. agree/stone/professional svcs mayor 4 of 11 12/07 1331 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force;and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand.the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner,the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and agree/surfnet/professional svcs mayor 5 of 11 12/07 1332 Ii Ii employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all fmished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. agree/surfnet/professional avcs mayor 6 of 11 12/07 1333 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return { receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach ATTN: 2000 Main Street Huntington Beach,CA 92648 17. CONSENT When CITY's consent/approval is required under this Agreement, its • consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS . i The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and agree/surfnedprofessianal svcs mayor 7 of 11 11J07 1334 are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail,and the provision of this Agreement which is hereby affected shall be { curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. agree/surfnet/professional svcs mayor 8 of 11 12107 1335 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services,and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred '`• by CONSULTANT. 24. ATTORNEY'S FEES I j In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees,such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. _ I 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. agree/surfnedprofessionet svcs mayor 9 of 11 12/07 1336 27. SIGNATORIES r � Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not,in fact,held by the signatory or is withdrawn. CONSULTANT's initials ' f 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also • acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this - • Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 29. EFFECTIVE DATE IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. agree/surfnet/professional svcs mayor 10 of 11 • 12/07 1337 • CONSULTANT, CITY OF HUNTINGTON BEACH, a municipal corporation of the State of COMPANY NAME California Mayor By: print name City Clerk ITS: (circle one)Chairman/PresidentNice President INITIATED AND APPROVED: AND By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. REVIEWED AND APPROVED: Secretary-Treasurer City Manager APPROVED AS TO FORM: City Attorney 1 1 1 1 1 1 • agree/surfimdprofessional sues mayor 11 of 11 • 12/07 . • 1338 _ _ _ EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: 1 l 1 1 1 EXHIBIT A 1339 EXHIBIT"B" Payment Schedule(Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress - toward completion of tasks. In the event CITY rejects or has comments on any such product,CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement;and E) For all payments include an estimate of the percentage of work completed. { Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 1 Exhibit B 1340 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. . d - E - i 2 Exhibit B 1341 EXHIBIT "B" Payment Schedule(Fixed Fee Payment) 1. CONSULTANT shall be entitled to monthly progress payments toward the fixed fee set forth herein in accordance with the following progress and payment schedules. 2. Delivery of work product: A copy of every memorandum, letter, report, calculation and other documentation prepared by CONSULTANT shall be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 3. CONSULTANT shall submit to CITY an invoice for each monthly progress payment due. Such invoice shall: - i A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANTS firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the _ invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an - invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 4. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. ; { Exhibit B 1342 } • PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR - I Table of Contents 1 Scope of Services 1 2 City Staff Assistance 2 3 Term;Time of Performance 2 4 Compensation 2 5 Extra Work 2 6 Method of Payment 3 7 Disposition of Plans,Estimates and Other Documents 3 8 Hold Harmless 3 9 Professional Liability Insurance 4 10 Certificate of Insurance 5 11 Independent Contractor 6 12 Termination of Agreement 6 13 Assignment and Delegation 6 14 Copyrights/Patents 7 15 City Employees and Officials 7 _ • 16 Notices 7 • 17 Consent 8 18 Modification 8 - 19 Section Headings 8 20 Interpretation of this Agreement 8 • 21 Duplicate Original 9 22 Immigration 9 23 Legal Services Subcontracting Prohibited 9 24 Attorney's Fees 10 25 Survival 10 26 Governing Law 10 27 Signatories 10 28 Entirety 10 29 Effective Date 11 • 1343 APPENDIX C • 1344 1 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Jnsuranen Requliremunts..�... Vendor Type Additional Automobile Professional Property Insured Liability General Liability Liability Insurance Workers'Comp I ndorsements Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII.See Exhibits Al-4 for sample forms. Email:Justin.Wessels@,surfcity-hb.org or Heather.Campbell(a)surfcity-hb.org Phone: 714-374-5378 or 714-536-5210.Fax: 714-536-5212. Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Contractors: Any persons or entities who Minimum of Combined single limit As required by Include the contract with the City and/or provide services to $1,000,000 per bodily injury and the State of policy number the City which are readily available and occurrence for property damage. California,with and Additional efficiently procured by competitive bidding. bodily injury, Minimum of Statutory Limits Insured personal injury $1,000,000 per and Employer's Endorsement and property occurrence.Allows Liability Requirement Permittees: Any persons or entities who make damages.Allows up to $5,000 Insurance with statement application to the City for any use of or up to$1,000 deductible. a limit of no below. (See Note encroachment upon any public street,waterway, deductible.(See (Additional Insured less than 3 below.) pier,or City property. Note I below.) Endorsement is always $1,000,000 per Vendors: Any persons or entities who transfers required with General accident for property or goods to the City which may or may Liability Ins.) bodily injury or not involve delivery and/or installation. disease.(See Note 2 below.) Note 1 -Automobile Liability: The City of Huntington Beach, its officers,elected or appointed officials,employees,agents and volunteers must be named as certificate holder and as additional insured by separate attached endorsement.Permittees who do not use vehicles or equipment in connection with the permit shall not be required to provide auto insurance.To be exempt from this requirement,permittees must execute a declaration such as Exhibit I attached. Note 2-Workers'Compensation Exemption:If entity has no employees,a signed Declaration of Non-Employee Status form is required. Note 3-Additional Insured Endorsement Requirements:The City,its officers,elected or appointed officials,employees,agents,and volunteers are to be covered as additional insureds by separate attached endorsement(s)as respects liability arising out of action performed by or on behalf of the contractor, products and completed operations of the contractor,premises owned,occupied or used by the contractor,or automobiles owned, leased or borrowed by the contractor.The coverage shall contain no special limitations on the scope of protection afforded to the City. FIB Insurance Matrix_revised 4-7-16(2)xlsx 1 of 4 1345 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurance Requirements Vendor Type Additional 4utomobile Professional Property Insured Liability General Liability Liability Insurance Worker&Comp Endorsements Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of Insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII.See Exhibits Al-4 for sample forms. Email:christine.keen@surfcity-hb.org Phone: 714-379-5373 Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Design Professionals: Professional service Minimum of contractors who contract with the City and/or $1,000,000 per provide architectural and/or engineering services occurrence and to the City. in the Professional Services: Services that involve aggregate. the exercise of professional discretion and Allows up to $10,00 independent judgment based on an advanced or deductible. ble. specialized knowledge,expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to FIB Muni Code 3.02. Services includes but are not limited to those services provided by appraisers, architects, attorneys,engineers,instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work(including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion, including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. HB Insurance Matrix_revised 4-7-16(2).xlsx 2 of4 1346 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Minimum Insurnnee Requirements Vendor Type Additional Automobile Professional Property Insured Liability General Liability Liability Insurance Workers'Comp Endorsements Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII.See Exhibits Al-4 for sample forms. Email:christine.keen@surfcity-hb.org Phone: 714-374-5373 Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Licensees/Lessees: Any persons or entities Combined single limit Full As required by Include the who contract with the City for the use of public bodily injury and replacement the State of policy number property. property damage. cost with no California,with and Additional Minimum of coinsurance Statutory Limits Insured $1,000,000 per penalty and Employer's Endorsement occurrence.Allows provision. Liability Requirement up to$5,000 Insurance with statement deductible. a limit of no below.(See Note (Additional Insurance less than 2.) Endorsement is always $1,000,000 per required with General accident for Liability Ins.) bodily injury or disease.(See Note 1 below.) Note 1 -Workers'Compensation Exemption: If entity has no employees,a signed Declaration of Non-Employee Status form is required. Note 2-Additional Insured Endorsement Requirements:The City,its officers,elected or appointed officials,employees,agents,and volunteers are to be covered as additional insureds by separate attached endorsement(s)as respects liability arising out of action performed by or on behalf of the contractor, products and completed operations of the contractor,premises owned,occupied or used by the contractor,or automobiles owned, leased or borrowed by the contractor.The coverage shall contain no special limitations on the scope of protection afforded to the City. HH Insurance Matrix revised 4-7-16(2).xlsx 3 of 4 1347 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII. Any deductible other than those allowed in this matrix,self-Insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Vendor Type Minimum.Insurance Requirements Professional Liability Minimum of$1 000 000 per occurrence and in Design Professionals: Professional service contractors who contract with the City and/or provide architectural and/or the aggregate. Allows up to$10,000 deductible. engineering services to the City. Professional Services: Services that involve the exercise of professional discretion and independent judgment based on an advanced or specialized knowledge,expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to I-IB Muni Code 3.02. Services includes but is not limited to those services provided by appraisers,architects,attorneys,engineers, instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: I)The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion, including the requirement of adding all additional insureds. 3) If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. } HB Insurance Matrix_revised 4-7-16(2).xlsx 4 of 4