HomeMy WebLinkAboutPresent Additional Vendor Selection Information Related to t wTiNcro 2000 Main Street,
of 'rv6� Huntingt9o2648
Beach,CA_' City of Huntington Beach
*.7:NOW.P NO VOTE TAKEN-
Nsoutury to.r DISCUSSION ONLY
4.1011..1
File#: 25-606 MEETING DATE: 7/15/2025
Subject:
Item Submitted by Don Kennedy, Councilman and Pat Burns, Mayor - Present additional
vendor selection information related to the July 1, 2025, City Council Approval of agenda Item
#13 (25-396) Professional Services Contracts for On-Call General Civil Engineering and
Professional Consulting Services
Recommended Action:,
• A detailed explanation of the selection process used to award the contracts
• The total number of vendors that submitted proposals and how many were ultimately selected
• A breakdown of the contract types and associated engineering or professional service
disciplines
• A discussion of the anticipated projects and needs these contracts are intended to support
Request that the City Manager direct staff to prepare and present the above referenced information
for all future On-Call contracts being presented to City Council for authorization and approval. _
Attachment(s):
1. Councilman Kennedy and Mayor Burns Memo - Present additional vendor selection
information related to the July 1, City Council Approval of agenda Item 13 (25-396)
Professional Services Contracts for On-Call General Civil Engineering and Professional
Consulting Services
2. CIP & Bid Process Overview
3. Municipal Code 3.03
4. 2025 On Call Civil Engineering List by Discipline
5. 2025 On Call Civil Engineering Professional Services RFP
6. Estimated Design Costs for CIP
City of Huntington Beach Page 1 of 1 Printed on 7/10/2025
powered by LegistarTM
99
INSr
CITY OF
�a HUNTINGTONI BEACH
City Council Meeting - Council Member Items Report
To: City Council
From: Don Kennedy, Councilman; Pat Burns, Mayor
Date: July 15, 2025
Subject: Present additional vendor selection information related to the
July 1, 2025, City Council Approval of agenda Item #13 (25-396)
Professional Services Contracts for On-Call General Civil
Engineering and Professional Consulting Services
ISSUE STATEMENT
On July 1, 2025, The City Council authorized and approved, agenda Item#13 (25-396)
Professional Services Contracts for On-Call General Civil Engineering and Professional
Consulting Services with multiple Firms.
After further discussions with City staff, additional information was gathered regarding the
selection process, and we wish to share these details with fellow Council members to provide
more transparency related to these contracts.
Specifically, we would like to share the following information related to the recently authorized
and approved contracts and establish an on-going request for the same information to be
provided for future Professional Services, Consulting Services, and On-Call contracts to support
a more transparent future decision-making process:
• A detailed explanation of the selection process used to award the contracts
• The total number of vendors that submitted proposals and how many were ultimately
selected
• A breakdown of the contract types and associated engineering or professional service
disciplines
• Further clarification on the projected costs for services under these contracts
• A discussion of the anticipated projects and needs these contracts are intended to
support
We believe this additional transparency and deliberation is essential and will help ensure that
future contracts align with the City's priorities and provide the best value for our community.
RECOMMENDED ACTION
Request that the City Manager direct staff to prepare and present the above referenced
information for all future Professional Services, Consulting Services, and On-Call contracts
being presented to City Council for authorization and approval.
ENVIRONMENTAL STATUS
Not applicable
2000 Main Street,Huntington Beach,CA 92648 I www.huntingtonbeachca.gov
100
STRATEGIC PLAN GOAL
Non Applicable-Administrative Item
2000 Main Street,Huntington Beach,CA 92648 I www.huntingtonbeachca.gov
101
City of Huntington Beach
Capital Improvement Program Summary
July 2025
Overview
The Capital Improvement Program (CIP) identifies major public improvements to the
City's infrastructure that includes new projects and upgrades annually. The CIP is
developed to address elements in the City's General Plan, as well as City Council
adopted planning documents and master plans. The CIP includes numerous categories
that include drainage and storm water, facilities, neighborhoods, parks & beaches,
sewer, streets & transportation and water. The CIP requires a variety of On-Call
Engineering and Professional Services contracts to implement new projects and
maintain/upgrade City facilities.
The CIP is prepared with the annual budget process. Proposed projects are submitted
to the Public Works Department and staff compiles the projects into a draft program that
is then presented to the Public Works Commission (PWC) for review.Additionally,
during the year, individual projects are taken to the PWC prior to formally advertising for
bids. The Planning Commission reviews the CIP to ensure conformance with the
General Plan. The CIP is adopted by the City Council with the annual budget. The FY
25/26 CIP includes 50 projects with a budget of$63,631,000.
Consultant Selection Process
When initiating a capital project that requires consultant support (e.g., engineering
design, environmental services, technical studies), staff follow a qualifications-based
selection process in accordance with the California Government Code and the City's
Municipal Code. This process is designed to ensure fairness, transparency, and the
selection of the most qualified firm for the specific scope of work.
Formal Bid Process Steps:
1. Issuance of a Request for Proposals (RFP):
o The RFP outlines the scope of work, evaluation criteria, and submission
requirements.
o It is distributed widely and advertised (via Planet Bids) to invite proposals
from qualified firms.
2. Proposal Review and Evaluation:
o Staff evaluate proposals using criteria (outlined in RFP) such as relevant
experience, technical approach, staffing, past performance, and
understanding of City needs.
102
o A summary matrix of firms that submitted and the firm(s) selected is
developed to document the process and rationale.
3. Recommendation to Council:
o In the Request for Council Action (RCA), staff provide a written
description of the scope of work, background of the potential CIP
projects, and example tasks or deliverables expected.
o As part of improved transparency, the full RFP and the evaluation
summary matrix are included with the RCA for Council review.
Policy Update for Future RCA Submittals
In response to feedback from City Council, and in the interest of increasing
transparency, staff will now include the following in all future RCAs involving
professional service contracts:
• The original RFP document.
• A summary matrix showing which firms submitted and which were selected.
• A clear description of the scope of work, project tasks, and how the
consultant's role fits within the project.
103
7/9/25,10:35 AM City of Huntington Beach,CA PROFESSIONAL SERVICES
City of Huntington Beach, CA
Wednesday,July 9, 2025
Title 3. Revenue and Finance
Chapter 3.03. PROFESSIONAL SERVICES
Note: §§ 3.03.010, 3.03.090 and 3.03.110 repealed by Ord. 3511-10/01; §§ 3.03.030, 3.03.050 and
3.03.070 repealed by Ord.2590-1/83.
§ 3.03.020. Definitions.
"Consultant"means any provider of services under this chapter as an individual, partnership,
corporation or otherwise.
"Director" means the department head or his or her designee as approved by City Council resolution,
vested with the authority to administer the provisions of this chapter with respect to contracting for
services.
"Expert services" means uniquely and singularly qualified legal experts, medical experts, or other
experts retained to assist with legal matters handled in-house by the City Attorney's office.
"Professional services"means those 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 Chapter 3.02. Such services shall include, but not be limited to, those services
provided by appraisers, architects, law firms retained for general legal counsel for the handling of
lawsuits externally ("Retained Law Firm"), engineers, instructors, insurance advisors, physicians and
other specialized consultants.
(2047-5/76, 2590-1/83, 3375-11/97, 3511-10/01, 3604-6/03, 4169-2/19)
§ 3.03.040. Selection Guidelines.
In all cases,the final selection of a consultant shall include consideration of the following factors:
A. Actual capability to complete the project in conformance with the specifications, conditions and
other requirements of the City of Huntington Beach.
B. Demonstrated ability to prepare professional, accurate and timely-finished products irrespective of
unusual or difficult circumstances.
C. A reasonable contract price in relation to the size, quality and time restraints of the proposed project
with due consideration of competitive proposals.
D. Consultant status will be verified through state and federal registries to identify debarment,
suspension, ineligibility or voluntary exclusion actions.
E. Businesses within the City of Huntington Beach will receive up to five extra points on a 100-point
scale when scoring proposals pursuant to this chapter, as local vendor preference.
(2047-5/76,3878-5/10, 3914-6/11)
https://ecode360.com/print/HU4937?guid=43792402 104 1/4
7/9/25, 10:35 AM City of Huntington Beach,CA PROFESSIONAL SERVICES
§ 3.03.060. Procedure.
The procedure for the contracting of services is as follows:
A. The Director of the department primarily responsible for the particular project shall prepare a written
statement defining the necessity and scope of the project, and submit it to the Director of Finance.
Upon approval by the City Manager and the Director of Finance, the Director shall prepare a written
statement of the specifications, conditions and other requirements for the requested services and
provide a copy to consultants who may wish to perform the service.
B. Except as identified in Section 3.03.080, the Director, or his or her designee, shall request written
proposals from not less than three available qualified consultants. He or she shall thereafter
conduct discussions with them regarding the project if such discussions are indicated by the
complexity of the project, and based upon the selection guidelines established in Section 3.03.040
and the criteria established by him or her, select the consultant from the responsible proposals
submitted to him or her, deemed to be the most highly qualified to provide the services required.
C. If the procurement has been budgeted, contractual agreement shall be negotiated with the
consultant subject to final approval as to form by the City Attorney, and as to content by the City
Manager.
D. If the procurement has not been budgeted, then the Director shall prepare a request for
appropriation for the City Manager to submit to the City Council in the usual prescribed manner.
E. The City Attorney shall counsel and advise City officials in the implementation of this chapter.
F. Retained Law Firm, Professional Services Agreements. The procurement of agreements for
retained law firms for handling lawsuits externally shall follow the bid processes set forth in this
Chapter and any Administrative Regulations related thereto as outlined in Sections 3.03.040 and
3.03.060(A)through (E) of this Code.
To best protect the City's interests and confidentiality in legal matters, the following procedures will
be utilized for procurement:
1. Any such agreement that exceeds $100,000.00 shall require City Council authorization, which
may be obtained in Closed Session pursuant to the Ralph M. Brown Act.
2. Prior to submission to the City Council for review and approval in Closed Session, proposed
agreements exceeding $100,000.00 must first obtain approval from the Director of Finance to
ensure availability of funds pursuant to the administrative regulations regarding professional
services contracts. Executed agreements for Retained Law Firms for general counsel for the
handling of lawsuits externally require authorized signatures from the Mayor and City Clerk just
as with other professional services agreements that exceed$100,000.00.
3. The City Attorney will provide a quarterly report with a list of all Retained Law Firms and Expert
Services contracts entered into for that quarter, in Closed Session, pursuant to the Ralph M.
Brown Act, in a format and manner consistent with the quarterly reporting of other professional
services contracts for the City. To ensure the protection of the City's interests and
confidentiality in all legal matters, such quarterly reports will remain in a secure location and
deemed Confidential.
4. To ensure the protection of the City's interests and confidentiality in all legal matters, executed
Retained Law Firm and Expert Services agreements will remain in a secure location by the
City Attorney, City Clerk and Director of Finance.
(2047-5/76, 2590-1/83, 3375-11/97, 3511-10/01,3734-5/06, 3853-2/10,4169-2/19)
§ 3.03.080. Exempt and Emergency Procedures.
https://ecode360.com/print/HU4937?guid=43792402 105 2/4
7/9/25, 10:35 AM City of Huntington Beach,CA PROFESSIONAL SERVICES
The need for certain budgeted and emergency and exempted procurements are recognized.
A. An emergency shall be deemed to exist if:
1. There is a great public calamity.
2. There is immediate need to prepare for national or local defense.
3. There is a breakdown in machinery or an essential service which requires the immediate
attention of a professional in order to protect the public health, safety or welfare.
4. An essential, departmental operation affecting the public health, safety or welfare would be
greatly hampered if the prescribed procedure would cause an undue delay in the procurement
of the needed services.
In the case of an emergency which requires the immediate retention of a professional consultant,
the City Manager may authorize the department director to secure by the open-market procedure,
at the lowest obtainable price consistent with professional standards, any professional service re-
gardless of the amount of the expenditure.
B. Other Interagency Agreements. Procurements utilizing contractual agreements maintained by other
public agencies for the provision of professional services to such agencies are exempt from the
requirements of this chapter except that the provisions of Section 3.03.060(C) shall apply in every
case and so long as such other agency complied with its own professional services contract
requirements as approved by the department director.
C. All contracts for performance of professional services for the City which exceed $30,000.00 shall be
awarded in accordance with the procedures of this Code. All contracts for professional services
which do not exceed $30,000.00, with prior approval of the Director of Finance or his or her
designee, may be let without competitive bidding or negotiation.
D. Contracts for Expert Services.
1. The City Attorney is authorized to enter into Expert Service Agreements on behalf of the City,
for which an appropriation has been made, and subject to approval by the City Manager and
Director of Finance. Such procurements may be let without competitive bidding or negotiation,
not to exceed $100,000.00, for the contracting of Experts Services to assist with legal matters
handled in-house by the City Attorney's office, with supporting documentation justifying the
need for a waiver of competitive bidding requirements for each Expert Service.
2. For procurements with Expert Services exceeding $100,000.00, City Council approval is
required. City Council approval may be obtained during Closed Session, pursuant to the Ralph
M. Brown Act. Executed agreements for Expert Services require authorized signatures from
the Mayor and City Clerk just as with other professional services agreements that exceed
$100,000.00.
(2047-5/76, 3375-11/97, 3511-10/01, 3734-5/06, 3853-2/10, 4169-2/19)
§ 3.03.100. Authorization by Department Directors.
A. The Director of any department for which such services are required may contract directly for any
professional services when procurement of such services has been budgeted and there are
sufficient unencumbered appropriated funds available,or wherein the cost of which will be fully paid
or reimbursed to the City. The annual budget for the fiscal year in which the agreement is entered
into shall provide a general description of the work to be performed.
B. The complete original of the executed agreement and the names-of the consultants who submitted
proposals shall be forwarded to the City Clerk. A complete copy of all approved insurance
certificates and subsequent renewals shall be filed with the risk manager.
(2047-5/76, 2945-7/88, 3375-11/97, 3511-10/01)
https://ecode360.com/print/HU4937?guid=43792402 106 3/4
7/9/25, 10:35 AM City of Huntington Beach,CA PROFESSIONAL SERVICES
§ 3.03.120. Existing Agreements.
The terms and conditions of any existing professional services agreement may be modified so as to
• increase or decrease the term, compensation, scope of work or otherwise, by mutual agreement of the
City and the consultant selected. The City Manager may authorize, in writing, that professional service
agreements be amended to extend an agreement beyond three years from receipt of the original
request for proposals, not to exceed four years, without compliance with the bid procedure established
by Huntington Beach Municipal Code Section 3.03.060. Any amendments as provided herein must
comply with all other requirements of the City Charter, this chapter, administrative regulations and
municipal corporation contracting laws.
(2390-9/79, 3511-10/01, 3989-10/13)
https://ecode360.com/print/Hu4937?guld=43792402 107 4/4
ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES LIST BY DISCIPLINE
Water/Sewer/Storm General Civil Environmental/Wa
BIDDER Water Engineering Engineering Ocean Engineering ter Quality
Anchor QEA,LLC X
Ardurra Group,Inc. X X X
AZTEC Engineering Group,Inc. X
BKF Engineers X X
Bowman Consulting Group Ltd. X X X X
Cannon Corporation X X
CWE X X X
DMc Engineering X X
EEC Environmental X X X
FEI ASSOCIATES CONSULTING ENGINEERS X X X X
GHD Inc. X
H W Lochner X
Harris&Associates,Inc. X X X
HDR Engineering,Inc. X
HR Green Pacific,Inc. X
Huitt-Zollars,Inc. X
Hunsaker&Associates Irvine,Inc. X
Joseph C.Truxaw and Associates,Inc. X
Kabbara Engineering X X
Kevin Ko and Associates X
KPFF Inc X X X
Kreuzer Consulting Group X
Michael Baker international,Inc. X X X
Michael K.Nunley and Associates,Inc. X
Moffatt&Nichol X
Onward Engineering X X
Pacific Advanced Civil Engineering,Inc. X
Proactive Engineering Consultants,Inc. X X X
Psomas X X
Rick Engineering Company X
RKA Consulting Group X X
SA Associates X
Stantec Consulting Services Inc X X
TAIT&Associates,Inc. X
Tetra Tech X X X
TKE Engineering,Inc. X X
TOTAL bids per discipline: za 27 7 9
108
►►1�l,rgQG2d2 0?
i Y{
_ COUI(T c
REQUEST FOR PROPOSAL
FOR
ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES
Public Works Department
CITY OF HUNTINGTON BEACH
Released on February 4,2025
109
ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES
REQUEST FOR PROPOSAL(RFP)
1. BACKGROUND
The City of Huntington Beach ("City") Public Works Department is seeking experienced
Consultant firms to assist the City's staff in the following service category:
A. Water/Sewer/Storm Water Engineering
B. General Civil Engineering
C. Ocean Engineering
D. Environmental/Water Quality
The City of Huntington Beach Public Works Department is seeking to retain as-needed services
from qualified engineering firms to supplement City staff for the services as outlined in Section
3 -Scope of Work below.
The City intends to contract with multiple engineering firms to provide services on an"as-
needed"basis as supplemental resources are required.'The professional service contract will be
for a 3-year term with the option to extend the contract for one(1)year.The City will 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,the City will typically solicit
proposals from more than one qualified consultant.The task order assignments will be awarded
such that their specified duration do not exceed the contract term.Upon execution of the
contracts,the City may elect to solicit proposals from all consultants for individual projects.The
City will communicate,in writing via e-mail,the needs for each project based upon a scope of
services,work schedule,and fee proposal submitted to the City for its review and approval. The
City does not guarantee any amount of work to awarded vendors as these services are on an"as-
needed"basis.
2. SCHEDULE OF EVENTS
This request for proposal will be governed by the following schedule:
Release of RFP February 4,2025
Deadline for Written Questions February 20,2025 by 4pm
Responses to Questions Posted on Web February 27,2025
Proposals are Due March 13, 2025 by 4pm
Proposal Evaluation Completed April 17,2025
Approval of Contract May 1,2025
110
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. Please select what
category('s)your firm will be bidding on and include with your proposal submission(see Exhibit
A).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:
A. Water/Sewer/Storm Water Engineering
g g
General Requirements
• Prepare PS&E Packages: Develop plans, specifications,and estimates for design and
construction of infrastructure.
• Provide Surveying and Geotechnical Engineering: Conduct surveys and geotechnical
evaluations for project design.
• Develop Preliminary Design Reports(PDRs):Document design assumptions,
alternatives, and recommendations.
• Provide Construction Support Services:Assist with RFIs,submittal reviews,and
inspections during construction.
• Coordinate with Utilities and Agencies: Streamline approvals and ensure compliance
with regulations including permit procurement.
• Conduct Potholing Plans: Verify utility locations to avoid conflicts.
• Develop Design Documentation:Create detailed drawings,including profiles,cross-
sections,and layouts.
• Provide Design Services: Include structural,mechanical,electrical, control, SCADA,and
architectural components.
Potable Water Pipeline Engineering(Water Distribution)
• Prepare PS&E packages for water pipeline design,including alignment,material
selection,appurtenances,pavement,and traffic control plans.
• Establish pipeline size requirements and submit signed calculations to ensure compliance
with standards.
• Conduct soil corrosion analysis and testing to determine cathodic protection improvement
needs for transmission mains.
• Develop cross-sections,profiles, and alignment drawings showing ROW limits,
separation requirements, and utilities.
• Select pipe materials,linings,coatings,joint designs,bedding,compaction,restraints,and
appurtenances suitable for project conditions.
• Provide Development Review Water Plan Check Services.
111
1
Potable Water Wells,Reservoirs,and Booster Stations(Water Production)
• Prepare PS&E packages for new wells,well treatment and rehabilitation,pump buildings,
reservoir rehabilitation,booster pump stations, on-site generation,including pressure
control stations,turnouts,and metering facilities.
• Establish facility sizing and submit hydraulic calculations,including pump selection.
• Conduct well site evaluations to assess feasibility for new well construction.
• Perform siting and alignment evaluations to determine preferred configurations.
Potable Water Master Plan Update and Water Financial Plan Update
• Update potable water master plan, integrating system data and growth projections.
• Develop a financial plan update to support budgeting and project funding.
Wastewater Engineering(Sanitary Sewer)
• Prepare PS&E packages for pipelines,sewer lining, lift stations,force mains,and related
infrastructure,mechanical equipment, including hydraulic calculations.
• Develop specifications for materials,transitions,and bypass operations.
Wastewater Master Plan Update
• Update wastewater master plan, incorporating capacity analysis, system data, and future
infrastructure needs.
Stormwater Engineering
• Develop PS&E packages for stormwater systems, including channels,pipelines, and =
pump stations,and related infrastructure, incorporating hydraulic calculations.
• Prepare and write grant applications for funding storm drain improvements.
B. General Civil Engineering
The City is seeking experienced Civil Engineering firms to assist the City's staff in providing
Civil Engineering and Surveying Services for a wide variety of capital improvement projects.
The City anticipates a steady amount of construction activity in the next 3 years for various
public works infrastructure projects,including but not limited to: rehabilitation of roads,
alleys, bridges, curb, gutter, and sidewalks within the public right-of-way, as well as off-
street improvements,such as rehabilitation of City parking lots. The successful firm will be
responsible for all professional related Civil Engineering. Surveying services,performed by in-
house staff or sub-contracted, in support of these projects and/or stand alone, shall be made a
part of your proposal. Separate RFQ's have been or will be solicited for Public Utility
Engineering(water,wastewater,storm drain)as well as Ocean Engineering,Traffic Engineering
and Architectural Engineering and therefore those services are not a part of this RFQual.
112
i) Bridges, Street Improvements,and Parking Lots:
The consultant must be well versed in all aspects of design/engineering/surveying and
administration including,but not limited to project controls(estimating,cost and schedule),
planning,QA/QC,change control and risk management. Knowledge and understanding of
the latest version of APWA's GreenBook, as well as the standard plans and specifications
of the City of Huntington Beach. Consultant shall provide qualified staff with significant
experience in the professional fields.
1. Preparation of PS&E packages for street rehabilitation,widening,realignment or other
related street improvements.
• 2. Preparation of PS&E packages for rehabilitation of City Facilities site work, i.e.
parking lots and ADA site compliance
3. Preparation and review of NPDES reports,Water Quality Management Plans(WQMP)
• and Storm Water Pollution Prevention Plans(SWPPP).
4. Construction support.
} 5. Provide record drawings both mylar and .dwg formats
6. While the City maintains contracts with Geotechnical Engineering consultants,
geotechnical engineering may be requested as part of and under the direction of the
Civil consultant, depending on the project needs. The geotechnical engineering sub •
-
consultant of your choice does not need to be identified in your proposal to this RFQ
and can be deferred until such time that a project specific fee proposal/task order is
requested.
ii
ii) Survey
Consultant shall provide experienced personnel, equipment, and facilities to perform
the following tasks.
1. Performing horizontal and vertical control.
2. Perform design and topographic surveys.
3. Setting aerial targets and performing photo control.
4. Aerial and topographic surveys for project layout and design.
5. Performing boundary surveys and boundary analysis.
6. Performing centerline surveys and centerline ties.
7. Preparing corner records.
8. Preparing Records of Survey.
1 9. Preparing/Reviewing legal descriptions and plat maps.
10.Reviewing Subdivision Maps,Tentative and Final.
11.Reviewing Title Reports.
12.Performing construction staking for various public works projects.
C. Ocean Engineering
Consultant shall provide experienced personnel to solve engineering problems and preparing
engineering plans associated with preserving coastal resources such as piers, seawalls,
bulkheads, harbors, and beaches, which may include the study of the ocean to determine the
113
effects of waves,tides,currents,sand and the salt-water environment in addition to assisting the
City with issues or permits related to the California Coastal Commission.
D. Environmental/Water Quality
The City is seeking qualified environmental engineering services as related to compliance with
current stormwater regulations on an "as-needed basis" for various recreational water quality
related projects as assigned by City staff. These projects are included in the following two types
of categories:
General
• Prepare,assist,and review Preliminary Environmental Studies;
• Review of project plans and specifications;
• Perform field investigations;
• Provide site assessment and preliminary studies;
• Prepare and review engineering analysis reports;
• Prepare and review technical and research studies;
• Process and review Grant and Federal Funding Applications;
• Assist in the development of City specifications;
• Provide training to City staff on various environmental review processes.
Water Quality
• Assist in reviewing, evaluating, and recommending various Low Impact Development
BMPs for storm water systems;
• Perform inspections of commercial/industrial for compliance with latest
stormwater/NPDES regulations;
• Perform inspections of food service establishments under the Fats,Oils,&Grease(FOG)
Control Program;
• Assist in reviewing and preparing documentations in various aspects of water discharge
permits from applicable regulatory agencies;
• Assist with the development and implementation of policies and procedures to comply
with applicable regulatory requirements. -
In general,the consultant shall perform environmental engineering services on an"as-needed"
basis for various projects assigned by the City. The scope of work for any one project may
involve all phases of project development and may include but not be limited to the following:
•
Monitoring and Inspections
• Perform maintenance,monitoring,and inspections of City's facilities in accordance to
requirements by various applicable regulatory agencies;
• Provide testing and sampling of various constituents and media.
Studies and Reports
• Prepare reports and studies that utilize sound practical environmental engineering
analysis and principles;
• Prepare documentations that comply with applicable regulatory agency requirements for
permitting;
114
F
• Review 3rd party reports and studies and provide City staff with comments and
recommendations.
Grant Applications
• Assist in preparing various grant applications to obtain additional sources of funding for
various proposed City projects.
Preliminary Engineering
• Perform site investigation, prepare alternatives by providing recommendations and
analyses that describes the advantages of each alternative, and prepare estimates of
probable cost for each alternative;
• Prepare preliminary plans,cost estimates,engineering details,and support calculations.
Construction Documents
• Prepare engineering calculations and designs,plans,specifications,cost estimates,and
contract bidding documents.
Permits
• Assist in obtaining approvals from applicable regulatory agencies for environmental,
and/or other permits as may be required.
Bidding Stage
• Assist the City in answering bidders'questions,attend pre-bid conferences,and job walks,
prepare addendums,and analyze bids.
Construction Stage
• Attend pre-construction conferences;
• Monitor construction schedule,visit construction sites as required for progress and quality
of evaluation;
• Assist the engineer, contractor,construction manager/contract administrator,and inspector
with interpretation of plans and specifications, analysis of changed conditions,
development of corrective action,review of shop drawings and other submittals,and the
review and negotiation of change orders;
• Prepare"as-built"drawings.
4. PROPOSAL FORMAT GUIDELINES
Interested contractors are to provide the City of Huntington Beach with a thorough proposal using
the following guidelines:
Proposal should be typed and should contain no more than 20 typed pages using a 12-point font
size,including transmittal letter and resumes of key people,but excluding 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 RFP
instructions, responding to the RFP requirements, and on providing a complete and clear
115
. .
. •
•
•
•
Why/ Benefits
CIP Project Support
• Projects may include up to 25% of preliminary construction cost for on-call design services
• 15%to 20%for standard projects like street rehabilitation and projects that don't require
underground construction
• 20% to 25%for complex infrastructure projects such as storm drain pump stations, sewer lift
stations and facility projects where the designs are more complex and require extensive research
and field investigation.
• In the last 5 years the value of CIP projects is$238 million and conservatively 25% of$238 million is $60
million in fees for professional services
i+.+_ �..' - Total CIP Budget (2021-2025) g, 4:.t
Sr:a,h
Values are
in millio
ns
:
w 1Y
r.
it
G
t'x+}�f........::......•.:::::r::::...... ;n: - . i jij:riyii+inf„� j.?•- i!Sitr ... \
tsS<a s,i] .. �"iii�e�•(!}z!i.�=-i:% !I.�r .,,., :::r:;'�`'! �� � •P�' ^
u+ri'tii;,'.,;r;` ': z:: rFv: �+�"/'� .,MJ�,, !~sf,A _fl:; ''�na RA�f.
.fA,,,,,a::; � :,. "<,.,..r•qt. !4S..L::— .a:x: s;,r ,C„y,.d54ti,•,f '
+�:,,;o-lri, xc;41,; :^C,�.. .1., :id:d:, 3 ` :..: . _
,4: gsuti,, ::1„ 9.hsi` u3:.1, e•C'..;.I},:: ,t.,
,..1 f![i b;.yrs.., S.J..•:./,�}:t• il'f'F';• %G .ii n.,y.[t. ;:1:
�"/�►y•J•' i l: 'f.3:•. t..l I s
4,1011"4.�:n� �x. s� +•Ss'� `'s;C,c:. {i�" ,i%'t%>iir 5: � Z
�,]��t`ll. :..r1'1';,J, ;4{'i''.�j"_�.,�..,t`, .<,S''"i.'f,w h{iN,'6'r:;:„".,,.,.,'„tsti..�;.�.::,,�:.
5 el .S, i':1 9 ,fi (,wl i }:F,r.=,,::;.., :./,:r� _ -
{M.M'A:tii F.. �f, .S(<. 1 :::�I' i:l�: f;:...:<'::-y.f. � _
P'. tLr �,� r.f 5.• `� !f,n.:,.lr r"::::1 t.,•: �- - -
. , . - ,x .2.,f. .it :,i.r,. -
,�' £ d<i:.
J .1 . .; a. t[•tv.........1......;, .,,.. F :F s ..T":;..f ;...,,-. : 'rho z>;i`�ilii%' ;:,'if - -
4¢-0... f d r.,..,_ ,s, r...,_.,.,.a+,i,!r.., •� {�,t>} yy t'alz, ,�:..J.s-".c"„,x.v i. ..J..,k a
,..4,r r a ns , t. ,. ..;.:.:-i ,.rt T, 11,_(. .. ... .. :f•�'::;1,4.7 ,r.: ^F�'"',C.S. .a.:.}.;, -e;:lf,., F�'a •e;�r....
1 ,t..Yjiy l,s Y _ - �'r r 7 - ,3.t.., sr-3.31at sSrJt"%;':�"��3•. 3,..7,:t,r t Q
U � C{ , r. .:::'::.:.::.�1. ,. fi .:.•.. : i,.r ... 1 J ,,• ..:' ,;S.F'J"ei <;:r'1;��r.:�h�. r:d,� '� �f-
f. .,... .... c : :.:• sk=.•.,'. ..1;rt;,:;: e:iyY:,,.:�i>✓ 1,,,:� '1t.,t�r,t. ;i¢-, :i;�rii% /LS,�•,:, ��
4 a is 5,: o tt L:.� r1- .1*, OA ",..f t�:
.1 x+ � :k£7o- sr 3,µ.rf ixu l�i'°z�:'��', =,J:� .•:,n •:ht•, fi:<<���:.t:;L:'S' -
3 �+'r= .�" `.::^-_:^^_^,td. i d: a. tc= i";.<:^n:?•""Is ..,s�a..1'1./..� "a su�v�ci
- •,5 y.i S v r),. .:.,: ., �{4,!j.. .�.. • ..:.:: it :.. t . .tf- 4:::;:: tA';::i. r ,. i tom''
"� ....,..� "E,••yi.,t,�„ ..., :,..a.•f•%.y.r:.,.4U• },,: •... ..;}^s "�", :T:� s '-'�'"'�' :,d,ri?t,. '= f \ •—•���.,!�_:..o_.. �
,i. )(.Pn It...2 - c!�f.,• :'f� .. •S A,n:,,k',ah�l, .4Jr_ •:�„� .,'t;:i?fi.><I'-J.: -,(. __ -
.;(fr.• .�.i.),.,..•:rf.,.al�iN'sU:..:.:..:.:::. ..:,4sr.,S:�.:;.-�,..:.n. ... .f<fl*.,•,.,,i.:.,,!::s: `i;°'£i:,. :a':;';rr:.. ........ `9q;i., ::>Z.,;.i!,::=n �i4'
fir;.::;:,.,::M..;.»: . ::, :.:,:.:.......... .. ..:.
• L� 8•1�+119094 A'
From: cornetto45(aearthlink.net
To: 5uoolementalcommCa surfcity-hb.orq
Cc: CITY COUNCIL(INCL.CMO STAFF)
Subject: Item 21,25-606
Date: Monday,July 14,2025 4:44:57 PM
Dear City Council
Would some one please tell Don Kennedy that task orders are a common accepted best
practice to ensure a rapid response when technical services are required?
The current process works well, and asking staff to spend more time explaining the process to
a council member that is clearly inexperienced is a waste of our city's staff.
Butch Twinning explained things very well-too bad Don didn't listen.
Charlie Jackson
24 Year resident of Huntington Beach
SUPPLEMENTAL
COMMUNICATION
Meeting Date: 7/15/25
Agenda Item No.
21 25-606