Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RAK Development dba Kreuzer Consulting Group - 2025-07-01
N?�_tiGTp� 2000 Main Street, Huntington Beach,CA City of Huntington Beach 92648 9, -aK a 7 APPROVED 7-0 File #: 25-396 MEETING DATE: 7/1/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Joseph Fuentes, Principal Civil Engineer Subject: Approve and authorize execution of Professional Services Contracts for On-Call General Civil Engineering and Professional Consulting Services with Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, Inc.; Moffaft & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Glenn A. Rick Engineering Company; SA Associates; Stantec Consulting Services Inc.; TAIT & Associates, Inc.; and Tetra Tech Statement of Issue: The Public Works Department requires professional general civil engineering consulting services on an on-call or as-needed basis to support staff in the planning, design, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Qualifications (RFQ) for these services and recommends awarding on-call general engineering consulting services contracts. Financial Impact: Funding for the use of these contracts is included in the Public Works budget, including the Capital Improvement Program (CIP). Each approved CIP project includes a budget that allocates sufficient funds for design, environmental compliance, engineering, construction, project management, and other necessary costs. No funds will be expended under these contracts unless approved as part of the City's annual budget. The recommended actions do not require any additional funding. Recommended Action: A) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Anchor QEA, Inc. for On-Call Civil Engineering City of Huntington Beach Page 1 of 6 Printed on 6/25/2025 r k�te6 34 powered by LegistarT" 94 File #: 25-396 MEETING DATE: 7/1/2025 and Professional Consulting Services"; and B) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Ardurra Group, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and C) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and AZTEC Engineering Group, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and City Clerk to execute 2 000 000 "Professional Services D) Approve and authorize the Mayor and C y $ , Contract between the City Huntington Huntin ton Beach and Bowman Consulting Group Ltd for On-Call Civil Engineering and Professional Consulting Services"; and E) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Cannon Corporation for On-Call Civil Engineering and Professional Consulting Services"; and F) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and CWE for On-Call Civil Engineering and Professional Consulting Services"; and G) ApproveMayorCity and authorize the and Clerk to execute $2,000,000 "Professional Services Contract between the City Huntington Huntin ton Beach and EEC Environmental for On-Call Civil Engineering and Professional Consulting Services"; and H) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and GHD, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and I) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and H. W. Lochner for On-Call Civil Engineering and Professional Consulting Services"; and J) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Harris & Associates, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and K) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and HDR Engineering, Inc. for On-Call Civil City of Huntington Beach Page 2 of 6 Printed on 6/25/2025 powered by LegistarT" 95 File #: 25-396 MEETING DATE: 7/1/2025 Engineering and Professional Consulting Services"; and L) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and HR Green Pacific, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and M) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Huitt-Zollars, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and N) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Kabbara Engineering for On-Call Civil Engineering and Professional Consulting Services"; and 0) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Kreuzer Consulting Group for On-Call Ci vil Engineering and Professional Consulting Services"; and P) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Michael Baker International, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and Q) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Michael K. Nunley & Associates, Inc. for On- Call Civil Engineering and Professional Consulting Services"; and R) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Moffatt & Nichol for On-Call Civil Engineering Professional ConsultingServices"; and S)Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Onward Engineering for On-Call Civil Engineering and Professional Consulting Services"; and T) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Pacific Advanced Civil Engineering, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and U) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Proactive Engineering Consultants, Inc. for City of Huntington Beach Page 3 of 6 Printed on 6/25/2025 powered by Legtstarm' 96 File #: 25-396 MEETING DATE: 7/1/2025 On-Call Civil Engineering and Professional Consulting Services"; and V) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Psomas for On-Call Civil Engineering and Professional Consulting Services"; and i W) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Glenn A. Rick Engineering Company for On- Call Civil Engineering and Professional Consulting Services"; and le X) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and SA Associates for On-Call Civil Engineering and Professional Consulting Services"; and Y) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Stantec Consulting Services Inc. for On-Call Civil Engineering and Professional Consulting Services"; and Z) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and TAIT & Associates, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and 'k AA)Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Tetra Tech for On-Call Civil Engineering and Professional Consulting Services". Alternative Action(s): Do not authorize the contracts and direct staff accordingly. Will need to seek design support and engineering services may be on hold or decrease until new contracts are approved. Analysis: On-call services refer to professional services provided on an as-needed basis. The City establishes contracts with pre-qualified firms, enabling staff to quickly assign work when specific projects or increased workload demands arise. These contracts do not guarantee a minimum amount of work and are activated only through individual task orders. This approach offers both flexibility and cost efficiency, allowing the City to meet service needs without adding permanent staff. Each year, the City undertakes a Capital Improvement Program (CIP) involving various infrastructure projects that require engineering support. Given that numerous projects demand design work or specialized studies beyond the scope of internal City staff, engaging external expertise is crucial. This need extends to preparing grant applications, conducting environmental monitoring, performing inspections and testing, and ensuring compliance with federal and state regulations, all of which City of Huntington Beach Page 4 of 6 Printed on 6/25/2025 powered by LegistarT" 97 File #: 25-396 MEETING DATE: 7/1/2025 represent responsibilities exceeding current staff capacity. Procurement Process: To proactively address this anticipated workload, the City issued a Request for Qualifications (RFQ) on February 4, 2025, inviting firms to provide On-Call General Engineering and Professional Consulting Services. The RFQ covered a range of civil engineering disciplines, including bridge, environmental, ocean, storm drain, sewer, street, and water engineering. The submission of proposals followed the procedures outlined in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), which governs the selection of professional service providers. A total of thirty-seven (37) proposals were submitted in response to the RFQ. In compliance with the federal Brooks Act, California Senate Bill 419, and the HBMC, the Public Works Department convened a three-member evaluation panel. This panel, comprised of two representatives from Public Works and one from the Fire Department (Inspection Services), was responsible for reviewing and ranking the proposals based on the qualifications submitted. n similar Department consistentlyreceives high-qualityro osals for this and The Public Works p proposals Requests for Qualifications (RFQs), resulting in a highly competitive selection process. In recent years, the Department has contracted with multiple firms specializing in civil engineering and currently maintains active agreements with twenty-seven (27) firms to deliver these essential services.. Followingthe review process, Citystaff recommend awardingon-call contracts to twenty-seven (27) Y firms that received the highest evaluation scores. These firms include: Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, Inc.; Moffatt & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Rick Engineering Company; SA Associates; Stantec Consulting Services Inc.; TAIT & Associates, Inc.; and Tetra Tech, Inc. Funding for these services will come from Public Works project and program budgets. The on-call contracts will only be utilized when project demands exceed available City staff resources. Each contract will be set at a not-to-exceed amount for a three-year term, with no guaranteed work. All expenditures under these contracts require City Council approval through the regular budget process. Environmental Status: Not applicable. Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Anchor QEA Professional Services Contract City of Huntington Beach Page 5 of 6 Printed on 6/25/2025 powered by LegistarT' 98 File #: 25-396 MEETING DATE: 7/1/2025 2. Ardurra Group, Inc. Professional Services Contract 3. AZTEC Engineering Group, Inc. Professional Services Contract 4. Bowman Consulting Group Ltd. Professional Services Contract 5. Cannon Corporation Professional Services Contract 6. CWE Professional Services Contract 7. EEC Environmental Professional Services Contract 8. GHD, Inc. Professional Services Contract 9. H. W. Lochner Professional Services Contract 10.Harris & Associates, Inc. Professional Services Contract 11.HDR Engineering, Inc. Professional Services Contract 12.HR Green Pacific, Inc. Professional Services Contract 13.Huitt-Zollars, Inc. Professional Services Contract 14.Kabbara Engineering Professional Services Contract 15.Kreuzer Consulting Group Professional Services Contract 16.Michael Baker International, Inc. Professional Services Contract 17.Michael K. Nunley and Associates, Inc. Professional Services Contract 18.Moffatt & Nichol Professional Services Contract 19.Onward Engineering Professional Services Contract 20.Pacific Advanced Civil Engineering, Inc. Professional Services Contract 21.Proactive Engineering Consultants, Inc. Professional Services Contract 22.Psomas Professional Services Contract 23.Rick Engineering Company Professional Services Contract 24.SA Associates Professional Services Contract 25.Stantec Consulting Services Inc. Professional Services Contract 26.TAIT & Associates, Inc. Professional Services Contract 27.Tetra Tech Professional Services Contract 28. PowerPoint Presentation City of Huntington Beach Page 6 of 6 Printed on 6/25/2025 powered by LegistarT" 99 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND RAK DEVELOPMENT INC. DBA KREUZER CONSULTING GROUP FOR ON-CALL CIVIL ENGINEERING & 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 RAK DEVELOPMENT INC. DBA KREUZER CONSULTING GROUP, a California Corporation hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to provide On-Call Civil Engineering & 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 Rick Kreuzer 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. 25-16466/380233 1 of 11 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on j I11 145r , 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 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 "13," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed Two Million Dollars ($2,000,000.00). 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. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 25-16466/380233 2 of 11 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 A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: 25-16466/380233 3 of 11 "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 ($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 25-16466/380233 4 of 11 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: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and 25-16466/380233 5 of 11 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 be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the 25-16466/380233 6 of 11 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 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: 25-16466/380233 7 of 11 TO CITY: TO CONSULTANT: City of Huntington Beach RAK Development Inc., dba Kreuzer ATTN: Director of Public Works Consulting Group 2000 Main Street Attn: Rick Kreuzer Huntington Beach, CA 92648 18872 MacArthur Blvd., Suite 210 Irvine, CA 92612 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or 25-16466/380233 8 of 11 neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 25-16466/380233 9 of 11 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this 25-16466/380233 10 of 11 Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the g b 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 DA I'h 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 RAK DEVELOPMENT INC. DBA municipal corporation of the State of KREUZER CONSULTING GROUP California OA A Mayor By_ / U7e-le- City Clerk print name ITS: (circle one)Chairman residen ice President INITIATED AND APPROVED: AND Director of Public Works By: \IN Mc) )"'‹G. 54 p print name REVIEWED AND APPROVED: ITS: (circle one)w'ID hief Financial Officer/Asst. Secretary-Treasurer City Manager APPROVED AS TO FORM: &:`-‘• \ City Attorney COUNTERPART 25-16466/380233 11 of 11 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 RAK DEVELOPMENT INC. DBA municipal corporation of the State of KREUZER CONSULTING GROUP California yor By: ��' City Clerk V(0/16- print name ITS: (circle one)Chairman/PresidentNice President INITIATED AN AP ROV D: AND Director of Public Works By: print name REVIEWED AND APPROVED: ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer City Manag APPROVED AS TO FORM: City Attorney COUNTERPART 25-16466/380233 11 of 11 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Provide On-Call Civil Engineering and Professional Consulting Services. If Consultant chooses to assign different personnel to the project, Consultant must submit names and qualifications of these staff to City for approval before commencing work. B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: See Attached Exhibit A C. CITY'S DUTIES AND RESPONSIBILITIES: 1. Furnish Scope of Work and provide a request for proposal for each project. 2. City shall issue a task order for each project based upon scope of services, work schedule, and fee proposal submitted. D. WORK PROGRAM/PROJECT SCHEDULE: A project schedule will be developed for each project assigned by the City. EXHIBIT A EXHIBIT A KREUZER CONSULTING GROUP March 13, 2025 City of Huntington Beach Public Works Department 2000 Main Street Huntington Beach, CA 92648 RE: Qualifications to Provide On-Call General Civil Engineering and Surveying Services To whom it may concern, The Kreuzer Consulting Group(KCG)appreciates the opportunity to present our qualifications for the subject on-call contract. Our firm is uniquely qualified for this assignment for two reasons. One, we are completely committed to the public works sector. We are a small company led by seasoned individuals that are completely devoted to providing quality planning and design services to Southern California municipalities;Two, we have significant experience serving as on- call consultants to Southern California municipalities. Currently, we have active on-call engineering with the following agencies: Huntington Beach, Irvine, Tustin, Gardena, Newport Beach, Stanton,San Juan Capistrano, Arcadia, San Clemente, Brea, Signal Hill and Culver City. We have formatted this proposal to address all of the items outlined in the RFQ and have limited our response to 20 pages, including the cover letter herein and excluding the enclosed forms, table of contents and appendix. We take no exceptions to the sample contract provided with the RFQ and can meet all insurance requirements outlined therein.All work will be completed in our Irvine office at the address denoted below. These qualifications have been prepared in conformance with the RFQ dated February 4, 2025 and Questions and Answers dated February 20, 2025. Our proposed billing rates contained in the seperae fee schedule shall remain valid for the duration of the on-call contract. As the President and CEO of the firm, I am authorized to sign on behalf of the company. Thank you for the opportunity to submit these qualifications. If you have questions or require additional information please do not hesitate to call. Respectfully Submitted, fft(42)&•-•.. Rick Kreuzer, P.E. President 18872 MacArthur Blvd - Suite 210 - Irvine,CA - 92612 - 714-656-0160 Disciplines of Civil Engineering Services Application Form *Circle all that apply* Civil Engineering Service Area Bidding? Y/N (circle) • Water/Sewer/Storm Water Engineering Yes /�o • General Civil Engineering es / No • Ocean Engineering Yes / 0 • Environmental/Water Quality Yes / No REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW 0 CURRENT VENDOR Legal Contractual Name of Corporation: RAK Development Inc dba Kreuzer Consulting Group Contact Person for Agreement: Rick Kreuzer, PE Corporate Mailing Address: 18872 MacArthur Blvd., Suite 210 City, State and Zip Code: Irvine, CA 92612 E-Mail Address: rick@kreuzerconsulting.com 714-656-0160 714-656-0165 Phone: Fax: Contact Person for Proposals: Rick Kreuzer Title:President E-Mail Address: rick@kreuzerconsulting.com Business Telephone: 714 656 0160 Business Fax: 714-656-0165 Year Business was Established: Is your business: (check one) ❑ NON PROFIT CORPORATION F. FOR PROFIT CORPORATION Is your business: (check one) �-� CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP n INDIVIDUAL ❑ SOLE PROPRIETORSHIP PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION 1 of 2 Names & Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Rick Kreuzer President/CEO 714-656-0144 Kelsey Jaap Secretary 714-656-0160 Federal Tax Identification Number: 68-0579985 City of Huntington Beach Business License Number: N/A (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: N/A 2 of 2 TABLE OF CONTENTS Page No Section A- Background and Project Summary 1 Section B - Methodology 2 B1 Firm Overview and Approach 2 B2 Project Controls and Project Delivery Process 4 Section C - Staffing 7 Section D - Qualifications 10 Appendix - References Form KCG Team Resumes SECTION A - BACKGROUND AND PROJECT SUMMARY The Kreuzer Consulting Group (KCG) has been one of Huntington Beach's on-call civil engineering consultants since 2021. Over the last 4 years, we have completed the following projects for the City: ❖ Blufftop Park Pedestrian, Bike Trail and ADA Improvements •• Humboldt Bridge Civil Improvements • Pacific Coast Highway Relinquishment Study ❖ Pacific Coast Highway Opportunity Plan ❖ Zone 1 Survey Monumentation Restoration ❖ Zone 2 Survey Monumentation Restoration Our firm, and team of subconsultants, have the skills and expertise to address all of the technical elements under the General Civil Engineering Category in the RFQ, summarized as follows: • Street Widening Improvement Projects • Street Rehabilitation Improvement Projects • City Facility Projects including ADA Parking Lot and site grading Improvements • All aspects of NPDES compliance, including WQMP's SWPPP's and field inspections • Construction and Bidding Support • Provision of Record Drawings • Geotechnical Reports (Subconsultant) • Landscape Architecture (subconsultant) • Bridge Structural Design (subconsultant) • Field Survey services including, but not limited to, horizontal/vertical control, topographic surveys, cross sections, aerial mapping control, boundary surveys, centerline surveys and ties, corner records, records of survey and construction staking • Right of Way services including, but not limited to, legal descriptions and plats, tentative and final subdivion maps, and procurement and review of Preliminary and Final Title Reports KCG currently provides similar on-call engineering services to 12 agencies, including the City of Huntington Beach. We understand the nature of on-call contracts and the responsiveness and quality-focused approach required to deliver these projects in a timely, efficient manner. 1 SECTION B - METHODOLOGY B1 —Firm Overview and Approach The Kreuzer Consulting Group(KCG)is a firm comprised of individuals who have spent their entire professional careers serving the public sector in Southern California. We are led by our President, Rick Kreuzer, who has 40+ years of experience in the Public Works engineering industry. Our firm is a small firm which can provide a broad range of services to our clients. We currently have active on-call engineering contracts with multiple departments in the City of Anaheim, as well as with the Cities of Long Beach, Tustin, Brea, San Juan Capistrano, San Clemente, Arcadia, Lake Forest, Newport Beach, Stanton, Gardena, Downey, Culver City and Huntington Beach. We also maintain strong relationships with subconsulting support firms that share our philosophy of hands- on principal involvement on all projects. Depending on a particular project's needs, our team would include of some, or all, of the following subconsultants: • Rende Consulting—Structural Engineering • Clark& Green—Landscape Architecture • Harrington Geotechnical—Geotechnical KCG has worked extensively with these firms on past projects with great success. Our in-house staff are second to none.Their credentials as well as a detailed description of the wide range of projects we have delivered over the years are summarized in Sections C and D of these qualifications. Our experience will translate to value for the City of Huntington Beach. Based upon our firm's extensive public works design experience, we believe the key issues for successful completion of on-call design projects center around the following key areas. ❖ Effective Project Management There is no doubt that all proposing firms will tout their abilities to effectively"manage"a project. Unfortunately, many firms believe if they stay somewhat on schedule and submit their invoices on time they have been "effective" managers. We at KCG do not subscribe to this. Our core business philosophy is centered around effective management of all of our projects with the goal of making our clients job easier.The cornerstone goal of this philosophy is to"get out and stay out in front of the issues" on each and every project. We feel very strongly that our clients hire us for an assignment it is our obligation to bring it to a successful completion without having our hands held or being reliant on City staff to do our job for us. We know that cities have this hand-holding experience with consultants too frequently... KCG will not allow this to take place on this or any project. The way we achieve this objective is by providing seasoned engineers that are also effective managers, not only because they understand the project process but because they 2 understand the technical background of the design itself. We can anticipate issues faster than those managers who are reliant on younger design engineers to keep them informed. This disconnect cannot and will not happen at KCG because our Project Managers have hands on day to day involvement in the project design. Our Project Manager for the subject project will be Rick Kreuzer. Mr. Kreuzer is the President of KCG and has 40 years of experience managing and designing public works projects. Over the last 15 years, he has personally managed and/or designed over 50 roadway and public works infrastructure improvement projects for Southern California cities. ❖ Proactive Utility Coordination Utility coordination is an element that, if not properly addressed and managed, can significantly effect a project schedule and budget.This work task is much more than gathering record drawings and plotting then on the plans. The success of this task is proactively managing the relationship with all utility agencies involved. It certainly requires the establishment of the existing location of utilities as a first step but the real key is identifying the impacts to these facilities early on in the design process and coordinating proactively with the affected agency staff/service planners to mitigate those impacts and facilitate needed relocations. Overlooking or addressing utility impacts late in the design process usually results in schedule overruns and cost increases during construction. NPDES Expertise Water quality requirements have become a critical component of projects over the last decade. Successful delivery of a project requires a firm that understands this reality and can deliver the permits required. KCG's stormwater specialist, Chris Becker, has a thorough understanding of the City's plans for long-term pavement maintenance and rehabilitation, while maintaining strict compliance with today's stringent water quality regulatory environment. He is a seasoned stormwater compliance expert that specializes in the municipal sector. He is a California Certified/Qualified SWPPP Practitioner(QSP)and Qualified SWPPP Developer(QSD). KCG can turn- key all storm water compliance needs from site assessment, to report preparation, to site inspections and monitoring. We have a working knowledge of the complex California General Stormwater Permit for New Construction and are currently performing work for many cities, Caltrans and several developers and general contractors. ❖ Focus and Experience KCG's primary core business is civil design. Our staff has delivered successful street widening and rehabilitation and utility projects all around Southern California for the last two decades. We understand the design subtleties associated with public works design projects in urban settings. Moreover, we provide in house experience in the complementary functions, namely water quality and community outreach, that have become so integral to the successful delivery of projects in today's world. This experience and focus will translate to value, via cost effective design, to the City of Huntington Beach. 3 ❖ On-Call Experience The nature of on-call contracts requires a firm to be nimble and responsive.We are a small firm that prides ourselves on providing these qualities to our clients. This is evidenced by the number of active on-call contracts we maintain with other public agencies. Project Quality and Delivery Simply put, the ultimate success of a project is determined by the delivery of a quality design delivered on schedule.The following pages describe the tools and approaches KCG implements to insure that these objectives are achieved on all of our projects. 82—Project Controls and Project Delivery Process Once a project is identified, the KCG Project Manager will meet with the City Project Manager or designated staff member responsible for the project to discuss the proposed scope of work, projected schedule,and estimated costs required to complete the detailed work. The KCG Team will not begin work on a project until a work order has been approved. Upon concurrence of all work order details, the City will issue the work order, and the KCG Team will begin the designated tasks. The KCG Team, together with its supporting subconsultants, will provide the City with the resources necessary to successfully deliver the projects at hand. The following are the project controls we employ to deliver each project assignment. Schedule Control: KCG has extensive experience in managing projects through such automated scheduling tools such as Microsoft Project and Primavera. The KCG Project Manager will coordinate with the City Project Manager to determine the most appropriate scheduling software for this project. A monthly status of each project schedule will be provided and impacts to other project tasks will be noted if there are delays. Any delays or schedule modifications will be discussed with the City Project Manager and recommendations will be given for maintaining the overall schedule. Cost Control: KCG is committed to controlling costs through regular and timely discussions of work efforts and project accomplishments. KCG will utilize automated project accounting tools to ensure project completion within budget. Before the start of the project, a detailed scope of work will be established where tasks and subtasks are identified and a "per-task" budget will be estimated. Project team members will develop a scope of work that minimizes project cost, while ensuring a high-quality product. The KCG Team Project Manager will discuss with the City Project Manager key elements of the project budget and work scope before the project begins. In this way, unforeseen costs and potential delays will be minimized. 4 Resource Allocation Tracking: Time spent on projects is recorded electronically on an integrated time sheet application for each work day and integrated into an automated tracking system. From the computerized system, the Project Manager can, at any time, obtain a detailed Project Progress Report that shows the amount of time spent per person, as well as the budget-per-task, year-to-date, and project-to-date. Expense sheets for professional services and expenses (from direct costs such as equipment, materials, and subcontractor services) are prepared weekly. These tools allow KCG to proactively manage the project delivery process and identify potential schedule and budget issues before they become a problem. We can also provide the City with a Work Breakdown Schedule (WBS) for both manhours and costs which assists us with managing the flow of work and provides the City with anticipated monthly project cash flows for the entire project duration ❖ Quality Assurance/ Quality Control: At KCG, we believe our "uniqueness" comes from our belief that quality control is rooted in the philosophy by which you conduct your business. It is true that quality can be monitored and controlled to some degree via checklists and independent reviews, but a true "quality" product comes from a firm's commitment to excel for their clients. Do they care about their product? KCG does. Do they have experienced staff overseeing or doing the work every step of the way? KCG will. Do they want the next job? KCG does. Are they staying out in front of the issues and "leading" the project? KCG will. Quality is a culture within a company...you either have it or you don't. This philosophy manifests itself in how we systematically approach QA/QC. This is a cornerstone element of KCG's overall approach to the management and control of our work. The graphic on the following page depicts KCG's approach to QA/QC on all of our projects. All projects require a collaborative approach between our PM and team and the client.That said, we pride ourselves on being "low maintenance" and delivering successful projects with minimal supervision and oversight. This is the result of providing a solid team that is lead by a very experienced Project Manager. Typically, we will require the following assistance from City Staff regarding our work effort: • Provision of record drawings and as-builts • Coordination support with other City departments, as needed • Payment of outside permit fees (i.e. Caltrans) • Timely review of project submittals At KCG, we pride ourselves on the quality of our work product. We encourage the City of Huntington Beach to contact our past and current clients regarding this claim. 5 KCG OA/QC APPROACH Strong and Effective Management by the Project Progress Status Monitoring Manager Conduct Progress Meetings with Client and other external agencies at -Serve as the primary contact with Client and other specified times as needed. agencies. -Conduct team meetings: Manage the consultant team. Enforce effective • Prepare monthly progress reports communication, • Status summary exhibits on cost and schedule -Control the flow of communication. • Discussions on past/schedule activities Exercise decision-making authority for the entire team. • Status of meetings and action items Meet and thoroughly fulfill all contractual and Prepare meeting minutes and promptly distribute to all parties. Include: technical/professional requirements. Be responsible for • List of attendees product quality and timely delivery. • Attend and/or chair all progress meetings. Purpose and objectives of the meeting Be proactive. • Summary of the discussions • -Encourage thinking outside the box. Decisions reached • Action items and the respective responsible entity/individual Management & Control of the Work Project Control Quality Assurance/Quality Control initiate project control system. Documents will be comprehensively checked at one or more milestones Constantly monitor the overall project schedule as well before they are completed. as specific schedules of principal and critical activities. -A senior person not associated with the project will check all documents Constantly monitor internal labor and direct costs. before they are submitted. Monitor subconsultant costs. -One person will check all critical dimensions. Alert Client of potential impacts to cost and/or schedule - The person responsible for the drawings will review the text,and the writer and propose solutions. will review the drawings,insuring adequate cross checking. Furnish invoices in a timely manner to Client. Monitor The Project Manager will review all documents produced by other subconsultant invoices. contributors to insure overall project coordination. Monitor project record keeping(project files,meeting Apply TOM principles-DO IT RIGHT THE FIRST TIME. minutes,etc.). -Conduct Independent Reviews,as warranted. 6 SECTION C - STAFFING Our team organization is depicted on Exhibit A below. KCG's president, Rick Kreuzer, PE,will be the Project Manager as well as the Principal in Charge. He will be the single point of contact with the City of Huntington Beach, and will have the authority to act on behalf of the firm regarding all contractual, project performance and quality matters. sy gym' Rick Kreuzer,PE KCG Project Manager tit.Metz,LS KCG David Jarvi,PE r i)r,r (,r,U Survey,R/W Docs& KCG KCG Mapping Civil Engineering I ili!y Mike Green,ASLA Greg Rende,PE Joseph Welch,RCE,GE Clark&Green Rende Consulting Harrington Landscape Structural Geotechnical Support Staff Exhibit A— KCG Team Mr. Kreuzer is a registered civil engineer in the State of California with 40+years of professional experience. The unique aspect of Mr. Kreuzer's experience is that he has spent his entire professional career as an owner of (or working for) small firms which means he has been, and continues to be, a very involved and hands-on Project Manager. He is not a delegator or glorified principal but is "on the boards" and intimately involved with the day to day design aspects of his projects. We believe this attribute is a real value to our clients and is the cornerstone operating philosophy of our company. of the project will be Mr. David Jarvi. Mr. Jarvi AssistingMr. Kreuzer with the dayto daydesign has been Mr. Kreuzer's right hand man for the last two decades including all of the on-call assignments referenced herin. He is a registered Civil Engineer with 24 years of experience. He is proficient with the use of AutoCAD software and has a thorough understanding of City standards, design criteria and plan formatting requirements. He is also well versed with Civil 3D design software. 7 Chris Becker, QSP is KCG's Storm Water Quality expert. Mr. Becker has 31 years of professional experience in the public works industry. He is a Qualified SWPP Developer and Practitioner (QSD/QSP), Certified Professional in Erosion and Sediment Control and Certified Sediment and Storm Water Quality Management Plans (WQMP), Storm Water Pollution Prevention Plans (SWPPP)and Caltrans Storm Water Data Reports (SDR). The strength of our on-call team will be further enhanced by our subconsultants. These individuals/firms were handpicked based upon two key criteria. One, KCG staff had worked cooperatively and successfully with them in the past; and two, they employ KCG's philosophy of providing hands on principle involvement on their projects. The following provides a brief summary of the qualifications for our key subconsultant personnel. Subconsultants KCG utilizes the same subconsultant firms on all of our projects.These firms share our philosophy of hands-on principal involvement on all projects. Depending on the needs of a particular project or assignment, KCG would utilize the services of some or all of the following subconsultants: Greg Rende, PE ElCurrent Projects with KCG Rende Consulting LQ Past Projects with KCG Structural Mr. Rende is KCG's structural engineer. He has 30 years of experience on all aspects of structural design including pedestrian highway and roadway bridge structures, building modifications, retaining walls and flood control structures. Mike Green, ASLA OCurrent Projects with KCG Clark & Green Associates IJ Past Projects with KCG Landscape Architecture Mr. Green has 43 years of experience. During his career, Mr. Green has worked with the City of Westminster Planning Department and the Port Authority for the City of Long Beach in Environmental Impact Research Preparation and Risk Management Assessment. In 1986, he and his partner, Bob Clark, formed Clark & Green Associates. Mr. Green has specialized in community residential projects and public streetscapes with an emphasis on water management, conservation and sustainable landscape design. He has received multiple ASLA awards for his design work over the years. Mr. Green has multiple roadway widening projects with KCG, including the Brookhurst Street and Orangewood Avenue Improvements in the City of Anaheim. Joseph Welch, PE,GE Q Current Projects with KCG Harrington Geotechnical Q Past Projects with KCG Geotechnical Joseph Welch, PE, GE, Geotechnical Engineer, is a registered civil and geotechnical engineer in California with 45 years of experience. Mr. Welch is a graduate of West Point and holds a master's degree in civil engineering from George Washington University. His responsibilities include geotechnical engineering, laboratory management, and expert witness. 8 • Table 1 below provides a synopsis of the KCG team's key personnel registrations,experience and overall project availability. TABLE 1—TEAM MEMBER QUALIFICATIONS/AVAILABILITY SYNOPSI Experience California Working on Project Years of License Similar Availabl e Name Firm Responsibility Experience Education Type/No Projects Rick Kreuzer KCG Project 41 BS PE/42407 V 40% Manager David Jarvi KCG Project 24 BS PE/66792 V 50% Engineer Chris Becker KCG Water Quality 31 BS QSP/24431 V 30% Eric Metz KCG Survey&R/W 23 AA LS/9198 V 25% Greg Rende RCG Structural 30 BS PE/54529 V 30% Mike Green C&G Landscape 43 BS/MS RLA/2311 V 20% Architecture RGE/2239 Joseph Welch Harrington Geotechnical 45 BS/MS RCE/04023 6 V 20% Our approach to delivering projects will be the one we have used with a multitude of cities for the past 25 years which consists of providing an experienced Project Manager who is"hands-on" with the day to day design elements of the project and who proactively manages a team of subconsultants who share the same commitment of providing seasoned firm principals to direct and manage their work. All of the subconsultants on our team have worked extensively with KCG on past projects. We know what to expect of each other and are fully committed to delivering quality work. Personal resumes for these KCG team members are included in the Appendix to these qualifications. 9 SECTION D — QUALIFICATIONS BACKGROUND:The Kreuzer Consulting Group (KCG) is a California corporation. We were formed on July 1, 2004 by our president and founder, Rick Kreuzer. Mr. Kreuzer has spent his entire 40+ year professional career as a civil engineering design consultant serving the public sector. We are based in Irvine, California and maintain a staff size of 12. SERVICES: Municipalities, counties, and public agencies as a whole, face diverse challenges when p planning and implementing improvements to public infrastructure. Public planning issues, environmental constraints, and the concerns of local residents all have the potential to impact a project's bottom line. KCG has created a network of resources, both in-house and through long- standing relationships with quality subconsultants,to provide clients with "one-stop shopping" in all of the technical disciplines necessary to address these issues. Services provided by the KCG team include: Rick Kreuzer,PE KCG Team Leader TRANSPORTATION PROJECT MANAGEMENT& AGENCY SUPPORT SERVICES SERVICES • Corridor&Alignment • Project Management Studies • Grant Writing • Caltrans PSRs&PRs • Plan Checking • Highway Design • Value Engineering i wa a rage • Traffic • Implementation Plans ydralogy/Hydraulics - Signing&Striping • Permitting Support torm©rain Design - Traffic Control • Oversight/Extension of SWPPPS • Railway Design Staff Utilities ' - Roadway Grade • Cost Estimating wer Design Separations • Critical Path Scheduling Ater Design - Track Design • Community Revitalization Quiet Zone Studies Studies/Implementation • Roundabout Design Plans i itl+r' , a ,�1t , i �'yz,°S�$� cis aj ,tea �a 10 KCG staff have worked extremely hard over the years to establish the firm's reputation as engineers who will "go the extra mile" for our clients. We are proud of this reputation. RELEVANT EXPERIENCE: A big part of our firms practice includes the provision of design services through on-call engineering contracts. The following summarizes our current on-call design services contracts: • City of Huntington Beach City of Tustin • City of Gardena City of Brea • City of Anaheim City of San Juan Capistrano + City of Culver City ❖ City of Newport Beach • City of San Clemente ❖ City of Lake Forest •:• City of Stanton City of Signal Hill • City of Arcadia ❖ City of Irvine lI We are flexible, and through We are familiar with the nature of on-call contracts. the team proposed herein, will provide a design team that is customized and has the resource capabilities to handle any project assignment put before us. KCG is proposing toprovide on call services for the range of service and technical elements summarized in the RFQ for the General Civil Engineering discipline. The following pages provide a broad range of recent and ongoing KCG projects that included all of these technical elements. Each of the referenced projects includes a brief overview along with the additional project details. Our summary of five references are included on the required References Form contained in the Appendix of these qualifications. 11 IMPERIAL AND PARAMOUNT INTERSECTION IMPROVEMENTS Downey, CA Prime Consultant: Kreuzer Consulting Group sag � Project Manager: Rick Kreuzer,PE ` . ,, -. Firm Role: Project Management&Civil Engineering Support Staff: David Jarvi, PE � � s _� KCG Contract Value: $300 K Construction Value: $4 M r,". Design Completed: Ongoing(2025) a f rv, a Construction Completed: Pending(2026) � .. x �i.b U Construction CO: N/A Contracting Agency: City of Downey References: Ed Norris-Deputy Director of Public Works I (562)904-7110 • This project includes the design of the following t ;:; ,, improvements at the Imperial/Paramount intersection: -, -yam . 'a " . - • Dual left turns southbound on Paramount �� �` • Dual left turns westbound on Imperial ��� k • Widening the southwest corner to allow � � : : �° for northbound U-turns on Paramount In addition to the roadway geometry required for these widening improvements, the project also includes the following other enhancements: • Reconstruction of all 4 legs of the intersection with concrete pavement. The limits of concrete will be approximately 300 feet for intersection approaches and 50 feet for departures. • Reconstruction of the entire intersection with concrete pavement • Construction of decorative crosswalks • Reconstruction of all access ramps, sidewalk and driveways to meet ADA standards • Implementation of custom City bus shelters • Modifications to the existing traffic signal • New signing and striping • Utility adjustments and relocations • Minor modifications to existing landscaping and irrigation The project also required partial right of way acquisition and TCE's for four(4)adjacent properties. 12 ORANGEWOOD AVENUE IMPROVEMENTS Anaheim, CA s �4 r ,' s, Prime Consultant: Kreuzer Consulting Group ., V�� Project Manager: Rick Kreuzer, PE T Support Staff: David Jarvi,PE&Daniel Perez Firm Role: Project Management&Civil Engineering 14.r! 1-'`., KCG Contract Value: $700,000 � - Construction Value: $14M(Bid$13.8 M) Final Construction Cost: N/A Construction CO: None to Date Design Completed: 2022 Construction Completed: Ongoing(2025) Contracting Agency: City of Anaheim,CA I References: Edgar Garcia 714-765-4433 1 KCG completed the final design for the widening of Orangewood .. f Ito, Avenue from State College Boulevard to the Santa Ana River, a " ° .— ----- distance of approximately 3,000 lineal feet. This project includes roadway widening, structural retaining walls, new landscaping and extensive utility design including new storm drains and domestic and recycled water lines, significant off-site improvements and partial right of way acquisition from ten (10) properties. This project also required extensive traffic control plans and the preparation of a comprehensive Water Quality Management Plan (WQMP). oENER.4?VIES SHEET INDEX iimm ERNS elirdieai"4i- CITY OF ANAHEIM STREET IMPROVEMENT PLANS FOR THE CONSTRUCTION OF "" ORANGEWOOD AVENUE �.a!.„s-.._P FROM STATE COLLEGE BOULEVARD TO SANTA ANA RIVER 5 •mm%LI&NLIZS wow ce- — Account No:828-412-K939-7892 ��� e 870-412-K939-7892 ®® g. i 1 .ga 8sya.` O 4 G c G ama el .n. ....— , .�. MEMP4 1 J CONVENTIONALsweats yg a'G,,::,a "^` `'^:' "' ',IP"^ '+r��wMr-nr .,r' aa„ 9 FOR EXISTING TOPOGRAPHY �No ANAHEIMWATER RG� ID ,,,, „P.I' -" �` = 1 — t-tAxcrs ss.•r.tallPL•. ....sra. , .D„ `aN 4\1. e i r,. . :.. r.�—:&',rr.asaa. MX,:a...... �.r..0_ .....^. C.Csf +`sF-.F'&'44.M R6"I‘'''' ° .....0 m w. .. �� .'\ T A..REVIATt" •••••,•• Pt;PAIMIS0IVJA utzi.rou'45.1'atartAaF alow— cD ' b4� y+•L' E •S• uaE,..,y,I�� ,��^^'' • ::.•P.......wa r.a ..o..... y, aj1�IR.L�-a.—' 1_ ST W.. 1`�7 4 "Y..... 'Il.nay.N If - _ Vivo/// a .. .........,. t—' ►.•- —{ w o.Ac*ww-w �� "I..�- i CITY OF ANANEIM STREEf NDRCVENE 1 .eCgMi WYIq , ORAHGE,12°D. Y5 ....�:C k SIF�wE'll6 R&CMM! rnu•RAT[cou[¢eoulEv .. .. EIM ., e2 w�•`A.'''. ' rrir...... CITY RENCeI eM Men u-.m.mµ.1 r,wnxH.. •I>•+ hr r ]6116 { 13 TUSTIN ZONE 4 STREET IMPROVEMENTS Tustin, CA Prime Consultant: Kreuzer Consulting Group w- r Project Manager: Rick Kreuzer,PE Support Staff: Leo Joson ,e Firm Role: Project Management&Design .- KCG Contract Value: $120,000 , ° •� Construction Value: $5.3M(Bid=$5.2 M) ' yrr , •�' Final Construction Cost: $5.3M or#�, Construction CO: None Design Completed: 2023 � � ,� �w Construction Completed: 2024 � tea , Contracting Agency: City of Tustin References: Eric Johnson ' wrsa�.i 1 '� 7 N*.;+.. is'sn,4 Principal Engineer m (714)573-3320 = ,- j ejohnson@tustinca.org :' �r Zone 4 is an area bounded by Nisson Road on the north, ti ..sue °,;. '� P���°}° :c:‘,� Tustin Ranch Road on the East, Edinger Avenue on the �',d ' � . south and Newport Avenue on the west. Within this �� i �,, zone there are 9 miles of residential and arterial streets. ' KCG completed design for these streets which included a variety of treatments including slurry seals, mill and overlays and full reconstruction. The project also included a complete field review of all streets to identify removal and replacement of damaged curb and gutter, sidewalk and driveways. KCG also completed an assessment of all existing curb access ramps for ADA compliance and provided design details for all ramps that required reconstruction. t...h I Y ' . , a` iy . , =� ,... [ , ..,, , ,,,•, .. . , ) t . wN2 L� S, RF 1j k ¢ ,et..!,,,,,„,,,,.,..,k,,,,,,,, .,.. 4�.1 to i+ �P. . T4:5 013,14 i,, , Q.4 - ,1 1 ,..z,,7';''.'''''fAV-.1? ' '''', ' ] I,`‘...::`'.' ' ..z? fin« :: , h ra :' j 11 `,rat x t �..1 lr. :5 .vv:• ..r-: K, arvu:acra...rc.:,r, - ......_.. I:.:nf.tl3" • s...;•T..f 14 CENTRAL AVENUE STREET AND WATER LINE IMPROVEMENTS Brea, CA Prime Consultant: Kreuzer Consulting Group Project Manager: Rick Kreuzer,PE 1, ' Support Staff: David Jarvi,PE ' t° Firm Role: Project Management&Civil Engineering KCG Contract Value: $350 K Construction Value: $7 M Design Completed: 2024 Construction Completed: Pending/2026 Construction CO: N/A Contracting Agency: City of Brea References: Ryan Chapman City Engineer (714)990-7763 ryanch@ci.brea.ca.us The project includes the design of a new 12" • water line on Central Avenue between Roscoe Street and Blossom Place, a distance of � �l.: approximately 8,600 lineal feet. The project will ito also include coordination with and permitting a / through the City of La Habra and the County of Orange. These water line improvements plans will be packaged and bid along with street improvement plans KCG is designing for Central Avenue between Palm Street and Lambert Road, a total distance of approximately 14,000 lineal feet. Together these project improvements will consist of the following improvements: • 8,600 feet of new 12"C900 PVC water line • New water line cross connections at 6 intersections • Abandonment and/or removal of approximately 9,000 feet of existing cast iron water pipe • Suspension of new water line from Brea Canyon Channel bridge structure • Rehabilitation of approximately 2.6 miles of existing roadway consisting of a combination of mill/overlay and total reconstruction • Reconstruction of damaged curb, gutter and sidewalk • Reconstruction of eighteen (18)access ramps for ADA compliance • Pavement striping and markings • Full traffic control to facilitate construction of the improvements above 15 DOWNTOWN TUSTIN STREETSCAPE ENHANCEMENTS Tustin, CA '` Prime Consultant: Kreuzer Consulting Group Project Manager: Rick Kreuzer,PE Support Staff: David Jarvi,PE&Robbie Kreuzer Firm Role: Project Management&Civil Engineering 4j, Contract Value: N/A Construction Value: $12 M(Estimate) Design Completed: 2024 Construction Completed: Pending(2026) ••:e . -' Contracting Agency: City of Tustin References: Eric Johnson �.':�� Principal Engineer (714)573-3320 •�, '?. - . hn tustinca.or eo son@ g J KCG is completing preliminary and final design for improvements in the Old Town Historic District in the City of Tustin. These improvements including the narrowing of Main Street to implement a more "complete street" consisting of a more balanced vehicular/pedestrian/bicycle facility on main street and the construction of a series of "parklets" along El Camino Real to provide additional open space and facilitate the expansion of outdoor dining venues for local restaurants. BROOKHURST STREET WIDENING PHASE 1 Anaheim, California Prime Consultant: Kreuzer Consulting Group Project Manager: Rick Kreuzer,PE j,. SupFPiormrt SRtoa ffe:• David cJta Mrvia,Manage me nt&Civil Engineering g . 1. Contract Value: $600 K Construction Value: $ 18 M "° Final Construction Cost: $17.8 M Design Completed: 2018ro ,,, Construction Completed: 2020 Contracting Agency: City of Anaheim r Garcia References: Edgar G c g , .,, �: >. ,. Principal Engineer 714-765-4433 egarcia2@anaheim.net KCG completed preliminary engineering, environmental clearance, project report and final PS&E for this one mile long widening project in the City of Anaheim. This project involved the widening of Brookhurst Street from 4 to 6 lanes between Katella Avenue and Ball Road, a distance of 1 mile. This project included the acquisition of 21 residential properties and 3 part takes of commercial property. This project included extensive sound wall improvements which were designed as CIDH pile foundation walls along the entire east side of the alignment.The project also included extensive storm drain design and utility coordination efforts and interfacing with Union Pacific Railroad (at-grade crossing improvements) and the County of Orange. 16 SOUTHERN AVENUE STREETSCAPE IMPROVEMENTS Mesa, Arizona Prime Consultant: Kreuzer Consulting Group Project Manager: Rick Kreuzer, PE Support Staff: Chris Scott,PE&Robbie Kreuzer Firm Role: Project Management&Civil Engineering Contract Value: $600,000 �� ' General Contractor: Haydon Corp. Delivery Method: Construction Management @ Risk(CMAR) �, Construction Value: $20 M Final Construction Cost: $20 M(on budget) a �'�. .. Design Completed: June 2016 Construction Completed: March 2019 KCG was the prime consultant for Contracting Agency: City of Mesa,AZ. the final design of corridor References: Marc Ahlstrom-Deputy City Engineer (480)644-4622 improvements to Southern Avenue marc.Ahlstrom@mesaaz.gov from Alma School Road to Sycamore Street, a distance of approximately 1.2 miles. This project's construction was completed using the CMAR process. This project included narrowing Southern Avenue from 6 to 4 lanes and construction of wider pedestrian parkways along with drainage,traffic signal and utility undergrounding improvements. KCG was assisted by 12 Engineering (landscape/ hardscape), Wright Engineering (lighting and traffic signals), MakPro (public outreach), and RAMM (geotechnical) on the project design. As depicted below, the KCG Team received an excellent rating in 13 of 14 categories and an overall rating of 98%for our performance of this project by the City of Mesa. In addition, the KCG Team received the ACEC "Project of the Year Award" for Arizona in 2020. 04.17 IOW 4 r j q } *Sr { t 17 BLUFFTOP PARK TRAIL IMPROVEMENTS Huntington Beach, CA Prime Consultant: Kreuzer Consulting Group Project Manager: Rick Kreuzer,PE • is( Support Staff: Daniel Perez Firm Role: Project Management&Civil Engineering �* Contract Value: N/A ��" + :ah�� Construction Value: $5 M r' Design Completed: 2022 Construction Completed: 2023a7p a Contracting Agency: City of Huntington Beach References: Tom Herbel City Engineer ,- (714)375-5077 Tom.herbel@surfcity-hb.org KCG completed design for the reconstruction of the beach trail along the bluff top west of PCH between Seapoint Street to 11th Street. The project included setting the trail alignment and of trail, gradingand striping plans as well as details for ADA compliant ramp preparation p g connections at various location. The project also included coordination and permitting with Caltrans District 12 for the implementation of curbside sidewalk on the west side of Pacific Coast Highway. Humboldt Bridge Improvements Huntington Beach, CA �� _. Prime Consultant: Kreuzer Consulting Group - " - Project Manager: Rick Kreuzer,PE 4---- �7 Support Staff: David Jarvi,PE m� Firm Role: Civil Engineering Contract Value: $30 K Construction Value: $5 M(Estimate) Design Completed: 2023 j. i �..aa* Construction Completed: Pending �I "" ' 37 I , I 4-4 Contracting Agency: City of Huntington Beach "" ` References: Eduardo Cerda .. 1.1 l Senior Civil Engineer — (714)374-1750 Eduardo.cerda@surfcity-hb.org KCG completed the street design and utility coordination for the replacement of the Humboldt Street Bridge over the canal in Huntington Harbor.This project included the development of plan and profile drawings, phasing plans, construction details and close coordination with City staff and the bridge engineering design consultant. 18 In addition to the featured projects above, KCG has completed street and a variety of public works infrastructure projects totaling in excess of $50 M in construction value over the last 5 years, some of which are summarized as follows: Project Agency Construction Cost Balboa Peninsula Streets Newport Beach $2 M Duarte Road Arcadia $1.1 M State College Boulevard Brea $1.0 M Pioneer Street Norwalk $900 K Lambert Road Brea $1.2 M Lincoln Avenue Anaheim $1.3 M Del Amo Boulevard Long Beach $1.5 M Pacific Coast Highway Dana Point $1.7 M Main Street Tustin $2.0 M Huntington Drive Arcadia $1.7 M Santa Anita Road Arcadia $500 K Santa Clara Road Arcadia $300 K Jeffrey Road Irvine $1.5 M Main Street Improvements Tustin $3.0 M Ball Road Anaheim $1.5 M Williams Street Tustin $600 K Main Street Tustin $3 M Sabina Area Anaheim $7 M FY 19-20 Rehabs Downey $2.6 M Newport Ave Tustin $1.6 M Downtown Streets Arcadia $3.4 M 19 Appendix 0 Reference Form 0 KCG Team Resumes References of Work Performed Form (List 5 Local References) Comany Name: Kreuzer Consulting Group 1. Name of Reference: City of Tustin Address: 300 Centennial Way,Tustin, CA 92780 Contact Name: Eric Johson Phone Number: 714-573-3320 Email: ejohnson@tustinca.gov Dates of Business: 2012-Present 2. Name of Reference: City of Brea Address: 1 Civic Center Circle, Brea, CA 92821 Contact Name: Ryan Chapman Phone Number: 714-990-7763 Email: ryanch@ci.brea.ca.us Dates of Business: 2015-Present 3. Name of Reference: City of Arcadia Address: 240 W. Huntington Dr., Arcadia, CA 91107 Contact Name: Kevin Merrill Phone Number: 626-574-5481 Email: kmerrill@arcadiaca.gov Dates of Business: 2015 - Present 4, Name of Reference: City of Anaheim Address: 200 S. Anaheim Blvd.,Anaheim, CA 92805 Contact Name: David Mori Phone Number: 714-765-5148 Email: dmori@anaheim.net Dates of Business: 2004- Present 5. Name of Reference: City of Downey Address: 11111 Brookshire Ave., Downey, CA 90241 Contact Name: Fabian Aoun Phone Number: 951-743-5208 Email: faoun@downeyca.org Dates of Business: 2017-Present KREUZER CONSULTING GROUP RICK KREUZER, P.E. vl Mr. Kreuzer, the founder and President of KCG, has 40 years of experience mow" managing complex transportation and civil projects. His strength is 44e, 5 managing multi-disciplined teams on projects which require innovative . solutions and hands-on principal involvement. He is the President of the Kreuzer Consulting Group(KCG). PROJECT EXPERIENCE: Project Manager for on-call contracts with the following agencies: City of Anaheim �, •:• •City of Irvine *' City of Tustin r w - - - City of Lake Forest University of California, Irvine, City of Brea 1983 • City of Long Beach Certificate Program in • City of Newport Beach Construction Management, City of San Juan Capistrano American Sociaety of Civil City of Gardena Engineers, 1987 ❖ City of Culver City ❖ City of Downey AFFILIATION: American Society of Civil • City of San Clemente • City of Huntington Beach Engineers • City of Stanton Institute of Transportation City of Huntington Beach Projects: Mr. Kreuzer has served or is currently Engineers serving as the Project Manager for the following City Projects: REGISTRATION: D. On-Call Services ➢ Humbolt Bridge Civil Design Registered Civil Engineer ➢ Survey Monumentation Phase 1 (California&Arizona) ➢ Survey Monumentation Phase 2 ➢ Blufftop Park Bike/Pedestrian Trail Registered Civil Engineer ➢ Pacific Coast Highway Relinquishment Study (Arizona) ➢ Pacific Coast Highway Opportunity Plan Disneyland Resort Area Improvements: Mr. Kreuzer has been involved with the transformation of the Disneyland Resort Area in the City of Anaheim for the last decade in various capacities. He was involved with the initial planning efforts which established the vision for the 800 acre Resort Area including significant outreach activities with local residents and business owners. From there, Mr. Kreuzer managed the Preliminary and Final Design efforts for the construction of the two main backbone arterial streets in the Resort District,namely Katella Avenue and Harbor Boulevard.These projects included significant streetscape and landscape enhancements to make the Resort Area a more attractive destination. Katella Avenue Smart Street Phases 1&2: Project Manager of an alignment study and final design for the widening of three miles of Katella Avenue along the Disneyland and Anaheim Convention Center frontages. This included widening of four major intersections. Total construction value of Phases 1 and 2 was approximately$35 million. The project included the design of street, storm drain, sewer, water, landscape, streetscape and traffic signal improvements. In addition right of way acquisition documents in the formal of legal descriptions and plans were prepared by KCG staff for approximately 120 partial takes of existing parcels. This project also included coordination with Caltrans with regard to I-5 improvements at the east end of the project. Brookhurst Street Widening: KCG recently completed preliminary and final design services for the widening of Brookhurst Street between Katella Avenue and Ball Road in the City of Anaheim. This project will includes roadway, drainage, utility, landscaping,and traffic signal improvements. Platinum Triangle Backbone Infrastructure Implementation Plan: The Platinum Triangle is located in the City of Anaheim at the confluence of the 1-5 and SR-57 freeways. The Platinum Triangle is approximately 820 acres in size. It is traversed by a major intercity/commuter railroad line and encompasses Angel Stadium of Anaheim, as well as the Arrowhead Pond of Anaheim. The Platinum Triangle project will be a mixed-use development with a dynamic mix of uses including upscale, high density urban housing integrated by a carefully planned network of pedestrian walkways,streetscape improvements and recreation spaces. For this project, Mr. Kreuzer managed the completion of the Platinum Triangle Implementation Plan for Backbone Public Works Facilities. This plan served to define the: • required arterial roadway,streetscape and landscape improvements • required sewer system improvements • required storm drain system improvements • required water system improvements • required electrical system improvements • right of way acquisition required to construct all backbone infrastructure improvements • breakdown of project segments for implementation • cost estimates for all project segments • schedule for implementation of the program • cash flow estimate for the implementation of the program This plan is currently being used as the basis for establishment of a$200 million Community Facilities District(CFD) to finance all required backbone infrastructure improvements needed to support development in the Platinum Triangle project area. Katella Avenue Widening: Final PS&E for the first arterial improvement project in the Platinum Triangle project area. This project consists of widening of Katella Avenue between Lewis Street and State College Boulevard to accommodate 4 lanes of traffic in each direction. New parkway and median landscaping will be constructed along with upgraded streetscape furnishings consisting of light poles, bus shelters,and traffic signs. Brookhurst Street Widening: Final PS&E for the widening of Brookhurst Street from I-5 to SR-91 in the City of Anaheim. This project includes widening the existing 4 lane roadway to 6 lanes as well as the construction of a new 54 inch mainline storm drain and extensive landscaping in the medians and parkways. Imperial Highway Smart Street: Completed Project Report, Alignment Study and Implementation Plan for the widening of Imperial Highway from the Los Angeles County line to Rose Drive, a distance of 8.5 miles. Arizona Avenue Streetscape Improvements: Planning and design for the downtown revitalization of Arizona Avenue in Chandler,Arizona. Southern Avenue Phase 2 Streetscape Improvements, Mesa,Arizona: Mr. Kreuzer is the Project Manager for the final design of the 2nd phase of the Southern Avenue Improvements in the Fiesta District from Sycamore to the west City limit at the Tempe Canal. This project is a natural extension of the Phase 1 improvements that were recently constructed. This project includes street narrowing,landscape and streetscape improvements,drainage,lighting and traffic signal improvements. The project will also require the preparation of right of way acquisition documents and coordination with the City's real estate staff as well as the public and other stakeholders. (-0 KREUZER CONSULTING GROUP David Jarvi, PE Mr. Jarvi has over 23 years of experience in General Civil and Transportation Engineering. He specializes in local roadway planning and design projects with experience in design engineering with a focus on civil and transportation projects. His extensive knowledge of roadway layout, reconstruction, and m rehabilitation are evident by a growing list of local agencies that seek his street improvement involvement (Los Alamitos, Cypress, Anaheim, Stanton, Long f: Beach, Downey, Costa Mesa, Industry, Yorba Linda, Newport Beach, Orange, Dana Point, Irvine, Mission Viejo, San Clemente, Lake Forest, San Juan Capistrano, and Laguna Niguel). Mr. Jarvi has been responsible for the preparation of street plans, cross sections and details for a wide range of �` --- roadways from single intersections to miles of large arterial highways. EDUCATION: PROJECT EXPERIENCE: B.S., Civil Engineering, California State University, City of Huntington Beach Projects: Mr.Jarvi has served or is currently serving Chico as the Project Engineer for the following Downey Projects: SOFTWARE SKILLS: ➢ On-Call Services ➢ Humbolt Bridge Civil Design AutoTURN, Microsoft Excel, ➢ Survey Monumentation Phase 1 Bentley Inroads, Microstation, ➢ Survey Monumentation Phase 2 Autodesk Civil 3D ➢ Blufftop Park Bike/Pedestrian Trail ➢ Pacific Coast Highway Relinquishment Study REGISTRATION: ➢ Pacific Coast Highway Opportunity Plan Professional Engineer, California, No. 66792 Atlantic Avenue / Pacific Coast Highway Intersection Improvements, City of Long Beach,Long Beach,CA—Project Engineer for the rehabilitation of over two miles of Atlantic Avenue in the City of Long Beach.Tetra Tech prepared the preliminary and final PS&E for roadway rehabilitation, right turn pocket widening, storm drain inlet upgrades and pipe reconstruction,utility relocations, traffic signal, traffic control, and parking lot improvements at the Atlantic Avenue and Pacific Coast Highway intersection in the City of Long Beach.Since the widening portion of the project impacted the adjacent high school parking lot, our Team effectively coordinated with the school district to complete the required work within the schedule. In addition, our work included obtaining an encroachment permit from Caltrans for construction within the state highway system. Lakewood Boulevard Improvements Phase 3A, City of Downey, Downey, CA— Project Engineer for the design of streetscape and roadway improvements on Lakewood Boulevard in the City of Downey. Tetra Tech prepared preliminary and final plans for streetscape and engineering improvements for the 4,000 foot segment of Lakewood Boulevard from 5th Street to Florence Avenue in the City of Downey.The project included additional through lanes, extensive median and parkway improvements, decorative lighting, street furniture and both potable and recycled water improvements. Great care was taken to minimize impacts to private development and to provide a seamless transition between old and new areas. The project created an aesthetically pleasing corridor, while decreasing construction cost savings of over$500,000 through the use of recycled pavement. La Palma Avenue/Kraemer Boulevard Intersection,City of Anaheim,Anaheim,CA—Project Engineer for the$2.4 million widening of La Palma and Kraemer Intersection for the City of Anaheim Orange County, including right-of- way engineering and utility coordination. Tetra Tech prepared plans, specifications and cost estimates for the widening of this key arterial intersection in the City of Anaheim. The project involved the development of a Precise Alignment Plan, Landscape Concept Plan, and legal descriptions for 8 parcels. The project included the design of a raised, landscaped median, parkway landscaping in both the City area as well as a large slope in Caltrans right-of- way, and significant redesign of private property improvements impacted by the roadway widening. The approval process included obtaining an easement and encroachment permit from the County of Orange as well as an encroachment permit from Caltrans. Other elements of the project included the design of a traffic signal, traffic control,a MSE retaining wall,and utility improvements. Firestone Boulevard Rehabilitation Old River School Road to Lakewood Boulevard,City of Downey,Downey,CA— Project Engineer for the construction of sidewalk and pavement rehabilitation of an over one mile reach of Old River School Road in the City of Downey.The project includes pavement reconstruction and rehabilitation,reconstruction of curb ramps per current ADA criteria, and signing and striping. Chapman Avenue Widening,City of Orange,Orange CA— Project Engineer for the alignment study for a one mile segment of Chapman Avenue. Responsibilities include the development of base plans and cross sections for the purpose of alignment analysis and the completion of a summary report outlining roadway widening costs and right- of-way impacts for various alignment alternatives.Tetra Tech completed alignment plans and is designing final PS&E for a 1 mile widening of Main Street from Palmyra Avenue to Chapman Avenue. This project included design of roadway, water line, drainage, utility, landscape, and lighting improvements. Project also included traffic control plans,signing and striping plans and traffic signal modification plans. Parking lot modifications were also involved on the project. Katella Avenue Smart Street Improvements, Orange County, CA — Project Engineer for sections of the Katella Avenue Smart Street running through the cities of Los Alamitos, Cypress, Anaheim and Stanton. Responsibilities included the preparation of street plans, cross sections, utility coordination,water vault design and the preparation of legal plats and descriptions. Bus Stop Improvement Projects,City of Santa Clarita, Santa Clarita,CA- Project Engineer for the improvement of 23 selected bus stop locations throughout the City of Santa Clarita.The design of each bus stop addressed the safety and accessibility needs of the rider, passenger with disabilities, driver, pedestrians, cyclists, motoring public, and people living and working near the stops. Each site specific bus stop safety improvements included the sidewalk access, concrete pads, shelter and amenities, adequate right-of-way, grading/separating walls, signage, bus approach zones, future needs, and existing site constraints including utility features and covers. Mr. Jarvi also provided utility research, data collection, conceptual design report, and final plan, specifications and estimate.The project met all federal guidelines and requirements,City procedures and guidelines,and Transit Agency regulations. Orangethorpe Avenue Widening, City of Buena Park, Buena Park, CA- Project Engineer for the widening of the south side of Orangethorpe Avenue from Stanton Avenue to Thomas Street. Topographic survey of 50-foot cross sections were completed and site investigation and research of the crown elevation and gutter lip elevations were provided. Additional detail collected at each location where new ADA curb ramps, and cross gutters were constructed. (-0 CHRISTOPHER BECKER, QSD/QSP KREUZER CONSULTING GROUP Mr. Becker has 31 years of outstanding success in delivering complicated public and private construction, infrastructure, real estate and transportation projects from inception to completion. His background includes all phases of project coordination including T4.4 feasibility, technical writing, conceptual planning, environmental Y g p p g �b a clearance, final design, entitlement processing, obtaining agency44: g x F approvals and construction management. Over the last 15 years, he has specialized in comprehensive storm water compliance services for design and construction clients. As a State Certified QSD/QSP; Certified Professional in Erosion and Sediment Control;Certified Erosion,Sediment and Stormwater Inspector, he has provided the following services: EDUCATION: B.S. in Urban Planning California • Prepare bid estimates and develop proposals and marketing State Polytechnic University, materials. Pomona • Prepare Water Pollution Control Programs/SWPPPs AFFILIATION: • Water Quality Management Plans Construction Management Association of America • Storm Water Data Reports Project Management Institute • Provide Qualified SWPPP Practitioner inspection services • Design Water Pollution Control Drawings REGISTRATION: Qualified SWPPP Developer and • Establish cost effective Best Management Practices Practitioner(QSD/QSP)#24331 • Perform QSP services for approximately 20 projects per quarter including being the Water Pollution Control Manager of record for Certified Professional in Erosion and Sediment Control#7408 several Caltrans projects experience includes: Certified Erosion,Sediment and Recent project p Storm water Inspector#3080 OSHA 10 and 30 Safety Certified • WQMP for Williams Street Roadway and Storm Drain Improvements in Tustin. • WQMP for Valencia Avenue Street Improvements in the City of Brea. • WQMP for Imperial Highway Greenbelt Improvements in the City of Brea. • WQMP for the Anaheim Convention Center Grand Plaza in the City of Anaheim. • WQMP and SWDR for SR-1/Old Newport Boulevard Intersection Improvements in the City of Newport Beach. • WQMP and SWDR for SR-1/Broadway Road Intersection Improvements in the City of Laguna Beach. • Numerous SWPPP's for various construction contractors in Southern California. J KREUZER CONSULTING GROUP ERIC W METZ,PLS Mr.Metz has over 23 years of professional experience in land surveying and engineering work for government organizations,public agencies,and the private sector. His experience includes preparation of Records of Surveys,Tract Maps,topographic surveying,boundarysurveys,aerial control,GPS control surveys, right-of-way mapping, ALTA surveying,and construction staking. Mr.Metz also has extensive knowledge in AutoCAD Civil 3D,Revit and Navisworks BIM software. Project Experience: • Orangethorpe Ave Widening Phase 1&2,City of Buena Park,Buena Park,CA Project Surveyor responsible for topographic survey, right-of-way survey, property research, legal descriptions and plats for right of way acquisitions and temporary construction easements required by the city. In addition, provided construction staking support for the project. • Bus Stop Improvement Projects,City of Santa Clarita,Santa Clarita,CA Project Surveyor responsible for topographic survey, survey control plans, utility research,legal descriptions and plats for right-of-way acquisitions and temporary construction easements to meet city requirements. Education: • Lakewood Stormwater and Runoff Capture Project, City of Lakewood, Santiago Canyon College, Lakewood,CA Survey/Mapping Sciences Project Surveyor responsible for topographic survey and cross sections of the flood control channels. Legal descriptions and plats were prepared for proposed Registrations/Certifications: city storm drain easements across county land. Professional Land Surveyor, • Waste Management(Southern California Sites) California No.9198 Project Surveyor responsible for topographic survey, right-of-way survey, property research and construction staking support for eight sites across Trimble Business Center, Southern California. Project Specialist • USPS Redevelopment,Pacific Industrial,Long Beach,CA OPUS, Project Surveyor responsible for topographic survey, right-of-way survey, Projects Manager's Training property research and ALTA survey of the United States Postal Service 10 acre Professional Affiliations: sorting facility. • Limekiln Creek Restoration Project,City of Los Angeles Bureau of Engineering, California Land Surveyors Los Angeles,CA Association Project Surveyor responsible for topographic survey, cross-sections of the flood Orange County Land Surveyors channels and site utility research. Association • Houghton Park Community Center,City of Long Beach,Long Beach,CA Project Surveyor responsible for topographic survey,cross-sections and profile Society of American Military Engineers survey, preparation of horizontal control plans, and preparation of existing conditions base map. • Los Angeles Bureau of Sanitation Monitoring Station,Gardena,CA Project Surveyor responsible for utility research and topographic survey of the Dominguez Channel from right-of-way to right-of-way for approximately 1,000 feet at the West 135th Street bridge. • Riverside Drive near Zoo Drive Bridge over Los Angeles River, Bridge No. 53C-1298, City of Los Angeles, Los Angeles,CA Project Surveyor responsible for topographic survey to support the bridge widening and retrofit. Ongoing construction staking support. • EL Paseo Drive Pedestrian Overcrossing Replacement,City of Santa Clarita,Santa Clarita,CA, Project Surveyor responsible for topographic survey,survey control plans and construction staking support. • Surveying and Mapping at Marine Corps Recruit Depot(MCRD)NAVFAC SW,San Diego,CA Project Surveyor responsible for topographic cross section survey of all roadways within the MCRD base boundary as well as project aerial control. Gregory L. Rende, P.E. Structures Design RESUME Registration: Qualifications and Experience: 1995, Civil Engineer, CA, 54529 Mr. Rende has 33 years of experience in all phases of project 2001, Civil Engineer, AZ, 36034 development for major highway and public works structures Years of Experience: 33 projects. As a consultant to both public and private-sector clients, Mr. Rende has provided project management, preliminary and Associate Bridge Engineer, Caltrans final engineering design, plan-preparation, specification writing, 1992-1996 agency permit processing, plan-checking, and construction Senior Associate, RBF Consulting engineering in a wide variety of projects. (now Michael Baker, Intl) In 2006, Mr. Rende founded Rende Consulting Group (RCG) and 1996-2006 serves as RCG's President and Principal Engineer. Founder, President and Principal The following is a list of some of the types of structures for which Engineer of Rende Consulting Group, Mr. Rende has been directly involved in the preliminary and/or final Inc. since 2006 structures design: Education: Highway& Railway Bridges(more than 100) B.S., 1991, Civil Engineering, • Cast-in-Place Prestressed Concrete Box Girder University of California, Berkeley • Pre-Cast Concrete I-Girder/Box Girder/Slab 1994 Graduate of the Caltrans • Widenings, Seismic Retrofits, Staged Replacements Bridge Design Academy, • >20 Structure Type Selection Approvals by Caltrans Sacramento, CA • >80 Bridges over Major Regional Drainage Facilities and Environmentally-Sensitive Habitat Areas 1995 Graduate of the Caltrans Resident Engineers Academy, Non-Standard Retaining Walls Santa Ana, CA • Cast-in-Place Concrete Cantilever Retaining Walls • Tieback Retaining Walls • Soldier Pile Retaining Walls • Sheet Pile Retaining Walls • Mechanically-Stabilized Embankment (MSE)Walls Pedestrian Bridges • Cast-in-Place Prestressed Concrete Box Girder • Pre-Fabricated Steel Through-Truss • Rolled Wide-Flange Beam Deck-Girder Flood Control/Water Quality Structures • Open-Channels/Transitions/ Drop Structures • Single and Multi-Cell RCB Culverts • Detention Basin Intake Towers/Outlet Structures • Non-Standard Junction Structures • Stormwater Pump Stations Wildlife Undercrossings/Tunnels Mr. Rende was among the first in the consultant community to implement Caltrans' Seismic Design Criteria (S.D.C.) and has obtained Caltrans Type Selection and PS&E approvals of numerous major highway bridge projects on California's Highway System. Mr. Rende also has extensive experience in bridge construction engineering and inspection gained while working at Caltrans Division of Structures from 1992 to 1996. Additional construction experience includes work for the County of Orange Department of Public Works (Construction Division) as an Engineering Assistant from 1987 to 1991 while attending college. The following is a listing of some of Mr. Rende's project experience: RENDE CONBULTINO GROUP Resume Page 1 of 2 Gregory L. Rende, P.E. Structures Design RESUME Recent Projects: Ethanac Road Bridge over the San Jacinto River (Riverside County, CA) 2024 — Principal Engineer preparing the final structural design calculations and PS&E for a new 450-foot long 3-span cast-in-place pre-stressed concrete box girder structure. All structural calculations were performed in accordance with the AASHTO LRFD Bridge Design Specifications with Caltrans Amendments. Limonite Avenue Bridge over Cucamonga Creek Channel (Eastvale, CA) 2023 — Principal Engineer preparing the final structural design calculations and PS&E for a new 320-foot long 3-span precast prestressed concrete"Wide-Flange"girder bridge. All structural calculations were performed in accordance with the AASHTO LRFD Bridge Design Specifications with Caltrans Amendments. Pierson Boulevard Bridge over Mission Creek (Riverside County, CA) 2023 —Principal Engineer developing the structural concept and preparing the final structural design and PS&E for the repair of this existing 220-foot long 3-span reinforced concrete T- girder structure which was damaged during a major debris flow and boulder impact resulting from a severe tropical storm in August 2023. Bridge Maintenance & Rehabilitation Design of City of Irvine Bridges (Irvine, CA) 2023 — Principal Engineer providing the structural design and preparation of the PS&E for bridge maintenance and rehabilitation of 6 City-owned large arterial highway vehicular bridges carrying heavy traffic volumes. Five of these bridges span environmentally-sensitive creeks operated by the Orange County Flood Control District, and one of them spans the Metrolink Railroad. Sterling Avenue Bridge over City Creek(San Bernardino,CA) 2023— Principal Engineer preparing the structure type selection, final structural design calculations and PS&E for a new 68'-long single-span pre-cast prestressed concrete box girder bridge. All structural calculations were performed in accordance with the AASHTO LRFD Bridge Design Specifications with Caltrans Amendments. Inspection of City of Irvine Bridges (Irvine, CA) 2022 — Principal Engineer providing the inspection of 46 City-owned bridges, including preparation of a Bridge Inspection report in accordance with the criteria set forth in the Bridge Inspector's Reference Manual (BIRM) published by the National Highway Institute and Caltrans' Element Level Inspection Manual (ELIM). The bridges inspected included a wide variety of structure types: cast-in-place prestressed concrete box girders, single and multi- cell reinforced concrete box culverts and pedestrian underpasses, multi-span reinforced concrete slab bridges, metal multi-plate arch culverts and pedestrian underpasses, and various steel truss pedestrian bridges. RENDS CONSULTING GROUP Resume Page 2 of 2 MICHAEL A. GREEN ASLA Senior Principal BIOGRAPHY EDUCATION As Principal of Clark & Green Associates Master of Landscape Architecture, with over 30 years of experience, Michael California State Polytechnic University, Green oversees project management and Pomona, 1981 design for the firm. REGISTRATIONS Mr. Green graduated from California State Landscape Architect, CA#2311 Polytechnic University, Pomona in 1982 with Landscape Architect,AZ#19864 a master's degree in landscape architecture Landscape Architect,CO#508 and formed Clark & Green Associates in Landscape Architect,FL#6666965 1987. Landscape Architect,GA#1535 Landscape Architect,HI#15118 During his career, Mr. Green has worked with Landscape Architect,ID#16574 the City of Westminster Planning Department Landscape Architect,NV#857 and the Port Authority for the City of Long Landscape Architect,OK#0336 Beach in Environmental Impact Research Landscape Architect,OR#456 Preparation and Risk Management Landscape Architect,TX#02138 Assessment. He also is an ASLA award Landscape Architect,UT#99-368388-5301 winner. Landscape Architect,WA#1801 Mr. Green has specialized in community AFFILIATIONS residential projects and streetscapes with an American Society of Landscape Architects emphasis on water management, conservation and sustainable landscape design. ANALOGOUS PROJECTS Disney Resort/Platinum Triangle Streetscapes,Anaheim t Brookhurst Avenue,Greenbelt/Streetscape ,y 4 Improvements, Anaheim ? .., oRYrt a � ,,,y I ;!1, �. " .; Jeffrey/Alton and University/Ridgeline 4. i Streetscape Improvements, Irvine,CA x • Old Town Revitalization,Tustin Alfresco dining and seating, Glendora Avenue, West Covina Ilarrin triton 7cot 'c°il 148ineciiin8, Ine. CURRICULUM VITAE Joseph L. Welch, R.C.E., G.E. 1590 North Brian Street Phone: 714-637-3093 Orange, CA 92867-3406 joe@harringtongeotechnical.com PROFESSIONAL LICENCES Registered Geotechnical Engineer (CA #2239) Registered Civil Engineer (CA #040236) EDUCATION MASTERS OF SCIENCE, CIVIL ENGINEERING George Washington University, Washington DC, 1977 BACHELOR OF SCIENCE, CIVIL ENGINEERING U.S. Military Academy, West Point, NY, 1966 CAREER OVERVIEW Mr. Welch is an expert in the field of geotechnical engineering. His 38-year career in civil and geotechnical engineering together with his advanced education has led him to senior responsibilities for large scale construction projects. His duties include acting as the City of Yorba Linda's geotechnical expert responsible for review of geotechnical engineering reports submitted to the City. Mr. Welch is the acting Laboratory Manager for HGEI's AMRL Accredited Geotechnical Engineering Laboratory. He has overseen large civil engineering projects acting as the geotechnical engineer of record; responsible for project management and geotechnical engineering from the preliminary investigation through review of the civil engineering plan to earthwork design and construction; coordinating with clients, municipalities, review agencies, and contractors; responsible charge of field investigations and laboratory testing programs; in addition to preparation of analysis and technical reports. His technical skills include Seismic Hazard Evaluation, Hydrology, Settlement Analysis, Pavement Design, Foundation Design, Slope-Stability Analysis, Liquefaction Analysis, and Grading Review. EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANTS fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. EXHIBIT "B" FEE PROPOSAL KREUZER CONSULTING GROUP Office Personnel: Typists,Word Processors $50 Technician $75 Design Engineer/CADD $125 Project Engineer $150 Principal/Project Manager $220 Support&Miscellaneous Costs: Copies—Black&White $0.10/pg. Copies—Color $0.50/pg. Plotting—Black& White $2.00/ft2 Plotting — Color $4.00/ft2 Two-Man Survey Party,including Truck and Equipment $215 RENDE CONSULTING GROUP Principal Engineer $200 Senior Engineer $180 Project Engineer $160 CADD Technician $150 Vehicle Mileage $$0.60/mile 061� Lin Ctrng. Ine. A/,•ei.le• Principal Principal $230 Engineer/Geologist $207 Project Director/Senior Associate $170 Senior Engineer/Geologist $161 Senior Project Manager $135 Supervisor $103 Project Manager $110 Geotechnical Aide $97 Design Draftsperson $95 Senior Technician(Soil,Concrete,Asphalt Concrete) $102 Draftsperson $80 Technician(Soil,Concrete,Asphalt Concrete) $97 Senior Clerical $70 Special Inspector(Grading) $121 Clerical $50 Special Inspector(Building Construction) $97 Draftsperson $79 Administrative Assistant $92 44.X i DATE(MMIDOfYYYY) ACORD CERTIFICATE OF LIABILITY INSURANCE 10/04/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: lithe certificate holder is an ADDITIONAL INSURED,the policy(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 CONTACT Tina Cowie NAME: Cornerstone Specialty Insurance Services,Inc. PHONE (714)731-7700 FAX (714)731-7750 A/C,No,Extt: (A/C,Nol: 14252 Culver Drive,A299 EMAIL Tina@cornerstonespecialty.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC C Irvine CA 92604 INSURER A: Valley Forge Insurance Company 20508 INSURED INSURER B: Continental Casualty Company 20443 RAK Development,Inc.,DBA KREUZER CONSULTING GROUP American Cas.Co.of Reading PA INSURER C. 18872 MacArthur Blvd INSURER D: Travelers Casualty&Surety Co of America 31194 Suite 210 INSURER E: Irvine CA 92612 INSURER F: COVERAGES CERTIFICATE NUMBER: 24/25 REV COVERAGES 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. INSR ADDL SDRA POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMJDDPYYYY) (MM/DDWYYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 DAMAGE TO CLAIMS-MADE X OCCUR PREM SES(EaENTED occurrrence} S 1,000,000 X ADDTL INSURED/P&NC MED EXP{Anyone person) $ 10,000 A X BLNKT WVR OF SUBRO 4017701676 08/31/2024 08/31/2025 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE S LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,QOO POLICY 1 X,JEC I 4,000,000 LOC -PRODUCTS-COMP70P AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) ANY AUTO BODILY INJURY(Per person) S A ! OWNED SCHEDULED 4017701676 08/31/2024 08/31/2025 BODILY INJURY(Per accident) $ rX AUTOS ONLY AUTOS $ ! AUTOS ONLY ' AUTOS ONLY (Per accident) NON-OWNED PROPERTY DAMAGE S X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 1,000,000 B EXCESS DAB CLAIMS-MADE 7015518156 08/31/2024 08/31/2025 I AGGREGATE 1,000,000 DED I RETENTION S _ $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY X ST TUTE ER YIN 1,000,000 G OYI PCREROIPAiET8OERPEALULED ECUTNE ` ' NA 4017706618 08/31/2024 08/31/2025 EL EACH ACCIDENT $ 1,0 ,00000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ II yes,describe urder DESCRIPTION OF OPERATIONS below I E.L.DISEASE-POLICY LIMIT $ 1,000,000 Each Claim S2,000,000 Professional Liability D Claims Made i 107138738 08131/2024 08/31/2025 Annual Aggregate S4,000,000 DESCRIPTION OF OPERATIONS r LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached it more space is required) RE:Huntington Beach On-Call Engineering,Surveying&Professional Consulting Services npp Certificate Holder is Additional Insured for Gene-al Liability but only if required by written contract with the')Valtl��l IYt ii r NnFcaNJJt� a per attached endorsement.Coverage is subject to ail policy terms and conditions.'30 days notice of cancellation,except for 10 days notice for rIpn a ment of premium.For Professional Liability,the aggregate limit is the total insurance for all covered claims reporte pithin the policy pariod. MICHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Huntington Beach Public Works Dept. ACCORDANCE WITH THE POLICY PROVISIONS. Attn:Joseph Fuentes AUTHORIZED REPRESENTATIVE 2000 Main Street Huntington Beach CA 92648 I i ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD CNA INSURED: Kreuzer Consulting Group POLICY PERIOD: 8131/2024 -8/31/2025 POLICY NUMBER: 4017701676 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE AND BLANKET WAIVER OF SUBROGATION I AGGREGATE LIMIT (PER PROJECT) This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM BUSINESSOWNERS COMMON POLICY CONDITIONS 1. Blanket Additional Insured with Products-Completed Operations Coverage and Blanket Waiver of Subrogation A. Who Is An Insured is amended to include as an insured, any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement, but the written contract or written agreement must be: 1. Currently in effect or becoming effective during the term of this policy; and 2. Executed prior to the: a. ''Bodily injury"or"property damage";or b. Offense that caused the"personal and advertising injury;" for which the additional insured seeks coverage. B. The insurance provided to the additional insured is limited as follows: 1. That person or organization is an additional insured only with respect to such person or organization's liability for: a. "Bodily injury","property damage" or"personal and advertising injury to the extent caused by: (1) Your acts or omissions; or (2) Acts or omissions of those acting on your behalf; in the performance of your ongoing operations specified in the written contract;or b. "Bodily injury" or "property damage" to the extent caused by "your work" specified in the written contract or written agreement and included in the "products-completed operations hazard", but only if: (1) The written contract or written agreement requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations of this policy, whichever is less. These limits of Insurance are inclusive of, and not in addition to,the Limits of Insurance shown in the Declarations. 3. The insurance provided to the additional insured does not apply to 'bodily injury," "property damage," "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services, including: SB300176E (Ed. 10-19) Page 1 of 3 Copyright,CNA Ail Rights Reserved. CNA a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications by any architect, engineer or surveyor performing services on a project of which you serve as a construction manager;or b. ; spection, supervision, quality control, engineering or architectural services done by you on a project of which you serve as construction manager. 4. This insurance provided to the additional insured does not apply to"bodily injury,""property damage,"or "personal and advertising injury"arising out of construction or demolition work while you are acting as a construction or demolition contractor. C. With respect only to the insurance provided by this endorsement, the condition entitled Other Insurance of the BUSINESSOWNERS COMMON POLICY CONDITIONS is amended to delete paragraphs 2. and 3., and replace them with the following: 2. This insurance is excess over any other insurance available to the additional insured, whether primary, excess, contingent or on any other basis. But if required by the written contract or written agreement, this insurance will be primary and noncontributory relative to insurance on which the additional insured is a Named Insured. 3. When this insurance is excess, we will have no duty under Business Liability insurance to defend the additional insured against any "suit" if any other insurer has a duty to defend the additional insured against that "suit" if no other insurer defends, we will undertake to do so, but we will be entitled to the additional insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (a) The total amount that all such other insurance would pay for the loss in the absence of this insurance;and (b) The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown • in the Declarations of this Coverage Part. D. Additional Insured—Extended Coverage When an additional insured is added by this or any other endorsement attached to this Coverage Part, Who Is An Insured is amended to make the following natural persons insureds. If the additional insured is: a. An individual, then his or her spouse is an insured; b. A partnership or joint venture, then its partners, members and their spouses are insureds; c. A limited liability company,then its members and managers are insureds; or d. An organization other than a partnership, joint venture or limited liability company, then its executive officers, directors and shareholders are additional insureds; but only with respect to locations and operations covered by the additional insured endorsement's provisions,and only with respect to their respective roles within their organizations. Please see the Estates, Legal Representatives and Spouses provision of this endorsement for additional coverage and restrictions applicable to spouses of natural person insureds. E. Blanket Waiver of Subrogation The condition entitled Transfer of Rights of Recovery Against Others To Us of the BUSINESSOWNERS COMMON POLICY CONDITIONS is amended to delete paragraph 2. and replace it with the following: 2. We waive any right of recovery we may have against any person or organization against whom you have agreed to waive such right of recovery in a written contract or agreement because of payments we SB300176E (Ed. 10-19) Page 2 of 3 Copyright,CNA AU Rights Reserved. DNA make for injury or damage arising out of your ongoing operations or"your work" done under a contract with that person or organization and included within the"products-completed operations hazard." 2. Amendment-Aggregate Limits of Insurance(Per Project) A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Coverage A.1., and for all medical expenses caused by accidents under Coverage A.2.,which can be attributed only to ongoing operations at a single construction project: 1. A separate Construction Project General Aggregate limit applies to each construction project. The Construction Project General Aggregate limit is equal to the amount of the General Aggregate limit shown in the Declarations. 2. The Construction Project General Aggregate limit is the most we will pay for the sum of all damages payable under Coverage A.1., except damages because of"bodily injury"or"property damage" included in the"products-completed operations hazard,"and for medical expenses payable under Coverage A.2. regardless of the number of: a. Insureds; b. Claims made or"suits" brought;or c. Persons or organizations making claims or bringing"suits." 3. Any payments made under Coverage A.1. for damages or under Coverage A.2. for medical expenses shall reduce the Construction Project General Aggregate limit for the applicable construction project. Such payments shall not reduce the General Aggregate limit shown in the Declarations nor shall they reduce any Construction Project General Aggregate limit applicable to other construction projects. 4. The limits shown in the Declarations for Liability and Medical Expenses, Damage to Premises Rented to You, and Medical Expenses continue to apply. However, instead of being subject to the General Aggregate limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate limit. B. All: 1. Damages because of "personal and advertising injury", regardless of the number of construction projects involved; 2. Damages under Coverage A.1. which cannot be attributed solely to ongoing operations at a single construction project, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard"; and 3. Medical expenses under Coverage A.2. caused by accidents which cannot be attributed solely to ongoing operations at a single construction project; will reduce the General Aggregate Limit shown in the Declarations, and shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of"bodily injury"or"property damage" included in the "products-completed operations hazard" will reduce the Products/Completed Operations Aggregate limit, and not reduce the General Aggregate limit nor any Construction Project General Aggregate limit. D. If a construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of the Limits Of Insurance section not otherwise modified by this endorsement shall continue to appl';as stipulated. All other terms and conditions of the Policy remain unchanged. li SB300176E (Ed. 10-19) Page 3 of 3 Copyright,CNA All Rights Reserved. INSURED: Kreuzer Consulting Group CNA POLICY NUMBER: 4017706618 EXPIRATION DATE: 8/31/2025 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement changes the policy to which it is attached. It is agreed that Part One—Workers' Compensation Insurance G. Recovery From Others and Part Two— Employers' Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) Premium Charge -5%of the total standard premium for California exposure. 4. •'o NNGT�� CITY OF ' OTC edPpOR \ Ccl HUNTINGTON BEACH ``i�UUNTYo/' Lisa Lane Barnes I City Clerk July 16, 2025 RAK Development Inc. dba Kreuzer Consulting Group Attn: Rick Kreuzer 18872 MacArthur Blvd., Suite 210 Irvine, CA 92612 Dear Mr. Kreuzer: Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and RAK Development Inc. dba Kreuzer Consulting Group for On- Call Civil Engineering & Professional Consulting Services, approved by the Huntington Beach City Council on July 1, 2025. Sincerely, Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov �� inCity of Huntington Beach INTER-DEPARTMENT COMMMUNICATION HUNTINGTON BEACH TO: Honorable Mayor and City Councilmembers FROM: Chau Vu, Director of Public Works DATE: July 1, 2025 SUBJECT: SUPPLEMENTAL COMMUNICATION FOR ITEM 13, FILE ID 25-396, APPROVE AND AUTHORIZE EXECUTION OF PROFESSIONAL SERVICES CONTRACTS FOR ON-CALL GENERAL CIVIL ENGINEERING AND PROFESSIONAL CONSULTING SERVICES WITH ANCHOR QEA, INC.; ARDURRA GROUP, INC.; AZTEC ENGINEERING GROUP, INC.; BOWMAN CONSULTING GROUP LTD.; CANNON CORPORATION; CWE; EEC ENVIRONMENTAL; GHD INC.; H W LOCHNER; HARRIS & ASSOCIATES, INC.; HDR ENGINEERING, INC.; HR GREEN PACIFIC, INC.; HUITT-ZOLLARS, INC.; KABBARA ENGINEERING; KREUZER CONSULTING GROUP; MICHAEL BAKER INTERNATIONAL, INC.; MICHAEL K. NUNLEY AND ASSOCIATES, INC.; MOFFATT & NICHOL; ONWARD ENGINEERING; PACIFIC ADVANCED CIVIL ENGINEERING, INC.; PROACTIVE ENGINEERING CONSULTANTS, INC.; PSOMAS; GLENN A. RICK ENGINEERING COMPANY; SA ASSOCIATES; STANTEC CONSULTING SERVICES INC.; TAIT & ASSOCIATES, INC.; AND TETRA TECH Please be advised that the attached PowerPoint presentation has been revised and updated, effective July 1, 2025. Should you have any questions or require additional information, please feel free to contact me. Thank you. c: City Clerk 4,,,,,,.......,,,„, ,i\ -T G ter—, Professional Services 4/ NI\ es Contracts for On-Call c .•'. ,toRPuRA7 ••• ep \ �_ ________ __` •• General Civil Engineering & -- --� ''•ii.17^ \ Professional Consultin iur//I'r rrr. �fi r/Jiri rServices - -- : ' Department of Public Works --- ---- ---- ---,71011,44140;;„,..-- �'• t July 1 , 2025 i or 7 •••;FB !1/44,�.' Q•• 17, 1909 ,F ••.......•• � 0 C � o NTH P ,/ Background / Need The Public Works Department (PW) needs civil engineering consultants to help with planning, designing, inspecting, and testing various improvement projects. To find qualified firms, PW issued a Request for Qualifications (RFQ). RFQ Overview • Covers multiple disciplines: bridge, environmental, ocean, storm drain, sewer, street, and water. • City previously had 27 on-call firms (2021-2025). • Planning to select 27 firms again through this RFQ. r s •rililfr' VP' 4*. , 10.140 . " �• 'c(. .•���pRPORq PQ•4. \ ....;... i<p$ . ,. ' U ice \ 1. Y ` f ; ,, �� � v. 2 tee a°.• �O��l -°OUNT`( t ''I' pi.. Ar Why/ Benefits CIP Engineering Support • Includes diverse infrastructure projects needing civil engineering • External design reports or specialized studies for projects • Assists with grant applications, inspections, testing, and regulatory compliance • Task orders are issued in compliance with Municipal Code section 3.03 On-Call Total Task Orders (2021-2025) 2s 19 111/ I�##�\ N'TING7n - �,��f iI c� .ifliiilf s q 2021 2022 2023 2024 2025 ; -` - __�F_. • In the last 5 years the City has issued over 100 task orders. \ G% .- -COUNTY 0\ i1 Why/ Benefits CIP Project Support • Projects may include up to 25% in on-call consulting support services for design/construction support • In the last 5 years the value of CIP projects is $238 million • This equates to approximately $60 million in fees for professional services Total CIP Budget (2021-2025) Values are in millions TIN 1 $35 �N..,..,�TO� 1, ��60AP08g1F�`•,,, 2021 2022 2023 2024 2025 Lj � i J (ir • • -:°LINTY 0�/# Procurement Process EvaLuation • Total of 37 proposals were received in response to the RFQ. • In accordance with federal Brooks Act, CA SB 419, and HBMC, a 3-member panel was convened with City staff from 2 departments. The process was centralized by the Finance Department. • The panel ranked each proposal based on qualifications submitted such as relevant experience and reference checks. ANT I N Gin ..... ,,. ,�I ,••\N(,ORPORATE'o•,• No. _0 NTV C\,i/I Recommendation ! r: IAA Recommended Action: Authorize the Mayor and City Clerk to execute a not-to-exceed $2M contract with 27 firms for On- Call Civil Engineering& Consulting Services. Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, Inc.; Moffatt & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Rick Engineering Company; SA Associates; Stantec Consulting Services Inc; TAIT & Associates, Inc.; and Tetra Tech. NTING III �`��.\N�pflPORgTF.,•�n��\ The on-call contract is not a guarantee of work as these services are on s an "as-needed" basis. .... NTY i\�// µ �; a • Yai RYkJTM�$Y' 1Gz�=��GG 47 c�I a:1x M aj III el ~ a 1- • a 21 i c� F H 03 L Eti - " -"' 5 la t^ J C ' i • / C o r_ J Ir » »ile oa . .Qe ..; w 5 a i ; W • � AZ R II 1 .s =s .sus; £r a �; a 09 IQ 1 II I It 1 :io rh“ '..!. g• c• 11 : lip rgl h g, I "....„,s-,„ .:,1 -,,,,N„ „,, . 17p. , ,,,,,,..,, , tjtz.hi ,0 . Fl � , a a' °5�t; errd',3i.i 5 ;, r4 V r� .4. gtIli :H1itU i5 �•€ q $$ $Al - ''."" 0 ^ i „mvrer»3 TV..y... T Y 1T CO 41) 0 0. E o co x aw INVOICE &Nosh 17.2025 Invoice „.11 Olon Beach Ploierl No 2tOC1ggp07 700G Ma,St Mvelee NC'. 5E6.33 PO Bo.WOPrgeet Meneger 111111111111111111 Hunlingtw.Beach,CA 22548 - -- !Total This kwoice 55.01)9 251 nksvprl1457awdlltppllflgfr5 Prolat31on0l 5*TdCR$nom Jan uarV 2a 4025 r F900uary 22 2D 15 E xa `e Prase 1 Props[[Management 11 Prolec9 Management Hours Rate Amount 300 280 52 941.,0 Totals 300 5441 55 Labor TOM 641.s6 Total this Task 4041.56 Task 1.2 Project Management Maetinga Hews Rata Amount 375 374.36 1 402.73 3.00 230.52 841.56 1 75 170 00 297 50 7.50 131.79 985.43 etals 16.00 3,530.22 Labor Total 3,510.77 Total this Task 53.53(t 22 Total this Phase $4.1(1 I6 Phase 3 Prell,rrmary En5ineeti Task 3 E. C II. Signing an0 Striping Plan l 350s Hours Rate Amount 3.73 170_00 337.50 `orals 3.75 631.30 Labor Total 637.50 Total this Task 5637.50 .44me tlisree Igna"nMa Ilt 111 Total*Is Phase •10TM outset Summary Current Pilot To-Date Total P.I.ogs 5,00928 D00 5.009.28 Budget 302.339.00 Budget Renalrxng 207,320_72 Total this Invoice $6.1160,20 `1"• Questions? . , , I 7 1 th ...40 iiii,;12,11 .2%41 ft li 11,k,111;:',iiiiiii) f,aft 114 . • --- .-- _ _ • ...., _:-.,-, • 'r 1 i.-' .s- if •••• --i I: -:!1,10i.-11.12ft-.1T-A' .1...faa: -1-ri ik,.• .,--,••••• ..- -'•• ----.---1. , •........,...„^mr.---. -•:, •- c----:i. i, - - 0- ... , \ ....... . ..._ . ,.• -..:c.•m• it, , ..."...0..'-‘'.....1. - 'T..' "..'''`i,. - . v 1.• -. ...' -, , .cNrz.r , )......,I,—. ., . ..- . 11NG0 • P 0 •. •••• Professional Services Contracts for On- ... <0 Call •.• General Civil Engineering and y�'> =__ _ . ��� �t� •• Professional Consulting _ _ • Q - . --- • Department of Public Works _ - � • +, .,-40}72-7 July 1, 2025 •. P . C. /0 0 ov • • .. 7, 190 ;�•• CIUNTN � dr CP #���i►// 1642 BACKGROUND/NEED The Public Works Department(PW) needs civil engineering consultants to help with planning,designing,inspecting, and testing various improvement projects.To find qualified firms, PW issued a Request for Qualifications (RFQ). RFQ Overview • Covers multiple disciplines: bridge, environmental, ocean,storm drain, sewer, street, and water. • City previously had 27 on-call firms (2021-2025). • Planning to select 27 firms again through this RFQ. U �\v� RDNGtT�• _,iI ,I . .. � \ y}�t p .s . y, 0 , - 1 �, '54‘,4' ' ' ' "a - 1„ , . , . . 4,10 ... % te,-- ---0, . , 0 i .k. te .‘,... a obNTY•d i-,10 1643 WHY / BENEFITS CIP Engineering Support • Includes diverse infrastructure projects needing civil engineering • External design reports or specialized studies for projects • Assists with grant applications , inspections , testing, and regulatory compliance On-Call Total Purchase Orders (2021-2025) I 262219 ,10 or Q` •.•NtORPORAi,'.. V V a, 2021 2022 2023 2024 2025 w` : _ In the last 5 years the City has issued over 100 professional servi •. 8. ,,,,�: .. � ,1 contracts . �.CouNTY C,;,/ 1644 WHY / BENEFITS CIP Project Support •Projects may include up to 25% in on-call consulting support services for design/construction support •In the last 5 years the value of CIP projects is $238 million 'This equates to approximately $60 million in fees for professional Total CIP Budget (2021- 2025 ) Values are in millions : $60 $63 . . s r $41 $35 .. �,�'oNTiNCT ...p /_``,` . ...�� Q � '�JY�n Ac-k 2021 2022 2023 2024 2025 U j i : :, C°LINTY t y'ii# 1645 RECOMNENDAT I ON L Recommended Action: Authorize the Mayor and City Clerk to execute a not-to-exceed $2M contract with 27 firms for On-Call Civil Engineering & Consulting Services . Anchor QEA, Inc . ; Ardurra Group, Inc . ; AZTEC Engineering Group, Inc . ; Bowman Consulting Group Ltd. ; Cannon Corporation; CWE; EEC Environmental ; GHD Inc . ; H W Lochner; Harris & Associates , Inc . ; HDR Engineering, Inc . ; HR Green Pacific, Inc . ; Huitt-Zollars , Inc . ; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International , Inc . ; Michael K. Nunley and Associates , /opf TING+ Inc . ; Moffatt & Nichol ; Onward Engineering; Pacific Advanced Civi,l�< `\ ......•...T�iji or ( c ...\Nc,pRP0RATFo. Engineering, Inc . ; Proactive Engineering Consultants , Inc . ; Psomas ; R -__-- _ ..__.'•.�9 Engineering Company; SA Associates ; Stantec Consulting Services Inc ; TAIP1 cga; = Associates , Inc . ; and Tetra Tech. � o >,. Q1 The on-call contract is not a guarantee of work as these services area cO�NTY t�� on Aro, � � 1646 a bob, .. { !fir...;, - Questions ? Jr U � ' F { ' . I,. f ' `� 11 f Iy ' siroi1bp ;l ' • ,11. mow '1y J _,_7 ::_.,1 ',1'\-•,1, .."7:• of -17, f';it.:4-i' . ' V.:„„,.._...716, ......_ • s r --,.r q • .;,. 'l ." 44 r S i � *, ...1' if.. „ .,„}, i - f w.••-Y !: '• . • -r M w ?, , s 4�u p R • "ITS T{ 1.F t.ti ", s 1E347