Loading...
HomeMy WebLinkAboutHarris & Associates, Inc. - 2025-07-01 2000 Main Street, tilihGrpq Huntington Beach, CA :_ �;, 92648 � City of Huntington Beach APPROVED 7-0 CFCDUf `�F� 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.; 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 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 JC,� 44 1� powered by LegstarTM ` �J/[�_ 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 D) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington 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) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and EEC Environmental for On-Call Civil Engineering and Professional Consulting Services"; and ,Nt 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 LegistarTM 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 Civil 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 and Professional Consulting Services"; 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 Legistar" 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 fr 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 , 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 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 Legistarn" 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. The Public Works Department consistently receives high-quality proposals for this and similar 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.. Following the review process, City staff recommend awarding on-call contracts to twenty-seven (27) 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 HARRIS & ASSOCIATES, INC. 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 HARRIS & ASSOCIATES, INC., 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 Marcus Fuller 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. 25-16466/380281 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 u) , 20 2 (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 he bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed 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." 25-16466/380281 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 ror 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: 25-16466/380281 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 25-16466/380281 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 25-16466/380281 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 25-16466/380281 6 of 11 event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, became 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: 25-16466/380281 7 of 11 TO CITY: TO CONSULTANT: City of Huntington Beach Harris & Associates, Inc. ATTN: Director of Public Works Attn: Marcus Fuller 2000 Main Street 1401 Willow Pass Road, Suite 500 Huntington Beach, CA 92648 Concord, CA 94520 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 25-16466/380281 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. 25-16466/380281 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 25-16466/380281 10 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 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 HARRIS & ASSOCIATES, INC. municipal corporation of the State of California Mayor (hit Marcus Fuller, Vice President print name City Clerk ITS: (circle on hairman/PresidentNice President INITIATED AND APPROVED: NU By: Director of Public Works es Secrets print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. REVIEWED AND APPROVED: Secretary-Treasurer City Manager APPROVED AS TO FORM: City Attorney COUNTERPART 2 5-1 6466/3 8028 1 1 1 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 HARRIS & ASSOCIATES, INC. municipal corporation of the State of California ayor ,A, By: Mite. print name City Clerk 9/* " " ITS: (circle one)Chairman/President/Vice President INITIATED AND APPROVED: AND c----- _ ____.e4,(A__ _ By: Director of Public Works print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. RE VIEWED AND APPROVED: Secretary-Treasurer -N--- --kli City Manager APPR VED AS TO FORM: City Attorne COUNTERPART 25-16466/380281 11 of 11 EXHIBIT A RFQ 2025-0313A ENGINEERING ON -CALL CIVIL PROFESSIONAL CONSULTING SERVICES l ears A � a9 fi? pma.f K w VY ^Vm.7�� Ra i lam.ih.�` � � A �_ 4*„ Air Kiler ra ._ ',w. 1 �' �w d t , i. " �li � � � i.,..... ..... ,,i ,, , ....:.,.,......,„:„.i, m, . ' ' :,,,„----iL ,:,:„IT,i,/„,.....,.::::„„,....„.:, .,..„,..2„.„,,,,•,...,.-;4.-**"?'",t..--" -- --7-- '", ' ' �' _____. , . , , CITY OF HUNTINGTON BEACH March 13, 2025 Harris & Associates TABLE OF CONTENTS Required Forms iii A.Vendor Application Form and Cover Letter 1 B. Background and Project Summary Section 2 C. Methodology Section 3 D. Staffing 6 E. Qualifications 11 F. Fee Proposal (Per RFP, Submitted as a separate PDF via PlanetBids) Harris&Associates,Inc. 11 ii Disciplines of Civil Engineering Services Application Form *Circle all that apply* Civil Engineering Service Area Bidding? Y/N (circle) • Water/Sewer/Storm Water Engineering / No • General Civil Engineering es , No • Ocean Engineering Yes / No • Environmental/Water Quality / No Harris&Associates,Inc. Required Forms ■ iii I REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW ® CURRENT VENDOR Legal Contractual Name of Corporation: Harris&Associates,Inc. Contact Person for Agreement: Marcus Fuller,PE Corporate Mailing Address: 1401 Willow Pass Road,Suite 500 City, State and Zip Code: Concord,CA 94520 E-Mail Address:marcus.fuller@weareharris.com Phone: 949.536.2510 Fax: 866.356.0998 Contact Person for Proposals: Gabriel Gutierrez,PE Title: Engineering Manager/Project Manager II E-mail Address:gabriel.gutierrez@weareharris.com Business Telephone: 949.508.2453 Business Fax: 866.356.0998 Year Business was Established: 1974 Is your business: (check one) ❑ NON PROFIT CORPORATION [XJ FOR PROFIT CORPORATION Is your business: (check one) ® CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL .❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION 1 of 2 Harris&Associates,Inc. Required Forms ■ iv Names &Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Corporate Board Members: Michelle White Chief Executive Officer/ 916.501.4498 President Ehab Gerges EVP, PMCM&Engineering 949.683.2011 Division President Lisa Larrabee Board Chair 925.788.8434 Pat McCann Board Member 925.827.4900 Elisa M. Speranza Board Member 925.827.4900 Federal Tax Identification Number: 94-2385238 City of Huntington Beach Business License Number: A259121 (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 4/30/2025 Persons with Written Authorization/resolution to Sign Contracts: Michelle White Chief Executive Officer/ 916.501.4498 President Ehab Gerges EVP,PMCM &Engineering 949.683.2011 Division President Marcus Fuller Vice President, Engineering 949.536.2510 2 of 2 Harris&Associates,Inc. Required Forms ■ v References of Work Performed Form (List 5 Local References) Comany Name: Harris&Associates,Inc. 1. Name of Reference: City of Huntington Beach Address: 2000 Main Street,Huntington Beach,CA 92648 Contact Name: Chau Vu Phone Number: 714.374.5345 Email: chau.vu@surfcity-hb.org Dates of Business: 2022-2024 2. Name of Reference: Valley Sanitary District Address: 45500 Van Buren St,Indio,CA 92201 Contact Name: Ronald Buchwald Phone Number: 760.238.5408 Email: rbuchwald@valley-sanitary.org Dates of Business: 2018 -2023 3. Name of Reference: City of Yorba Linda Address: 4845 Casa Loma Avenue,Yorba Linda,CA 92886 Contact Name: Rick Yee, Phone Number: 714.961.7171 Email: ryee@yorba-linda.org Dates of Business: 2012-Current 4. Name of Reference: City of Anaheim Address: 200 S.Anaheim Blvd.,Anaheim,CA 92805 Contact Name: Eduardo Lomeli Phone Number: 714.765.4165 Email: Elomeli@anaheim.net Dates of Business: 2021 -2022 5. Name of Reference: County of San Diego,Department of Public Works Address: 5500 Overland Ave#310,San Diego,CA 92123 Contact Name: Gail Getz Phone Number: 858.877.0459 Email: gail.getz@sdcounty.ca.gov Dates of Business: 2019-2024 Harris&Associates,Inc. Required Forms ■ vi I Proposal for On-Call Civil Engineering Professional Consulting Services I Harris&Associates Dear Evaluation Committee: The City of Huntington Beach(City) is a dynamic and growing community with an March 13,2025 extensive infrastructure network that serves its 200,000 residents and over 16 million annual visitors.As the City continues to navigate redevelopment,aging infrastructure,and City of Huntington a potential influx of financial resources from various funding sources,having a reliable and Beach experienced partner will be essential for seamless project execution.Harris&Associates (Harris)is eager to continue our long-standing partnership with the City by providing high-quality,responsive,and innovative civil engineering services to support your critical infrastructure needs. Harris offers a full-service team with extensive expertise in capital improvement program (CIP)implementation,project management,and development oversight.Our collaborative d approach will facilitate efficient coordination,resulting in time and cost savings for the City. P �4" As your trusted advisor,we bring the following key benefits: H Proven Experience with the City:Harris has successfully delivered numerous City 3 projects,including the Oak View Streetscape Project,First Street,and Atlanta Avenue j Parking Lot Improvement,Central Park Parking Lot,Brookhurst and Adams Avenue Intersection Widening,Pipeline Condition Assessment Survey,and Central Park Pump C/ Station.Our deep understanding of the City's processes,design guidelines,and key it .t. personnel will allow us to accelerate project delivery while maintaining the highest r�0 standards of quality and efficiency. x "a Comprehensive In-House Capabilities:Our full-service team provides a one-stop solution for civil engineering,water/wastewater/stormwater management,environmental e permitting and compliance,transportation,development plan review,and public finance. 'L?t' ,) With a single point of contact,we make sure clear and effective communication,seamless ti' a project execution,and a streamlined approach to managing the City's infrastructure improvements. 0 Strong Local Presence and Strategic Partnerships:Harris has assembled a team of experienced subconsultants,each selected for their expertise and successful track record on 0 similar projects.These trusted partnerships enhance our ability to efficiently tackle a broad 0.44 spectrum of projects with a high level of responsiveness and technical excellence. d Innovative and Cost-Saving Solutions:Our team specializes in innovative technology applications such as trenchless technology,design-build,and multimodal roadway design. For example,Harris has successfully implemented Horizontal Directional Drilling methods to minimize disruption to adjacent properties and avoid existing underground utilities. This approach has led to reduced construction costs,minimized environmental impacts, Harris is less and accelerated project schedules. than 20-miles from the City! Harris is committed to helping the City of Huntington Beach meet its infrastructure goals by providing efficient,cost-effective,and sustainable engineering solutions.As required by the RFP,we affirm that our proposal price will remain valid for at least 180 days.We look Harris forward to the opportunity to discuss further how our team can support the City's vision acknowledges and deliver high-impact projects that benefit residents and visitors alike. receipt of Q and Sincerely, A Set 1. Harris&Associates,Inc. (.7„te/424& `/j�1 Marcus Fuller,PE,PLS Gabrie utierrez,PE Harris&Associates,Inc. Principal-in-Charge Contract/Project Manager 101 Progress,Suite 250 949.536.2510 949.508.2453 Irvine,CA 92618 marcus.fuller@weareharris.com gabriel.gutierrez@weareharris.com 949.655.3900 WeAreHarris.com A.Vendor Application Form and Cover Letter ■ 1 B. BACKGROUN . ,. ' „ ,.4 ,2 41: a� The City of Huntington Beach is poised to leverage its This approach allows potential challenges to be financial resources to enhance and sustain its public addressed before finalizing the Scope of Work and infrastructure.To maximize their opportunities,the Fee Proposal. Once approved,we will lead a Project City must effectively manage all its funding sources, Kick-Off Meeting to establish clear communication, proactively pursue funding from available Grants,and define roles,and reinforce project expectations among uphold community accountability through the Capital all stakeholders. Our structured project management Improvement Program (CIP). Our team is prepared approach emphasizes transparency,accountability,and to assist the City in achieving these objectives with efficiency to drive success. responsive,high-quality,and results-driven engineering With a commitment to responsive communication and services. quality-driven solutions,our team will serve as a trusted We recognize that delivering successful projects partner to the City,supporting its mission to enhance in this dynamic environment requires efficiency, infrastructure while maximizing funding opportunities flexibility, and collaboration. Our approach begins and meeting regulatory requirements.Through strategic with clearly understanding project needs,defining planning,technical expertise,and a collaborative detailed objectives, and structuring an efficient project approach,we will help the City accomplish its long-term framework.A well-researched scope of work,developed goals while maintaining seamless execution of projects. in close collaboration with the City during task order development,will help align resources,timelines,and key deliverables. Your Trusted Partner from Concept to Completion Upon receipt of a task order,our team will conduct Harris provides expert guidance in municipal, thorough due diligence,including: transportation,water,and education sectors.Our in-house team offers engineering,construction • Scoping meetings with City staff management,finance,and environmental services • Site visits to assess existing conditions to deliver successful projects—on time,on budget, • GIS research and as-built documentation review and community-focused.With a commitment to • Engagement with stakeholders,permitting agencies, client needs,we make sure projects align with and utility providers local values and goals. FUNDING CONSTRUCTION POLICY ASSET AND PERMITTING DESIGN AND AND PROGRAM AND PLANNING STRATEGIES ENGINEERING MANAGEMENT MANAGEMENT © Q4 A. 0 Harris&Associates,Inc. B.Background and Project Summary Section • 2 C. METHODOLOGY SECTION Implementation Plan It is our experience working on complex Philosophical Approach To projects that balancing ESTABLISHMENT OF „SW�eT PRIORITIES AND KEY technical and funding OBJECTIVES SPOT" Managing On-Call Contracts constraints with In successfully providing community expectations as-needed civil engineering Share the Big Picture to find the"sweet spot" KEY FUNDING services to many public is central to successful STAKEHOLDERS CONSTRAINTS agencies in Orange County, project delivery.Our we understand the dynamics team understands the and your expectations for the level of clarity and detail selected consultants.These Establish Trust required from each of the different stakeholders and expectations include flexibility will tailor our approach to their unique concerns and and prompt responsiveness requirements.Gaining the trust of each stakeholder to requests for proposals, and maintaining regular contact with them allows us understanding the political Communicate to identify and respond to potential challenges and realities of local government, Effectively conflicts in a proactive manner. and working with members of the community and Your contract's success relies on our ability to bring stakeholders to deliver projects together the diverse needs of many,including local and that best serve the project Be Clear About regulatory agencies,utility companies,neighborhoods, Expectations users.In addition,public workers,businesses,and visitors.Our approach to agencies are faced with doing engagement will go beyond communicating'just the more with less and stretching facts'—we will partner with City resources to help their program funding. Follow-Up all stakeholders understand the role they play in the Our job is to assist you in project.Harris's established communication process developing innovative civil will allow us to be predictive in our approach,which is engineering designs to reduce essential on such a highly visible program.Internalizing construction costs and achieve good communication strategies as part of the project the expected high-quality Provide Leadership culture will keep stakeholders engaged,address special services that the City,its and specific concerns,dissolve perceived challenges,and residents,and businesses have help the City develop early solutions to minimize and grown to love and appreciate. mitigate risks. Tactical Strategy for Successful Project Management Ta s k Orders Harris's approach to project management is based on philosophies and practices that are rooted in the Project Our specific approach to your task order-delivered Management Institute's PMBOK•Guide and Standards projects stems from our belief that we are an extension and tailored specifically for the City.As your Trusted of your staff and have an obligation to provide services Advisor,we strive to partner with City staff on the as good stewards of funding and objectives.We following objectives: understand every project,big or small,is important to • Providing Quality,Safe,Reliable Infrastructure you,as well as the value of your staff's time and your • Through Civil Engineering Services expectation of your consultant's commitment to take over project ownership.Our three main focal points • Providing Timely and Efficient Delivery of Task Order revolve around the following: Projects • Establishment of Priorities • Encouraging and Effecting Change and Promoting • Funding Constraints Innovation • Key Stakeholders • Increasing Partnership Effectiveness and Resiliency and Expanding City's Capabilities Harris&Associates,Inc. C.Methodology Section ■ 3 In addition to foundational best practices,we have a Quality Assurance & Quality Harris Project Management Program(HPMP)that Control Approach establishes our formal processes and provides tools, training,and guidelines for Harris Project Managers. The Harris approach to quality includes focused While obtaining the Project Management Professional collaboration amongst our seasoned team members (PMP) certifications through the Project Management across our various service lines to deliver a well- Institute(PMI)is encouraged for all existing and vetted deliverable to our clients and partners.As an new Harris Project Managers,we also require the organization,we have developed a culture where certification for any moderate or high complexity profile all employee-owners are aware of and committed of the project. to quality in our processes and deliverables.Each member of the proposed Harris team will embody this Maintaining Software Availability and 'quality-oriented"mindset while delivering your civil engineering projects. Schedule and Management Reporting Harris uses Microsoft Project to support the team's Harris employs a"Harris Way to Quality"—a 37- ability to manage and track project schedules.Internal page QA/QC Manual that reflects our commitment milestones and deadlines for deliverables are established to delivering high-quality products and services.The for each task order with an emphasis on maintaining quality assurance(QA)portion of the manual details the the integrity of the critical path to achieve completion process of reducing potential errors or non-compliant dates.Variances from the projects'schedules and deliverables.Our QA philosophy speaks to the technical budgets may be encountered during any project.These components,contractual requirements,and civil variances could be the result of coordination issues engineering solutions as appropriate.The quality control with utility agencies,obtaining permits or approvals (QC)portion of the manual provides the measurements for performing detailed reviews and checking all aspects from regulatory agencies,or resolving unforeseen issues during the design process.As part of our process, of the Project work by qualified,designated team these variances are tracked and flagged.Appropriate members.Contract/Project Manager Gabriel Gutierrez, corrective action plans are put in place to address any PE,will assign a qualified team,perform Project variances,placing the tasks/projects back on schedule reviews,document these reviews,and provide technical and flagging shortfalls in staffing resources,all the while input and guidance at agreed-to milestones to add value keeping the City Project Manager informed. to the delivery process and reduce errors. QA/QC Management Process Document Control A well-run project depends on the establishment and .o ' Listen to the City's concerns maintenance of a comprehensive project filing and management system.As part of the Harris Project i Management Program,a detailed project file with the MIN.,6Complete technical analyses for internal review . following folder structure will be utilized: a r r 1. Accounting QC review to make sure regulatory requirements 2. Work Product and contract scope of work have been met ia 3. Agreements,Contracts,and Insurances • 4. Project Management Plans(PMPs) El Complete internal QC checklists ■a a 5. Communicationsa6. QA/QC Reviews @,,. Draft technical analyses sent to the City ■ 7. Schedules * o 8. Close-Out with Lessons Learned p Receive and respond to comments from the City 4 Address comments from the City and submit revised Harris'approach is built upon a thorough review of ti draft technical analyses .. the plans and specifications to save you time and j money before construction begins. 100% Prepare documents for public review Harris&Associates,Inc. C.Methodology Section ■ 4 Managing Cost and Budget a twelve-week preliminary design phase,where concept Our team is structured to prioritize quality,budget,and development,stakeholder workshops,and initial design schedule.Contract/Project Manager Gabriel Gutierrez reviews are conducted.The final design and QA/ oversees tasks to keep them on time and within budget. QC phase spans weeks thirteen through twenty-four, Randall Berry leads Quality Control,conducting incorporating biddability and constructability reviews, regular checks and establishing protocols to maintain engineering refinements,and permitting coordination. industry standards.Both will implement financial The bid and procurement support phase occurs between controls and tracking mechanisms to manage costs. weeks twenty-five and thirty,during which contract Gabriel will use an"Earned Value"tracking spreadsheet documents are issued and pre-bid support is provided. to compare planned and actual spending,making From weeks thirty-one to fifty,construction oversight adjustments as needed. takes place,involving regular site visits,contractor coordination,and final inspections.The final project Cost Control Measures closeout occurs between weeks fifty-one and fifty-two, Harris uses Deltek Vantagepoint for real-time budget where documentation is handed over,final reporting monitoring,job costing,and project accounting.It is conducted,and a lessons-learned session is held to tracks labor summaries by task and provides monthly assess overall project execution and improvements for reports for invoicing.We also use iAccess,integrated future initiatives. with Deltek,to track progress based on expenditures. Bi-weekly status reports offer financial updates,scope Roles/Responsibilities of City Staff completion percentages,and schedule tracking to Successful project execution requires collaboration identify necessary corrections. between City staff and Harris,with clearly defined roles and responsibilities.The City staff is responsible Reporting Variances and Corrective Actions for providing access to relevant historical data,GIS Project variances may arise from coordination issues, maps,and project documentation,participating in permits,or unforeseen design challenges.These are stakeholder engagement and decision-making meetings, tracked in the master schedule and earned value sheet. draft deliverables, and providing feedbackon Corrective actions are then implemented to keep the and coordinating interdepartmental communication project on schedule and within budget. as needed.Meanwhile,Harris leads all technical design,permitting,and construction support activities. Client Satisfaction and The firm conducts stakeholder outreach,documents Compliance with Scope of Work feedback,manages project timelines and budgets,and Our commitment to client satisfaction is evident verifies quality assurance at every stage.Additionally, in our proactive communication,responsiveness, we provide ongoing reports and recommendations to and adaptability. Harris provides regular progress City staff to maintain transparency and alignment. updates,tracks and resolves issues efficiently,and Stakeholder Approach verifying solution-driven reporting.We prioritize technical excellence by implementing industry best Our team uses various ways to solicit and document practices,maintaining strict regulatory compliance, stakeholder review effectively.First,identify and incorporating peer-reviewed deliverables.Our stakeholders and assess their engagement levels by continuous monitoring of project expenditures and defining clear review objectives and criteria,aligning timelines makes sure efficiency,while our ability to them with project scope and quality standards.We apply lessons learned from similar projects mitigates then develop a Stakeholder Review Plan,specifying risks and optimizes solutions.Through these efforts, roles,formats(meetings,surveys,document reviews), we uphold our reputation for delivering high-quality, and timelines.We gather feedback through structured cost-effective projects that meet and exceed client approaches like workshops,surveys,and formal expectations. document reviews and document input in a Stakeholder Feedback Log,categorize responses by priority,and Project Schedule assess feasibility via impact analysis.We address The project schedule is meticulously planned to make feedback using Corrective Action Plans or formal sure timely and organized execution.The project begins Change Control Processes and obtain stakeholder with a kickoff phase in the first two weeks,during which approval through structured review sessions and formal initial meetings with City staff,data collection,and sign-offs.We continuously monitor engagement,refine stakeholder identification take place.This is followed by strategies,and document lessons learned for future improvements. Harris&Associates,Inc. C.Methodology Section 0 5 D. STAFFING Our organization chart below lists all key individuals who will be working on projects and the functions that each will perform. Harris acknowledges that if different personnel are needed for the project,we will work with the City to submit their names and qualifications and all required information listed above for approval before they commence work.We have provided the resumes for the indicated key staff on the following pages. City of Huntington Beach Principal-in-Charge QA/QC Manager Marcus Fuller,PE,PLS? Contract/Project Manager Randy Berry,PE Gabriel Gutierrez,PE,QSD Water/Sewer/Storm Water Engineering General Civil Engineering Environmental/Water Quality Jason Caprio,PE,PMP q Randall Bliss,PE William(Bill)Halligan,Esq.q Elizabeth Reyes,PE,PMP,QSD Elizabeth Reyes,PE,PMP,QSD Ryan Binns,PMP,ENV SP Vern Phillips,PE Marc Gallardo,PE Shahira Ashkar Craig Siefert,PE Alyssa Kumnoonsate,PE Yliana Ortega Fidel Salamanca,PE p Justin Liu,PE Jean-Luc Delbecq,PE Stephanie Tanverakul,PE Traffic Engineering Y Key Personnel Ruben Perales,PE,TE * DBE Certified Utility Locating AGA Engineers,Inc.(AGA) Matt Tomanek Arthur Glen Robison Landscape Architecture Lindsay Chamberlain Kirk Keller,ASLA,LEEDAP Darren Bishop Jitka Dekojova,ASLA,SITES AP T2 Utility Engineers(T2UE) Moiri Fleming,ASLA Studio One Eleven Structural Mark E.Schroeder,SE Arthur Guy,ASLA,CLIA Eric Freund,SE Nicole Nguyen,ASLA Ficcadenti Waggoner and Castle Structural Tony Escario Engineers(FWC) Martin Armstrong,ASLA,CLA BGB Design Group(BGB) Master Planning(Water/Wastewater) Fidel Salamanca,PE q Geotechnical Engineering Karyn Johnson John P.Leuer,PE,GE Ann Hajnosz,PE Andrew A.Tardie,cEG Christy Cooper LOR Geotechnical Group(LOR) Charlie Marr,PE Charles Marr Consulting , Electrical Richard Maher,PLS Wes McKean Patrick Earl,PLS Lars Henderson,PE Kathleen Layaoen,PLS P2S LP(P2S) Keith Klagge,PLS Tiffany Padilla,PLS Architectural KDM Meridian(KDM) Robert M.Simons,Ala Doug Brown Ruel del Castillo,PLS Mel Tan Gwen del Castillo,PLS SVA Architects,Inc.(SVA) Kurt Hoehn,PLS Charles Lawrence Scott,PLS Geotechnical Engineering Kriss Larson,PLS John P.Leuer,PE,GE Robert Russel,PLS Andrew A.Tardie,CEO Coast Surveying,Inc.(Coast)* LOR Geotechnical Group(LOR) Harris&Associates,Inc. D.Staffing ■ 6 Marcus Fuller, PE, PLS Gabriel Gutierrez, PE, QSD PRINCIPAL-IN-CHARGE CONTRACT/PROJECT MANAGER EDUCATION EDUCATION MA,Public Administration MS,Environmental Studies BS,Civil Engineering - BS,Civil Engineering " .a LICENSES LICENSES Professional Civil Engineer,CA#57271 Professional Civil Engineer,CA#92753 Professional Land Surveyor,CA#7987 � =;,, ,r Qualified SWPPP Developer/Practitioner (QSD/QSP),CA SWRCB Marcus brings a unique professional experience Gabriel has 10 years of experience on civil and with a nearly 30-year background in public works municipal engineering projects with a focus on and engineering in the public sector. As a licensed stormwater and street improvements. He has written civil engineer and land surveyor, Marcus has been and revised program management documents for cities, responsible for administration and management of including MS4 compliance conditions with the National capital improvement programs and delivering hundreds Pollutant Discharge Elimination System (NPDES),a of capital projects over his career with an estimated minor storm water management plan, several public portfolio of$500 million. Marcus also brings experience outreach documents,storm water intake forms for as a public official,serving at the executive level as developers, and best management practices. Assistant City Manager for the City of Palm Springs and most recently retiring as City Manager for the City of RELEVANT EXPERIENCE Rialto. He has been responsible for the overall program management of municipal affairs for full-service cities • City of Huntington Beach, Oak View Neighborhood with budgets exceeding$250 million. Improvements. Senior Design Engineer. • City of Los Angeles, 7th Street Project. Senior Design RELEVANT EXPERIENCE Engineer. • City of Menifee, Staff Augmentation and Land • City of Cotati, 2021 Pavement Preservation Project. Development Plan Checking. Principal-in-Charge. Senior Design Engineer. • City of Coronado, Parker Pump Station Replacement . City of Irvine, Sand Canyon Rehabilitation. Project Project. Project Manager/Resident Engineer. Manager. • City of Watsonville, Pavement Program Manager. • City of Irvine, Great Park TVI Road Improvements. Project Manager. Project Manager. • City of Palm Springs, Various Projects. Assistant • City of Anaheim, Lincoln Park Improvement Project City Manager. Design Services. Lead Design Engineer. • City of Rialto, Various Projects. Public Works Director/City Engineer. • City of Ontario, On-Call Plan Checking,Map Checking, and City Surveyor's Services. Principal-in- Charge. Harris&Associates,Inc. D.Staffing • 7 f Randy Berry, PE Jason Caprio, PE, PMP QA/QC MANAGER WATER/SEWER/STORM WATER ENGINEERING LEAD EDUCATION �� EDUCATION BS,Civil Engineering BS,Civil Engineering -10 LICENSES LICENSES/CERTIFICATIONS . Professional Civil Engineer,CA#44642 Professional Civil Engineer,CA#74783(PE) Project Management Professional,PMI V`-r #2163514 i if 4 „o�� i dig' 1/raj, i/i ` f. rr 1 ,�� ale Randy has 38 years of professional engineering Jason Caprio has over 19 years of experience performing experience in public works design with an emphasis in engineering design,construction,and project roadways,storm drains,sewer and grading. He also has management and administration of water, sewer and extensive experience in conducting ADA conformance storm drain infrastructure projects. His primary evaluations within the public right-of-way. Randy has experience lies with design and construction of capital extensive relevant experience in trenchless technologies, infrastructure projects for small and large cities, and has served as project manager for the design of water districts,sanitation districts,and private water many cured-in-place pipe liner projects for both sewer purveyors. Jason's responsibilities and past projects and storm drain,jack and bore installations for both involve water transmission pipelines,water distribution sewer and storm drain,and large diameter tunneling pipelines,water storage facilities,water treatment plants, through bedrock for a storm drain outlet. He brings sewer mains,wastewater treatments plants,storm intimate knowledge of the benefits,relevancy,and drains,roadway and streetscape improvements,and applications for micro-tunneling,pipe-bursting,pipe ADA compliance. reaming,spiral wound liners,deformed/reformed pipe,chemical grouting,and various other trenchless RELEVANT EXPERIENCE methods. Randy is also adept at roadway widening, rehabilitation and complete street design having • Valley Sanitary District, Collection System delivered multi million dollar improvement projects. Infrastructure Project. Project Engineer. • City of Vista,Eucalyptus Citrus Sewer Improvements RELEVANT EXPERIENCE Project. Project Manager. • City of Huntington Beach, On-Call Civil • City of Los Angeles, 7th Street Complete Streets Engineering Services. Project Director. Project. Project Support. • City of Huntington Beach, Oak View Streetscape • City of Anaheim, Water Main Replacement Project. QA/QC Manager. Program. Project Manager. • City of La Mirada, On-Call Engineering Services. • City of San Diego, 16-inch and Larger Cast Iron Project Director. Water Main and Sewer Replacement Group A. • City of Fullerton, On-Call Engineering Services. Project Manager. Project Director and QA/QC Manager. • City of San Diego, Antioch Place CMP Storm Drain • City of Yorba Linda, On-Call Civil Engineering Repair/Replacement. Project Manager. Services. Project Director. • City of Palm Springs, On-Call Wastewater • City of Yorba Linda, Town Center Infrastructure Engineering Services. Principal-in-Charge. Improvements. QA/QC Manager. Harris&Associates,Inc. D.Staffing ■ 8 Fidel Salamanca, PE Elizabeth Reyes, PE, PMP, QSD N MASTER PLANNING (WATER/WASTEWATER) LEAD GENERAL CIVIL ENGINEERING LEAD EDUCATION EDUCATION .4111111141.414:L' BS,Civil Engineering BS,Civil Engineering REGISTRATION LICENSES/CERTIFICATIONS Professional Civil Engineer,CA#84851 ;'Mr Professional Civil Engineer,CA#66810 Qualified SWPPP Developer,CA SWRCB Project Management Professional Fugitive Dust Control,South Coast AQMD Fidel has 12 years of experience analyzing urban Elizabeth has over 20 years of experience as a project storm water systems,open channels,environmental manager and engineer. She has been responsible for hydraulics,pumps,reservoirs,and large watersheds. a variety of projects including design,hydrology and Fidel has developed twelve Storm Drain Master Plans hydraulics analysis,and preparation of PS&E for sewer, for many cities and counties in California. He has street,airport,and flood control projects.Nearly all of been involved in water quality-related projects and Elizabeth's work has been for public agencies so she is assisted with trash capture feasibility studies. He has familiar with the Greenbook and other public works also conducted several third-party reviews to confirm standards. Elizabeth implements practical approaches NPDES compliance. He has valuable experience to projects based on her understanding of utilities, preparing hydraulic analyses and designing storm water traffic impacts,equipment set-up,trenching, and networks,open channels,culverts,and storm water and variations in pipe size and depth.She specializes in sanitary sewer pump stations. Fidel has worked with the development and execution of hydraulic modeling various hydraulic and hydrologic modeling software for software and understands the need for flexibility in its the assessment and design of storm drainage systems set-up or reconfiguration in order to mitigate challenges. including EPA SWMM5,MIKE URBAN,MIKE 21, This experience enables her to evaluate the size of BAHM,and HAMMER. He is also experienced with existing facilities and provide recommendations for watershed analysis and open channel design using rehabilitation methods. HEC-RAS,geo-RAS,HEC-HMS,geo-HMS,and HEC- 1. Fidel is well-versed in a variety of stormwater projects. RELEVANT EXPERIENCE His experience provides an asset for any hydrologic or hydraulic analysis,stormwater planning study,or • City of Huntington Beach, Oak View Streetscape stormwater infrastructure design project. Project. Project Manager. • City of Yorba Linda, Town Center Infrastructure RELEVANT EXPERIENCE Improvements. Project Manager. • City of El Cerrito, Storm Drain Master Plan and • Valley Sanitary District, Collection System Asset Management. Project Manager. Infrastructure Project. Project Manager. • City of Orinda, Storm Drain Master Plan. Project • City of Palm Springs, Pasatiempo Road and Farrell Engineer. Drive Drainage Improvements. Project Manager. • City of Mountain View, Storm Drain Master Plan. • City of Palm Springs, Calle Santa Cruz and Sonora Project Engineer. Road Storm Drain. Project Manager. • City of San Carlos, Industrial Road Storm Drain • City of Los Angeles, 7th Street Complete Streets Master Plan. Project Engineer. Project. Principal-in-Charge. • City of Alameda,Marina Cove II Development • City of La Mirada,Measure I Phase 5 Street Drainage Review. Project Engineer. Rehabilitation (On-Call). Project Manager. • Contra Costa Water District and ConQuest, On- • City of Anaheim, West St and Broadway Alley Call Pipeline Renewal and Replacement. Project Sanitary Sewer Improvement Project. Project Manager/Project Engineer. Manager. • Ross Valley Sanitary District, FY 2022-2023 Gravity Sewer Improvements Project. QA/QC. Harris&Associates,Inc. D.Staffing • 9 William (Bill) Halligan, Esq. ENVIRONMENTAL/WATER QUALITY LEAD EDUCATION JD,Law(Emphasis:Environmental,Land Use and Real Estate Law) BA,Social Ecology(Emphasis: Environmental Analysis and Design) LICENSES Licensed Attorney,CA As an environmental practitioner and attorney with over 36 years of experience in private- and public-sector planning,Bill has prepared hundreds of environmental documents for various projects throughout California. He specializes in land use and environmental law, particularly related to CEQA,and provides third-party review for the legal adequacy of EIRs. Bill's notable projects include the Anaheim General Plan and Zoning Code Update,Anaheim's Platinum Triangle Master Land Use Plan,the Honda Center Enhancement Project,the award-winning Los Angeles County 2035 General Plan,and the Ontario Plan and Citywide GHG Inventory. Bill is also involved in discussions and negotiations with the Office of the Attorney General of California regarding the analysis of GHG emissions in project EIRs. Additionally,he is a frequent guest lecturer on CEQA and associated case law and works directly with the State Legislature on proposed legislation related to CEQA as a key member of AEP's Legislative Review Committee. RELEVANT EXPERIENCE • City of Irvine, Great Park Neighborhoods Supplemental EIR I and II. Project Director/Project Manager. • City of Irvine,Irvine Business Complex(IBC) Vision Plan and EIR. Project Director/Project Manager. • City of Irvine, General Plan Update Phase I, Irvine CEQA Guidelines Update. Project Director. • County of Los Angeles, Los Angeles County General Plan 2035 EIR. Project Director/Project Manager. • County of Los Angeles,Antelope Valley Area Plan EIR. Project Director/Project Manager. Harris&Associates,Inc. D.Staffing • 10 E. QUALIFICATIONS Harris&Associates, Inc. Since our establishment in 1974,Harris has helped improve communities inriall Harris & Associates and create better places to live through smart,safe,and sustainable planning and project delivery solutions.With over 50 years of experience, we have been a trusted partner in delivering civil engineering services 50+ years of for public works projects,beginning with our first project,the Rio Vista engineering en Wastewater Treatment Plant.Our expertise encompasses all aspects civilg g of project planning,design,and execution,including environmental experience in public compliance,permitting,and construction oversight.Over the past five works projects years alone,we have completed numerous projects of similar size and scope,working with municipalities to enhance infrastructure,improve public safety,and optimize long-term asset performance. Harris'civil engineering design team brings value beyond meeting deadlines,providing accurate estimates,reports, and comprehensive plans and specifications.From street and sewer improvements to storm drainage,curb and gutter work,parking lots,buildings,and staff augmentation,we apply our experience to develop innovative,cost- effective solutions that enhance safety,sustainability,and quality of life.We are careful stewards of our clients' resources and reputation,holding ourselves accountable for delivering on our commitments. Our ability to provide a wide array of services—from staff augmentation to environmental clearance for CEQA to contract document interpretation—demonstrates our depth of expertise.Our team includes experienced construction managers who foster collaborative partnerships to keep projects on track.A fundamental goal during the construction phase is to provide reliable cost and schedule information,allowing decision-makers to make well- informed choices on project scope and delivery.Through effective public outreach and stakeholder communication, we help manage expectations,minimize disruptions,and promote a positive project image. Subconsultants We have selected several subconsultants to enhance our team for the projects the City aims to accomplish during this contract.Our subconsultants are experts in their fields and will provide expertise to increase the overall value we can deliver to the City.Please read more about their qualifications below: AGA Engineers I Traffic Engineering Founded in 2020 by Chalap K.Sadam,AGA Engineers continues the legacy of Albert Engineers, Inc. Grover&Associates.With a team that has been working together since 1993,AGA delivers expert municipal and transportation engineering solutions across Southern California. Combining advanced technology with experienced professionals,the firm ensures cost- effective,high-quality results from planning to construction. BGB Design Group I Landscape Architecture BGB I DESIGN GROUP BGB specializes in landscape architecture,planning,and urban design,focusing on Landscve """""' Planning ' °''°"Designstreetscapes,parks,trails,and civic projects.With over 24 years as a California"S" Corporation,BGB maintains a steady workload and long-term staff.Over 80%of its projects come from repeat clients,a testament to its reliability,quality,and award-winning designs. Charles Marr Consulting I Water/Wastewater Master Planning Services Charles Marr Consulting Led by Principal Civil Engineer Charlie Marr,CMC specializes in water and sewer system design,including hydraulic modeling,master planning,and water resource analysis.Serving cities,large developments,and universities,CMC optimizes pump station and pipeline design for efficient,reliable operation. Harris&Associates,Inc. E.Qualifications • 11 Coast Surveying I Survey Services COAST SURVEYING For over 40 years,Coast Surveying has provided land surveying and mapping services LAND 'SURVIVING "° MAPPING ""'"° with a dedicated team,including five licensed surveyors.The firm specializes in deed and boundary mapping,legal property descriptions,encumbrance maps,and tract maps.Coast Surveying also offers GIS services and modeling to support diverse client needs. 0 Ficcadenti Waggoner and Castle Structural Engineers I Structural WAGG ENTI Engineering WAGGONER and CASTLE Struc—Engine.. Founded in 1991,FWC delivers high-quality structural engineering with a focus on efficiency and integrity.With over 70 employees across five offices,the firm specializes in public works,forensic assessments,and specialty designs. Leveraging advanced software and 3D modeling,FWC provides innovative,value-driven solutions. KDM Meridian I Survey Services KDM Since 2000,KDM Meridian has provided expert land surveying and mapping services tylU.,iaLA across Orange County.Specialties include topographic surveys,aerial mapping,LiDAR scanning,boundary establishment,construction staking,and GIS integration. KDM's technical expertise ensures precision and reliability for public and private clients. LOR Geotechnical Group I Geotechnical Engineering LOR wEO12. !°?, !r.. For 35 years,LOR has provided geotechnical engineering with a commitment to personal, timely,and technically superior service.The firm's principals remain actively involved, ensuring high-quality solutions tailored to client needs. P2S I Electrical Engineering p2S ENG For over 29 years,P2S has delivered sustainable mechanical and electrical engineering solutions across California.The firm specializes in wastewater treatment,effluent disposal, and water recycling,partnering with agencies like the Orange County Water District and Los Angeles Sanitation District to develop innovative,responsible designs. Studio One Eleven I Landscape Architecture stud ioneleven Studio One Eleven is an award-winning interdisciplinary design firm enhancing communities through urban design,architecture,and landscape architecture.Committed to sustainability and social impact,the firm revitalizes public spaces,supports housing for all,and advances equitable,transit-oriented design. SVA Architects I Architectural Services Since 2003,SVA has designed award-winning architecture,master plans,and sustainable developments across California.The firm specializes in civic projects,delivering innovative ARCHITECTS solutions that meet client goals,budgets,and timelines while enhancing communities. T2 Utility Engineers I Utility Locating %9:T2 utility T2UE specializes in Subsurface Utility Engineering(SUE),geophysics,test holes/ engineers potholing,surveying,and utility coordination.Recognized for expertise in mitigating utility risks,T2UE supports projects of all sizes,from small developments to billion-dollar infrastructure initiatives. Key Staff Key staff who have worked on similar projects,along with their specific roles related to this scope of work,are detailed on the following pages.Brief resumes can be found starting on page 7. Harris&Associates,Inc. E.Qualifications ■ 12 1 8 I' a wv oar Nnt A/ ' Y rn Oak View Streetscape Improvements City of Huntington Beach Dates:2022 -2024 Project Description:Harris provided civil engineering,streetscape Reference:Chau Vu,Director I design,and community outreach services for this complete streetscape of Public Works 714.374.5345 improvement project.The project includes complete streets elements chau.vu@surfcity-hb.org to improve the Oak View neighborhood with specific pedestrian Team: enhancements as follows: • Randall Berry,PE(Project • Enhanced sidewalk experience and comfort for pedestrians Manager/Director, QA/QC • Calmer streets with lower vehicle speeds Manager) • Enhanced connectivity for pedestrians • Elizabeth Reyes,PE,PMP, The Oak View neighborhood consists primarily of high-density apartments QSD/QSP(Project Manager) with a lack of parkway shade trees,pedestrian-level lighting and other • Gabriel Gutierrez,PE(Senior pedestrian enhancements that are required for the neighborhood school Project Engineer) children to get safely to Oak View Elementary School,Oak View Library, • Alyssa Kumnoonsate,PE Oak View Community Center and Oak View Family Resource Center, (Project Engineer) which are located in the southwest portion of the neighborhood.The • KOA(Traffic) community appears to have been under served by past improvement . KDM(Right-of-Way and projects such that the proposed improvements were transformative and Surveying) welcomed by the community. . LOR(Geotechnical) The project scope improved the neighborhood streetscape via artistic •• CWE(Stormwater Quality) crosswalk painting,traffic striping,traffic,signage,wayfinding signage, roadway improvements,landscaping and irrigation,pedestrian lighting, curb/gutter bulb outs,sidewalk,stormwater infrastructure,water quality enhancements,curb ramp upgrades,and artistic neighborhood signage to create a sense of community identity.The local community had the opportunity to provide input on the proposed improvements and color themes at several community outreach meetings that were facilitated with Spanish translators. E.Qualifications • 13 Harris&Associates,Inc. '' or „) A, �,,r- a,,a`. Li as ,, � a, ., J r., p pp 5*i Wn alit a. m. H . Program Management for Collection System Infrastructure Dates:2018-2023 Projects Valley Sanitary District Reference:Ronald Buchwald, Project Description:The Harris team delivered,design,and engineering Engineering Services Manager services as a program and design manager(PADM)for a 12-year collection 760.238.5408 ruchwald@ system infrastructure project.The collection system infrastructure program valley-sanitary.org is expected to be completed in four phases,with a total approximate Team: construction value of$70 million.Harris also acted as a liaison with • Elizabeth Reyes,PE,PMP, the Valley Sanitary District,cities,utilities,community programs,state, QSD/QSP(Project Manager) county,and other development-related entities.Our team partnered with . Jason Caprio,PE,PMP the District in building internal capabilities with industry best practices (project Manager) and systems,as well as knowledge transfer and staff development,with the objective of building in-house expertise and knowledge.The scope • Randy Berry,PE (QA/QC of services included development of capital program scope and budget, Manager) providing program and project management,development of a quality • Fidel Salamanca,PE(Project assurance/quality control process,environmental engineering and Manager) water resources engineering,engineering design for collection system • Jean-Luc Delbecq,PE(Project rehabilitation and new installations,and constructability reviews and Engineer) value engineering on alternatives and design concepts.Harris'specific . Justin Liu,PE(Design responsibilities included: Engineer) • Developing capital program projects and prioritization • Alyssa Kumnoonsate,PE • Cost and schedule estimates for program projects (Project Engineer) • Developing and maintaining a detailed master program schedule which • LOR(Geotechnical) identifies milestones,deliverables,and key coordination meetings • Maintaining a complete program library and master file of all contracts and subcontract actions and reports • Reviewing current procurement policies and procedures and providing options to enhance delivery • Providing standard procedures and developing templates for acquiring professional services • Developing a QA/QC process. • Acting as a liaison with the District,cities,utilities,community programs, state,county,and other development-related entities Harris&Associates,Inc. E.Qualifications ■ 14 i ' 1 t', l�, , I , On-Call Civil Engineering Services City of Yorba Linda Dates: 2012-Current Project Description:Harris has been providing on-call services to the Reference:Rick Yee,Assistant City,delivering nearly 20 projects in the past five years alone.Harris has City Engineer 1714.961.7171 supported the annual city-owned parking lot rehabilitation program ryee@yorba-linda.org for over five years and provided design services for the City's annual Team: pavement preservation program projects,as well as updated the pavement . Randall Berry,PE(Project management program(PMP). Director) We are especially proud of our work on the notable Town Center • Randall Bliss,PE(Project Infrastructure Improvements project,a multi-phase project that added Manager) state-of-the-art sustainable technologies to the retail gathering place.The • Elizabeth Reyes,PE,PMP, Scope of Work included road widening,streetscape,storm drain(including QSD/QSP (Project Manager) hydrology and hydraulic studies),traffic signal improvements,water quality enhancements(including bioswales),and ADA improvements. • Marc Gallardo,PE(Project Harris designed and implemented water quality enhancements to the Manager) streets along the perimeter of the Town Center,including bio-retention • Alyssa Kumnoonsate,PE sidewalk planters at key locations within the parkway areas to achieve green (Design Engineer) street type goals;providing source control of stormwater by limiting its • KDM(Right-of-Way and transport and pollutant conveyance to the collection system;restoring pre- Surveying) development hydrology to the maximum extent practicable;and providing . LOR(Geotechnical) environmentally-enhanced roads.Harris'design helped transform the • BGB(Landscape) "heart of the City"into a more attractive and pedestrian-friendly hub. Harris completed the Town Center Infrastructure design on time with complete adherence to budget and schedule requirements.Phase 1 was fast- tracked to beat the adjacent developer's construction start date. Phases 2 and 3 were completed on schedule,after which the City received an American Society of Civil Engineers(ASCE)Historic Renovation Project of the Year award. III B.E.S.T. Historic Renovation Project of the Year Award,American Public Works Association of Southern California Harris&Associates,Inc. E.Qualifications • 15 it 11* .m ., {� . e1 :4:,,,,,.. 0,,,, .. . ,.,,, 1,0„.,,,,s, 14, .„,,. , . ,,,, , . ,e, ,. ..,..,„ ___ j ram" ,, k, ,,,,,. , ..4.,..,_44 __<, ,_,,,,, ,..7. _ . , ......_. ___ _ _ ._______ _ ,.. ., .;,,,..1,,,, 7.7. „ t „. „..,, ,,,,..4 ..... .. ,....,,,,,. ,7:1 ,,„$ - ,,,,, , \ Dwyer Dr., Lincoln Ave., and Dahlia Dr. Water Main Dates:2021 2022 Replacement City of Anaheim Reference:Eduardo Lomeli, PE,Principal Civil Engineer Project Description:At the North Dwyer Drive location(Tract No.4156), I Principal EnElomegineer a significant upgrade was planned to replace more than 1,050 linear feet anaheim.net of the existing six-inch-diameter cast-iron water main.The replacement consisted of new,larger eight-inch-diameter ductile iron water mains. Team: These improvements were carried out on North Dwyer Drive,West Gordon • Jason Caprio,PE,PMP Place,and West Eisner Place,all situated north of West Westmont Drive. (Project Manager) Additionally,around 600 linear feet of the existing four-inch-diameter . Jean Luc Delbecq,PE(Project cast-iron water main was abandoned in-place within the public easement Engineer) connecting the cul-de-sacs. At the Lincoln and Dahlia location(Tract No. 1775),another substantial project was underway to replace approximately 3,680 linear feet of existing four-inch-diameter and six-inch-diameter cast-iron water mains.The upgrade involved the installation of new,enlarged eight-inch-diameter ductile iron water mains on West Diane Way,North Dahlia Drive,North Berniece Drive,and North Aladdin Drive.To facilitate this,the existing asbestos cement pipe(ACP)water mains spanning nearly 3,680 linear feet were abandoned in-place.These ACP mains were located extremely close to concrete curb and gutter,and sometimes even in front yards of residents. The improvements aimed to enhance water distribution,providing residents with a more reliable and robust water supply. Harris was able to apply lessons learned from the City's public works department to design and permit this project in less than six months.We strategically combined milestone deliverables and meticulously aligned our work with City standards to streamline the review process. Harris&Associates,Inc. E.Qualifications • 16 As-Needed Environmental Services Gillespie Field Burrowing Owl Investigation: County of San Diego,Department of Public Works The Harris team conducted an investigation and documented the safe removal of a burrowing owl Project Description:Harris is working with the Countyof San Diego Department of Public Works (Athene cunicularia),a sensitive species,who had made g P its way into an active construction site at Gillespie Field. (DPW)to prepare CEQA Documentation,Noise, Biological Resources,Cultural Resources,Air Quality, Live Oak Springs Water System Improvements GHG.Harris is the prime consultant for this five- Project:Harris staff prepared technical reports year,$5 million contract,leading a team providing and CEQA documentation for this water system as-needed environmental support to verify project improvement project in east San Diego County.Harris compliance with CEQA,NEPA,California and Federal staff then supported the implementation of the project Endangered Species Acts,Sections 404 and 401 of the through biological and cultural monitoring during Clean Water Act,California Fish and Game Code, construction. County Significance Guidelines and Report Format and Palomar Airport Master Plan:At the County's Content Requirements,and all other applicable statutes, request,Harris teamed with Participation by Design to regulations,and policies. provide facilitation for public workshops and associated Specific task orders include CEQA documentation public participation and public outreach services. (MNDs and EIRs),inhouse project staff support, The project entails long-term planning efforts for the biological resources surveys,monitoring,technical future development of McClellan-Palomar Airport and reports,conceptual mitigation plans,revegetation involves a large number of stakeholders and interests, plans,mitigation packages,permit applications, all of whom have different visions for the future of the California Rapid Assessment Method(CRAM)analysis, airport.The Harris team designed an effective process cultural resources surveys and technical reports,and for engaging the airport's stakeholders in a constructive technical reports for agricultural resources,air quality, dialogue prior to County Aviation staff preparing greenhouse gases,hazardous materials,noise,traffic, a revised approach for the Board of Supervisors water quality,and visual simulations.Most projects consideration. were related to road improvements,bridge replacements, Rancho Santa Fe Roundabouts:Harris prepared GIS flood control,and wastewater;however,the team also shapefiles for Environmentally Sensitive Areas and interacted with other county departments,such as Parks providing the environmental condition specification for and Recreation,for mitigation opportunities. the contractor. Projects on the current contract include: San Diego River Basin Sewer Improvements: Greenhouse Gas Guidance Memo for Construction Harris staff prepared technical reports for this sewer Emissions from Typical DPW Projects:Harris improvement project along the San Diego River. prepared this memo to assist the County with the Palomar Airport Landfill Pipe Replacement Project: analysis of greenhouse gas emissions from typical DPW Harris conducted nesting bird surveys to determine the projects. presence or absence of nests on the project site. Staff Support:Harris provided an extension of staff Cultural Resources Services for HUD-Funded services to the County DPW and had staff sitting at the Projects: Harris provided cultural resources support County offices providing day-to-day support on projects services for US Department of Housing and Urban such as the Climate Action Plan Alternative Fuels Development(HUD)funded projects. Research Project,Regional General Permit 53 Renewal, and Bradley Avenue Widening Project. Cole Grade Road Improvement Project:The Harris Dates:2019 2024 team provided visual simulations of the proposed Cole Reference:Gail Getz,LUEG Program Manager Grade Road Improvement Project when complete.These 858.877.0459 I gail.getz@sdcounty.ca.gov were used to inform the public and decision-makers at a public meeting. Team: • Ryan Binns,PMP,ENV SP (Project Manager) Regional General Permit 53 Renewal:Harris prepared a Water Quality Report analyzing potential impacts from flood control facility maintenance activities on water bodies throughout the County in support of the County's permit renewal application. Harris&Associates,Inc. E.Qualifications ■ 17 EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. EXHIBIT "B" Harris & Associates F. FEE PROPOSAL RFQ 2025-0313A ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES CITY OF HUNTINGTON March 13, 2025 F. FEE PROPOSAL Harris & Associates, Inc. al Harris & Associates Schedule of Hourly Rates Effective January 1,2025 2024 BILLING RATES BY CLASSIFICATION HOURLY RATE Principal-in-Charge/Vice President $330 Principal-in-Charge/Sr.Director $315 Principal-in-Charge/Director $305 Senior Project Manager II $300 Senior Project Manager I $290 Project Manager III $265 Project Manager II $245 Project Manager I $225 Principal Engineer II $315 Principal Engineer I $300 Senior Engineer III $265 Senior Engineer II $235 Senior Engineer I $215 Engineer IV $195 Engineer III $175 Engineer II $165 Engineer I $145 Technical Support $125 Administrative $125 Notes: 1. Direct expenses,such as permitting fees,printing of plans and specifications,and other expenses in service of the City's projects,will be billed at cost plus a 10%markup. 2. Mileage reimbursement rate will be at current IRS mileage rate. 3. All subconsultant costs are reimbursed as a"direct expense"at actual costs plus a 10% markup (invoice/receipts will be provided) 4. A request for an annual rate adjustment will be submitted in writing for approval.Written justification for the rate adjustment will be submitted each year in alignment with the executed agreement. Said proposed adjustment shall not exceed five percent(5%) or the current Consumer Price Index(CPI) for the region;the larger of the two will govern. Harris&Associates,Inc. F.Fee Proposal ■ 1 AGA Engineers Engineers, Inc. Billing Rates January 2025 President/Executive Vice President $ 295 Vice President $ 270 Director of Project Development $ 250 Principal Transportation Engineer/Principal Engineer $ 250 Senior Design Engineer/Senior Transportation Engineer II $ 230 Senior Transportation Engineer I $ 220 Senior Project Engineer& Project Manager $ 210 Senior Project Engineer/Senior Associate $ 200 Transportation Engineer III/Advanced System Integrator $ 200 Transportation Engineer II $ 190 Transportation Engineer I/Senior System Integrator $ 180 Senior Signal Systems Specialist/Construction Inspector $ 180 Design Engineer/Signal Systems Specialist III $ 170 Associate Transportation Engineer III/Systems Engineer II $ 165 Associate Transportation Engineer II/Signal System Specialist II $ 155 Signal System Specialist I/Project Coordinator $ 145 Associate Transportation Engineer I/Associate Engineer II/Systems Engineer I $ 145 Associate Engineer I/Signal Technician II $ 135 Assistant Engineer/Assistant Project Coordinator $ 130 Signal Technician I $ 120 Transportation Engineering Assistant $ 110 Engineering Aide III $ 100 Traffic Enumerator/Engineering Aide II $ 85 Engineering Aide I $ 75 Council/Commission Meetings, Hearings, etc. (Billing Rate+$50 Surcharge) $ 1,000 Subconsultants will be billed at cost plus 20% Our rates are all inclusive and will remain firm for the duration of the contract.All direct and indirect costs (i.e.,mileage,equipment,materials, reproduction and printing,etc.) are included in our fees. Conditions of Usage: The above rates are typically effective for a 12-month period, but AGA maintains the right to change the billing rates at any time for convenience of record keeping. Therefore, all billings will always be at the then current billing rates. This will not affect any agreed upon total or not-to-exceed fees. AGA Engineers, Inc. 211 Imperial Highway,Suite 208,Fullerton,CA 92835 (714)992-4592 Email:aga@agaengineersinc.com Harris&Associates,Inc. F.Fee Proposal ■ 2 BGB Design Group BGB DESIGN GROUP Landscape Architecture Planning Urban Design CITY OF HUNTINGTON BEACH ON-CALL HOURLY SERVICES SCHEDULE FOR 2025-2026 Principal / Landscape Architect $180.00/hr. Sr. Project Manager: $140.00/hr. Senior Landscape Designer: $120.00/hr. Associate Landscape Designer: $100.00/hr. Office Staff $ 75.00/hr. • The City would normally not be billed overtime rates for BGB staff time during normal business hours. • Weekend / Emergency rates outside of normal business hours would be billed at 1.5 times the standard billing rate. • Reproduction and other approved reimbursable expenses will be billed at cost plus 10% overhead. • No mileage reimbursement is requested as a part of this proposal. • The current rates will be valid until January 1, 2027. Harris&Associates,Inc. F.Fee Proposal ■ 3 Charles Marr Consulting Charles Marr Consulting Fee Schedule — On-call Subconsultant Project Manager $180/hr Project Engineer/Computer Modeling $150/hr CADD drafting/Design $135/hr Administration $85/hr Harris&Associates,Inc. F.Fee Proposal ■ 4 Coast Surveying COAST SURVEYING, INC. 15031 PARKWAY LOOP,SUITE B, TUSTIN,CA 92780-6527• (714)918-6266•FAX(714)918-6277 Schedule of Hourly Rates for Survey Services from: January 1, 2025 to December 31, 2025. SCHEDULE OF HOURLY RATES Principal-in-Charge, PLS $286.00 Survey Manager, PLS $228.00 Project Surveyor, PLS $198.00 Field Coordinator $180.00 Survey Technician $151.00 2 Person Survey Party w/Equipment $340.00 These hourly rates are effective through December 31, 2025. The hourly rates thereafter are subject to an annual escalation of 3.00% on January 1st of each following year. Coast is signatory with Local 12, Operating Engineers, and will follow the Union rules concerning the payment of Regular Rates, Overtime Rates, and Double Time Rates. Overtime rates are payable at 1.25 times the regular rate in effect at that time. Double time rates are payable at 1.50 times the regular rate in effect at that time. Costs for monuments, prints, research materials, and other incidental or special supplies will be billed at cost. 1 Harris&Associates,Inc. F.Fee Proposal ■ 5 Ficcadenti Waggoner and Castle Structural Engineers FICCADENTI WAGGONER and CASTLE Structure)Engineers FICCADENTI WAGGONER and CASTLE Structural Engineers FEE SCHEDULE FOR PROFESSIONAL ENGINEERING SERVICES Personnel Hourly Billing Rates Principal $275.00 Senior Project Engineer $225.00 Senior Design Manager $200.00 Senior Designer $190.00 Project Engineer $190.00 Project Designer $180.00 Design Engineer $170.00 Designer $170.00 Clerical $80.00 Rates effective calendar year 2025 Harris&Associates,Inc. F.Fee Proposal ■ 6 KDM Meridian K D M MERIDIAN S rveyirg.M3p?l m Bald Senses KDM Meridian Fee Schedule Version Code: v.240701 PWR Professional Services Schedule Category Hourl Rate Principal $240 Project Manager $225 Project Surveyor $210 Senior Survey Technician $170 Survey Technician $140 1 Clerical/Administration/Technical Aide $ 95 Expert Witness ___. $500 Survey Crew(1-person) $270 Survey Crew(2 persons) _ ._..:.... . :..... ... ...$370 Survey Crew(3 persons) $470 Reimbursables Schedule Catego Rate Rental of Special Equipment or Special Supplies Cost+5% Subconsultants Cost+5% Agency Fees Actual Cost Airfare Cost+5% Per Diem(Meals&Lodging) GSA Published Rates Miscellaneous Fee Schedule Terms Fee Schedule Terms and Conditions A minimum of 4 hours per day will be charged for survey crews and expert witness services. Over-time will be charged at 1.35 times the regular rate. Double-time will be charged at 1.75 times the regular rate. The above rates shall be charged portal to portal(time spent on project site plus travel time)excluding meal breaks. 1340 Reynolds Ave I Suite 110 Irvine,CA 92614 www.KDMMeridian.com - 1 - Harris&Associates,Inc. F.Fee Proposal • 7 LOR Geotechnical Group LORGEOTECHNICAL GROUP, INC. Soil Engineering ♦ Geology ♦ Environmental FEE SCHEDULE OCTOBER 2024 SERVICES Geotechnical Engineering LOR Geotechnical Group,Inc.provides geotechnical engineering services,including: preliminarygeotechnical investigations, foundation investigations, percolation feasibility investigations, liquefaction evaluation investigations, as well as grading observation materials testing services. Geological LOR Geotechnical Group,Inc.provides geological services,engineering geology investigations,seismic setting studies,slope stabilityinvestigations,liquefaction susceptibility investigations,hydrology/water resource studies, and bedrock rippability evaluations. Environmental LOR Geotechnical Group, Inc. provides, environmental site assessments, underground storage tank investigations and remediation investigations,groundwater monitoring systems,soil and groundwater sampling and analysis, and environmental studies for property transfers. All costs for Geotechnical Engineering, Geological, and Environmental Services are based on the site and investigative parameters requested. FEES The hourly personnel charges and laboratory test unit rates are as follows: Personnel Charges-Hourly Principal Engineer. $360.00 Project Engineer/Geologist $200.00 Staff Engineer/Geologist. $170.00 Soil Technician/Deputy Inspector(Field or Laboratory) '. $125.00 Soil Technician/Deputy Inspector(Prevailing Wage) 1,2 $160.00 Soil Technician/Deputy Inspector(CBA) 1.2 $170.00 Drafting. $115.00 Clerical $100.00 Laboratory Testing Charges - Unit Costs CT 202: Sieve Analysis(Soil) $130.00 CT 202: Sieve Analysis(Aggregate) $170.00 CT 202: #200 Sieve Wash. $80.00 CT 205: Crushed Particle Analysis $170.00 CT 206 Specific Gravity+Absorption of Coarse Aggregate $135.00 CT 207: Specific Gravity+Absorption of Fine Aggregate. $180.00 CT 211: LA Rattler. $305.00 CT 213: Organic Impurities $100.00 CT 217: Sand Equivalent. $145.00 CT 217: Sand Equivalent-QC. $160.00 CT 226: Moisture Content. $40.00 CT 227: Cleanness Value. $160.00 CT 229: Durability Index Fine/Coarse $315.00 CT 235: Percentage of Flat and Elongated Particles in Coarse Aggregate. $120.00 CT 301: R-Value. $425.00 CT 305: Swell $120.00 6121 Quail Valley Court ♦ Riverside, CA 92507 ♦ (951)653-1760 A (951)653-1741 (Fax) ♦www.lorgeo.com Harris&Associates,Inc. F.Fee Proposal ■ 8 CT 307: Moisture Vapor Susceptibility. $215.00 CT 308&CT 366:Asphalt Concrete Density&Stability/Rubberized. $265.00/$325.00 CT 308: Asphalt Concrete Density/Rubberized. $160.00/$230.00 CT 309:Asphalt Concrete Theoretical Maximum Density. $215.00 CT 329:Asphalt Moisture . $45.00 CT 366:Asphalt Concrete Stability/Rubberized. $240.00/$305.00 CT 382:Asphalt Extraction &Gradation $315.00 CT 382: Slurry Extraction . $195.00 CT 521: Concrete Cylinder Compressive Strength $45.00 CT 523: Beam Cylinder $95.00 Concrete&Beam Cylinder Hold. $15.00 ASTM D6913/7928: Mechanical Analysis $265.00 ASTM D1557: (Modified)/ASTM D698: (Standard) Proctor(4") $230.00 ASTM D1557: (Modified)/ASTM D698: Proctor(6"or Cal-216). $265.00 ASTM D2434: Permeability $485.00 ASTM D2435: Consolidation. $290.00 ASTM D5333: Collapse Potential. $240.00 ASTM D2216: Moisture Content $40.00 ASTM D221/D2937: Moisture/Unit Weight(Ring). $50.00 ASTM D2974: Organic Matter Test $110.00 ASTM D4318:Atterberg Limits $265.00 ASTM D4829: Expansion Index. $230.00 ASTM D3080: Direct Shear. $325.00 CT 3910 Wet Track Abrasion $200.00 Soluble Sulfate: (Test Kit SF-1). $100.00 110%field supervision and equipment/vehicle charge will be added to all field services. II' 2Rate based on current State determined prevailing wage rates as of the date of this document.Adjustments to our rates may be necessary based on the actual State determined prevailing wage rates at the time of our work. TERM S Reimbursable Expenses Outside services performed by others and direct costs expended on the client's behalf are charged at cost plus twenty percent. These expenses include rental of drill rigs, bulldozers, backhoes, travel and subsistence, permits, reproduction costs, etc. Travel Time Travel time required to provide professional or technical services will be chargedatthe appropriate hourly rates. Overtime An overtime rate of 1.5 times the standard rate will be used fortime in excess of 8 hours perday and Saturdays. An overtime rate of 2.0 times the standard rate will be added for work on Sundays,official company holidays, and on all work in excess of 12 hours per day. Prepayments A retainer of fifty percent of the total fee is required for all field studies.The balance of the fee must be paid at the time the report is released to the client. Billing Billings will be provided periodically and will be classified by fee categories set forth above or as given by proposal. Terms of Payment Invoices rendered for professional services are due upon presentation. A service charge of 1.5 percent,per month, may be charged on accounts not paid within thirty days to cover additional processing and carrying costs.Any attorney's fees or other costs incurred in collecting any delinquent account will be paid by the client. Harris&Associates,Inc. F.Fee Proposal • 9 P2S LP P2sENG P2S LP RATE SCHEDULE FOR ENGINEERING SERVICES ON A TIME AND EXPENSE BASIS Category Rate PRINCIPAL ENGINEER $365 ENGINEER GRADE 05 $308 ENGINEER GRADE 04 $299 ENGINEER GRADE 03 $256 ENGINEER GRADE 02 $236 ENGINEER GRADE 01 $209 DESIGN ENGINEER GRADE 05 $256 DESIGN ENGINEER GRADE 04 $236 DESIGN ENGINEER GRADE 03 $209 DESIGN ENGINEER GRADE 02 $185 DESIGN ENGINEER GRADE 01 $165 DESIGNER GRADE 04 $176 DESIGNER GRADE 03 $165 DESIGNER GRADE 02 $151 DESIGNER GRADE 01 $145 CAD/BIM DESIGNER GRADE 04 $146 CAD/BIM DESIGNER GRADE 03 $131 CAD/BIM DESIGNER GRADE 02 $118 CAD/BIM DESIGNER GRADE 01 $108 COMMISSIONING GRADE 05 $308 COMMISSIONING GRADE 04 $268 COMMISSIONING GRADE 03 $228 COMMISSIONING GRADE 02 $182 COMMISSIONING GRADE 01 $156 TECHNICAL WRITER $165 PROJECTASSISTANT $108 In addition,for direct out-of-pocket expenses(when they occur),we quote the following: 1) Automobile: at current IRS rate per mile from home office for travel outside Los Angeles,Orange,San Diego,San Bernardino, Riverside&King counties 2) Travel Expense: at Cost 3) Subsistence: While away from home office for more than 1 day:at Cost,but not to exceed$275 per day per person. 4) Plan Check Fees: at Cost plus 10%markup 5) Third-Party Services: at Cost plus 10%markup • Printing and copy services •Consultant and subcontract professional fees • Surveying/Soils Investigation •Testing Laboratory Work LIABILITY LIMITS Professional Liability $5,000,000. General Liability $2,000,000. Effective January 1,2025-December 31,2025 RT-225 Harris&Associates,Inc. F.Fee Proposal ■ 10 Studio One Eleven stud ioneleven 245 east third st,long beach,CA 90802 t 562.628.8000 STUDIO-111.COM EXHIBIT "A" SCHEDULE OF FEES EFFECTIVE SEPTEMBER 2023 1. PROFESSIONAL STAFF CATEGORY HOURLY FEE Staff 12: $290.00 Staff 11: $270.00 Staff 10: $250.00 Staff 9: $240.00 Staff 8: $230.00 Staff 7: $220.00 Staff 6: $205.00 Staff 5: $195.00 Staff 4: $175.00 Staff 3: $155.00 Staff 2: $135.00 Staff 1: $ 95.00 2. MILEAGE AND SUBSISTENCE Auto Mileage: $0.63 per mile Air Travel and Auto Rental: Actual cost plus 15% Subsistence(lodging,meals and incidentals): Actual cost plus 15% (where the work requires that employee stay over night away from home, or travels beyond 100 miles one-way from our office). 3. MATERIALS AND SUPPLIES a. Office and drafting supplies are included in the hourly rate in Paragraph 1. b. Cost of printing, color copies, CAD plotting and reproductions are charged at cost plus 15%from commercial reprographics companies. c. Outside services i.e., messenger, Federal Express, express mail, etc., are charged at actual cost plus 15%. d. Any reimbursable expenses requested by the client subsequent to the completion of our contract scope of work shall be billed on a time and material basis. This includes the cost of professional fees required to process this request. 4. CONSULTANTS Actual cost plus 15%. In accordance with normal architectural rate review practices, we may periodically revise this Schedule of Fees in keeping with industry rate changes. We reserve the right to incorporate these changes into existing contracts and/or changes in services. Harris&Associates,Inc. F.Fee Proposal ■ 11 SVA Architects Santa Ana+San Diego+Pleasanton+Davis SVA Architects,Inc. 6 Hutton Centre Drive,Suite 1150 Santa Ana,CA 92707 T:949.809.3380 info@sva-architects.com ARCHITECTS www.sva-architects.com HOURLY BILLING RATE BREAKDOWN SVA ARCHITECTS, INC. Architect Partner/Principal , $225 Sr. Project Architect/Manager .. . $195 Senior Designer / Planner $195 Project Architect / Manager $175 Designer / Planner $175 Job Captain .,...y, $155 Intermediate Designer $125 Junior Technical Designer ...,..... $100 Clerical Staff $75 Harris&Associates,Inc. F.Fee Proposal • 12 T2 Utility EngineersT2 utility �. engineers T2 Utility Engineers Rate Schedule - 2025 Subsurface Utility Engineering Services Services Bill Rate Overtime Prevailing Prevailing Unit Wage Wage OT Pothole- Unit Price $795.00 $905.00 $925.00 $1,150.00 per hole Pothole Exceeding]feet in Depth $105.00 $125.00 $130.00 $165.00 per foot Vacuum Excavation Truck, Crew and Equipment $345.00 $410.00 $465.00 $525.00 per hour Utility Designating& Investigation Underground $1.45 $1.60 $1.65 $1.80 per foot Utility Designating 2 Man Crew and Equipment $275.00 $350.00 $375.00 $445.00 per hour Utility Designating 1 Man Crew and Equipment $195.00 $220.00 $245.00 $270.00 per hour Concrete/Asphalt Coring, Slurry Backfillinq $165.00 $205.00 $215.00 $240.00 per hour USA/Designating Paint Removal-Powerwashing $1,800.00 $2,100.00 $2,200.00 $2,600.00 per day Survey-2 Man Crew and Equipment $275.00 $305.00 $450.00 $495.00 per hour 1 Survey- 1 Man Crew and Equipment $175.00 $200.00 $260.00 $285.00 per hour ' Project Director $245.00 NA NA NA per hour j Senior Project Manager $215.00 NA NA NA per hour Project Engineer $190.00 NA NA NA per hour Project Surveyor $185.00 NA NA NA per hour Project Manager $150.00 NA NA NA per hour SUE Manager $145.00 NA NA NA per hour 1 Assistant Project Manager $125.00 NA NA NA per hour CADD Supervisor $125.00 NA NA NA per hour SUE Supervisor $105.00 $157.50 $130.00 $175.00 per hour SUE Technician Ill $90.00 $135.00 $130.00 $175.00 per hour SUE Technician II $80.00 $120.00 $130.00 $175.00 per hour SUE Technician I $70.00 $105.00 $130.00 $175.00 per hour CADD Technician $90.00 $127.50 NA NA per hour Administrative Support $90.00 $112.50 NA NA per hour Mobilization:Vac-Truck&Crew $4.32 $5.68 $5.77 $7.50 per mile Mobilization: Designating or Survey Truck&Crew $3.02 $4.08 $4.26 $5.74 per mile Expenses Per Diem GSA rates Encroachment and Traffic Permits cost plus 10% Traffic Control Plans-Engineer Stamped $800 per sheet Subcontractors-Asphalt,Traffic Control, Ect. cost plus 10% Miscellaneous Expenses cost plus 10% Harris&Associates,Inc. F.Fee Proposal • 13 /(/)_ 1[/ HARRIASSS Client#:2039770 r` `ru DI CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDYYYY) 8/07/2024 TE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS ..c DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES _.uW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the pollcy(les)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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Jackie Lahr USI Insurance Services, LLC PHONE — FA)( Lic#OG1 i 911 (NC,No,Eel): I(A/C,No): A-MAILkie.lahr usi.com 10940 White Rock Rd 2nd Fl • ADDRESS,SS: iac @ Rancho Cordova,CA 95670 INSURER(S)AFFORDING COVERAGE NAIC I INSURER A:Continental Insurance Company 35289 INSURED INSURER B:American Casualty Company of Reading PA 20427 Harris&Associates,Inc. INSURER c:Continental Casualty Company 20443 1401 Willow Pass Rd Ste 500 Concord,CA 94520 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLISUBR LTFt TYPE OF INSURANCE POLICY EFF POLIC EXP INSR IWVD POLICY NUMBER (MMIODIYYYY) (MWDDX•YYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X 7092556540 08/01/2024 08/01/2025 pEAACCHp�OECCCpURRRENCE $1,000,000 CLAIMS-MADE X OCCUR i PREMISES(EaEoNccTurrence) $1,000,000 _ X Ded:0 MED EXP(My one person) s15,000 PERSONAL&AOV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X JECT X LOC PRODUCTS-COMP/OPAGG 52,000,000 OTHER: B AUTOMOBILE LIABILITY X X BUA7092547367 08/01/2024 08/01/2025IE088G enSINGLELIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) S OWNED AUTOS ONLY SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY I AUTOS ONLY ON-OWNED PROPERTY DAMAGE $ (Per accident) S A UMBRELLA LIAB X OCCUR 7092552522 08/01/2024 08/01/2025 EACH OCCURRENCE $10,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE S10,000,000 DEO X RETENTION S10000 $ B WORKERS COMPENSATION X 792555985 08/01/2024 08/01/2025 X PER OTH- AND EMPLOYERS'LIABILITY YIN STATUT R ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH A s OFFICER/MEMBEREXCLUDED? N NIA $1,000,OOO (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 wider If yes,describe der __.. DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Professional Liab AEH591891588 08/01/2024 08/01/2025 $5,000,000 Each Claim Claims.Made $10,000,000.d Aggregate RE:On-call Ge eral OPERATIONS y DESCRIPTION Fngineering Consult ngc!LOCATIONS I VEHICLES(ACORC lot,Additional Remarks Schedule,may be attached If more space Is required) OAS TO FARM City of Huntington Beach is an additional insured on the General Liability and Auto Liability policiesFgt a primary and non-contributory basis,when required by written contract,per attached.WaiverGThe �=1 y4 E. G Subrogation applies per to attached.al Liability,Auto Liability,and Workers Compensation,when require �o 0/E AC written contract, I h CERTIFICATE HOLDER CANCELLATION 1220058000(2027) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street Huntington Beach, CA 92648 AUTHORIZED REPRESENTATIVE 1 © ISt.8-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) 1 of 1 The ACORD name and logo are registered marks of ACORD #S45827782/M45820768 VXKJN `�fil�NTING. CITY OF ,� 0�: �open a .fo''�6, _04HUNTINGTON BEACH \`?CF��UNTY P�\ao�9,, Lisa Lane Barnes I City Clerk July 16, 2025 Harris &Associates, Inc. Attn: Marcus Fuller 1401 Willow Pass Road, Suite 500 Concord, CA 94520 Dear Mr. Fuller: Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and Harris &Associates, Inc. for On-Call Civil Engineering & Professional Consulting Services, approved by the Huntington Beach City Council on July 1, 2025. Sincerely, 0414;4111416 Lisa Lane Barnes City Clerk LLB:ds Enclosure Office:(714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov • City of Huntington Beach ,boy 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„,,,r.r........._ tv TNG0 , ProfessionalServices . Contracts for On-Call • 53 • ____ __ _ _ __ % General Civil Engineering & -._ - \ Professional ConsuLting I I '1 _ ' t/( , Services_ - - -_- I Department of Public Works :'.?"--:"?'-'---%-oir,— � - ''%• ipt July 1 , 2025 0.4 I,.----ce________: - ,$), . 4r C,:*, 0 e %•• • 1 7, 1909 , •• 0 ••••:••••••• couNTN � CPl �ii�// 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. - . i �l ANT I N GTpy _*. �; M 1 .-• jyii /'� O`.�'\�COR-'RATEQ•y.•�� � • V � ��U mil IIPA. r '4/e — to \ ` -' �`i"` osi6=• '�[_4 t = ouNT`f 0; I 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) 0#��NTING7„ 1'II `. •'�N�ORPOAgrE'O.••• 5) - - •. 2021 2022 2023 2024 2025 \O'. r'=r+ ' ._ • In the last 5 years the City has issued over 100 task orders. ..2 • jgp9 0 1 0OUNT`l C-11 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 $41 $35 0,10 -t I NGLi/ 2021 2022 2023 2024 2025 • • =�O�NT`I C;;i1� 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. - �0i ANT 1 NGTp '�I O� \N(ORPOAATF�. ?j 61%....T 11°. ..'��t�0�1� C°LINTY t\ji' \\____:_\ .X . /:, 4t- ,...„,, _ ..... q, 4- '_ Recommendation __, Atikah • ,1 /VI :.''''--- i : ,_.cv-,1 . r-,..- 1 • e.r- 1 I OM 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 ,i,,A • Tech. /iti ATINGi tI � D 'll °`. `*N,aRPOBgTFo.•„4<�i\ The on-call contract is not a guarantee of work as these services are on k�; i�w .' . : \ an "as-needed" basis. o ' Q ,� COU NTY C \-ti .,1;.,a11ke,,r 4n` qy -Del ailed I.Alto'-and Ter Rr eakdouu _ - City of Huntington Beach l s� Newland Bus hard Project •.oaeylEc.-:' ' Fee Schedule Propo s a l _I,_In � 3aa Maaa tanl. Psi .o� __ Q� P 3 he)¢I 13AC1 Sacp• Traq. alaofear ]lasaa¢ T'rol.rila�aaar [ aar Ea8laar Total Rofefl Fee _ IxampLe : ��_,ea1,.'4 ...„►r. Si661a is S.03 S3 51a1 30 31,111 5131 Ta�kl Pra)a[S1aaa�meat J 3_ 11a aY i i f1U 6 1144 1 S3 33a 1 6T.at 0 L,3-T it en IN a:J f• sr, K Sn 111 pfn tip,hall at I 0 0 0 541441.41(5) IS A III l[ 90 SO 1627.413-+ Si 327.11.11 Iaat.1 Prebsampe E46 4,66 oa ___. ......- 1 1 24 'a 52.124 __._S11.w1 J2 r64336isxm —_ 33.IM - S;I 330:;']Pz1 ydactF aac.. _ •3-, O r.,tl.¢. 1..0.5 11 e., 3 5 ;Ors-aorh a •4OMIl sre ar,T re_snort 1'J 1 4 12 11 ia) Ja PIS sfta[><d:t 4�.a Az la!'.\Iiel7sa(I �_ _ - _ 3' T3!3 31.t Satr�Tai+ - -_ - - - 3i Sa+I I•'LVw,1:.kelvlra0 - 4 •_ I- _ Se_'12 33 WS 33% Ir r1,•-.5q12-iS _) J 10 L.a saint and.o pa4 Ni!6!t i�O='1Sflj 1[ __ SS.IG. -=1-W 3 11 Coll 5=L1-'+:.ud.. as Plass OC'.5::6avai. I[ 47 621 u. 311 PA78 plat:ffP,•5_644-rI Sll S . SII'M 313 TaGaaral 'r . arr i.10m1T3 3S S236a •1Ia.. TIT" _0Ts r. , 2 - - -6- ss:6 StTTI 313 .AGC 01'.Satvalel t 3111343 1.34 5111144141aws= / u >b Iv Jril os Saipalr t}- 61 Sl -• 56610 419.116 S53396 666.3'9 Si 6i9.X4 S1341.•33 Tel •-- oaa46e.464 r^-1-6-- 4 1 Je•r-etasyera VAMP, I - 63.414 i^_ Casa:doss llO9'.:•ata*ai 4 4 SLOT_ 41 a_ i 3 .3',,61•slecoctra1R 1 lP.v.Nor'!., a I S I a30 14-16' is C4137444 1l9f'.'xaMcfaL 13 32 00 S11 Sa- 4 5 RIM Piss 4104..116464 411 51.524 43.51.1 45 QAGC.:10.,7I:.4314431. 12 S S6.'31 * total Barns- I 13 I 36 66 II NiniMill Sablolal Ph= 4$ 1400 1.2.1i4 I1,3.6 49•IU6 1I.631 II SUN wort Tail Hours 6t Clerabaliw- I M N 1.11 14* iM ill! Total(t3 So Cks3$/Ms= 99,2 22 iY ri.61 Q1,U/ 4If14 ra 1To�rad��lb�oruA- A 49 UI 12w 3w [tea ass 1212194 MIR TOT.sI-ESTIMATE FEE FOR ENGI\-EERECC;R ORk COVERED£ IRE RFP 4302.339 4444,66046 -lass M ese T ay N ruter, nolalpet13203 0 cy'ran =oy/-Den�c-3 • cll3 4"llp66364'64-: antin m ry* e rum a.ru s : '[23_1mAI a•s 44osocor,o4s.orsoy nax e..con roxnc o-r Mtty 3 JI Canpx 11Wr a00 it Tor na a<a'arc•6463rt'IC.Ooa i 30Qe644r rl3Nrrl WI.a..44.646 a 466 ar Aper;y Ms SOY oeayr app-o'"A.re alblacl la aW t:na lee es I Iarra 6 Pa0001Yss yo'crt-o•-rn a.yaa:s• N 2 . po 0Nn;Iv,. rl .0 31 raam UR 151tJ ay»d a A I e,P644 rar oe a0O.O a rpa.ae100 03Q T5 n0La:_ aR: orcylars.w o.r,S.aoxyr'c•as no.plya any. E No'-Straps Cora:or Caotlnatan aealta. • hAA Ramp nlro:ene•fpe Mlle b:boa rl,ea Jeir3053103rd playa AC^.arra0a-ta17_v1 3 I bee so eta olh 4344 sea tna.0I Inn Wlkl.r.'co]n1 art 116. INVOICE i � March,7.292s Invoce City al Huntington Beach Project Ho Ma 1220058007 a000 Lnm sl Invomo No. 88tli PC Bo.100 Prefect Manager Huntington Beach,CA 92646 Taal This Invoice 88.0011201 Nemano&easrl smo�tet PJo1.to5onal_Ssuglce810mJanuary 26_202s to F.Wuary 77,202. Exampl e Phase 1 Project Management ,ask 1 I Project Management Hours Rau Amount 300 780 52 841 50 ,talc 300 541 56 Labor Total 841.50 Total this Task 1841.58 Task 1.2 Project Mona gamont hlaatinys Hours Rata Amount 375 374,06 1302.73 3.00 260.52 B41.56 1 TS 170 00 297 50 T SO 131.79 965 43 Mr 16.00 3,530.22 Labor Total 3,430 47 Total this Task 53 030.2Z Total this Phase 14 4+e 78 Phase 3 Pr ell miner Engineer In Task 36 C,II SIgie.ng and 5100I1r0 Plan&r359r1 Hours Rafe Amour,+ 3.73 170.00 :9 Totals 3 75 53+ Labor Total e 3 7.50 Total this Task I0>37.50 .Fa =f..._-._•r'J . Idlet Gavelt0. Total thre Phase 163T.50 Budget Summary Currant Poor To-0ale Total BrOngs 5,009 28 0 00 5.0C9 78 Budget 302.339.00 Budget Rerselrrny 207.329.72 Total this Invoice $5.009.261 ........ .. ..... Questions? #,,, _. ......,__ .7.. .... . ..„__ ..,::.:,....„,..:. ,,,,„--------------„,, .,„,,,,,,...-„----,, ----,,,7;„,. .. ,47--,:-:._-. irt7- ---'“._,_ „- ni, ' „ i_ji 6-_......13 F-J-- --.. /, ..... ffp,r, +,,FAII.i tiii Fr— A.,,,4..! .....".. .....•.. .....,. ,...• CI s ' ....!'-' - '''2,1:,......4".....--•-:,- . .1 ti, ...••••1...--.......4.4n, , KT ciw.;* ,..._,., - ... - ...--- 1.- ..- _,. - . .. _ .. , ....- 1 ' . . .,...i . ...... _,t.., - r... ,,,,--7:-L..:. ri, -A‘ ,- .A' ,,,„ ,, ,:),,,,,, .e.7, . , r. (.,. ,• ,,1...;,, .., ,-vz.. . 1.. 1:.... .e. ., ; - • 1 . -- rn •_ I : - - . • .„ ..- . . . • -,..-c...z. rat , __ , ......... ----. • . - - ...,, -,.....N 116101041,410,4___ .........„. Af, ..... ' flNG0' 7/7416- • 463 • �R p p Rq\\ ••.� Professional Services Contracts for On- , 7,,7ffl(fJ) ,,.0 General Civil Engineering and ___ - --, -- 's � � . _ . % _ L�',_ �_�s � Professional Consulting Services _ _ _ _ _- __ - — . ____ ____ ._._ _ _ _ , _ • „c.r. ' Department of Public Works - . . c,/j)//,, ,i ' „ , = - i ` July 1, 2025 > % Fe 0 . <Q Ay f‘'t;'•••••1•7•.1•9::• ••• \\\ OF °ONPI t\ ## 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 21 firms again through this RFQ. 1 ., , IP - NV ' �ii NTINGI 0 Ilk +MIM }a., t /0 , c...l\NOORP ggTF�y." �Si 0"4.4 �J� , ' 4t4 10, '1c '''\'' - i _ \ 4, ''' ' , ). ,, •.. y/• . . , ' C i ..Otte- per• 1 . " ' \ ,1‘)\, I ' 111 UNT`( cJ;i� 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 Tv: On-Call Total Purchase Orders ., ,i (2021-2025) 2 6 . .! y. ` 19 2z r � t NTINGT r ..,.,-. .....� , I -,'�_,—�,- — -- ----'..i�-7 c 202i 2022 2023 2024 2025 ,jy+*,p In the last 5 years the City has issued over 100 professional servi �=` �%.:24 )7 1909.:°••'� .�,1� CO(JN....... P//#A contracts . _.�NT� if, 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 ) il , Values are in millions $60 $63;4 I 9q 3 9 -- $4 . $3 5 ---- i�i TIN 1 //O . •••PO'q....G70 \ 2021 2022 2023 2024 2025 '_i 1 _ . _ v; - - s-, %�/1: e \ F':. c I), 1909, •'... ' ' 0° B0 OUNTY cPii# 1645 ,_, , , i , _,_'__ __\_,-2N, NN, \ eLaw-- _ ., ,. , -..__ RECOMMENDATION = -) ‘, (,, ,_ )‘ ,, \. .- -----) �___,4,,,..„ . , ,-;_, . , _..., ,.., , . , 4itiv ' `71 ?. , ,' 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 , 1,'TI. Inc . ; Moffatt & Nichol ; Onward Engineering; �N • T0� Pacific Advanced Civi.� <I`� ..••••• •••. � or O •.•'\N60RPORATEO.., \ Engineering, Inc . ; Proactive Engineering Consultants , Inc . ; Psomas ; R 6.F.9\ Engineering Company; SA Associates ; Stantec Consulting Services Inc ; TAIA Sze _ s � 1 Associates , Inc . ; and Tetra Tech. ikc,t.Y= � ._ , �1' The on-call contract is not a guarantee of work as these services are COUt CP.,I on 1646 ,i -, -' , _____ ' • • •• -.i.-. : - , , Questions ?9 P ,,,,:.,,,...„'•.,7a::....2.4.,4. . -.', l;__ • _ ---_-,,,...-• ..i....._:.,:i...- _ ..--,.--.; ,,-- -- ,,'.71_,::./1.x.r., . }ti = ��` -,,..:• -E .'i,.. er r \'-, i� y'V1' f, . ';.7.-2-- - .,...:ii..4.•-• :1,1,...,„ .e . ::„.,:...,,, ....t,,,,,,,,,., , ,‘,''-'" :"'•-•,-I ,•° ,Nit ,,,,r,f.sti in- , : ••' :j.N,r41 `j'� , K f ii,.',t,';,... 4.---4::--s"--' -;',0;._,T_Allizi.1-- ---'- ''5.,..,„,-.--- .• -..-1,—:. .— . ,:_,:i.., ..„.*-"' I:';.,,,,,,z.. :'-'-. .,., ,. 'T' ��,Al� u.. �, _ ,, ".T� cu•r �'1 • .,, 1r,4