Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
GHD, Inc. - 2025-07-01
2000 Main Street, _. r',' Huntington Beach,CA City of Huntington Beach 92648 -Q APPROVED 7-0 `FCOUr `\�oF�r 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: l 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 powered by LegistarTn" 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 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 =►r K) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and HDR Engineering, Inc. for On-Call Civil City of Huntington Beach Page 2 of 6 Printed on 6/25/2025 powered by LegistarT" 95 File #: 25-396 MEETING DATE: 7/1/2025 Engineering and Professional Consulting Services"; and * L) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and HR Green Pacific, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and 41; 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 O) 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 LegistarT"" 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 >It 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 2 8. 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 ..4 Y) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Stantec Consulting Services Inc. for On-Call Civil Engineering and Professional Consulting Services"; and * Z) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and TAIT & Associates, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and k AA)Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Tetra Tech for On-Call Civil Engineering and Professional Consulting Services". Alternative Action(s): Do not authorize the contracts and direct staff accordingly. Will need to seek design support and engineering services may be on hold or decrease until new contracts are approved. Analysis: On-call services refer to professional services provided on an as-needed basis. The City establishes contracts with pre-qualified firms, enabling staff to quickly assign work when specific projects or increased workload demands arise. These contracts do not guarantee a minimum amount of work and are activated only through individual task orders. This approach offers both flexibility and cost efficiency, allowing the City to meet service needs without adding permanent staff. Each year, the City undertakes a Capital Improvement Program (CIP) involving various infrastructure projects that require engineering support. Given that numerous projects demand design work or specialized studies beyond the scope of internal City staff, engaging external expertise is crucial. This need extends to preparing grant applications, conducting environmental monitoring, performing inspections and testing, and ensuring compliance with federal and state regulations, all of which City of Huntington Beach Page 4 of 6 Printed on 6/25/2025 powered by LegstarT' 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 GHD, INC. FOR ON-CALL CIVIL ENGINEERING a 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 GHD, 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 Casey Raines 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. 25-16466/378728 1 of 11 3. TERM: TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on ) t�l 1St- , 20 2j (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than three (3) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed 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." 25-16466/378728 2 of 11 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: 25-16466/378728 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 25-16466/378728 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 25-16466/378728 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 25-16466/378728 6 of 11 event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: 25-16466/378728 7 of 11 TO CITY: TO CONSULTANT: City of Huntington Beach GHD, Inc. ATTN: Director of Public Works Attn: Casey Raines 2000 Main Street 320 Goddard Way, Suite 200 Huntington Beach, CA 92648 Irvine, CA 92618 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 neuter gender and singular or plural number shall be deemed to include the other whenever the 25-16466/378728 8 of 11 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. 25-16466/378728 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 25-16466/378728 10 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, GHD INC. CITY OF HUNTINGTON BEACH,a municipal corporation of the State of California By: d Mayor Ca ey (Zatin;r,(' print name ITS: (circle one)Chairman/Presidenence President , City Clerk A24-ati AND INITIATED AND APPROVED: By: Pi9TR iC.iA OSoiIcO Director of Public Works print name ITS: (circle one 4=3 hief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: (to City Attorney 25-16466/378728 11 of 11 Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, GHD INC. CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California dtzie:d By: 3,;(,tetote,Avae• yor print nameITS: (circle one)Chairman/PresidentNice President y Cerk 3/lvP-C AND INITIATED AND APPROVE By: Director of Public orks print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Mana er APPROVED AS TO FORM: kwCity Attorney 25-16466/378728 11 of 11 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Provide On-Call Civil Engineering and Professional Consulting Services. If Consultant chooses to assign different personnel to the project, Consultant must submit names and qualifications of these staff to City for approval before commencing work. B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: See Attached Exhibit A C. CITY'S DUTIES AND RESPONSIBILITIES: 1. Furnish Scope of Work and provide a request for proposal for each project. 2. City shall issue a task order for each project based upon scope of services, work schedule, and fee proposal submitted. D. WORK PROGRAM/PROJECT SCHEDULE: A project schedule will be developed for each project assigned by the City. EXHIBIT A EXHIBIT A Disciplines of Civil Engineering Services Application Form *Circle all that apply* ivi• l EngineeringService Area g� . . . . Bidd�in YIN (circle) • Water/Sewer/Storm Water Engineering a / No • General Civil Engineering Yes / No • Qcean Engineering Yes / No • Environmental/Water Quality Yes / No Page 2 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW U CURRENT VENDOR Legal Contractual Name of Corporation: GHD Inc. Contact Person for Agreement: Casey Raines Corporate Mailing Address: 320 Goddard Way, Suite 200 City, State and Zip Code: Irvine, California 92618 E-Mail Address: casey.raines@ghd.com Phone: 949.648.5200 Fax: Contact Person for Proposals: Jennifer Pawenski Title: Proposal Manager E-Mail Address: lennifer.pawenski@ghd.com Business Telephone: 907-644-7829 Business Fax: Year Business was Established: 1928 Is your business: (check one) ❑ NON PROFIT CORPORATION E1 FOR PROFIT CORPORATION Is your business: (check one) [] CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP [] UNINCORPORATED ASSOCIATION loft Page 3 Names & Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Casey Raines US West EDO Engineering Manager 949.648.5200 See attached page for Corporate Board Member Federal Tax Identification Number: 98-0425935 City of Huntington Beach Business License Number: A29 1 789 (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 1 /3 1/2026 2 of 2 Page 4 GHD INC. Officers and Directors Effective July 24,2024 OFFICERS Christopher Hunter Board Chair/Executive Vice President 455 Phillip Street, Waterloo, ON N2L 3X2 Tom Kiln Executive Vice President 45 Farmington Valley Drive, Plainwell, CT 06062 Rachel McCaffery Executive Vice President 410 Eagleview Boulevard, Suite 110, Exton, PA 19341 Theodore Whiton President 2235 Mercury Way, Suite 150, Santa Rosa, CA 95407 Derek McBean Vice President-Legal 70 York Street, Suite 801 Toronto, Ontario M5J 1S9 Michael Moran Treasurer 100 Milverton Drive, Suite 404, Mississauga, Ontario L5R 4H1 Patricia Osoko Company Secretary 455 Phillip Street,Waterloo, ON N2L 3X2 Kia Booker Assistant Company Secretary 320 Goddard Way, Suite 200, Irvine, CA 92618 Lindsay Ray Assistant Company Secretary 455 Phillip Street,Waterloo, ON N2L 3X2 Raul Rosa Assistant Treasurer 455 Phillip Street,Waterloo, ON N2L 3X2 Maria Erassova Assistant Vice President-Tax 455 Phillip Street, Waterloo, ON N2L 3X2 DIRECTORS Jim Giannopoulos 455 Phillip Street, Waterloo, ON N2L 3X2 Theodore Whiton 2235 Mercury Way, Suite 150,Santa Rosa, CA 95407 Michael Moran 100 Milverton Drive, Suite 404, Mississauga, Ontario L5R 4H1 Tom Klin 45 Farmington Valley Drive, Plainwell, CT 06062 Rachel McCaffery 410 Eagleview Boulevard, Suite 110, Exton, PA 19341 Christopher Hunter 455 Phillip Street,Waterloo, ON N2L 3X2 Page 5 Pm! GHD320 Goddard Way I Suite 200 Phone:949.648.5200 Irvine,California,92618 www.GHD.com City of Huntington Beach Public Works Department 2000 Main Street Huntington Beach, California 92648 March, 13 2025 Re: On-Call Civil Engineering Professional Consulting Services (Water/Sewer/Storm Water Engineering) Dear Selection Panel, GHD is proud to serve Southern California, particularly through our longstanding partnership with the City of Huntington Beach. Known as "the ideal Orange County destination to live, work, and play," "Huntington Beach offers residents a charming community with ideal weather, a diversified economy, a wide variety of housing, an excellent educational system, boat marinas, numerous parks, and exemplary health care," At GHD, we are committed to providing professional services that continue to support the City's mission. Therefore, we submit our Statement of Qualifications for the On-Call Civil Engineering Professional Consulting Services (Water/Sewer/Storm Water Engineering). Providing Value Our Contract Manager, Tim Joyce, and many of our team members are members of the Huntington Beach community and invested in the region. This also allows our team to be highly accessible when needed. Additionally, our unwavering commitment to the local community is demonstrated through our dedicated on-call services to numerous agencies across Southern California, including the City of Huntington Beach. At GHD, we prioritize the unique needs of our partners, delivering tailored solutions that go beyond standard services. As a global leader, we are dedicated to providing innovative and value-driven solutions that enhance the City and its residents' quality of life. The Right Team We have selected key personnel based on their proven track record of success with the City of Huntington Beach and similar projects anticipated under this contract. Our proposed team members possess the technical skills and experience necessary for smooth project delivery and demonstrate exceptional dedication and reliability. Furthermore, GHD offers a vast pool of licensed, accredited, and experienced engineers, planners, and specialists who are highly qualified and versatile. Our local team, bolstered by nearly 500 technical experts in California and nearly 4,000 professionals throughout North America, stands ready to meet the City's needs with unparalleled expertise and commitment We know the City very well. Our Contract Manager, Tim Joyce, lives in and has worked with the City since the mid-2000s and our Principal in Charge, Casey Raines, has worked with the City since 2015. GHD I Proposal I On-Call Civil Engineering Professional Consulting Services Page 6 GHD A Qualified Firm GHD has proudly served Southern California communities since 1951, building a legacy of collaboration with Huntington Beach and regional municipalities and agencies. Our success is rooted in innovative design and management solutions, consistently delivering exceptional results. Our continued growth is a testament to our adaptability, embracing emerging technologies and evolving needs to maintain our position as a leading firm. With 15 offices across California, GHD is deeply committed to the sustained prosperity and development of Southern California. Proven Approach To date we completed or have ongoing ten projects with the City, ranging from conducting studies to preparing design documents. Our approach leverages time-tested project management methodologies to deliver efficient, comprehensive, and sustainable projects for the City. GHD will collaborate closely with all stakeholders, including the City, to ensure seamless project execution. We understand that robust initial planning and clear communication are the cornerstones of high-quality service delivery. While individual projects under this contract may differ, maintaining a consistent technical and project management strategy with thorough upfront planning is crucial for success. GHD has established proven processes and a culture of end-to-end planning, ensuring every project is executed to the highest standards. Our goal is to meet and exceed your expectations, delivering complete and successful projects that benefit the community. Managed from our Irvine office at 320 Goddard Way, Suite 200, Irvine, CA 92618, we look forward to continuing our work with the City. Authorized to bind, please contact me with any questions at 949.585.5212 or via email at Casey.Raines@ghd.com. This proposal price is valid for 180 days. Sincerely, Casey.Raines US West-Water Conveyance, Business Group Leader GHD GHD I Proposal I On-Call Civil Engineering Professional Consulting Services Page 7 P"MI GHD Contents 3 Background and Project Summary 9 4 Methodology 13 Implementation Plan 14 Client Statisfaction 17 Specific Tasks 18 Sample Project Schedule 19 4 Staffing 20 4 Qualifications 25 Firm Qualifications 26 Project Experience 27 Subconsultants 30 References(Appendix A Form) 31 4 Appendix 32 Additional Resumes 33 Exceptions: Draft Agreement 41 GHD I Proposal I On-Call Civil Engineering Professional Consulting Services Page 8 4-0 Wc E •5 .§ a = -a r c 3 0 13a as V co WWI GHD Background and Project Summary Our team has over 65 years of experience in Potable Water Pipelines water and wastewater engineering in California, GHD's team has recently developed plans covering planning, design, and construction for over 250 miles of water and recycled projects. We collaborate with engineering water pipelines, ranging from 6 to 96 inches. and operations personnel and community Our engineers bring extensive experience in stakeholders to understand each site's unique linear improvements, including designing new situation, aiming to minimize downtime and distribution systems for growing communities increase public acceptance. Our experienced and upgrading or rehabilitating existing systems staff and client-focused philosophy ensure in densely populated urban areas. successful and rewarding projects for all stakeholders. We have collaborated with various public agencies to deliver plans, technical GHD specializes in municipal engineering specifications, and engineering cost estimates for cities, counties, and special districts. We for projects such as: understand the distinct requirements of public sector design compared to private development. • The West Orange County Water Board Our projects provide technical solutions and Feeder No. 2 Water Transmission Main meet environmental requirements, public needs, Relocation Project with the City of funding limitations, regulatory standards, and Huntington Beach political realities. • The City of San Diego Otay 1st and 2nd Our expertise includes water supply Transmission Pipelines development, master planning, network analysis, • The City of Anaheim Rural Ridge and pipelines, pump stations, storage facilities, Wilshire Water Main Replacements corrosion control, asset management, and These projects involved coordination and system optimization. We have prepared sewer permitting with Caltrans and governing city system management plans, water supply assessments, urban water management plans, departments, as well as the development of and master plans. traffic control plans, surveying, geotechnical investigations, and potholing. GHD's team is Our local GHD team has provided analysis, equipped to handle all tasks necessary for the design, and construction engineering for detailed design of new or capital improvements collection, transmission, and distribution to the City's water system. facilities, including storage and high-lift pumping, transmission and distribution pipelines, booster Potable Water Wells, Reservoirs, and Booster pump stations, elevated and ground-level Stations storage, and telemetry. Below is an outline of The GHD team is currently supporting the City GHD's experience in Water/Sewer/Storm Water of Huntington Beach with a comprehensive Engineering, Potable Water Pipeline Engineering, assessment of its potable water facilities. This Potable Water Wells, Reservoirs, and Booster includes evaluating four storage reservoirs, four Stations, Potable Water Master Plans and booster pump stations, two pressure regulating Water Financial Plans, Wastewater Engineering, stations, and nine water wells. Additionally, Wastewater Master Plans, and Stormwater GHD designed the replacement potable water Engineering. production well, Well No. 1A, for the city. Page 10 GHD I Proposal I On-Call Civil Engineering Professional Consulting Services lwil GHD limmi Over the past decade, GHD's engineers have These potable water production projects designed and upgraded equipment and site required collaboration across multiple improvements for more than 35 well sites across disciplines, including civil, mechanical, structural, the Southwest U.S., including locations such as architectural, electrical, and instrumentation Orange County, Camp Pendleton, Huntington engineering. Beach, South Coast Water District, Bullhead Potable Water Master Plan Update and Water City, Sun City, Scottsdale, Paradise Valley, Financial Plan Update Surprise, Buckeye, Maricopa, and the Gila River Indian Community. These well sites feature a The GHD team has prepared and updated variety of designs, including above-ground or the water master plans for several agencies submersible motors, discharges to centralized throughout California. These plans evaluate supply facilities or directly into distribution agencies' water supply sources, distribution systems, and treatments like arsenic removal, pH infrastructure, and demand projections. They adjustment, de-sanding, and disinfection. also provide recommendations for infrastructure upgrades to ensure an adequate and reliable Our design engineers have also designed more water supply for our City's current and future than 25 pump stations and storage facilities. needs. Additionally, the City's water financial These designs range from large pump stations plan is typically updated to assess the remaining capable of moving 60 MGD to aesthetically projects' cost, scheduling, and funding. This pleasing infill stations that blend into their update also evaluates funding sources versus communities, merging engineering with art. The expenditures, enabling the City to plan for long- GHD team has extensive experience in tank term water infrastructure replacement. design and rehabilitation, working with tanks ranging from 200,000 to 40 million gallons, Wastewater Engineering (Sanitary Sewer) including welded steel and AWWA D100 pre- GHD is currently designing two wastewater stressed concrete. For Orange County Parks, lift stations for the City of Huntington Beach: the GHD team designed a potable water storage the Davenport and McFadden Lift Station tank and production well at Caspers Wilderness replacements. Additionally, GHD has extensive Park. local experience in sewer improvement Internationally, GHD's southern California offices projects and studies, covering over 250 have designed two replacement reservoirs, one miles of collection system pipelines, sewer new booster pump station, and four pressure master plans, and developer-based capacity regulating facilities for the Guam Waterworks studies throughout Southern California. This Authority. The existing steel reservoirs required experience includes trenchless construction significant repairs and were replaced with a and rehabilitation methods and special system 1.0 MG pre-stressed concrete design. Due to facilities such as inverted siphons, air-jumpers, the topography, the zone served by one of the force mains, diversion structures, metering 1 reservoirs had customers with varying pressures. stations, and outfall structures. To mitigate the inability to relocate the reservoir, We bring a thorough understanding of evaluating a new booster pump station and pressure alternative alignments, considering factors such regulating station were designed to maintain as limiting sewer improvements, maximizing the pressures within the desired range. Hydraulic existing capacity of nearby sewers, utilities, analyses completed in InfoWater verified the constructability, cost, maintainability, value, storage volumes and requirements for the new traffic impacts, community impacts, other City pump station. construction activities in the project area, City pavement replacement requirements, and Page 11 GHD I Proposal I On-Call Civil Engineering Professional Consulting Services GHD utilizing existing atlas maps and as-built drawings Storm Drain Design for sewer, water, storm drain, and electrical Drainage design begins at the planning level, systems, along with the latest utility record where existing infrastructure is evaluated for maps from utility agencies. This provides our conveyance capacity and deficiencies. Actual engineers with extensive experience planning drainage projects are identified in a Master Plan new collection systems to support expanding of Drainage (MPD). GHD has assisted various communities and replacing or rehabilitating cities with feasibility studies to refine preliminary existing systems in dense urban areas. We design ideas and develop these preliminary develop innovative solutions for our clients ideas into actual projects. GHD's drainage team to address internal structural failures, as is adept at establishing multi-beneficial drainage demonstrated in the Orange County Sanitation projects worthy of grant funding awards. The District Project No. 7-66 Sunflower and Red Hill process by which GHD works with the City on Interceptor Repairs, and capacity deficiencies drainage projects, from planning to design and in the City of Anaheim's Harbor Boulevard, West implementation, brings a refreshing approach Street, Wakefield Avenue, and Eleanor Drive and innovative perspective to stormwater Sewer Improvement Project. capture and drainage design. Water Quality and Our Principal In Charge, Project Manager, and Low Impact Development Design GHD's water Task Managers are all NASSCO PACP and MACP quality professionals comprised of Qualified certified to evaluate CCTV inspections and Stormwater Pollution Prevention Plan Developer assess the condition of sewer pipelines and (QSDs), Qualified Storm Water Pollution Plan manholes. Leveraging our extensive evaluation Practitioners (QSPs), and Qualified Industrial experience from past projects, including the Stormwater Practitioners (QISPs) have in-depth Inland Empire Utilities Agency Haven Avenue experience designing, drafting, implementing, Regional Sewer System Repair and Long Beach and reviewing Storm Water Quality Management Water Department S-25 Lift Station Condition Plans (SWQMP), Stormwater Pollution Prevention Assessment, our team will provide the City Plans (SWPPP), and NPDES permit compliance with methods to correct any deficiencies (e.g., for public and private clients. point repairs, lining, or complete removal and replacement depending on condition). We are also capable of determining repair costs and prioritizing work. Wastewater Master Plan Update GHD has recently completed the Wastewater Master Plan update for Huntington Beach and other agencies in California. This comprehensive document evaluates the current condition of the community's wastewater collection and treatment systems, identifies potential issues, and outlines a strategic plan for future improvements. The plan includes necessary upgrades, expansions, and maintenance strategies to accommodate projected population growth and meet regulatory requirements while considering cost estimates and project prioritization. GHD I Proposal I On-Call Civil Engineering Professional Consulting Services Page 12 GHD 4 Methodology -i►The Power of Commitment GHD Methodology: Implementation Plan Methods, including controls and included. By doing so, they help identify Quality Assurance/Quality Control potential issues early on, allowing for adjustments that can save time and reduce costs during the Our Quality Control Manager Greg Watanabe, construction phase. This proactive approach not PE, will oversee and ensure the implementation only enhances the efficiency and feasibility of the of GHD's QA/QC process. Quality Assurance project but also ensures that the final outcome confirms project requirements are being met. aligns with the intended design and quality Tasks related to project quality, and documenting standards. the quality efforts are performed to foster continuous improvement and the successful Quality Assurance (QA) Certifications delivery of each work product. Quality is an Before each submittal, the QA Manager reviews integral part of our PMP, and each deliverable will the documentation prepared during each typically be reviewed at key design milestones (e.g. QC review. This ensures adherence to our 30%, 60%, 90% and Final). Our Technical Leads will DQMP, Scope of Work, and contract terms and work with their project delivery teams and City conditions. Only after this thorough examination staff to achieve the highest quality deliverables. does the QA Manager certify that each document is ready for submittal. Design Quality Management Plan (DQMP) Management Reviews For each task, a Customized DQMP will be The final step for all deliverables. The Project developed, incorporating a series of discipline- Manager and/ or Task Lead perform a final specific checklists to be utilized at every stage review of each submittal package to ensure it of the design process. This comprehensive is 100% complete, directions communicated plan will act as a definitive guide, ensuring that by the City and stakeholders via meetings and all subsequent quality reviews are conducted correspondence have been followed, and all systematically and consistently. prior comments have been dispositioned and Intra-discipline Reviews incorporated Each discipline involved in a task order will The final step for all deliverables involves a conduct a thorough Quality Control review before comprehensive review by the Task Manager. submission. This process will utilize a formal This review ensures that each submittal package checking and backchecking procedure, supported is 100% complete, adheres to the directions by a comprehensive set of pre-developed design communicated by the City and stakeholders review checklists. These measures are designed to through meetings and correspondence, and identify and rectify any discrepancies. incorporates all prior comments and feedback. Inter-discipline Reviews This process confirms that all requirements Each discipline will conduct a thorough QC review are met and that the deliverables are ready for of the plans, specifications, and other relevant submission. project documents prepared by other disciplines Document Control to ensure compatibility and coherence. GHD employs a robust document control system Constructability Reviews designed to make all project documents, including Constructability reviews play a crucial role in QC checks and comment responses, readily ensuring the successful execution of construction accessible for delivery to the City. This system is projects. These reviews examine the design structured to collect, categorize, and manage all contract documents to confirm that all necessary project documentation efficiently. Furthermore, project information is comprehensively described GHD is committed to adapting this system to align Page 14 GHD I Proposal I On-Call Civil Engineering Professional Consulting Services PmII GHD seamlessly with the City's specific requirements, Upon identification, we conduct a comprehensive ensuring a smooth and tailored document brainstorming session involving technical, management process. budgetary, and management professionals. This Schedule Control collaborative effort aims to devise solutions that The schedule, prepared as part of the PMP, will either eliminate the risk or mitigate its impact. By proactively managing risks, we strive to maintain integrate the work of all sub-consultants and include milestones, preparing and processing, project integrity and ensure successful delivery as well as in-house Quality Control and agency within the defined constraints. review. Once the detailed scope is established, Internal and External Stakeholders: our Project Manager will prepare a Critical Path Method (CPM) based schedule using MS Project. GHD recognizes the importance of building As work proceeds and progresses, the project support for projects as a proactive risk schedule will be closely monitored by the Project management strategy. This approach helps Manager. Potential schedule impacts will be maintain the goodwill and social license to operate tracked to assure timely adjustments are made to from the community the City serves. compensate as necessary to avoid actual impacts Engagement and Communications Practice to the schedule. If schedule recovery is required, GHD's Engagement and Communications practice we will look at different techniques and see which is built on the positive impact that high-quality ones can be applied to a particular situation to and professional engagement can have on recover the schedule. infrastructure projects. Our methodology includes: Cost Control • Stakeholder Analysis: Identifying and Our Task Managers will track costs and understanding the interests and concerns expenditures for each task using our advanced of both internal and external stakeholders. in-house cost-control tools and cost-estimating . Engagement Strategies and Plans: resources. Before issuing each invoice, the Task Developing tailored strategies and plans to Manager will review the project's progress to effectively engage stakeholders. ensure it aligns with the Project Management Plan (PMP). This review ensures that billing does not • Meeting Design and Coordination: exceed the estimated fees outlined in the PMP for Organizing and coordinating meetings to services rendered to date. facilitate productive discussions. Risk Management • Presentation and Visual Design: Creating Task Managers will oversee all risk management clear and engaging presentations and activities throughout their assigned project. The visual materials. process begins with identifying potential risks • Facilitation: Leading meetings with a focus during the development of the project approach on genuine openness and active listening. and continues to be revisited throughout the Key Practices project's lifecycle as part of ongoing project control. • Openness and Active Listening: All identified risks are documented in a Risk Demonstrating genuine openness and Register, where they are addressed and tracked actively listening during meetings with the to ensure they do not adversely affect the project community and elected officials. schedule or budget. If a risk cannot be completely • Validation and Documentation: Validating avoided, it is flagged as a potential impact to the and documenting stakeholders' concerns budget and/or schedule. to ensure they are addressed. Page 15 GHD I Proposal I On-Call Civil Engineering Professional Consulting Services GHD • Understanding Assumptions: Seeking to • Mural: A virtual whiteboard for media-rich understand the hidden assumptions and collaboration. beliefs behind stakeholders' concerns. Employing these methodologies and tools allows • Collaborative Solutions: Working with the City's project team to be well-supported technical professionals to develop and positioned as experts, fostering successful solutions that address stakeholders' stakeholder engagement and project outcomes. concerns. Other implementation strategies • Communication: Communicating solutions Managing Multiple Task Orders/ Project back to the public effectively Management Plan (PMP) Documenting and Implementing Findings To ensure adherence to the design schedule • Detailed Records: Keeping comprehensive and budget across multiple task orders, our records of all stakeholder interactions, Task Managers will develop a comprehensive including meeting minutes, feedback Project Management Plan (PMP) tailored for forms, and digital communications. each task order. This PMP will be shared with all team members and the City, providing a detailed • Analysis and Reporting: Analyzing the roadmap for the execution of each task order. collected data to identify common themes, concerns, and suggestions. Preparing The PMP will outline the roles and responsibilities detailed reports that summarize findings of each team member and include an independent and provide actionable insights. Quality Management Plan for each task. Additionally, it will feature a robust Communication • Action Plans: Developing action plans Plan to ensure efficient and effective based on the documented findings communication within the project team. to address stakeholder concerns and integrate their feedback into project In alignment with GHD's standard for collaboration, planning and execution. our Task Managers will coordinate closely with the City during the PMP development phase and • Follow-Up: Regularly updating stakeholders prior to its implementation. The PMP is designed to on the progress of implementing their be a dynamic, living document that is updated as feedback and demonstrating how their project needs evolve. input has influenced project decisions. We will employ additional tools to track action • Continuous Improvement: Using items and decisions to ensure on-time and on- stakeholder feedback to continuously budget delivery.We will provide early notification improve engagement strategies and of any potential changes to the contract scope, project outcomes. schedule, or budget, discussing the implications Tools and Platforms with the City and seeking approval before GHD utilizes various tools to enhance stakeholder implementing any changes. Furthermore, we engagement, including: will utilize Earned Value Management to monitor GHD's Proprietary Engage Platform: For planned versus actual costs, ensuring precise • creating immersive digital environments. tracking of project progress. • Social Pinpoint and Public Input: For providing information to the public and collecting feedback online. • Audio and Video Meeting Platforms: Such as MS Teams for virtual meetings. Page 16 GHD I Proposal I On-Call Civil Engineering Professional Consulting Services PI'M 1 GHDiiiimA Methodology: Client Satisfaction the client is always informed of our progress. Additionally, we will establish a robust feedback mechanism to promptly address any concerns or 75% ,, 90% � . changes requested by the client, ensuring their needs are met efficiently and effectively. ; aye Timely Delivery:We will plan and monitor each phase to achieve timely project milestones by To achieve client satisfaction and meet leveraging cutting-edge project management requirements, GHD will undertake the following tools and methodologies. By optimizing efforts. resource allocation and employing proactive risk Understanding Client Needs: We prioritize management strategies, we will work to prevent delays and seamless and efficient comprehensive initial consultations to gain a deep project execution. understanding of our clients' unique needs, goals, Technical Expertise:A team of highly skilled and expectations. This process involves engaging professionals with relevant expertise will assigned in detailed discussions and asking insightful to handle various aspects of each task. To ensure questions to uncover all relevant aspects of our team remains at the forefront of industry the project. Additionally, we conduct thorough advancements, we invest in continuous training requirement analyses to ensure we capture every and professional development. This commitment to detail necessary for success. By doing so, we can ongoing education enables us to stay abreast of the tailor our approach to meet and exceed client latest trends and technologies, ensuring that our expectations,fostering a strong foundation for a solutions are innovative, efficient, and cutting-edge. successful partnership. Sustainability and Compliance: Sustainable Effective Communication: We are committed practices will be incorporated into project execution to maintaining transparent and consistent to align with environmental and client goals. We will communication throughout the project. We will ensure all project activities comply with relevant provide regular updates via meetings, detailed laws, regulations, and industry standard. emails, and comprehensive reports to ensure We aspire to be the partner our clients rely on to achieve what matters most to them, their business, and the community in which they operate. Our Commitment begins with "Your Voice," our client feedback program. The program goes beyond listening, capturing the intricacy of client sentiment, and gathering meaningful and actionable feedback. It provides insights that enable us to deeply understand how our clients feel, think, and act. We want to do more than just listen; we want to deliver exceptional experiences by continually enhancing and adapting to meet our clients evolving needs. Nt rft LL ,4 f�j� (-41 1, iit Expertise Understanding Communication Timeliness client needs and responsiveness it 8.7 Standard of work Ease of working with us Innovative approach Likelihood to recommend Page 17 GHD I Proposal I On-Call Civil Engineering Professional Consulting Services P"'IR GHDimill Specific Tasks Re uired Methodology: p q GHD is committed to delivering efficient and to develop submittals that exceed successful projects for the City of Huntington expectations. Address City comments Beach, as we have done for many other and obtain approvals from all relevant municipal clients on similar potable water, stakeholders for each subsequent sanitary sewer, and stormwater projects. We submittal. utilize tools like MS Teams and Office 365 to • Bid Process and Construction Support: ensure seamless engagement and collaboration Provide technical support throughout with the City. The frequency of communication the bid process. Respond to RFIs from will be tailored to each project and established the contractor, review construction during the kickoff of each task order. Our submittals/shop drawings, and prepare project delivery approach includes the following record drawings based on revisions key elements: documented by the contractor after • Data Collection: Meet with City staff, construction. obtain relevant City data, perform • QA/QC Procedures: Implement internal field surveys, gather utility information, quality procedures throughout the conduct geotechnical investigations, and process, including extensive in-house execute a potholing plan. communication and reviews of schedule, • Project Base Map: Create a detailed budget, and product. An independent base map that accurately depicts all review by our construction inspection existing information, including verifying staff is also included. existing right-of-way and utility locations, As requested in the RFQ, a sample schedule which is crucial for the design process. for a design type task order is shown on the • Agency Coordination: Ensure close following page. coordination with other public agencies Tasks Required from City Staff: or utility owners. Prepare and submit associated permit applications on behalf • An assigned project manager will be the of the City. primary point of contact for the GHD project manager. • Planning and Condition Assessment: Conduct hydraulic modeling, GIS • Provide relevant background information mapping, land-use analyses, feasibility for projects, including as-built plans, studies, master planning, financial previous studies or reports, and planning, physical condition assessments, knowledge transfer from operations and alternatives evaluations, and provide maintenance staff. recommendations. • Perform submittal reviews and • Preliminary Design: Develop alternative participate in comment resolution concepts where appropriate. Present meetings with the GHD team. concepts and decision items to City staff before preparing the final PS&E. • Plans, Specifications, and Cost Estimate: Prepare and process bid documents with City staff at appropriate milestones. Leverage our familiarity with the City's standards and requirements Page 18 GHD I Proposal I On-Call Civil Engineering Professional Consulting Services GHD Sample ProjProject Schedule 'ID Task Task Name Duration Qtr 1,2025 Qtr 2,2025 Qtr 3,2025 Qtr 4,2025 Qtr 1,2026 Qtr 2,2026 Qtr 3r 2026 Qtr 4,2026 0 Mode Jan I Feb Mar Aar May I Jun Jul I Aug I Seo Oct I Nov I Dec Jan I Feb I Mar Apr May I Jun Jul !Aug I Sep Oct I Nov 1 n Solicitation Phase 35 days I-1 2 City Issues Task Order Request 0 days t4/14 3 Consultants Prepares Response 15 days rta 4 City Selects Consultant 20 days 5 Design Phase 201 days r i 6 "4 NTP 0 days '5/30 7 n Kick off meeting 1 day I. 8 n Information review 10 daysilill 9 In Field Investigations 20 days 10 Draft PDR 40 days 11 n City Review 10 days 12 Final PDR 10 days 13 60%PS&E 20 days 14 n City Review 10 days 15 90%PS&E 15 days 16 City Review 10 days 17 n Final PS&E 10 days 18 n Bid Support 60 days 19 'n Construction Phase 150 days i 20 City Awards Const Contract 0 days /9 21 n Construction NTP 0 days 3/30 22 n Construction Support 120 days 23 n Prepare As-built Plans 10 days ill- 24 '4 Close out Project 5 days 1' Task Inactive Summary External Tasks Split „.„„.„.„",.,...... Manual Task I I External Milestone 4 Milestone ♦ Duration-only Deadline Project:HB On-Call Schedule Date:Tue 3/4/25 Summary I1 Manual Summary Rollup : _ Progress s " Project Summary I I Manual Summary I • Manual Progress Inactive Task Start-only C. Inactive Milestone Finish-only .1 Page 19 GHD INA Staffing -The Power of Commitment PmII GHDWiwi Staffing g Our team members have been carefully selected to meet the requirements to achieve the City's vision. Leading this effort is Contract Manager Tim Joyce, PE, PACP, MACP, LACP, who is local to Huntington Beach. He will take on the role of providing the best solutions to the City. Tim will be the primary point of contact, supported by a team of highly skilled professionals. Our team of highly qualified sub-consultants, that are also familiar with the City of Huntington Beach and GHD on past projects, has been selected to meet the specific needs of this contract: AESCO for geotechnical engineering, Calvada for surveying, C Below for potholing. These firms have consistently demonstrated their expertise and reliability through successful collaborations with us on both previous and ongoing projects, including notable work for the City of Huntington Beach. Their proven track record ensures that we can deliver exceptional results for this contract. The resumes of key team members provided in the following pages highlight the multidisciplinary professionals within our team and identify the project roles and responsibilities assigned to them. City of Huntington Beach = KEY STAFF Public Works Department Principal-in-Charge Contract Manager/Task Order Manager Quality Control Manager Casey Raines, Tim Joyce, Greg Watanabe, 0 PE, PACP, MACP 4k PE, PACP, MACP, LACP PE, DBIA, PACP, MACP Iiik Task Manager Task Manager 4k Task Manager Ulysses Fandino, PE, PACP lik. Allie Syiem, PE, ME Nathan Kierstiens, PE, QSD PROJECT RESOURCES Tunneling i l En ineer/I&C SCADA Craig Camp Electrical g Mehdi Mardi, EE Frank Kling Corrosion Engineer Structural Engineer Permitting Jeff Knauer, PE, ME, Gonzalo Roberts-Cervantes, PE Andy Leung, PACP, MACP NACE CP Specialist Drainage Desi n/WQMP Hydraulic Modeling HEC-RAS/Stormwater g g Adam Fischer, PE Master Plan Nathan Towlerton, PE, Nathan Towlerton QSD/QSP Asset Management and Financial Planning Construction Support Potable and Wastewater Hector Ruiz, E Andy Leung, PACP, MACP Master Planning Chris Brothers, PE Site/Civil/Pumps Cost Estimating Pedro Alvarez, PE, PACP Steve Ferrero, PE Mechanical Engineer/HVAC Terry Wong, PE, LEED AP Traffic Hydrogeology/Wells Byung Lee, PE, TE Ryan Crawford, PG, QSD Subconsultants Geotechnical Survey Potholing AESCO Calvada C Below Page 21 Wm! GHD 1 lk.A 1 Timothy Joyce . 1N a Casey Raines PE, PACP, MACP, LACP � 'a PE, PACP, MACP �`` 4-.. �.' Contract Manager : ,. Principal-in-Charge u v - , BS, Civil Engineering, ''i BS, Civil Engineering, California University of Connecticut y r' , '. State Polytechnic ,_,Ar �' #, University 1 Civil Engineer, CA #51596 Civil Engineer, CA #76713 Relevant experience Relevant experience City-Wide Water Facilities Assessment City of Huntington Beach 2022 Sewer Master Plan Project Manager Update City of Huntington Beach I Huntington Beach, CA Project Manager Project Manager evaluating the City's water facilities, City of Huntington Beach I Huntington Beach,CA including booster pump stations, pressure regulating The Sewer Master Plan Update aims to revise the 2003 stations, storage reservoirs, and potable water plan to address current demands,future growth, system wells. Tasks include defining assets, developing repairs, and emergencies.A dynamic model in InfoWorks an inventory, establishing asset hierarchy and attributes, creating condition assessment scoring ICM was calibrated using data from 18 monitoring sites. and remaining useful life methodology, developing a To assess peak wet weather response,flow monitoring digital tool, and conducting condition assessments. was conducted over 12 weeks starting in early winter. The results will inform a 5-year Capital Improvement Based on the capacity evaluation, a capital improvement Plan for the City's water infrastructure program was developed for short-term and long-term Davenport Lift Station needs, prioritizing projects to meet service objectives and Project Manager development deadlines. City of Huntington Beach I Huntington Beach, CA McFadden Sewer Lift Station Replacement Project Manager to replace its existing Davenport Project Manager Sewer Lift Station. The existing lift station will be City of Huntington Beach I Huntington Beach,CA replaced with a new duplex submersible pump lift Originally built in 1962. Project Manager for installing station with a separate valve vault and magnetic a new duplex submersible lift station with a separate flow meter in accordance with the City's Sewer Lift Station design Manual. valve vault, magnetic flow meter, and on-site emergency generator. The force main replacement McFadden Lift Station included 120 feet of four-inch PVC and 1,100 feet of Senior Engineer eight-inch gravity section. The lift station was located City of Huntington Beach I Huntington Beach, CA in a community park with appropriate screening and a Senior Engineer for installing a new duplex CMU block wall enclosure for the generator. submersible lift station with a separate valve vault, magnetic flow meter, and on-site emergency Water Well No. 1 Replacement generator. The force main replacement included Project Engineer 120 feet of four-inch PVC and 1,100 feet of eight- City of Huntington Beach I Huntington Beach,CA inch gravity section. The lift station was located in a Project Engineer for constructing a replacement water community park with appropriate screening and a well facility. The original well was decommissioned CMU block wall enclosure for the generator. due to low yield. The project included demolishing Eastern Trunk Sewer Manhole Rehabilitation the existing well and associated structures. The new Manhole wellhead is housed in a CMU building designed to Assessment Lead blend into the neighborhood, with separate rooms City of Oxnard I Oxnard, CA for chemical injection equipment, storage containers, Manhole Assessment Lead for a project that electrical and instrumentation equipment, water evaluated approximately 170 manholes. Level 1 sampling analyzers, an emergency generator, and NASSCO MACP inspections were completed at each manhole and rehabilitation strategies were designed security equipment. The new well discharge piping is for each. The project also included sewage bypass 305 feet of 12-inch PVC. and traffic control design. P"01 GHD howl Greg Watanabe , Ulysses Fandino PE, DBIA, PACP, MACP ,.f- ':,,A4 PE, PACP � Quality Control Manager `N " ` "" 'e Task Manager MS, Civil Engineering, California / `` _, BS, Civil Engineering g g, California State Polytechnic State University University 4 BS, Civil Engineering, California State Polytechnic University Civil Engineer, CA #67618 Civil Engineer, CA #64558 Relevant experience Relevant experience Water Well No.1 Replacement Water Well No. 1 Replacement Project Manager Project Engineer City of Huntington Beach I Huntington Beach,CA City of Huntington Beach I Huntington Beach,CA Managed the design and construction of a replacement Project Engineer for the construction of a replacement water well facility for the City of Huntington Beach. water well facility for the City of Huntington Beach. The original well was decommissioned due to low yield The original well was decommissioned due to low yield and the construction plans included the demolition and the construction plans included the demolition of of the existing well and associated piping,equipment the existing well and associated piping,equipment and and structures.The replacement wellhead is contained structures.The replacement wellhead is contained in a in a new CMU building designed to blend into the new CMU building designed to blend into the surrounding surrounding residential neighborhood.The new residential neighborhood.The new building included building included separate rooms to house chemical separate rooms to house chemical injection equipment injection equipment and storage containers for liquid and storage containers for liquid chlorine and fluoride, chlorine and fluoride,electrical and instrumentation electrical and instrumentation equipment,water sampling equipment,water sampling analyzers, natural gas/ analyzers, natural gas/liquid petroleum gas fueled liquid petroleum gas fueled emergency generator,and emergency generator, and security equipment.The new security equipment.The new well discharge piping is well discharge piping is approximately 305 LF of 12-inch approximately 305 linear feet of 12-inch PVC. PVC. McFadden Sewer Lift Station Replacement Anaheim Citywide Sanitary Sewers Improvement Project Director Program Groups 1-5 City of Huntington Beach I Huntington Beach,CA Project Engineer Directed the design of the replacement of an existing City of Anaheim Public Works Department I Anaheim,CA sewer lift station and force main.The new lift station Completed the final design plans, specifications, and design includes a duplex submersible pumping system engineer's construction cost estimates for 11 separate with 15 hp pumps capable of producing 120 gpm design packages of replacement 10-to 27-inch VCP housed in a single wet well and a separate adjacent gravity sewers within the City of Anaheim. The design valve vault structure.Other design features include a of replacement sewers included analysis of alternative new 12-inch C900 PVC force main and flow meter. alignments, implementing trenchless technology Anaheim On-Call Professional Services (microtunneling and bore-and-jack methods), new right of way acquisition, and positioning new sewers close to Project Director City og Anaheim I Anaheim,CA existing utilities. Greg served as the Project Director,overseeing Huntington Beach McFadden Lift Station compliance with NPDES and Sewer WDR regulations Replacement and implementing the capital improvement program Senior Engineer (CIP). GHD provided engineering services,including City of Huntington Beach I Huntington Beach,CA planning, hydrology,hydraulics,design,waste Senior Engineer for the the design of the replacement management,grant applications,and water quality of an existing sewer lift station and force main.The new compliance.Additionally,GHD offered technical and lift station design includes a duplex submersible pumping engineering support for NPDES and Sewer WDR system with 15 hp pumps capable of producing 120 gpm activities and assisted the City of Anaheim with their housed in a single wet well and a separate adjacent valve CIP implementation. vault structure.Other design features include a new 12- inch C900 PVC force main and flow meter. Wig GHD kiwi Allie Syiem Nathan KierstiensPE, ME PE, QSD r Task Manager .elTask Manager �, �, BS, Civil-Environmental Clw- BS Mechanical Engineering, 1� ~, 'j ' �- Engineering, USC 1 ` % s California Baptist University q: , t �� is ,.` Civil Engineer, CA #89090 Civil Engineer, CA #68486 Mechanical Engineer, CA #39341 QSD/P, #23488 Relevant experience Relevant experience Lift Station No. 1 Replacement Mission Springs Water District AD-12 Service Project Engineer, Mechanical and Civil Engineer Areas M, F, J, D1, and D2 Sewer Rainbow Municipal Water District I Bonsai!,CA Design Lead Design and construction of 1,200 gpm wastewater MSWD/ACOE I Mission Springs,CA lift station within close proximity to residential and Lead Designer of twelve miles of new 8-inch gravity commercial developments, including odor control; sewer using AutoCAD Civil 3D, utility research, base 0.5 MG equalization basin; and upgrade of existing files, plan and profiles, and hydraulics. Verification of gravity sewer system. Coordinated inter-disciplinary hydraulics for 2,600 linear feet of 21/24-inch gravity team for the successful development of contract sewer. documents and Engineer of Record for civil and 1-15/1-215 Interchange Waterline Relocation mechanical design documents. Improvements (Devore) Design Build Project r Run Lift Station Engineer Orchard Projectg Project Engineer, Mechanical Engineer Caltrans I Devore/San Bernardino, CA Valley Center Municipal Water District I Valley Design of 9,000 LF of new 20-inch waterline along Center,CA Cajon Boulevard for San Bernardino Municipal Water Design and construction of 340 gallons per District (SBMWD), including plan and profile and minute (gpm) wastewater pumping station with detail sheets. The 14-page plan set is part of the 20,000-gallon emergency storage basin and carbon overall utility plan set for the 1-15/1-215 Interchange adsorber to serve new residential development. Project. Design of 1,500 LF of new 12-inch waterline Organized and coordinated among the Client, on Devore Road, and 1,500 LF of 8-inch waterline Developer, and project team for the successful along Cajon Boulevard and Cajon Court for Devore design execution and Engineer of Record of Water Company (DWC), including plan and profile mechanical design. and detail sheets. The 12-inch Devore Road waterline East County Advanced Water Purification plans include coordination work for the Devore Bridge Program - Water Treatment Plant Preliminary overpass. The 13-page plan set is part of the 1-15/I-215 Design utility plan set. Mechanical Engineer Canterbury Elementary School Plumbing Padre Dam Municipal Water District I Santee, CA Improvements Preliminary design of new 11.5 MGD advanced water Design Lead purification facility used for indirect potable reuse. PCH Architects/LAUSD I Arleta,CA Responsible for design of the microfiltration feed, Delivery of 60/90/Final PSE drawings for Water, sewer, reverse osmosis transfer, product water, and plant irrigation and pavement improvements, over 11/2 miles water pumping stations, coordinated the design of of piping improvements and new trash enclosure. the microfiltration and reverse osmosis systems Coordination with architect, plumbing engineer, LAUSD with subconsultants, developed the site layout, and manager. finalized the hydraulic profile. GHD 4 Qualifications 4 The Power of Commitment Pm1 GHDilA - Firm Ex erience Qualifications p GHD is a leading global professional services environmental changes. With 65 years of experience company specializing in water, environment, in California, our team excels in planning, regulatory energy and resources, property and buildings, coordination, permitting, design, and construction. and transportation sectors. We offer consulting, We work closely with engineering and operations engineering, environmental, and construction personnel and community stakeholders to minimize services to create lasting community benefits. As downtime and increase public acceptance. an employee-owned company with over 95 years GHD is committed to improving safety, enhancing of experience, GHD values diversity in thought, mobility, and fostering a healthy environment for background, and experience. the community. Our Sustainability Policy guides the Since 1951, integration of social,economic, and environmental GHD has considerations into our core business practices. •Eureka •Redoing Legend positively As a member of the World Business Council for •GHD Offices impacted Sustainable Development, GHD operates under communities a Practice Quality Management System (ISO •Santa Rosa• Sacramento in southern 9001:2015) and an Environmental Management •.. o Qrd California, System (ISO 14001:2015), both of which are San Francisco workingby LloydsRegister Re ister Quality Assurance. •Fresno collaboratively with GHD AT A GLANCE San Luis Obispo• municipalities Los Angeles ch O u i5encies. 96+ yGnm, in operation Long Beach••Tustin o o-ma� San Diego• California office 135+ ©OO un i1prG served locations, 160+ o1a©Gt worldwide including Los Angeles, Long Beach,Tustin, Irvine, and San Diego, reflect our strong local presence 1.9©USD FiGWGRUIG 2024 and history of success in the region. At the forefront of the water industry, GHD 5 global mcwikoft delivers sustainable water solutions worldwide.We 120 PQQo I0 0G assist water, stormwater, wastewater utilities, city 4,5+ �C�pdUC�C� lines departments, and other water service providers in optimizing infrastructure and adapting to Southern California On-Call Con racts e.h • Casitas Municipal Water • LA County Sanitation • City of Anaheim • Orange County District District Water Replenishment Sanitation District •• City of Pasadena • Central Basin Municipal District • City of Irvine • City of Beverly Hills Water District • Long Beach Water • City of Huntington Los Angeles County • City of Whittier Department Beach Public Works • Inland Empire Utilities • City of Signal Hill • City of Oceanside • LA Bureau of Engineering Agency • City of Long Beach • City of Carlsbad • • LA County Metropolitan LAWA • Port of Long Beach • Port of San Diego Transportation Authority • City of Downey/Pico • Eastern Municipal Water • City of San Diego • LA Dept.of Rivera District • Transportation • City of Moreno Valley Jurupa Community • Orange County Public Services District • CalTrans District 7,LA • City of Manhattan Beach Works • City of Ontario • City of Santa Monica • City of Hermosa Beach • City of Seal Beach • City of Culver • City of Corona Page 26 PI".111 GHD Qualifications - Project Experience Huntington Beach Water Facilities Assessment � r g GHD was selected by the City of Huntington Beach to perform an assessment of all the City's water facilities. Facilities in the assessment include four Booster Pump \ Stations, two Pressure Regulating Stations, four Storage Reservoirs, and nince Potable ` '��+ 'e Sta o g g g '�`� . Water Wells. Components of the project include defining an asset; developing the .' f m asset inventory; defining the asset hierarchy and attributes; developing condition 1, , . assessment scoring and remaining useful life methodology; developing a digital tool; and preforming the field/desktop condition assessment. The results of the assessments will be used to develop a 5-year Capital Improvement Plan for the City's major water infrastructure. Client: City of Huntington Beach Dates: October 2024- Ongoing Reference: Lili Hernandez, PE, 714.374.5386, Ihernandez@surfcity-hb.org Key Team Members:Tim Joyce (Project Manager), Hector Ruiz(Asset Management and Financial Planning), Casey Raines (role), Ryan Crawford (Hydrogeology/Wells), Mehdi Mardi (Electrical Engineer), Gonzalo Roberts-Cervantes (Structural Engineer) Huntington Beach Davenport Lift Station . GHD is providing engineering services to the City of Huntington Beach to replace their existing Davenport Sewer Lift Station. The existing lift station, constructed in 1963, is located on Davenport Drive east of Baruna Lane. The lift station collects R wastewater flows from Davenport Island and predominantly consists of low density`, residential along with a community park. The new lift station will be located on the eastern side of Booster Park near the intersection of Baruna Lane and Davenport Drive. The existing lift station will be replaced with a new duplex submersible pump lift station with a separate valve vault and magnetic flow meter in accordance with the City's 2001 Sewer Lift Station design Manual. Each submersible pump is designed to pump 200 gallons per minute at a total design head of 24.4 feet. New 8-inch VCP gravity sewer inlet pipe and 4-inch PVC force main outlet pipe are also being constructed. The project also includes a visually screened 30KW natural gas back-up generator in Booster Park. Client: City of Huntington Beach Dates:September 2021-Ongoing Reference: Lili Hernandez, PE,714.374.5386,Ihernandez@surfcity-hb.org Key Team Members: Timothy Joyce (Project Manager), Casey Raines (QAQC),Andy Leung (Staff Engineer), Pedro Alvarez (Project Engineer) Eastern Trunk Sewer Manhole Rehabilitation The project involved assessing and designing the rehabilitation of manholes along the Eastern Trunk Sewer, which spans approximately 9 miles. Level 1 inspections were conducted on 163 manholes using the National Association of Sewer Service Companies (NASSCO) Manhole Assessment and Certification Program (MACP) protocols to evaluate their overall condition. Field observations were compiled and analyzed to identify rehabilitation needs for each manhole. Recommendations addressed defects in the cover, frame, chimney, cone, walls, bench, and channel. Specific tasks included preparing a condition assessment report and developing contract bid documents. Client: City of Oxnard Public Works Dates: 2021-Ongoing Reference: Jorge Espinoza, 805.200.5415,jorge.espinoza@oxnard.org Key Team Members: Casey Raines (Project Manager), Tim Joyce, (Assessment Lead),Allie $yiem (Senior Engineer) Page 27 GHD I Proposal I On-Call Civil Engineering Professional Consulting Services WIR 1 GHD WINA Huntington Beach McFadden Lift Station a qq t je j•;-' ," _ , ' .k 3 j Replacement - :f•,? , - ..., GHD is providing engineering services to the City of ,, t t r , St , . Huntington Beach to replace their existing McFadden Sewer . ' ' w ' , ;e 1-1 I Lift Station. The existing lift station will be replaced with a 7 '~ It `r 31. '7\7 new duplex submersible pump lift station with a separate valve vault and magnetic flow meter. To shorten the existing 1,130 linear foot (LF) force main, a new 8-inch gravity sewer will be designed and constructed along McFadden Avenue. A new shorter 6-inch force main will be constructed in Dawson Lane where it will discharge into the new gravity sewer located in McFadden Avenue. Along the existing 8-inch VCP gravity sewer in Dawson Lane, an 8-inch gravity sewer will be designed and constructed to divert the flows to the new wet well. Client: City of Huntington Beach Dates: July 2020 - Ongoing Reference: Lili Hernandez, PE, 714.374.5386, Iernandez@surfcity-hb.org Key Team Members: Casey Raines (Project Manager), Greg Watanabe (Project Director), Ulysses Fandino (Senior Engineer), Tim Joyce (Senior Engineer), Andy Leung (Staff Engineer), Mehdi Mardi (Electrical Engineer) Sewer Master Plan Update The Sewer Master Plan (SMP) is essential for aligning the current system with ongoing operations, rehabilitation, and maintenance. It ensures compliance with state laws and the 2022 Sewer System Management Plan (SSMP) update. Huntington Beach contracted GHD to update the SMP, last completed in 2003. The study area includes Huntington Beach and parts of Westminster, Seal Beach, Newport Beach, and Fountain Valley. The population has grown from 11,000 in 1960 to over 200,000 in 2023 due to commercial and industrial development. The SMP will guide the City in planning and maintaining its sewer assets. A dynamic hydraulic sewer model was developed to create a 10-year Capital Improvement Plan (CIP) addressing capacity deficiencies in gravity sewers, lift stations, and force mains. The system includes 360 miles of sewer, 27 lift stations, and 3 miles of force mains, with wastewater treatment provided by the Orange County Sanitation District (OCSan). Future development will not significantly impact capacity. However, there are capacity deficiencies during peak wet weather events. To address these, GHD proposed 16 sewer capacity upsize projects. Lift station assessments and hydraulic modeling also informed CIP recommendations. The SMP report will guide improvements to the City's sanitary sewer system to accommodate current and future development and support the City in continuing to provide high service to its customers. The City will use the project results, in conjunction with other planning and investigative efforts, to prioritize areas of the sanitary sewer system for replacement and rehabilitation work. Client: City of Huntington Beach Dates: 2022-ongoing Reference: Lili Hernandez, PE, 714.374.5386, Ihernandez@surfcity-hb.org Key Team Members: Adam Fisher (Modeling Engineer), Chris Brothers (Lead Hydraulic Modeler, Technical Lead) Page 28 GHD I Proposal I On-Call Civil Engineering Professional Consulting Services Pmul GHD 1.11 Anaheim On-Call Professional Consulting and Engineering Services Compliance with NPDES and Sewer WDR regulations as well as implementation of the capital improvement program (CIP). GHD provided engineering services to support planning, hydrology, hydraulics, design, waste management, grant application, and water quality compliance. Specific task orders provided related to NPDES and sewer WDR include: • Stormwater Credit Program • Boysen Park BMP Facility Feasibility • Modjeska Park Regional Stormwater Study and Preliminary Design Capture BMP • Biochar Stormwater BMP Development • La Palma Avenue and Richfield Road • Stormwater and Sanitary Sewer Fee Storm Drain Improvements Feasibility Study Study and Final Design • Stormwater Monitoring and • City of Anaheim State College Groundwater Recharge Assessment Boulevard Sewer - Retrofit Regional Report BMP • Annual Grant Compliance Monitoring and Reporting for Modjeska and La GHD also provided technical and engineering services for NPDES and Sewer WDR support activities as well as supported the City of Anaheim with implementation of their CIP. Specific Task orders developed to support the CIP included: • Alley Sanitary Sewer Improvement • 1000 N Kraemer Sewer Analysis Program • Walnut Street and Cerritos Avenue Sewer • Knollwood Sewer Study Improvement • Beach Boulevard Specific Plan Sewer • Alomar Avenue and Loara Street Sewer Analysis Improvements Client: City of Anaheim Dates: 2016 - Ongoing Reference: Keith Linker, 714.765.4141, klinker@anaheim.net Key Team Members: Casey Raines (Senior Engineer), Greg Watanabe (Project Director), Ulysses Fandino (Project Manager) Long Beach Utilities Department (LBUD) On-Call Engineering Services GHD is providing engineering design and construction support services for potable, recycled, and sewer projects on an as-needed basis. We have held the one-year term contracts since 2017 and renewed each year with LBUD The types of projects under this on-call pertain to potable water, recycled water, and sewer system facilities, such as pipeline assessment and design, pump analysis, sewer system capacity studies, and other miscellaneous services. Client: Long Beach Utilities Department Dates: 2017 - Ongoing Reference: Robert Verceles, 562.570.2337, robert.verceles@Ibwater.org Key Team Members: Casey Raines (Project Manger) Page 29 GHD I Proposal I On-Call Civil Engineering Professional Consulting Services PPR GHDibil Qualifications: Subconsultants Survey Calvada Surveying, Inc. is a Disabled Veteran and Minority Disadvantaged- ��`V��� Owned land surveying firm established in 1989, with a strong presence across the Western U.S. Our clients trust us for our expertise, professionalism, SURVEYING, INC. and commitment to exceptional customer service, supported by the latest technology. Knowledge &Competence: Effective communication, coordination, and adherence to timelines are essential in executing our projects. Our management team maintains daily communication with prime contractor's project managers, ensuring seamless access to survey areas and minimizing costs and project durations. Regular collaboration ensures all commitments are met on schedule and to the highest standard. Organizational Capacity: We pride ourselves on pioneering advanced land surveying technology while maintaining a strong, family-oriented company culture. Our Corona headquarters houses 48 professionals, including six licensed Professional Land Surveyors and twelve fully equipped two-person field crews. Familiarity, Knowledge, and Experience: We leverage the latest technology to deliver superior customer service and technical expertise, ensuring timely, accurate results to keep your project on schedule and within budget. Extensive Experience Across California: Since 1989, we have provided land surveying services throughout California, partnering with leading firms. Our integration of Civil 3D ensures efficient digital data transfer, saving time and costs. Our ability to deploy field personnel on short notice enables us to meet stringent deadlines and deliver critical data for successful project execution. Geotechnical Engineering Potholing AESCO, a woman-owned corporation Our highly , A based in Huntington Beach, California, BELow experienced has been operating since 1993. With =- SUBSURFACE IMAGING technicians use i45 employees, AESCO is certified as AnRMACoripngy advanced equipme SBE,WBE, and CBE. Their laboratory to locate underground utilities such as gas, AESCO holds certifications from DSA, Caltrans, power,waste, communications, and cable/TV AASHTO/CCRL, and the City of Los We employ various methods including GPR, Angeles. AESCO specializes in QA/QC construction CCTV, utility locators, electromagnetic locators materials testing, inspection, and geotechnical and potholing. Accurate information is crucial engineering for various clients, including numerous cities to prevent costly delays from unforeseen + and transportation authorities. hazards.We provide information in formats like Geotechnical Engineering Capabilities: pull box or electrical reports, potholing reports, - underground mapping, 3D modeling, CAD,, x. • Foundation and • Expansive/collapsing drawings, or surface markings. pavement design son �, • Settlement problems • Underpinning and special 1 ounded in 2009, C Below has been in the Compaction monitoring foundations futility locating business for fourteen years • and testing • Construction dewatering Our corporate office is in Corona, CA, allowing 1 • Shallow and deepened and drainage us to mobilize quickly throughout Central foundations • Pipelines and utilitie [and Southern California. We have over eighty `'! • Pressure injected • Liquefaction analyses employees, including sixty-six technicians, y `? footings • Fault evaluation : a sales department, a Project Engineer, a • Earth retaining structures . ,' "surveyor, and a CAD technician. We maintain a •. ._ • Landslid- .n-I si „an• , hands-on approach by using the most accurate control ,echnology available. '' IF Page 30 GHD I Proposal I On-Call Civil Engineering Professional Consulting Service References of Work Performed Form (List 5 Local References) Comany Name:GHD, Inc 1. Name of Reference: City of Huntington Beach Address: 2000 Main Street, Huntington Beach, CA 92648 Lili Hernandez Phone Number: 714.374.5386 Contact Name: Email: Iernandez@surfcity-hb.org Dates of Business: 2016-Ongoing 2. Name of Reference: City Of Westminster Address: 8200 Westminster Blvd., Westminster, CA 92683 Contact Name: Tuan Pham Phone Number: 714.548.3456 Email: tpham@westminster-ca.gov Dates of Business: 2017-ongoing Project: Ward Street Waterline Relocation 3. Name of Reference: Los Angeles County Sanitation District Address: 1955 Workman Mill Rd. Whittier, California 90601 Contact Name: Derek Zondervan Phone Number: 562.908.4288 x 2107 Email: dzondervan@lacsd.org Dates of Business: 2022-ongoing 4. Name of Reference: City Of Culver City Address: 9770 Culver Blvd. Culver City, California 90232 Contact Name: Mate Gaspar Phone Number: 310.253.5602 Email: mate.gaspar@culvercity.org Dates of Business: 2017-ongoing 5. Name of Reference: Long Beach Water Department Address: 1800 E. Wardlow Rd. Long Beach, California 90807 Contact Name: Robert Verceles Phone Number: 562.570.2337 Email: robert.verceles@Ibwater.org Page 31 Dates of Business: 2017-ongoing GHD - > Appendix 4 The Power of Commitment GHD Craig Camp Jeff Knauer PE, ME, NACE CP SPECIALIST Tunneling bE �, ' . Corrosion Engineer BS, MiningEngineering, ��� g g� � ;c ,, University of Idaho t MS, Mechanical Engineering, U ?' Y 0,1 � "� �� f University of California, San Diego 1/4 BS, Mechanical Engineering, University of California, LA Civil Engineer, CA#68329, WA#50938, HI #15589 experience Relevantp Mechanical Engineer, CA#31977, WA#50938, West Orange County Water Board Feeder Certification, National Association of Corrosion Engineers Number 2 Cathodic Protection Specialist #9181, Trenchless Expert City of Huntington Beach I Huntington Beach, CA Relevant experience Served as Trenchless Expert for Orange County Water P1-102 Plant 1 Upgrade Board's replacement of Feeder#2. Reviewed the Corrosion Control Design Team Leader alignment and alternatives, geotechnical information, gFountain shaft, and pipeline design and provided comments Orange County Sanitation District Valley, regarding trenchless method, constructability, cost, CA and schedule. Project included a single undercrossing Served as Corrosion Control Design Team Leader for of 1-405, a Caltrans right of way within Orange County, Orange County Sanitation District as part of $170 million part of the Los Angeles Metropolitan Area. Secondary Activated Sludge Facility 2 at Plant No. 1. San Juan Creek 30-inch ETM Replacement Mission Bay Force Main Relocation Project Corrosion Engineer San Francisco Public Utilities Commission I San Tunneling Manager Francisco, Orange County Public Works I Orange County,CA, CA Owner's third party reviewer and inspection during The project included galvanic cathodic protection design construction of Moulton Niguel Water District's for both 66-inch dielectrically coated welded steel pipe Effluent Transmission Main (ETM) replacement. and 66-inch reinforced concrete cylinder pipe portions of Provided review of contractor's submittals and the relocated force main microtunneling equipment inspection. Project San Ramon Valley Transmission Improvements included design and construction of 2- 50-foot deep Projects water tight shafts, microtunneling under two flood Corrosion Engineer control levies, one on either side of San Juan Creek, East Bay Municipal Utility District I Oakland, CA and under San Juan Creek for approximately 280 feet. Served as Corrosion Engineer for San Ramon Valley P-946 Sewer Transmission Improvements Projects' cathodic protection Trenchless Expert system design. The project included impressed current City of Culver City Culver City, CA cathodic protection design for several miles of 69-inch Reviewed the trenchless design for new trunk sewers water transmission pipeline. consolidating five local pumping stations into a Rohnert Park Sewer Pond Rehabilitation regional facility. Designed approximately 11,500 feet Senior Corrosion Engineer of 8-inch to 15-inch trunk sewers. To mitigate shallow City of Rohnert Park I Rohnert Park,CA groundwater impacts, 4,500 feet were installed Served as Senior Corrosion Engineer for the study and using horizontal auger boring and microtunneling. development of conceptual design improvements for a Coordinated and reviewed designs for segments reinforced concrete sewer pond. crossing beneath 1-405 and SR 90 freeways and bridges. Pmq GHD WINA Nathan Towlerton Chris Brothers PE, QSD/P, QISP , _, PE Drainage Design/WQMP, t= , 9 ' 0 Potable and Wastewater HEC-RAS/Stormwater Master Planning � � Master Plan Lt*���� �P"Agf�` �� � •,�� MS, Civil and Environmental ,. 'It,,. r BS, Chemical Engineering Engineering, Ohio University (Environmental Process), Civil Engineer, CA #68725 Oregon State University Civil Engineer, CA #81643 Relevant experience Relevant experience Hall Park Detention Basin City of Huntington Beach Sewer Master Plan Update Technical Design Lead Lead Hydraulic Modeler,Technical Lead Town of Windsor I Windsor,CA City of Huntington Beach I Huntington Beach Served as Technical Design Lead for flood mitigation Managed the build,validation,and calibration of an all- project that converted an existing single-use pipes dynamic model using Innovyze's InfoWorks ICM residential park into a multi-use detention basin and 2023. Calibrated the model with 24 flow meters for dry park.The primary goal of the project was to detain and wet weather conditions. Integrated the City model peak flows to mitigate flooding at a downstream with the Orange County Sanitation District model for intersection pone to frequent flooding. Key elements accurate hydraulic capacity assessment. Conducted of the project included a diversion system, headwall, visual assessments of 29 sewer lift stations. Developed and do low impact development features for water quality, annin alSeweg r level cost Planestimates Update Report cumented findings in and a unique underdrain system to provide adequate drawdown and provide year-round use of the park. Long Beach Water Department(LBWD)Sanitary Sewer 1 Dana Point Master Plan of Drainage Update Master Plan Update Manager Lead Hydraulic Modeler,Technical Lead Projectg LBWD I Long Beach,CA City of Dana Point I Dana Point,CA Served as Lead Hydraulic Modeler to expand the 2013 Managed update of city-wide Master Plan of Drainage. hydraulic model in Innovyze's InfoSWMM software, The project used the Rational Method module of including all sewer mains for near-term development the Hydrowin 2014 software program to identify areas. Led calibration of the expanded model using 60 storm drain deficiencies and propose corrective temporary flow meters for dry weather flow conditions. improvements.The effort included hydrology/ Key tasks included visual assessment of 33 sewer lift hydraulic analysis of the City's system for the 10-, stations, system evaluation with updated flows,and staff 25-, and 100-yr storm events, identification of priority training. Developed planning level cost estimates for capital improvement projects,and cost estimating of recommended projects, documented in a Sewer Master those projects. Plan Update Report. Villa Metro Development District No.2 Sanitary Sewer Master Plan Stormwater Design Engineer Project Manager,Technical Lead Villa Metro I Santa Clarita,CA Sanitary Sewer District No.2 I Corte Madera,CA Performed hydraulic analysis and design of large- Project Manager and Technical Lead for a condition scale underground infiltration gallery for single- assessment program covering 43 miles of gravity family development. Project requirements included main and 5 miles of forcemains.This program includes structural evaluation of the system and hydraulic PACP-certified CCTV inspection of 20 miles of gravity design of accompanying diversion structures. sewer and strategic inspections of manholes and vaults. Managed the CCTV survey/inspection,analyzed data using InfoAsset Manager 2021.4, and coordinated with subconsultants to complete a Condition Assessment Report for Gravity Sewers.The report proposes recommendations for pipes with structural defect scores above 4 and includes assessments of pump stations, forcemains,vaults, and manholes. IIPmil GHD kiwi Terry Wong . Mehdi Mardi PE, LEED AP ;� EE d, Mechanical Engineer/HVAC ,v ` � . Electrical Engineer/l&C ,* �:�`' °' BS, Mechanical Engineering, ,z , ° BS, Electrical Engineering, Tehran 4 . Ippr California Polytechnic State Sharif University Universitysi BS, Applied Physics, Ferdowsi Mechanical Engineer, CA 4 University #29562, OR #75472PE, WA # 41185, AZ #53063, NV Electrical Engineer, CA #20033 Relevant experience Relevant experience City of Tracy Water Treatment Plant Long Beach Master Sewer Plan Mechanical Replacement Lead Electrical Engineer Project Manager, Mechanical Engineer Long Beach Water Department I Long Beach, CA City of Tracy I Tracy,CA The Sewer Master Plan Update aims to evaluate the Design of the replacement HVAC systems to ensure Department's sewer system for potential deficiencies reliable plant operations, including layout and under current and future conditions, focusing on circuiting of new feeders and disconnects, evaluation Planned Development Districts. It assesses 21 lift stations, and extension of concrete slabs for new equipment, identifies key improvement elements, and presents a and equipment anchorage at MCC, UV, Chemical, and Capital Improvement Program with cost estimates. The Controls Buildings. GHD supported the City during bid report also includes a comprehensive assessment of and construction. electrical and instrumentation systems, with evaluations Placer County Water Agency HVAC and recommendations. Replacements East County Advanced Water Process Project Manager, Mechanical Engineer Lead Electrical Engineer Placer County Water Agency I Auburn, CA; Helix Water District I San Diego,CA Newcastle, CA GHD helped with the design of de-chlorination design Design of the modifications to the existing HVAC section of the water pipeline of treatment plant to system to include the replacement of the outdoor Lake Jennings,the scope of work for electricidal team heat pump unit and indoor fan coil unit in kind is to provide the electrical power to plant, provide at the Operations and Maintenance Building,the automatic transfer switch with backup generator, design replacement of the outdoor heat pump unit and automation and radio and fiber communication with indoor fan coil unit with package unit at the Filter treatment plant and security system and Closed-Circuit Gallery Building, the replacement of the outdoor heat Television (CCTV). The project design is completed, the pump unit and indoor fan coil unit in kind at the Plant construction is in progress, GHD is providing support for 1 Control Building, and associated appurtenances, construction. the replacement of the outdoor AC units in kind and Carlsbad Lift Station Modification associated appurtenances at the Main Office. Electrical Engineer Vandenberg Air Force Base Building 8290 HVAC City of Carlsbad I Carlsbad, CA Upgrades The scope for work for this project is modification of the Project Manager pipping and replacing the electrical panels/Programmable US Air Force I Santa Barbara County, CA Logic Controller (PLC). Electrical design included Responsible for load calculations, selection of central demolition of the existing electrical power panel and PLC hot and chilled water plant equipment, and selection panel and instruments like flowmeter and level switches. of fan coil units to be upgraded from pneumatic to Installing new combined electrical and PLC panel with electronic controls. new equipment, new conduit routing and addition of new sump pump and site lighting. Iwig GHD 1 liNA , , Gonzalo Roberts- Adam Fischer PE � � Cervantes ,,A , z PE Hydraulic Modeling :` , '°` ' BS, Civil Engineering, Pennsylvania Structural Engineer , State University MS, Earthquake Engineering, Civil Engineer, CA#72482 State University of New York, -- Buffalo ME, Structural Analysis of Monuments and Relevant experience Historical Constructions, University of Minho - Los Angeles County Sanitation District (LACSD) University of Catalonia Districts 1 and 2 Models Engineer, Modeler, GIS Analyst BS, Civil Engineering, National University of LACSD I Los Angeles,CA San Agustin LACSD, comprising 24 independent districts,is working on a system-wide model. GHD is constructing models Civil Engineer, CA #80836 for Districts 1 and 2,which will be integrated with District Relevant experience 8's model. Districts 1 and 2 serve 1.25 million people, cover 77,600 acres,and include 316 miles of sewer, York Field Stormwater Capture Project one pumping plant, 213 flow control devices, and one Structural Lead wastewater facility. District 2 receives 9.5 MGD from City of Whittier I Whittier,CA upstream districts during dry weather.The project Led the structural design of a cast-in-place diversion involves analyzing 300 flow monitoring locations, real- structure and two concrete vault structures. time pump controls, hydraulic model analysis,and Hermosillo Park Rehabilitation - Stormwater integrating the models using Innovyze's InfoWorks ICM 2024 software. Capture and Infiltration Project Structural Lead City of Huntington Beach Sewer Master Plan Update City of Norwalk I Norwalk, CA Engineer, Modeler, GIS Analyst Led the design-build structural design of City of Huntington Beach I Huntington Beach,CA two cast-in-place diversion structures and GHD is updating the City's sewer master plan by analyzing a 10,000-square-foot one-story masonry flow monitoring locations,conducting hydraulic model community building analysis,and prioritizing CIP and O&M needs. Using Innovyze's InfoWorks ICM 2023 software,they are Fischer Sewer Lift Station Seismic Retrofit building,validating,and calibrating an all-pipes dynamic Project model. Geo-spatial development and processing of Structural Lead planning data are establishing system-wide flows for McKinleyville Community Services District I the near-term and 2040 planning horizons. Water billing McKinleyville, CA data for over 46,000 parcels is translated into diurnal Led the seismic retrofit of an existing lift station. loads, aggregated by user classes. Future scenarios are The retrofit scope consisted of enlarging developed based on city input and various planning concrete footings, strengthening existing steel documents, including 2040 growth projections and the trusses, providing out-of-place supports for City General Plan Housing Element. existing masonry walls and strengthening an Long Beach Water District Sewer Master Plan Update existing monorail steel hoist. Engineer, GIS Analyst Oceanside El Corazon Lift Station Long Beach Water Department I Long Beach,CA Structural GHD updated the City's sewer master plan by analyzing City of Oceanside I Oceanside, CA 60 flow monitoring locations, conducting hydraulic Managed the structural scope of the new lift model analysis, and prioritizing CIP and O&M needs. station structure that includes a masonry building They developed geo-spatial data to establish system- above ground with custom steel trusses and a wide flows for the near-term and 2040 planning horizons. wood tower. The structure below ground consists Water billing data was translated into parcel-based diurnal of the design of the dry well, wet well, and loads for over 35,000 parcels, and future scenarios were developed based on various planning documents and overfloFaeain. city input. Pim( G H D lifted Hector Ruiz Pedro Alvarez PE '�o ,, 4,,E ., PE, PACP w w . � '� Asset Management and � E `,,,,`f, a, , Site/Civil/Pumps .: .� l; Financial Planning " .; BS, Civil Engineering, California I MS, Civil and Environmental �, ��" �� � �* State Polytechnic University Engineering and Science, • r� t"� Civil Engineer, CA #85667 4 AtStanford University BS, Civil Engineering, California State Polytechnic University, Pomona, Civil Engineer, CA #55245 Relevant experience Relevant experience AM, Risk& Resiliency Assessment and CMMS Water Well No. 1A Replacement of Well No. 1 Project Manager Project Engineer Water Facilities Authority I Upland, CA City of Huntington Beach I Huntington Beach, CA GHD developed an asset register and condition Project Engineer for the construction support services assessment protocol for the Agua de Lejos Treatment for the Water Well 1 Replacement Project. Project Plant, integrated with new CMMS workflows. They demolished existing well and associated piping to replace also created maintenance strategies, recommended in a new structure with new associated piping, equipment, CMMS upgrades, and conducted AM training and structures.Tasks include reviewing submittals, sessions.The Authority is now implementing these request for information, and providing updated designs. initiatives. Long Beach Water Department Golden Avenue Strategic Asset Management and Planning, Pipeline Water Main Replacement Risk Management Model Project Manager Project Manager Long Beach Water Department I Long Beach, CA Metropolitan Water District of Southern California I Project Manager for the design of 1,400 feet of 6-inch Los Angeles, CA water main replacement and new Standard Details GHD supported the Metropolitan Water District of for non-metallic pipe use. The project replaced failing Southern California with Asset Management (AM) metallic pipes and service laterals affected by stray tasks, including workshops, strategy development, current from nearby cathodically protected pipelines. and program reviews. Key activities included It included a corrosion review and infrastructure developing a pipeline risk model action plan, creating a replacement with non-metallic piping to ensure continued Strategic AM Plan, and addressing tasks such as data community service. management, IT, maintenance management, and asset Villas Lift Station lifecycle planning. Project Engineer Metropolitan Water District of Southern California City of Carlsbad I Carlsbad, CA On-Call AM Services Project Engineer for the replacement of sewer lift Project Manager station including pumps, valves, electrical cabinets, and Metropolitan Water District of Southern California I installation of mechanical vaults. Tasks included utility Southern California investigations,feasibility study, preparation of plans, Project Manager for providing as-needed Asset specifications, and opinion of probable construction cost. Management (AM) planning services to the Water Main Lining Pilot Project Metropolitan Water District of Southern California. Project Engineer GHD advised Metropolitan by facilitating workshops Long Beach Water Department I Long Beach, CA and performing reviews to develop their AM Project Engineer for the rehabilitation of existing water program. Collaborated with engineering, operations, mains in alleys using NSF61 approved pressurized cured- maintenance, and AM staff to create a Strategic AM in-place pipe and the replacement of approximately Plan and identify best practices. Conducted several 800 feet of existing six-inch water main. Tasks included workshops on topics such as data management, research and design of the existing water main system, IT, maintenance management, gap assessments, service connections, utility research, traffic control, condition assessments, and asset hierarchy and permit acquisition, and opinion of probable construction register development. cost. P''''q GHD WINA Byung Lee ,.„ Frank Kling > PE, TE ,, Traffic Engineer I SCADA '''" MS, Civil & Environmental ; �A 11,i ts` — Engineering, University of _,, ` California, Berkeley Civil Engineer, CA, #90221 Traffic Engineer, CA #2908 Relevant experience Relevant experience Shoreline Drive Relocation Regional Water Recycling Plant No. J. (RP-1) Traffic Engineer Intermediate Pump Station Upgrades City of Long Beach I Long Beach,CA Lead Instrumentation & Control (I&C) Automation Responsible for traffic signal installation/modification Engineer plans for the realigning and reconstructing several Inland Empire Utilities Agency I Chino,CA Led the l&C design effort for a municipal RP-1 IPS arterial roadways. The project includes realigning improvements. Project consisted of new Piping and Shoreline Drive/Broadway Extension/Golden Shore Instrumentation Diagram (P&ID)and PCN development, Improvements and converting the one-way streets plans, specifications, and design for upgrading the nine of Broadway, 3rd Street and 7th Street to two-way pumps to Variable Frequency Drives(VFDs), PLC Remote streets. I/O,and local control panel modifications. Artesia Great Boulevard Improvements Phoenix System-Wide WTP DCS Upgrade Traffic Engineer Program Manager City of Long Beach I Long Beach,CA City of Phoenix I Phoenix,AZ Project Traffic Engineer responsible for traffic signal Provided the program management for the five-year modification plans for 12 traffic signals along the $12 million DCS upgrade solution to the City of Phoenix corridor with the addition of bicycle facility, pedestrian Water and Wastewater Department.The project updated safety, and transit improvements.The improvements over 8,000 I/O at the Cave Creek WRP-8 MGD, 24th Avenue,-140 MGD,Verde 50-MGD, Union Hills 160 MGD, consist of Adaptive Traffic Control System signal Val Vista 220-MGD and Deer Valley 150 MGD WTP.All enhancements, pedestrian improvements at all plants were keep running with minimal downtime during pedestrian crossings, Class II bike lanes between cut-over. Atlantic Avenue and Susana Road,and variety of HiTec PLC and SCADA Development improvements including upgraded street lighting, Automation Engineer improved bus shelters, and bulbouts. HiTec I Stavanger Norway City of Petaluma Traffic Signal Timing Served as a member of the international automation Improvments team and provided design and installation support of Project Manager an open systems DCS solution system for a municipal City of Petaluma I Petaluma,CA plant lant and collection system. Project consisted Conducted existing traffic signal audit at 52 signalized of the integration of four redundant controllers into a intersections within the City and updated the centralized Ethernet-based SCADA network for complete timingparameters to meet the current California monitoring, alarming, and diagnostics of operations by plant personnel. Manual on Uniform Traffic Control Devices and City requirements. Upon adjustment of signal Culver City On-Call Services - I&C timing parameters, coordinated signal timing Controls System Consultant plans for intersections along McDowell Boulevard City of Culver City Culver City,CA and Washington Boulevard were developed and Providing engineering services to audit the client existing emergency notification system and the sewer flow implemented using WaySync Software. monitoring system. Develop a report on the findings of the site audit and made observations/recommendations for future optimization of the monitoring, maintenance, and management of the sewer Emergency Notification System and the Sewer Flow Monitoring System. 1 Pliq GHD INA Andy Leung Steve Ferrero PACP, MACP PE ,a Permitting, Construction * Cost Estimating Support Va , , BS, Civil Engineering, .' BS, Chemical Engineering, i California State University, .,,-,,A r III° University of British Civil Engineer, CA #52267 Columbia Relevant experience Relevant experience Long Beach Water District Sewer Collection SFPUC Southeast WW Plant System Master Planning Updates Cost Estimator Staff Engineer SFPUC I San Francisco,CA Long Beach Water District I Long Beach,CA Construction estimates for package buyouts for yard Staff Engineer for preparing a full-network sewer piping, sitework,demolition,earthwork and plumbing collection system hydraulic model for selected areas systems. of the Long Beach Water District service area.Tasks SFPUC West Side Pump Station include preparing work plans for the model expansion Cost Estimator and quality control,validating existing GIS datasets SFPUC I San Francisco,CA and hydraulic model, coordinating data research for Civil and structural estimates for generational upgrade the model expansion,constructing the expanded of San Francisco Westside Pump Station. Project hydraulic model, and performing model validations. includes deep shaft and secant pile construction, Orange County Sanitation District Interceptor new knife gate in deep shaft, new concrete Sewer Rehabilitation electrical building, large and lengthy new duct Staff Engineer banks, underground piping, new structural concrete Orange County Sanitation District I Fountain Valley, improvements in existing building, replacement CA mechanical trash racks and replacement pumps. Staff Engineer for performing a hydraulic analysis on Protection of existing large wastewater trunk line the existing sewer siphons within a sewer rehabilitation under the road and considerable street and sidewalk i project.Tasks include preparing a hydraulic model work. using InfoWorks ICM to determine the effects of Storm Drain and Pump Station Replacement, on the alternatives various siphon improvementsLevee Upgrades existing sewer network, providing a recommendation Lead Cost Estimator rehabilitation based on the model on the siphon a City of Mountain View Public Works I Mountain results,and preparing a technical memorandum to View,CA document the findings and recommendations. Construction estimates for multiple projects- levees, Eastern Trunk Manhole Condition Assessment shoreline culverts, large diameter storm drains and Staff Engineer bio-basins. City of Oxnard I Oxnard,CA East Bay Municipal Utility District (EBMUD) Served as Staff Engineer for the sewer manhole Pump Stations condition assessment project to evaluate the existing Lead Cost Estimator condition of the manholes and determine the levels of EBMUD I Oakland,CA rehabilitations needed.Tasks include Level 1 manhole Architectural and civil cost estimates for replacement inspections per National Association of Sewer pump stations at Concept design.Approximately $1 Service Companies (NASSCO) Manhole Assessment million for each site. Certification Program, preparation of an assessment report, and the preparation of design plans for the recommended manhole rehabilitations. PiMIR GHD Ryan Crawford ixF PG, QSD Hydrogeology/Wells MS, Geology, California State Polytechnic University BS, Geology, California State Polytechnic University Professional Geologist, CA #8764 Relevant experience Town of Windsor Urban Water Management Plan Project Hydrogeologist Town of Windsor I Sonoma County,CA Performed the hydrogeologic analysis to complete the 2016 Urban Water Management Plan update for the Town of Windsor. The analysis includes describing alluvial underflow water sources, summarized current and historical groundwater documents, and conveyed hydrogeological conditions including groundwater depressions in the valley related to over pumping. City of Sebastopol On-Call Water Resources Engineering Senior Hydrogeologist City of Sonoma I Sebastopol,CA Performed on a variety of tasks under this agreement ranging from engineering reports preparation and technical studies, emergency water supply issues, source water supply quality and treatment, MS4 system monitoring and repair consulting,flood mitigation design, supply well chemistry and flow data, and Regional Water Quality Control Board submittals and correspondence. Municipal Supply Well Design, Construction Oversight, and Aquifer Test Design Senior Hydrogeologist City of Fortuna I Fortuna Wellfield,CA Responsible for well design, bid specifications package preparation, communication with the California Division of Drinking Water and aquifer/pump testing studies for a new high capacity, multi-aquifer municipal supply well. Worked with the City and subcontractors to provide new high quantity and quality water supplies within specific capture zones. Managed the drilling, logged and prepared a new well design based on site lithologies and sieve analyses to complete the construction design to maximize the production and water quality goals set by the City. IP"! GHD Draft Agreement Exceptions. g 1. Section 8 (Hold Harmless): We would like to add a paragraph referencing 2782.8. "If Consultant's obligation to defend, indemnify, and/or hold harmless arises out of Consultant's performance of "design professional" services (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant's indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant, and, upon Consultant obtaining a final adjudication by a court of competent jurisdiction, Consultant's liability for such claim, including the cost to defend, shall not exceed the Consultant's proportionate percentage of fault." 2. Section 9 (Professional Liability Insurance): The insurance market dictates GHD's SIR and is confidential to GHD and its insurers. GHD cannot accept an unreasonably low SIR requirement, which does not account for the insurance market for global firms of GHD's size, and therefore, requests this insurance requirement to be removed. GHD is financially sound and able to pay any SIR obligations. To further demonstrate our financial responsibility, we are able to provide a letter of financial viability, which will affirm GHD's commitment and capability to Client to meet our financial obligations 3.Standard of Care (SOC): The SOC is not clearly defined. We would like to add clarity by incorporating it into Section 12 (Termination). Specifically, in the first sentence where it states, "All work required hereunder shall be performed in a good and workmanlike manner," we would by members of GHD's "consistent with the level of care and skill ordinarilyexercised like to add profession practicing in the same discipline and locality under similar circumstances ("Standard of Care"). Page 41 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 BWag Effective January 2025 GHD `■i/ 2025 2025 GHD GHD GHD Description CDN/US GHD Description CDN/US Class Rate Class Rate PROFESSIONAL ADMINISTRATION A001 Senior Technical Director 1 $ 440.00 C001 Business Services Manager 1 $ 350.00 A002 Senior Technical Director 2 $ 410.00 C002 Business Services Manager 2 $ 310.00 A003 Senior Technical Director 3 $ 380.00 C003 Senior Business Services 1 $ 240.00 A004 Technical Director 1 $ 360.00 C004 Senior Business Services 2 $ 225.00 A005 Technical Director 2 $ 340.00 C005 Business Services 1 $ 200.00 A006 Senior Professional 1 $ 310.00 C006 Business Services 2 $ 190.00 A007 Senior Professional 2 $ 290.00 C007 Business Services 3 $ 140.00 A008 Professional 1 $ 280.00 SITE BASED A009 Professional 2 $ 240.00 S001 Senior Construction Manager $ 385.00 A010 Professional 3 $ 215.00 S002 Construction Manager $ 335.00 A011 Vacationer/ Intern $ 200.00 S003 Lead Site Engineer/Supervisor $ 295.00 CONSULTANT S004 Senior Site Engineer $ 265.00 V001 Executive Consultant 1 $ 565.00 S005 Site Engineer $ 250.00 V002 Executive Consultant 2 $ 515.00 S006 Lead Inspector $ 255.00 V003 Senior Consultant 1 $ 425.00 S007 Senior Inspector $ 205.00 V004 Senior Consultant 2 $ 380.00 S008 Inspector/Specialist 1 $ 180.00 V005 Consultant 1 $ 315.00 S009 Inspector/Specialist 2 $ 165.00 V006 Consultant 2 $ 260.00 S010 Clerk/Specialist 3 $ 155.00 V007 Consultant 3 $ 210.00 S011 Senior Site Manager 1 $ 165.00 TECHNICAL S012 Senior Site Manager $ 155.00 B001 Lead Design Technician 1 $ 395.00 S013 Senior Site Manager 3 $ 145.00 B002 Lead Design Technician 2 $ 365.00 S014 Senior Site Manager 4 $ 135.00 B003 Lead Design Technician 3 $ 330.00 S015 Operator/Labourer 1 $ 135.00 B004 Senior Design Technician 1 $ 325.00 S016 Operator/Labourer 2 $ 125.00 B005 Senior Design Technician 2 $ 305.00 S017 Operator/Labourer 3 $ 105.00 B006 Design Technician 1 $ 280.00 PROJECT SUPPORT B007 Design Technician 2 $ 260.00 D001 Project Support Manager 1 $ 420.00 B008 Drafting/Design 1 $ 250.00 D002 Project Support Manager 2 $ 395.00 B009 Drafting/Design 2 $ 215.00 D003 Senior Project Support 1 $ 350.00 B010 Drafting/Design 3 $ 200.00 D004 Senior Project Support 2 $ 300.00 B011 Drafting/Design 4 $ 190.00 D005 Project Support 1 $ 285.00 B012 Intern Drafting/Design $ 170.00 D006 Project Support 2 $ 265.00 D007 Project Support 3 $ 245.00 D008 Project Support 4 $ 220.00 D009 Project Support 5 $ 190.00 D010 Project Support 6 $ 135.00 GHD CY2025 Standard Rate Schedule VA AESCO Cost Table Professional Staffing Code Item $/Unit Unit P100 Principal Professional Engineer $ 220.00 Hour P101 Senior Geotechnical Engineer $ 205.00 Hour P102 Project Engineer/Manager $ 175.00 Hour P103 Geologist $ 185.00 Hour P104 Quality Control Manager $ 175.00 Hour P105 Senior Staff Engineer $ 170.00 Hour P116 Health and Safety Officer $ 205.00 Hour P115 LA City Deputy Methane Specialist $ 150.00 Hour P107 Laboratory Manager $ 140.00 Hour P108 Laboratory Technician $ 115.00 Hour 1 P109 CADD Operator/Draftsperson $ 95.00 Hour P110 Data Processing,Technical Editing or Reproduction $ 95.00 Hour P111 Expert Witness Testimony $ 465.00 Hour P112 Certified Payroll,per hr. $ 170.00 Hour P113 Senior Staff Environmental Engineer $ 170.00 Hour P114 Senior Environmental Engineer $ 205.00 Hour Field Technician Code Item $/Unit Unit T150 Special Inspector(Reinforced Concrete,and Masonry) $ 125.00 Hour T151 Special Inspector(Structural Steel,Drilled-In-Anchors $ 125.00 Hour T152 Special Inspector for Welding $ 125.00 Hour T153 DSA Class I Inspector $ 145.00 Hour T154 DSA Class II Inspector $ 135.00 Hour T155 Special Inspector for Fireproofing $ 125.00 Hour T156 Special Inspector Load Tests or Torque/Bolt) $ 125.00 Hour T157 Special Inspector Rebar Sample $ 125.00 Hour T158 Special Inspector Pachometer $ 125.00 Hour T159 Senior Asphalt Placement Technician $ 125.00 Hour T160 Asphalt Placement Technician $ 125.00 Hour T161 Asphalt/Concrete Plant Technician $ 125.00 Hour T162 ACl/Caltrans Technician $ 125.00 Hour T163 Senior Soils Technician $ 125.00 Hour T164 Senior Grading Inspector $ 130.00 Hour T165 Staff Grading Inspector $ 125.00 Hour T166 Soils Technician $ 125.00 Hour T167 Pile Driving Inspector $ 140.00 Hour T168 AWS Certified Welding Inspector $ 125.00 Hour T169 NACE Coating Inspector $ 150.00 Hour T170 Field Coring Technician $ 125.00 Hour T171 Nondestructive Examination Technician,UT,MT,LP $ 130.00 Hour T172 Structural Steel Fabrication Inspector(AWS) $ 130.00 Hour T177 Senior Environmental Technician $ 140.00 Hour F1 AESCO T178 Environmental Technician $ 140.00 Hour T179 Building Inspector $ 145.00 Hour Fabrication Shop Inspections Code Item $/Unit Unit T173 Structural Steel Inspector(ICC/CB0) 125 Hour T174 Structural Steel Inspector(AWS) 125 Hour T175 Batch Plant Quality Control Technician/Inspector 125 Hour T176 Reinforced Concrete,Prestressed Inspector 125 Hour Field Inspector./Technician Hours • No Work Performed(Work Cancelled)will be charged at 2 hour minimum All field services charge at 4 hour minimum and 8 hour thereafter Regular Work Hours First 8 hours,Monday through Friday,between 5:00 a.m.to 5:00 p.m. Direct Project expenses outside services will be charged at Cost+15%. Time and One-Half Any increment past first 8 hours through 12 hours,Monday through Friday First 12 hours on Saturday Shift between 3:00 a.m.and 5:00 a.m. Double Time Any hours past 12 hours Monday through Saturday,all day Sunday and Federal Holidays Field Analysis Code Item $/Unit Unit G200 Soil Boring with Hollow Stem Auger Drilling Portal to Portal $ 415.00 Hour G200A Mobilization and Demobilization for Hollow Stem Auger $ 350.00 Hour G201 Backfill Boreholes with Bentonite $ 26.00 Foot G202 Backfill Boreholes with Grout $ 37.00 Foot G203 Drumming and Disposal of Clean Cuttings $ 410.00 Drum G204 Fire Water Buffalo $ 578.00 Day G205 Support Truck $ 158.00 Day G206 Water Truck $ 473.00 Day G207 Mobilization and Demobilization for Rock coring $ 1,208.00 Each G208 Rock Coring $ 478.00 Hour G209 Decontamination of Vehicle and Equipment(Up to 100 miles) $ 315.00 Each G210 Field Resistivity,up to 3 arrays,maximum distance of 40 ft. $ 1,890.00 Each G211 Environmental Soil Boring with Hollow Stem Auger Portal to Portal $ 446.00 Hour G212 Environmental Soil Boring with Direct Push Portal to Portal $ 399.00 Hour G213 Environmental Groundwater Sampling with Grundfos,Portal to Portal $ 289.00 Hour G214 Environmental Analysis of soil for waste classification Quote/Sample G215 Environmental Analysis of liquid for waste classification Quote/Sample G216 Ground Resistance Tester(Four Point Method),plus travel $ 1,700.00 Each G217 Potholing,two-man crew $ 600.00 Hour G218 Ground Penetrating Radar(GPR)for Locating Utilities $ 1,500.00 Day Mix Design Review Code Item $/Unit Unit D250 Review of Concrete Mix Design $ 168.00 Each D251 Review of Concrete Mix Design,per Trial Batch,6 cylinder,ACI $ 250.00 Each D252 Review of Grout Mix Design $ 168.00 Each D253 Review of Mortar Mix Design $ 168.00 Each 1 a AESCO D254 Review of Asphalt Mix Design $ 210.00 Each D255 Review of Asphalt Mix Design,Caltrans $ 150.00 Each Sample Pick-Up/Hold Code Item $/Unit Unit All hold samples are charged at the same rate as the testing rate U303 Technician for Specimen pick up,minimum 2 hours $ 120.00 Hour U304 Vehicle(Up to 100 miles) $ 75.00 Trip Field Equipment Charges Code Item $/Unit Unit E350 Brass Mold $ 21.00 Each E351 Concrete Air Meter $ 53.00 Day E352 Concrete Unit Weight(Scale,Bucket,Rod and Mallet) $ 32.00 Day E353 Field Vehicle Usage(Up to 100 miles) $ 74.00 Trip E354 Concrete/Asphalt Coring Equipment rental(min 4 hrs and 8 hrs after) $ 200.00 Hour E355 Fireproofing Adhesion/Cohesion $ 21.00 Test E356 Hand Auger Equipment $ 131.00 Day E357 Level D Personal Protective Equipment(PPE),per person $ 42.00 Day E358 Liquid Penetrating Consumables $ 32.00 Day E359 Magnetic Particle Equipment and Consumables $ 42.00 Day E360 Ultrasonic Equipment and Consumables $ 68.00 Day E361 Nuclear Density Gauge Usage $ 19.00 Hour E362 Compaction Test,per location $ 21.00 Test E363 Portable Concrete Laboratory-not including Technicians $ - Quote/Day E364 Pachometer(Rebar Locator) $ 58.00 Day E365 Environmental PID Usage $ 200.00 Day E366 Pull Test Equipment $ 74.00 Day E367 Sand Cone Test Kit(Scale,Burner,Sand Cone Apparatus) $ 179.00 Day E368 Schmidt Hammer $ 53.00 Day E369 Torque Wrench,Small $ 21.00 Day E370 Torque Wrench,Large $ 37.00 Day E371 Torque Multiplier(Skidmore) $ 95.00 Day E372 Miscellaneous Equipment Charge $ - Quote Each E373 Vapor Emission Kit $ 58.00 Each E374 Field Resistivity Meter $ 240.00 Day E375 Water Level Meter $ 80.00 Day E376 Environmental ph/Turbidity/Conductivity/Temp Meter $ 110.00 Day E377 Environmental FID Usage $ 110.00 Day E378 Environmental groundwater sampling pump $ 215.00 Day E379 XRF Lead Analyzer $ 131.00 Day E380 Relative Humidity $ 74.00 Day E381 GPR(Groud Penetrating Radar),for buried rebar in concrete $ 90.00 Hour E382 Load Cell for tension-Maximum 2,000 lb $ 55.00 Hour E383 Barologger Solinst A/E 61160 $ 180.00 Day E384 Drone Site Monitoring&Mapping $ 225.00 Day E385 Equipment for Double Ring Infiltrometer Testing per ASTM D3385 $ 750.00 Day E386 Equipment for Standard Test Method for Permeability of Synthetic Turf Sports Field Based Stone and Surface System by Non-confined Area Flood Test Method.ASTM F2898 $ 250.00 Day E387 Minor Traffic Control Equipment for residential/minor or secondary collector(signs and cones) $ 1,700.00 Day E388 Zefon High Volume Air Sampling Pump $ 150.00 Day E389 Zefon Rotameter $ 40.00 Day • p r2 I AESCO E390 PCM Air Cassettes $ 15.00 Each E391 TEM Air Cassettes $ 15.00 Each E392 Ghost Wipes for surface sampling,including lead and beryllium testing $ 5.00 Each E393 TEM Cassette,25mm,Microvac for collection of fibers and particulate $ 15.00 Each E394 Automatic Pull-off Adhesion Tester(ASTM C1583) $ 350.00 Day E395 50mm Dolly's for ASTM C1583 $ 65.00 Each Schedule of Fees for Laboratory Services Concrete Tests Code Item $/Unit Unit C400 6"x 12"Cylinder:Compression Strength(ASTM C39) $ 37.00 Test C401 6"x 6"x 18"Flexural Beams Not Exceeding Referenced Size(ASTM C78,C293,or CTM 523) $ 84.00 Test C402 Cylinders:Splitting Tensile Strength(ASTM C496) $ 84.00 Test C403 Core Compression including Trimming(ASTM C39) $ 53.00 Test C404 Concrete Core Compression excludes sampling(C42) $ 58.00 Test C404 Coring of Test Panels in Lab $ 26.00 Each C405 Diamond Sawing of Cores or Cylinders(ASTM C642) $ 26.00 Test C406 Density,Absorption,and Voids in Hardened Concrete(ASTM C642) $ 315.00 Test C407 Modulus of Elasticity Static Test(ASTM C469) $ 131.00 Test C408 Unit Weight Including Lightweight Concrete $ 68.00 Test C409 Lightweight Concrete Fill,Compression(C495) $ 27.00 Test C410 Drying Shrinkage Up to 28 Days:Three 3"x 3"or 4"x 4"Bars,Five Readings up to 28 Dry Days (ASTM C157) $ 394.00 Test C411 Additional Reading $ 47.00 Set of 3 Bars C412 Storage Over Ninety(90)Days $ 37.00 et of 3 Bars/Mont C413 Splitting Tensile Strength(C496) $ 55.00 Test C435 Coefficient of Thermal Expansion of Concrete(CRD 39,AASHTO T336) $ 840.00 Test C436 Compression Test(ASTM C495 and C472) $ 47.00 Test C437 Air Dry Density(ASTM C472) $ 37.00 Test C438 Oven Dry Density(ASTM C495) $ 63.00 Test C439 Sample Trimming in the lab,up 6"diameter $ 21.00 Test Concrete Block,ASTM C140 Code Item $/Unit Unit C412 Compression(3 Required Per ASTM C90) $ 63.00 Each C413 Absorption/Moisture Content/Oven Dry Density(3 Required per ASTM) $ 95.00 Each C414 Linear/Volumetric Shrinkage(ASTM C426) $ 105.00 Test C415 Web and Face Shell Measurements $ 47.00 Test C416 Tension Test $ 179.00 Test C417 Core Compression $ 58.00 Test C418 Conformance Package(CTM 90) $ 63.00 Test C419 Shear Test of Masonry Cores:2 Faces $ 95.00 Test C420 Efflorescence Test(3 Required),each $ 58.00 Test Laboratory Trial Batch:Cement,Concrete,Grout and Mortar Code Item $/Unit Unit L450 All trial batch for cement,concrete,grout,mortar,etc Quote Each Brick Masonry Tests Code Item $/Unit Unit M500 Modulus of Rupture:Flexural(5 Required Per ASTM),each $ 58.00 Test M501 Compression Strength(3 Required Per ASTM),each $ 53.00 Test M502 Absorption:5 Hour or 24 Hour(5 Required),each $ 53.00 Test M503 Absorption:7 Day(CTM 67) $ 50.00 Test rill AESCO M504 Absorption(Boil):1,2,or 5 Hours(5 Required),each $ 84.00 Test M505 Initial Rate of Absorption(5 Required),each $ 42.00 Test M506 Moisture as Received(CTM 67) $ 25.00 Test M507 Saturation Coefficitent(CTM 67) $ 60.00 Test M508 Efflorescence(5 Required),each $ 89.00 Test M509 Core:Compression,each $ 74.00 Test M510 Shear Test on Brick Core:2 Faces,each $ 95.00 Test Masonry Prisms Code Item $/Unit Unit M508 Compression Test:Composite Masonry Prisms Up To 8"x 16" $ 210.00 Test M509 Compression Test:Composite Masonry Prisms Larger Than 8"x 16" $ 305.00 Test M510 Masonry:Cutting of Cubes or Prisms $ 74.00 Test Mortar and Grout Code Item $/Unit Unit M511 Compression:2"x 4"Mortar Cylinders $ 47.00 Test M512 Compression:3"x 3"x 6"Grout Prisms,Includes Trimming $ 63.00 Test M513 Compression:2"Cubes(ASTM C109) $ 63.00 Test M514 Compression:Cores(ASTM C42) $ 63.00 Test M515 Mortar Expansion(ASTM C806) $ 315.00 Test Fireproofing Tests Code Item $/Unit Unit F550 Oven Dry Density $ 79.00 Test F551 Adhesion/Cohesions Testing,per hour,4 hour minimum $ 126.00 Test Gunite and Shotcrete Tests Code Item $/Unit Unit C420 Core Compression Including Trimming(ASTM C42) $ 63.00 Test C421 Compression 6"x 12"Cylinders $ 37.00 Test C422 Compression:Cubes $ 42.00 Test Soils and Aggregate Tests Code Item $/Unit Unit 5599 Atterberg Limits/Plasticity Index(ASTM D4318) $ 147.00 Test S600 California Bearing Ratio(ASTM D1883) $ 375.00 Test S601 Chloride and Sulfate Content(CTM 417,CTM 422) $ 152.00 Test 5602 Consolidation,Full Cycle(ASTM 2435,CTM 219) $ 289.00 Test S603 Cleanness Value:1"x#4(CTM 227) $ 194.00 Test S604 Cleanness Value:2.5"x 1.5"or 1.5"x.75"(CTM 227) $ 310.00 Test S605 Corrosivity Series:Sulfate,CI,pH(CTM 643 and 417) $ 210.00 Test 5606 Lab Resistivity $ 131.00 Test S607 Direct Shear Test(ASTM D3080) $ 268.00 Test 5608 Direct Shear Test,per point $ 116.00 Test S609 Direct Shear Test Sample Remolding(ASTM D3080) $ 47.00 Test 1 S610 Durability Index Fine Aggregate $ 168.00 Test 1 S611 Expansion Index(ASTM D4829,UBC 18-2) $ 163.00 Test S612 Durability Index:Coarse Aggregate $ 168.00 Test S613 Maximum Density:Methods A/B/C(ASTM D1557 or D698,CTM 216) $ 194.00 Test S614 Maximum Density:Check Point abrasion(ASTM D1557) $ 79.00 Test S615 Maximum Density:AASHTO C(Modified)(AASHTO T-180) $ 210.00 Test 5616 Moisture Density Rock Correction $ 168.00 Test S617 Moisture Content(ASTM D2216,CTM 226) $ 26.00 Test S617A Moisture,Ash and Organic Matter of Peat/Organic Soils $ 100.00 Test Fr1 AESCO S618 Density:Ring Sample(ASTM D2937) $ 32.00 Test 5619 Density:Shelby Tube Sample(ASTM D2937) $ 58.00 Test S620 Organic Impurities(ASTM C40) $ 100.00 Test S621 Failing Head Permeability(ASTM D2434) $ 263.00 Test 5622 R-Value:Soil(ASTM 2844) $ 373.00 Test S623 R-Value:Aggregate Base(ASTM D2844) $ 373.00 Test S624 Sand Equivalent(ASTM D2419,CTM 217) $ 137.00 Test S625 Soil Classification(ASTM D2487) $ 37.00 Test 5626 Sieve#200 Wash Only(ASTM D1140) $ 100.00 Test 5627 Sieve with Hydrometer:Sand to Clay(ASTM D422) $ 305.00 Test S628 Sieve Analysis including Wash(ASTM C136) $ 179.00 Test S629 Sieve Analysis Without Wash $ 126.00 Test S630 Specific Gravity and Absorption:Coarse(ASTM C127,CTM 202) $ 100.00 Test S631 Specific Gravity and Absorption:Fine(ASTM C128,CTM 207) $ 168.00 Test 5632 Swell/Settlement Potential:One Dimensional(ASTM D4546) $ 173.00 Test 5633 Unit Weight Coarse Aggregate $ 84.00 Test S634 Unit Weight Fine Aggregate $ 84.00 Test S635 Voids in Aggregate(ASTM C29) $ 95.00 Test 5636 Unconfined Compression(ASTM D2166,CTM 221) $ 105.00 Test S637 LA Rattler $ 205.00 Test S638 pH of soil $ 26.00 Test 5639 Pocket Penetration Test $ 11.00 Test S640 Infiltration Rate of Soils in Field Using Double-Ring Infiltrometer(ASTM D3385) $ 2,200.00 Test 5641 Permeability of Synthetic Turf Sports Field Base Stone and Surface System by Non-Confined Area Flood Test Method ASTM F2898 $ 1,100.00 Test 5637 Shrinkage of Soil Mixture $ 290.00 Test S638 Hydraulic Conductivity of Saturated Porous Materials by Flexible Wall(ASTM D5084) $ 240.00 Test S639 Consolidated Drained Triaxial Compression Test for Soils(ASTM D7181) $ 280.00 Test S640 Consolidated Undrained Triaxial Compression Test for Cohesive Soils(ASTM D4767) $ 315.00 Test 5641 Unconsolidated-Undrained Triaxial Compression Test on Cohesive Soils(ASTM D2850) $ 295.00 Test S642 Triaxial Shear,C.D.,three points,(CTM 230) $ 280.00 Test S643 Triaxial Shear,C.U.,three points(ASTM D4767,CTM 230) $ 315.00 Test S644 Triaxial Shear,U.U.,one point(ASTM D2850,CTM 230) $ 295.00 Test 5645 Wax Density(ASTM D1188) $ 63.00 Test S646 Clay Lumps and Friable Particles(CTM 142) $ 55.00 Test 5647 Crushed Particles(CTM 205) $ 75.00 Test 5648 Mortar Making Properties of Fine Aggregate(CTM 87) $ 140.00 Test Asphalt Concrete Tests Code Item $/Unit Unit A650 Asphalt Core Density $ 63.00 Test A651 Extraction%AC by Ignition Oven(CTM 382)/Binder $ 184.00 Test A652 Gradation on Extracted Asph(ASTM D6507 andD5444,CTM 202,and CTM 382) $ 105.00 Test A653 Moisture Content(CTM 370) $ 79.00 Test A654 Maximum Theoretical Specific Gravity(RICE)(ASTM D2041,CTM 309) $ 168.00 Test A655 Specific Gravity and Absorption:Coarse(ASTM C127,CTM 206) $ 95.00 Test A656 Specific Gravity and Absorption:Fine(ASTM C128,CTM 207) $ 168.00 Test A657 Sieve Analysis(ASTM D5444 and C136) $ 100.00 Test A658 Sieve Analysis with Wash(ASTM D5444) $ 147.00 Test A659 Sand Equivalent(ASTM D2419) $ 142.00 Test A660 5 pt LTMD Bulk Specific Gravity(CTM 308,CTM 375) $ 299.00 Test A661 Flat and Elongated Particles(ASTM D4791) $ 221.00 Test A662 Fine Aggregate Angularity(AASHTO T304 A) $ 205.00 Test A663 Maximum Density HVEEM(ASTM D1560) $ 221.00 Test A664 Maximum Density Marshall(ASTM D1559 and D561) $ 221.00 Test 1 1 1 AESCO A665 Mix Stability(CTM 304) $ 221.00 Test A668 Wet track Abrasion Loss(ASTM D3910),each $ 184.00 Test A669 Extraction%of Emulsion(ASTM D6307) $ 163.00 Test A670 Slurry seal field consistency test(ASTM D3910) $ 89.00 Test A671 Maximum Theoretical Unit Weight(ASTM D2041) $ 160.00 Test Reinforcing Steel Code Item $/Unit Unit R700 Bend Test:#11 or Smaller $ 68.00 Test R701 Bend Test:Larger Than#11 $ 100.00 Test R702 Tensile Test: #11 or Smaller $ 89.00 Test R703 Tensile Test: #14 $ 121.00 Test R704 Tensile Test: #18 $ 300.00 Test R705 Slippage Test In Addition to Tensile Test(Per Caltrans 52-1.08C) $ 350.00 Test R706 Tensile Test: Mechanical Splice#11 and Smaller $ 130.00 Test R707 Tensile Test: Mechanical Splice#14 $ 180.00 Test R708 Tensile Test: Mechanical Splice#18 $ 350.00 Test R709 Tensile Test: Welded#11 and Smaller $ 90.00 Test R710 Tensile Test: Welded#14 $ 130.00 Test R711 Tensile Test: Welded#18 $ 300.00 Test R712 Sample Straightening for Bend or Tensile Test(if required) $ 65.00 Test R713 Testing Multi-Wire Steel Prestressing Strand $ 350.00 Test R714 Tensile Test:T-Head#11 and Smaller $ 160.00 Test R715 Tensile Test:T-Head#14 $ 210.00 Test R716 Tensile Test:T-Head#18 $ 300.00 Test R717 Tensile Test: Welded Hoops#11 and Smaller $ 130.00 Test R718 Tensile Test: Welded Hoops#14 $ 180.00 Test R719 High Strength Bolt,Nut and Washer Conformance,set,A-32 $ 135.00 Test R720 Structural Steel Tensile Test up to 200,000 lbs.(machining extra),A370 $ 45.00 Test Metal Testing Code Item $/Unit Unit R714 Hardness Test(Rockwell)and Brinnel(ASTM E18) $ 79.00 Test R715 Hardness Test of Nuts $ 89.00 Test R716 Hardness Test of Bolts $ 105.00 Test R717 Hardness Test of Washers $ 89.00 Test R718 ASTM F606 Bolt Axial,Wedge Tensile and Proof load $ 125.00 Test Concrete Coring Services Code Item $/Unit Unit C423 Equipment Concrete(4 and 8 hour minimum) $ 210.00 Hour Individual Core Prices(all prices are for a four core minimum job): $ - C424 Slab on Grade Coring for 2",3"and 4"Diameter(first 6"depth)each $ 74.00 Test C425 Slab on Grade Coring for 6"and 8"Diameter(first 6"depth)each $ 79.00 Test C426 Slab on Grade Concrete Core(price per inch after 6"depth) $ 11.00 Test C427 Wall Cores 2",3"and 4"(first 6"in depth)each $ 89.00 Test C428 Wall Concrete Core(price per inch after 6"in depth),per inch (Wall core pries based on Contractor supplying access to area to be cored) $ 11.00 Inch Miscellaneous Concrete Coring Prices: $ - C429 Patching Slab on Grade Cored Holes with 2500 psi Concrete Patch,each $ 21.00 Test C430 Thickness Determination per ASTM C42,each $ 21.00 Test C431 Compression Strength Determination $ 68.00 Test Asphalt Concrete Coring Services Code Item $/Unit Unit Ll AESCO Alternate Individual Core Prices(all prices are for a four core minimum job): A661 Asphaltic Concrete Cores 2",3"and 4"Diameter(First 6"in depth),each $ 74.00 Test A662 Asphaltic Concrete Cores 6"and 8"Diameter(First 6"in depth),each $ 74.00 Test A663 Asphaltic Concrete Cores price per inch after 6"in depth,each $ 11.00 Test Miscellaneous Asphaltic Coring Prices: A664 Patching of Core Drilled Holes Using Cold Patch Material,each $ 32.00 Test A665 Thickness Determination per ASTM C42,each $ 37.00 Test A666 Specific Gravity for Determination of Percent Compaction per ASTM D 2726,each $ 47.00 Test A667 Specific Gravity for Determination of Percent Compaction by Paraffin,each $ 68.00 Test Environmental Tests Code Item $/Unit Unit N800 Asbestos Polarized Light Microscopy(PLM)6-hour/rush Turnaround,each $ 35.00 Test N801 Asbestos Polarized Light Microscopy(PLM)8-hour Turnaround,each $ 23.00 Test N802 Asbestos Polarized Light Microscopy(PLM)24-hour Turnaround,each $ 21.00 Test N803 Asbestos Polarized Light Microscopy(PLM)48-hour Turnaround,each $ 18.00 Test N804 Asbestos Polarized Light Microscopy(PLM)72-hour Turnaround,each $ 17.00 Test N805 Asbestos Polarized Light Microscopy(PLM)5-day Turnaround,each $ 14.00 Test N806 Asbestos Polarized Light Microscopy(PLM)10-day Turnaround,each $ 12.00 Test N807 Phase Contrast Microscopy(PCM)6-hour Turnaround,each $ 28.00 Test N808 Phase Contrast Microscopy(PCM)24-hour Turnaround,each $ 21.00 Test N809 Phase Contrast Microscopy(PCM)48-hour Turnaround,each $ 18.00 Test N810 Phase Contrast Microscopy(PCM)3-day Turnaround,each $ 14.00 Test N811 Phase Contrast Microscopy(PCM)5-day Turnaround,each $ 12.00 Test N812 Asbestos Transmission Electron Microscopy(TEM)AHERA,6-8 hour Turnaround,each $ 202.00 Test N813 Asbestos Transmission Electron Microscopy(TEM)AHERA,24 hour Turnaround,each $ 144.00 Test N814 Asbestos Transmission Electron Microscopy(TEM)AHERA,48 hour Turnaround,each $ 127.00 Test N815 Asbestos Transmission Electron Microscopy(TEM)AHERA,3-day Turnaround,each $ 115.00 Test N816 Asbestos Transmission Electron Microscopy(TEM)AHERA,5-day Turnaround,each $ 110.00 Test N817 Asbestos Polarized Light Microscopy(PLM)1000 Point Count,4-hour Turnaround,each $ 120.00 Test N818 Asbestos Polarized Light Microscopy(PLM)1000 Point Count,8-hour Turnaround,each $ 115.00 Test N819 Asbestos Polarized Light Microscopy(PLM)1000 Point Count,24-hour Turnaround,each $ 110.00 Test N820 Asbestos Polarized Light Microscopy(PLM)1000 Point Count,48-hour Turnaround,each $ 98.00 Test N821 Asbestos Polarized Light Microscopy(PLM)1000 Point Count,72-hour Turnaround,each $ 92.00 Test N822 Asbestos Polarized Light Microscopy(PLM)1000 Point Count,5-day Turnaround,each $ 81.00 Test N823 Asbestos TEM NIOSH 7402,same day Turnaround,each $ 133.00 Test N824 Asbestos TEM NIOSH 7402,24-hour Turnaround,each $ 111.00 Test N825 Asbestos TEM NIOSH 7402,72-hour Turnaround,each $ 87.00 Test N826 Asbestos TEM NIOSH 7402,5-day Turnaround,each $ 81.00 Test N827 Asbestos TEM Microvac Dust Quantitative,6-hour Turnaround,each $ 345.00 Test N828 Asbestos TEM Microvac Dust Quantitative,24-hour Turnaround,each $ 250.00 Test N829 Asbestos TEM Microvac Dust Quantitative,48-hour Turnaround,each $ 230.00 Test N830 Asbestos TEM Microvac Dust Qualitative,24-hour Turnaround,each $ 180.00 Test N831 Asbestos TEM Microvac Dust Qualitative,48-hour Turnaround,each $ 173.00 Test N832 Asbestos TEM Microvac Dust Qualitative,3-day Turnaround,each $ 144.00 Test N833 Asbestos TEM Microvac Dust Qualitative,5-day Turnaround,each $ 127.00 Test N834 Lead Wipe Dust(Flame Atomic Absorption),4-hour Turnaround,each $ 41.00 Test N835 Lead Wipe Dust(Flame Atomic Absorption),6-hour/same day Turnaround,each $ 23.00 Test N836 Lead Wipe Dust(Flame Atomic Absorption),24-hour Turnaround,each $ 18.00 Test N837 Lead Wipe Dust(Flame Atomic Absorption),48-hour Turnaround,each $ 15.00 Test N838 Lead Wipe Dust(Flame Atomic Absorption),3-day Turnaround,each $ 12.00 Test N839 Lead Air Sample(Flame Atomic Absorption),4-hour Turnaround,each $ 41.00 Test N840 Lead Air Sample(Flame Atomic Absorption),6-hour/same day Turnaround,each $ 23.00 Test N841 Lead Air Sample(Flame Atomic Absorption),24-hour Turnaround,each $ 18.00 Test N842 Lead Air Sample(Flame Atomic Absorption),48-hour Turnaround,each $ 15.00 Test I, i . AESCO N843 Lead Paint Chip(Flame Atomic Absorption),3-day Turnaround,each $ 12.00 Test N844 Lead Paint Chip(Flame Atomic Absorption),4-hour Turnaround,each $ 41.00 Test N845 Lead Paint Chip(Flame Atomic Absorption),6-hour/same day Turnaround,each $ 23.00 Test N846 Lead Paint Chip(Flame Atomic Absorption),24-hour Turnaround,each $ 18.00 Test N847 Lead Paint Chip(Flame Atomic Absorption),48-hour Turnaround,each $ 15.00 Test N848 Lead Paint Chip(Flame Atomic Absorption),3-day Turnaround,each $ 12.00 Test N849 Lead Soil(Flame Atomic Absorption),3-hour Turnaround,each $ 46.00 Test N850 Lead Soil(Flame Atomic Absorption),6-hour Turnaround,each $ 35.00 Test N851 Lead Soil(Flame Atomic Absorption),24-hour Turnaround,each $ 27.00 Test N852 Lead Soil(Flame Atomic Absorption),32-hour Turnaround,each $ 22.00 Test N853 Lead Soil(Flame Atomic Absorption),48-hour Turnaround,each $ 20.00 Test N854 Lead Soil(Flame Atomic Absorption),3-day Turnaround,each $ 19.00 Test N855 Lead Soil(Flame Atomic Absorption),4-day Turnaround,each $ 18.00 Test N856 Lead Soil(Flame Atomic Absorption),5-day Turnaround,each $ 17.50 Test *Escalation Rate AESCO will apply a 4%escalation rate to fees at the beginning of each calendar year to account for cost increases.This rate will be reflected in all project-related billings starting January 1 of each year. CAL VAWA SURVEYING INC DVBE • MBE •SBE • CERTIFIED PROFESSIONAL LAND SURVEYING Prevailing Wage Rate Schedule (2025) Item Description Unit Unit Price Field Support Field Survey Crew & Equipment(Prevailing Wage) * Hour $385.00 Round Trip Travel Time &Costs Hour $165.00 Office Support Principal Hour $275.00 Director Surveying/Professional Land Surveyor Hour $235.00 Senior Project Manager Hour $195.00 Project Surveyor Hour $180.00 GPS Post Processing Hour $170.00 Survey Technician Hour $165.00 Drafting/AutoCAD Technician Hour $130.00 Accounting / Clerical Hour $90.00 Reimbursable Costs In-House Reproductions Cost+ 15% Printing and Materials Cost+ 15% Parking and Tolls Cost+ 15% Express Mail,Courier,Next Day Service Cost+15% Special Sub-Consultant Services (CPR,etc.) Cost+ 10% Miscellaneous Services Per Diem (when required) Day Per GSA Schedule Consultation in Connection with Litigation Hour $465.00 Transportation(per 2025 IRS Mileage Rate) Mile $0.69 Overtime and Saturday Rates I lour 1.5 times Hourly Rate The hourly rate increases 3% per year to cover cost of living. Also, a 10% mark-up will be added to any sub-consultants utilized to cover project management and administration costs.Hourly rates good for 2025. *4 or 8 Hour Minimum �i Armando D.DuPont,Professional Land Surveyor 7780 CALV "RI)•• 411 Jenks Circle,Suite 205,Corona,CA92878 DVBE • MBE •SBE • CERTIFIED {^ SURVEYING INC. www.ca}vada.com I www.info@caivada.cont in) 951.280.9960(NI 951.280,9746(F) PROFESSIONAL LAND SURVEYING GPR Mapping Potholing Utility Locating CCTV Pipe Inspection BELOW SUBSURFACE IMAGING An RMA Company www.cbelow.com 1 -888-90-BELOW 1385 Old Temescal Rc., Suite 100 Corona, CA 92881 CLO 959964 Estimate Job No. 08-250389-P 1HhDELOW Quote No. 00058348 Date: 03-04-2025 SUBSURFACE IMAGING Expires on: 06-04-2025 AnRMACompany Payment Terms: T&M I NET 30 Prevailing Wage Yes C Below I Subsurface Imaging Call Before you cut, core, drill or dig. 1385 Old Temescal Rd.,Suite 100 Corona,CA 92881 Phone: (888)902-3569 Fax: (909)606-6555 www.cbelow.com Bill To Opportunity Name GHD 175 Technology Dr.,Suite 200 City of HB On Call Irvine,CA 92618 Primary Contact Jobsite Address Jennifer Pawenski City of Huntington Beach 707-521-0222 Various locations jennifer.pawenski@ghd.com Huntington Beach,CA Sales Rep Ext. Email Cell Robert Foster robertf@cbelow.com +19516270112 C Below, Inc. (C Below) submits this proposal for the City of HB On Call project. Our proposal is based on the enclosed estimated hourly breakdown and the C Below Schedule of Fees.To successfully complete the outlined scope of services in this proposal, our field technicians will need uninterrupted clear access to the work area and the appropriate project documentation. We appreciate the opportunity to provide you with our services and look forward to helping ensure a safe and successful project. C Below I SoCal I 1-888-90-BELOW I www.cbelow.com I 08-250389-P SUBSURFACE IMAGING An RMA Company Utility Locating Scope of Work C Below will provide a comprehensive Utility Investigation of the outlined area shown on Exhibit A (exhibit will be provided at a future date). The purpose of this investigation is to find all utilities outlined below to quality level (QL) B per ASCE 38-02. (see attached documentation on available quality levels). C Below will exhaust any and all utility locating methods, plus "tribal knowledge", to positively identify the horizontal and vertical locations of the utility lines. This includes utilizing the equipment listed below: • Electromagnetic Locator(Locator) • Locatable CCTV Push Camera. No video will be provided unless specifically included in your quote. (Push Cam) • Ground Penetrating Radar(GPR). • Locatable Duct Rodder(Ram Rod). • Crawler Camera and lateral Launch Equipment if specifically included in your quote. (Crawler) Deliverables- Utility locations along with depth estimates will be marked directly on the surface (Please reference your Markings Card for explanations of these.) Mapping Scope of Work At the completion of this project the client will be provided a comprehensive 2D utility map in CAD and PDF. Client shall provide CAD background for utilities to be added to. While our maps do include utility depth estimates from the surface, survey elevations are not included unless specifically requested at the time of this estimate. PHASE 1 I Utility Mark Out w/Waterbased Paint. Utility marks will remain on the site unless the client has hired C Below to remove the markings. PHASE 2 I C Below's Mapping Team will pick up the markings with the depth estimates from PHASE 1. Mapping shall be completed within a reasonable time frame to assure integrity of marks. PHASE 3 I Quality review with the Lead Technicians and the Mapping Team to ensure the quality of the deliverable and applicable notes. Potholing Scope of Work C Below will perform (5) potholes as indicated in the client provided potholing exhibit (will be provided at a future date). A standard pothole is 12 in x 12 in, performed to the top of pipe or encasement with sand backfill and a permanent surface patch. Additional costs: Potholes outside of our standard will be billed based on actual depth or conditions. Limitations on work hours may cause additional mobilization or traffic control charges. Permitting fees will be adjusted to C Below I SoCal I 1-888-90-BELOW I www.cbelow.com I 08-250389-P ri SUBSURFACE IMAGING An RMA Company actual costs. If C Below is not hired to mark the locations of the potholes, they will be performed off of the utility provider's marks under the client's direction. Utility providers typically do not mark out sewer or storm drain lines. Dry holes are considered billable. Locating is a separated line item that will be represented on your estimate. Client will be provided a detailed potholing report at the conclusion of the investigation. SERVICE INCLUDES Dig Alert Coordination & Delineation Vacuum Excavation to top of utility, encasement or stop depth Permanent Cold Patch Sand Backfill Removal of Debris Pothole Report SERVICE DOES NOT INCLUDE Encroachment Permit Hot Patching Slurry Backfill Standard Traffic Control Engineered Traffic Control Plans Extensive Traffic Control Flagging for Traffic Control Sidewalk Concrete Panel Replacement Removal of Dig Alert Marks Survey of Pothole Locations pre or post pothole Please request a quote if any of the above services are needed C Below I SoCal I 1-888-90-BELOW I www•cbelow.com I 08-250389-P t---1 SUBSURFACE IMAGING An RMA Company Product Line Items Estimated Costs Utility Locating $4,460.00 Mapping $1,720.00 Potholing $7,290.00 Total USD $13,470.00 Estimate Worksheets Utility Locating Item Quantity Unit Unit Price Total Locating I Certified Supervising 8 HR $195.00 $1,560.00 Technician Locating I Trained Certified Assistant 8 HR $180.00 $1,440.00 Technician Travel Time I Crew 2 HR $255.00 $510.00 Project Coordination 6 HR $95.00 $570.00 Administrative 4 HR $95.00 $380.00 Subtotal $4,460.00 C Below I SoCal I 1-888-90-BELOW I www.cbelow.com I 08-250389-P BELOWc.^ v SUBSURFACE IMAGING An RMA Company Mapping Item Quantity Unit Unit Price Total Mapper I Certified Supervising Technician 4 HR $230.00 $920.00 Drafting I In-house Drafting in AutoCAD 3 HR $150.00 $450.00 Mapping I Travel Time I Single Tech 2 HR $175.00 $350.00 Subtotal $1,720.00 C Below I SoCal I 1-888-90-BELOW I www.cbelow.com I 08-250389-P SUBSURFACE IMAGING An RMA Company Potholing Item Quantity Unit Unit Price Total Potholing Hourly Crew: Intl surface 8 HR $595.00 $4,760.00 breaking, sand backfill,and perm cold patch repair Potholing I Travel Time I Crew 2 HR $325.00 $650.00 Vacuum Excavation Spoil Removal and 1 EA $950.00 $950.00 Dump Fee: Removal of excavated spoils and dumping of material Pothole Report 1 UNIT $550.00 $550.00 Project Coordination 2 HR $95.00 $190.00 Administrative 2 HR $95.00 $190.00 Subtotal $7,290.00 C Below I SoCal I 1-888-90-BELOW I www.cbelow.com I 08-250389-P '` SUBSURFACE IMAGING An RMA Company Quality Level Definitions Quality Level D is the most basic level of information for utility locations. It comes solely from existing utility records or verbal recollections, both typically unreliable sources. It may provide an overall "feel" for the congestion of utilities but is often highly limited in terms of comprehensiveness and accuracy. QL-D is useful primarily for project planning and route selection activities. Quality Level C involves surveying visible utility facilities (e.g., manholes, valve boxes, etc.) and correlating this information with existing utility records (QL-D information). When using this information, it is not unusual to find that many underground utilities have been either omitted or erroneously plotted. Its usefulness,therefore, is primarily on rural projects where utilities are not prevalent or are not too expensive to repair or relocate. Quality Level B involves the application of appropriate surface geophysical methods to determine the existence and horizontal position of virtually all utilities within the project limits. It addresses problems caused by inaccurate utility records, abandoned or unrecorded facilities, and lost references. Decisions regarding location of storm drainage systems, footers, foundations and other design features can be made to avoid conflicts with existing utilities. Slight adjustments in design can produce substantial cost savings by eliminating utility relocations. Quality Level A is the highest level of accuracy and involves the full use of the subsurface utility investigation method. It provides information for the precise plan and profile mapping of underground utilities through the nondestructive exposure of underground utilities, and provides the type, size, condition, material and other characteristics of underground features. C Below I SoCal 11-888-90-BELOW I www•cbelow.com 100058348 f; .a« SUBSURFACE IMAGING An RMA Company Service Exceptions and Limitation Locating Exceptions Our services do not include the location of irrigation lines and associated control valves. We are able to locate sewer and storm drain lines if access is made available. We do not locate abandoned/extra conduits containing no interior cable and we do not locate fiber optic lines or lines without a metallic shield or lacking a tracer wire. C Below has the ability to locate nonmetallic lines but it is outside our normal scope of services. Should the need arise to locate these types of lines, please contact us for an additional quote. GPR Exceptions There needs to be at least 8 inches clearance around the perimeter of the scanning area to accommodate the GPR antenna; especially at structure intersections. Scanning surfaces need to be relatively flat with no water present. GPR can penetrate 12 inches of concrete or masonry, but accuracy decreases with increased steel congestion. Indications show up on the radar screen as hyperbolas.The center of the hyperbola is the center of the indication.GPR data, under most circumstances, does not allow for the interpretation of an indications size, only the center location of the indication and embedment depth. Indications such as reinforcing steel or conduit spaced closer than 2 inches on center may show up as one indication. Mapping Exceptions Please be sure to provide any project documents prior to dispatch. A workable CAD file is required if mapping is to be performed. JPG, TIFF, PDF files are not preferred and may affect the quality of the final product. If no CAD file can be provided, additional costs may apply. A complete and editable background must be provided by the client to ensure the quality of the final product. Potholing Exceptions For billing purposes, C Below defines a standard pothole with the dimensions of 1' X 1' X 5' deep. Deviations from this standard definition require rate increases for additional time and materials to facilitate the client requests. Because potholing rates and other associated costs are based on the assumption of 8 hour work days, additional fees may apply if work is limited to less than 8 hours per day.These fees may include, but are not limited to: additional traffic control, travel time, and disposal fees. Standard pothole pricing includes holes at locations with a soil surface or an asphalt surface up to 6-inches thick.Additional fees will apply if the asphalt surface is over 6"thick or the proposed hole location has a concrete surface.If during the potholing operation the soil is found to have large aggregate or other debris over 3- inches in diameter,ground water, roots or hazardous materials,additional fees will apply. For further clarification please speak to your C Below representative. Optional Services include: hot patching per City requirements, slurry backfill, standard or engineered traffic control plans,trenching or excavation beyond standard pothole dimensions. CCTV Exceptions All lines designated by the client for need of inspection must have clear unobstructed access points. Information gathered during the inspection must be agreed upon prior to dispatch. For added scope of water jetting additional fees apply. Traffic Control Standard Traffic Control includes one lane closure with minimal signage not spanning an intersection. Extensive Traffic Control includes multiple lane closures, arrow boards, multiple signage requirements, spanning of intersections, flaggers,and other non-standard setups. C Below I SoCal 11-888-90-BELOW I www.cbelow.com 100058348 (TBELOWSURFACE A a�" GING MRMA Cowry GENERAL CONDITIONS AGREEMENT. This agreement is made by and between C the Client of the damage or expense which may result Below, Inc. ("C BELOW") and the party that accepted C from the delay. BELOW's proposal or requested that C BELOW perform Services ("Client"). C BELOW shall mean the 3.MINIMUM CHARGES. All locating Services are based on aforementioned entity, any of its affiliates or subsidiaries, a minimum of four hours. Over four hours shall be a to the extent same are performing any of the Services minimum of eight hours. If a technician is scheduled to under this Agreement, and their respective engineers and perform a service and no work is performed, a two-hour employees. This "Agreement" includes C BELOW's minimum charge shall apply(show-up charge). proposal and any exhibits or attachments noted in the proposal or incorporated by reference including but not 4.WORKING HOURS C BELOW's regular workweek is limited to these General Conditions. Requesting Services Monday - Friday. Normal work hours are 7:00 am — 5:00 from C BELOW shall constitute acceptance of the terms of pm. For work performed Monday—Friday, overtime hours these General Conditions. (1.5 times the contracted hourly rate) apply after eight hours worked per day. Premium time hours (2 times the 1.SCOPE OF SERVICES. Services means the service(s) contracted hourly rate) apply after twelve hours worked performed by C BELOW for Client or at Client's direction. C per day.Work performed on Saturday shall be billed at 1.5 BELOW's findings, opinions, and recommendations are times the contracted hourly rate. Work performed on based upon data and info C BELOW obtained by and Sundays and Holidays shall be billed at 2.0 times the furnished to C BELOW at the time of the Services. C contracted hourly rate. Holidays observed by C BELOW are BELOW may rely upon information provided by the Client New Year's Day, Memorial Day, Independence Day, Labor or third parties. Client may request additional work or Day, Veterans Day, Thanksgiving, the day after changes beyond the scope of Services described in C Thanksgiving and Christmas. Overtime hour charges shall BELOW's Proposal. If any alteration or addition of Services be in one-hour increments. are requested by the Client ("Additional Services"), C BELOW may provide a proposal detailing the additional 5.SCHEDULING & CANCELLATION A minimum of 24- scope of work, time extension and associated fees for hours' notice is required when scheduling C BELOW's Client's review. Client shall provide written acceptance of Services. If Services are requested the same day or after such. C BELOW shall not be obligated to perform the 2:00 pm the preceding day, a premium expedite fee of Additional Services, if Client does not follow these $75 per technician will apply. If Services are canceled less procedures, but instead directs, authorizes, or permits C than 24 hours before the scheduled start time, a fee of BELOW to perform the Additional Services without written $75 per technician will apply. acceptance. To the extent C BELOW does perform the Additional Services without written acceptance, C BELOW 6.PREVAILING WAGE The prices quoted within are NOT will be paid for this work according to its proposal for Prevailing Wage or Union unless specifically stated on the same or current fee schedule. first page of this document. If this project requires Prevailing Wage, our hourly rates will increase the 2.DELAYS. C BELOW shall be entitled to an equitable proportional percentage increase every July 1 in adjustment to the project schedule and compensation to accordance with the wage listed by the Director of compensate C BELOW for any increase in time or costs Industrial Relations which is tied to any applicable union necessary to perform the Services under this Agreement or collective bargaining agreement documented annual due to any cause beyond C BELOW's reasonable control. increases plus corresponding changes in our general All promises related to the time of the Services are administration and overhead expenses. These approximations by C BELOW and are subject to the Client adjustments shall become the agreed upon basis for and contractor's schedules, weather conditions, travel charges by C BELOW to the Client. conditions, disputes with workmen or parties, accidents, strikes, natural disasters, health emergencies, discovery of 7.CERTIFIED PAYROLL The prices quoted within are not hazardous materials, differing or unforeseeable site subject to certified payroll. If Certified Payroll is required, conditions or project conditions, acts of governmental C BELOW's hourly administrative rates will be increased to agencies or authorities, or other causes. In no event shall adhere to the requirement. If Client requests certified C BELOW be responsible for any damage or expense due payroll after C BELOW commences its Services,then Client to delays from any cause, other than to the extent the will be required to pay for the increased costs. damage or expense is directly caused by C BELOW's own proven negligence after having been warned in writing by 8.C.O.D. Projects totaling less than $5,000.00 in Services C Below I SoCal I 1-888-90-BELOW I www.cbelow.com 100058348 BSEFLOW SUB IMAGING An Romtemwo for Clients that have not submitted credit approval instruments of service provided by others even if through the C BELOW accounting department shall be incorporated into C BELOW's instruments of service for performed on a Cash on Delivery (C.O.D.) basis. Prior to ease of reference or otherwise; for the performance of the start of our Services the C BELOW technician will the Project's contractors and materials suppliers; for collect a check from the Client. Alternatively, the Client construction means, methods, techniques, sequences or can opt to pay by Credit Card by filling out a Credit Card procedures, including without limitation investigation or Authorization form. If this method is chosen, then a 3% demolition procedures and safety precautions and processing fee will be applied. For all other projects, programs; and for the actions or inactions of others please see the COMPENSATION AND PAYMENT TERMS including utility companies, other consultants and section of this document(Section 28). governmental or quasigovernmental agencies. The Services being provided for by C BELOW do not relieve the 9.REIMBURSABLE EXPENSES Outside services performed Client of the responsibility of having to comply with by others and direct costs expended on the Client's behalf, California Government Code §§4216 - 4216.9. It is are charged at cost plus 15%. Equipment and materials expressly understood by the Client that C BELOW's purchased/rented by C BELOW exclusively for the project Services are not a substitute for compliance with will be invoiced at cost plus 15%. Business license fees for California government Code§§4216-4216.9. project specific requirements will be invoiced at cost plus 15%. Client acknowledges that findings prepared by C BELOW are based on limited information and recognizes that 10. SERVICE AUTHORIZATION Written requests subsurface conditions or other actual conditions may vary will be considered authorization to perform billable work. from those encountered at the location where The Client shall designate member(s) of their staff who explorations are made by C BELOW. Client is responsible have authority to request our Services and notify C for notifying the appropriate party or professional BELOW in writing as their authorized representative. regarding the findings noted by C BELOW and C BELOW Otherwise,all service requests are billable. accepts no liability in connection therewith. C BELOW shall not be responsible for the interpretation by others of 11. PROPOSAL VALID DURATION Proposed Master information developed by C BELOW and makes no Fee Schedule of Rates, Term & Conditions and General guarantee that C BELOW's findings are properly Conditions stated within are valid for 30 days from implemented by any party. C BELOW shall not be held proposal date. liable for problems that may occur if C BELOW's recommendations are not followed. To the fullest extent 12. C BELOW RESPONSIBILITIES. Services permitted by law Client shall indemnify and hold harmless performed by C BELOW under this Agreement will be the Indemnitees (as defined below) from and against any conducted in a manner consistent with the level of care and all Losses(as defined below)arising from or related to and skill ordinarily exercised by members of the same interpretations made by others. profession currently providing the same or similar services under similar circumstances in the same locality and in 13. CLIENT PARTICIPATION. Client will make accordance with applicable standards in effect at the time available to C BELOW all information in Client's possession the Services are performed. C BELOW MAKES NO OTHER regarding existing and proposed conditions at the site, of REPRESENTATIONS OR WARRANTIES, EXPRESS OR which C BELOW may rely on to perform its Services. Such IMPLIED INCLUDING WITHOUT LIMITATION ANY information shall include, but not be limited to, plot plans WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A and topographic surveys.Client shall immediately transmit PARTICULAR PURPOSE. C BELOW will not be responsible to C BELOW any new information concerning site for inaccurate or incomplete information provided to it by condition which becomes available, and any change in Client, individuals or entities for which CLIENT is plans or specifications concerning the project. C BELOW responsible for, co-consultants or other reasonably shall not be liable for any inaccurate or incorrect advice, reliable sources; for site conditions of which it was not judgment or decision which is based on any inaccurate actually informed; for unauthorized modifications to or information furnished by Client and Client, to the fullest deviations from C BELOW's instruments of service or the extent permitted by law, shall indemnify the Indemnitees use of unfinalized instruments of service for any purposes from and against any and all Losses arising out of, or including bidding or cost estimating; for hazardous contributed to, by such inaccurate information. In the materials or toxic substances at the project site; for the event Client, the project owner, or other party makes any specification of products or equipment for purposes changes in the plans and specifications, Client agrees to consistent with the manufacturer's published literature; hold C BELOW harmless from any liability arising out of for decisions made by others relating to materials and such changes, and Client assumes full responsibility unless equipment decisions made by others; for the services and Client has given C BELOW prior notice and has received C C Below I SoCal I 1-888-90-BELOW I www.cbelow.com 100058348 BELOW ... SUBSURFACE IMAGING MMNAComyM BELOW's written consent for such changes. C BELOW does project site. Client agrees that the discovery of such not assume responsibility for any conditions at the Client's unanticipated hazardous materials constitutes a changed site(s) that may present a danger, either potential or real, condition which may require either a re- negotiation of to health, safety, or the environment. Client hereby the scope of C BELOW's Services or termination of such agrees that it is the Client's responsibility to notify any and Services or this Agreement. Client recognizes that the all appropriate federal, state, or local authorities, as discovery of hazardous materials may necessitate required by law, of the existence of any such potential or immediate protective measures to safeguard the public real danger and otherwise to disclose to all appropriate or health and safety and agrees to compensate C BELOW for affected individuals or entities, in a timely manner, any measures that in C BELOW's professional opinion are information that may be necessary to prevent any danger justified to preserve and protect the health and safety of to health, safety, or the environment. Client assumes sole site personnel and the public. Client agrees to compensate responsibility for determining whether the quantity and C BELOW for any equipment decontamination or other the nature of Services ordered by Client is adequate and costs incident to the discovery of unanticipated hazardous sufficient for Client's intended purpose. materials. Client agrees that in the event of the discovery of hazardous materials at the site it will report such 14. THIRD PARTIES To the fullest extent permitted discovery to the proper authorities as required by federal, by law and to the extent not resulting from C BELOW's state, and local regulations. Client also agrees to inform proven negligence, Client agrees to defend, indemnify, the project site owner in the event that hazardous and hold harmless C BELOW and all of its agents,affiliates, materials are encountered at the site. Notwithstanding subsidiaries, officers, directors, representatives, and any other provision of the agreement, to the fullest extent employees and their successors (collectively the permitted by law Client waives any claim against C BELOW "Indemnitees") from and against any and all claims, and agrees to defend, indemnify, and save the demands, suits, losses, charges, losses, causes of action, Indemnitees harmless from and against any and all Losses liability, costs, defense costs, disbursements, expense arising from the presence of hazardous materials on the (including attorney fees and costs at trial and appeal), project site. There is a risk that potholing may result in and/or allegations of responsibility ("Losses") by any and contamination of certain subsurface areas. To the fullest all third parties including but not limited to, contractors, extent permitted by law Client waives any and all Losses subcontractors, agents, employees (including without against, and agrees to defend, indemnify, and save the limitation Client's employees), assignees transferees, Indemnitees harmless from and against any and all Losses successors, invitees, neighbors, and the public relating in which may arise as a result of subsurface contamination any way to this Agreement, the Services, or the project. It caused by potholing. Client also agrees to adequately is expressly understood and agreed that the enforcement compensate C BELOW for any time spent and expenses of these terms and conditions shall be reserved to the incurred in defense of any such claim. Client and C BELOW. Nothing contained in this Agreement shall give or allow any claim or right of action whatsoever 16. SITE CONDITIONS. Client shall secure all by any third person. It is the express intent of the Client necessary approvals, notices, permits, licenses, and and C BELOW that any such person or entity, other than consents from all owners, lessees, contractors, and other Client or C BELOW, receiving Services or benefits under possessors of the Project, necessary to commence and this Agreement shall be deemed an incidental beneficiary. complete the Services, and will provide C BELOW access to Neither party may assign this Agreement or any right or the project site for all equipment and personnel necessary obligation hereunder without the prior written consent of for the performance of the Services, unless specifically the other party, which shall not be unreasonably withheld stated within the Estimate Worksheets or Scope of Work or delayed; provided, however, that no consent shall be in C BELOW's proposal. C BELOW shall be allowed free necessary in the event of an assignment to a successor access to the site. Client understands and agrees that C entity resulting from a merger, acquisition or BELOW shall only be responsible for losses which directly consolidation by or of C BELOW or an assignment to an result from C BELOW's negligence.Client is responsible for affiliate or subsidiary of C BELOW. the accuracy of locations for all subterranean structures and utilities.To the fullest extent permitted by Law, Client 15. DISCOVERY OF UNANTICIPATED HAZARDOUS waives any claim against C BELOW, and agrees to defend, MATERIALS. Client shall furnish to C BELOW all documents indemnify, and hold the Indemnitees harmless from and and information known or available to Client that relate to against any and all Losses from damage done to the identity, location, quantity, nature, or characteristic of subterranean structures and utilities not identified or any hazardous waste, toxic, radioactive, or contaminated accurately located. In addition, Client agrees to materials prior to commencement of the Services. Client compensate C BELOW for any time spent or expenses warrants that it has made reasonable efforts to disclose incurred by C BELOW in defense of any such claim. known or suspected hazardous materials on or near the C Below I SoCal I 1-888-90-BELOW I www.cbelow.com 100058348 C- BELOW a SUBSURFACE IMAGING Mwirw COM 17. ENVIRONMENTAL LIABILITY. Neither this Parties shall not exceed $5,000 or the actual paid Agreement nor the providing of Services will operate to compensation for the Services performed by C BELOW make C BELOW an owner, operator, generator, under this Agreement,whichever is less.This restriction of transporter, treater, storer, or arranger for disposal or remedies shall apply to any and all Losses of any nature treatment within the meaning of the Resource arising from or related to this Agreement without regard Conservation Recovery Act, Comprehensive to the legal theory under which such liability is imposed. Environmental Response Compensation and Liability Act, Claims must be brought within one calendar year from or within the meaning of any other law governing the performance of the Services. handling, treatment, storage, or disposal of hazardous materials. To the fullest extent permitted by Law, Client 20. LIABILITY FOR OTHERS. C BELOW shall not be will indemnify, defend and hold the Indemnitees harmless responsible for supervising, overseeing, or controlling the from and against any and all Losses arising or claimed to Client's contractors or for their means and methods, arise from violations by Client of any and all procedures, performance, or site safety. C BELOW shall environmental laws, rules, and regulations relating to the not be responsible for the acts or omissions of the Client, existence, generation, current or future ownership, owner, architect,architect's other consultants, contractor, storage, transport, or disposal of pre-existing hazardous subcontractors, other third parties or their respective substances and wastes, but this indemnity shall not cover agents, employees, assigns, successors, or any other such loss, damage, cost or expense to the extent caused persons ("Others"). C BELOW shall have no authority to by C BELOW's proven negligence in performing the control Others regarding their work or their safety Services under this Agreement. For purposes of this practices. C BELOW does not control or guarantee the Agreement, a pre-existing hazardous substance is any work of Others. C BELOW has no duty to inspect or hazardous substance or hazardous waste having been correct health and safety deficiencies of Others. C BELOW generated by Client or existing on Client's premises prior will not be responsible for the failure of Others to perform to the date of this Agreement. in accordance with their undertakings and the providing of C BELOW's Services shall not relieve Others of their responsibilities to the Client or Others. C BELOW reserves 18. OWNERSHIP AND LEGAL USE OF DOCUMENTS. the right to report to the Client any unsafe conditions All notes, data, reports, original final reproducible observed at the Project without altering the foregoing. drawings, plans, specifications, calculations, and studies memoranda assembled or prepared by C BELOW are 21. CONSEQUENTIAL DAMAGES WAIVER. instruments of service with respect to the subject project, Notwithstanding anything to the contrary in this and C BELOW shall retain an ownership and property agreement and to the fullest extent permitted by law, interest therein, whether or not the project is completed. Client and C BELOW waive against each other any and all The Client may make and retain copies for information claims for or entitlement to special, incidental, indirect, and reference in connection with the subject project; consequential, delay, punitive, or similar losses or however, such documents are not intended or damages arising out of, resulting from, or in any way represented to be suitable for re-use by the Client or related to the project or this Agreement. others. Any modification, changes, or reuse without written verification or adaptation by C BELOW for the 22. INSURANCE. C BELOW will maintain the specific purpose intended will be at the Client's sole risk following insurance coverages and amounts: (1) Workers and without liability or legal exposure to C BELOW, and Compensation insurance as required by law, (2) the Client, to the fullest extent permitted by law, agrees Employer's Liability insurance with coverage of$1,000,000 to indemnify and hold harmless the Indemnitees from and per each accident/employee, (3) Commercial General against any and all Losses whatsoever arising out of or Liability insurance with coverage of $1,000,000 per resulting therefrom. occurrence/aggregate, (4) Automobile Liability insurance with coverage of$1,000,000 combined single limit, and (5) 11 19. ALLOCATION OF RISK AND LIMITATION OF If C BELOW is providing professional Services, Professional LIABILITY. The parties have evaluated the respective risks Liability insurance with coverage of $1,000,000 per and remedies under this Agreement and agree to allocate claim/aggregate. Client shall name C BELOW as additional the risks and restrict the remedies to reflect that insured on its Builder's Risk policy. Client shall require any evaluation. Notwithstanding any other provision to the general contractors working on the project site to include contrary in this Agreement and to the fullest extent C BELOW in any indemnity that the Client requires such permitted by law, Client agrees to restrict its remedies contractors to provide to the Client and as an additional under this Agreement against C BELOW, its parents, insured under any such contractor's general liability affiliates and subsidiaries ("C BELOW Covered Parties"),so insurance policy. Client shall provide C BELOW with a that the total aggregate liability of C BELOW Covered certificate of insurance evidencing the required insurance. C Below I SoCal I 1-888-90-BELOW I www.cbelow.com 100058348 BELOW -�� SUBSURFACE IMAGING M PIMA Cam.n, Additional insurance coverage can be obtained at an failure to make payment within sixty (60) days of invoice additional cost to the Client. These costs can be obtained shall constitute a release of C BELOW from any and all by quotation from C BELOW. claims which Client may have, either in tort or contract, and whether known or unknown at the time. Should 23. RESOLUTION OF DISPUTES. Either party may Services based on a fee schedule be performed beyond initiate a dispute resolution by providing written notice to the end of the calendar year, C BELOW's current fee the other party setting forth the subject of the claim, schedule shall apply unless otherwise negotiated in dispute, or controversy and the requested relief. The advance. recipient of such notice shall respond within 5 business days with a written statement of its position and a 25. TERMINATION. This Agreement may be recommended solution to the claim. terminated without cause by either party upon thirty (30) If the parties cannot resolve the dispute through days written notice, and at any time by either party if the negotiation, either party may refer the claim, dispute, or other party defaults in the performance of any material controversy to a panel ("Panel")consisting of a designated provision of this Agreement and such default continues senior representative from each party ("Representative"), for a period of seven (7) days after written notice thereof. who shall have the authority to resolve it. The In the event of termination, C BELOW will be paid for Representatives shall not have been directly involved in Services performed through the date of termination, plus the Services and shall negotiate in good faith. No written reasonable termination expenses, including the cost of or verbal representation made by either party in the completing analyses, demobilization, records and reports course of any Panel proceeding or other settlement necessary to document job status at the time of negotiations shall be deemed to be a party's admission. If termination. the representatives are unable to resolve the dispute within 15 business days, either party may pursue its 26. ENTIRE AGREEMENT. This Agreement respective legal and equitable remedies. A party's failure constitutes the entire agreement between the parties and to abide by the foregoing dispute resolution procedures shall supersede other prior agreements and prior to that party's filing of a lawsuit shall result in the representations. No amendments to this Agreement shall dismissal of said lawsuit until the party has abided by the be valid unless made in writing and signed by the parties. foregoing dispute resolution procedures. Exclusive of lien If Client uses its standard business forms, all pre-printed claims, any legal action or proceeding brought to enforce terms and conditions contained in or on such forms shall or otherwise arising out of or relating to this Agreement be deemed stricken and null and void. If the terms and shall be brought in the county where the C BELOW office conditions of this Agreement conflict with the terms and originating the work or proposal is located. Each party conditions of any other agreement or document this waives its right to a jury trial in any court action arising Agreement shall govern and control over any such between the parties, whether under this Agreement or conflict. The invalidity or unenforceability of any otherwise related to the work being performed under this portion(s) of this Agreement shall in no way affect the Agreement. validity or enforceability of any other portion(s) hereof. Any invalid or unenforceable portion shall be severed 24. COMPENSATION AND PAYMENT TERMS. from the Agreement and the balance of the Agreement Client agrees that an invoice amount is due when received shall be construed and enforced as if the Agreement did unless otherwise agreed.A service charge of one and one- not contain a particular portion held to be invalid or half percent (1-%%) per month (but not exceeding the unenforceable. This Agreement may be executed in maximum allowable by law) will be added to any account several counterparts, each of which shall be deemed an not paid within 30 days after the invoice date. In the event original having identical legal effect. The titles, captions that any portion of the account remains unpaid 30 days and headings of this Agreement are included for ease of after the invoice date, C BELOW may immediately reference only and will be disregarded in interpreting or discontinue Services on any and all projects for Client, or construing this Agreement. C BELOW shall not be bound withhold any final report or instrument of service, or by any language incorporating by reference any contract demand prepayment of fees at C BELOW's option. Client or term of any contract unless the term or terms shall pay all costs incurred by C BELOW in collecting any incorporated by reference are specifically furnished to C delinquent amount, including staff time, court costs and BELOW and are expressly agreed to in a writing signed by attorney fees. To the fullest extent permitted by law, C BELOW. C Below I SoCal 11-888-90-BELOW I www.cbelow.com 100058348 IN. - . x 1385 Old Temescal Rd.,Suite 100 Corona,CA 92881 '' 3 1-888-90-BELOW SUBSURFACE IMAGING Fax: (909)606-6555 An RMA Company UTILITY LOCATING Utility locating is an imperative first step prior to geotechnical excavation during pre-construction. Damaged lines are not only expensive to repair but can be extremely dangerous. Starting your project with the knowledge of the types and locations of underground utilities on the job site is an important and cost- effective way to ensure a safe and successful project. C Below has the ability to locate horizontal and vertical locations for all underground utilities including water, gas, power,waste, communications and cable/TV. Our technicians will mark all indications directly on the surface of all surveyed areas using the American Public Works Association (APWA) Uniform Color Code.All utility locating marks are made in accordance with the Common Ground Alliance (CGA) Best Practices. Once lines have been found, there are several options a technician can use for marking the utility locations. Spray paint is the most common, but flags or whiskers are also utilized in areas that have heavy traffic, or where sprinklers may cause the paint to become unreadable prior to excavation. Computer-aided design or CAD drawings of our findings can also be provided upon request. Our utility locating services shall include only those materials commonly used for locating and marking indications. Clear access to scanning areas need to be provided by the client. Should the area to be scanned not be accessible from the ground, the client will provide the means (man lift, scaffold, etc.) for our technician to properly perform their work. For utility locating we locate all underground utilities using a standard electromagnetic utility locator.With this method, we are able to find: main water supply lines and associated branch lines made of metal (conductive) or water lines installed with a "tracer wire", all sewer and waste lines by electromagnetic location, power lines,telecommunication lines,gas lines with tracer wires. . vm µ S ow.D1) * ,b _ s S�o,.�oom iso� � � p. „ ^S SA �` +N a .,q"„ y i� Necumaa to ,. -; 1 8 mT+s k I"nYn"." „,, 'n d1..ry +r:ww _ _ =C_,,t IIII 111/www cbetow com a b;. eYa� ""t:fi. d1 ' B 1385 Old Temescal Rd.,Suite 100 Corona,CA 92881 1-888-90-BELOW n '' SUBSURFACE IMAGING Fax: (909)606-6555 An RMA Company GROUND PENETRATING RADAR(GPR) C Below uses GPR for locating reinforcing steel, prestressing strand, conduit and other indications in concrete and masonry structures. We use this method because it is one of the safest, fastest and most accurate methods currently available. With the ability to penetrate up to 18 inches of concrete, our technicians can map all indications directly on the scanning surface prior to coring, cutting or drilling. With such a large penetration range,GPR can be used with access to only one side of the scanning area with no need to place film on the opposite surface (as is needed with other methods). Our technicians determine the thickness of concrete and masonry structures to determine the spacing and depth of indications. In certain cases,the size of the indication can be estimated. As these indications are found, they are displayed to the technician in real-time. They are displayed on the GPR monitor when changes in the conductivity of the scanned area represent locations of rebar, conduit, pipe, voids, and other objects located beneath the surface. Once located, the indication is marked in accordance with the APWA Uniform Color Code. GPR is incredibly versatile and offers ease of use on job sites. It emits about 1%the power of a cell phone signal to perform its functions. Other methods require a safety perimeter around work areas. We prefer to use GPR because we are able to work in occupied sites and buildings where temporary evacuation is not an option. The equipment is very portable and can be moved to location quickly, making scanning of multiple areas a fast, efficient and manageable process. The practicality of this service supersedes traditional methods of utility locating, but it can also be used in conjunction with them. With the ability to locate nonmetallic utilities up to 12 feet deep, you can be sure most lines will be identified. # 7� F �rY$, m � $ . $ h g h � — \ www.cbelow.com -' 1385 Old Temescal Rd., Suite 100 * .r r1146 Corona, CA 92881 , ' 1-888-90-BELOW SUBSURFACE IMAGING Fax: (909)606-6555 An RMA Company UNDERGROUND MAPPING C Below will provide our client with electronic and/or printed // s.* \ •\.... r'�\ documentation of our utility investigation when mapping is added to ... ` ` �\ \,Mw ,\ our locating scope of work. Utility locations will be plotted in a client / \,»,x, provided site drawing with clear, easy to read detail. Each utility is ' ., labeled and color coded in accordance with the indications marked '+:\ .,, CAD drawings toensure the industry's most in the field. We prepare $ Y ,,,,, .��� accurate drawings. The details of these drawings are based upon . ..x, client specifications. Some of these options include depth, pipe .. ,e diameter and materials, connection points, and all unknown utilities. '..'";; // io., A/ In addition to 36" x 24" prints, our drawings can also be saved in PDF .fr / Il F f �/ format for simple distribution and viewing. Our detailed drawings � ,d ,, , ,;/ ism can be used to provide designers and contractors with an overview of what to expect when performing site work. All mapping is done under the supervision of a licensed civil engineer. ADDITIONAL SURVEYING SERVICES In addition to mapping our utility location markings,we offer a full range of surveying services. 1 /7 se - 1 iI• ( ADA BOUNDARY • + : A.L.T.A./N.S.P.S __- - TOPOGRAPHIC CROSS-SECTIONS ENCUMBRANCE MAPS --- ,. „ - _-.` -,i, ,, , m; ORTHO AERIAL PHOTOS www.cbelow.com6 ° 1385 Old Temescal Rd.,Suite 100 Corona, CA 92881 1-888-90-BELOW . ,a SUBSURFACE IMAGING Fax: (909)606-6555 An RMACompany POTHOLING Potholing is also known as vacuum excavation and is used for the purpose of identifying the axis of an underground utility. When the utility is revealed, the type of material and utility size are documented. The data collected during these excavations are beneficial in all phases of construction. Based upon the soils conditions or scope, C Below will choose to use air or water to create the pothole. Potholes made to expose facilities encased in concrete, will stop at the encasement. The top of the encasement will then be recorded as the top of the facility. After documenting our findings, each pothole will be backfilled, compacted, and a perm-a-patch or hot patch will be provided depending upon client specifications. A potholing report complete with photographs are provided at the conclusion of the job documenting the location, utility found, depth to top of pipe, utility size, material and the soil conditions. If no utility is found within the predetermined depth of the pothole, it will be considered a dry hole. Additional holes may be necessary to provide a positive location of the utility. a, p y, p 'max i , � mo C' Below technicians performing potholing Potholing equipment www.cbelow.com VI 1385 Old Temescal Rd.,Suite 100 Corona, CA 92881 1-888-90-BELOW SUBSURFACE IMAGING Fax: (909)606-6555 An RMA Company CCTV PIPE INSPECTION AND CRAWLER CAM C Below provides video pipe inspection that will give vital information to help properly maintain utility and pipe facilities. We perform this service on sanitary sewer and storm drain lines specifically identified by the client or client's representative. CCTV pipe inspection includes trained personnel and the use of a push camera and/or crawler camera depending on the size of the line. During this inspection, videos are recorded in full color MP4 files that can be viewed easily on all computers. Captions can be added to the video to help identify the technician findings. Our push cameras can video lines as small as 3" in diameter while our crawler cameras can do pipes upwards of 72". The video technology offers high quality assessment of all piping, including joints. We offer quick results with the ability to transfer video feed via USB and Bluetooth technology. Standard details recorded during the inspection include: obstructions or blockages, root intrusion, structural damage, pipe offsets and flow conditions. Problem areas found will be identified on the surface for easy identification. In the event that any blockage is found, we are able to provide water jetting to clear the obstructions. Sanitary Sewer and Storm Drain lines may contain debris and blockages that limit the ability to perform CCTV Pipe Inspection. C Below can arrange for an outside contractor to jet all lines prior to CCTV pipe inspection to ensure the full length of the pipe can be filmed. • 'L h CCTV Crawler Cam Intact and damaged storm drains as recorded by our CCTV 1111 www.cbelow.com • 1i ' s"-- Page 1 of 1 l ® A`Co�RU DATE(MM!DDIYYYY)CERTIFICATE OF LIABILITY INSURANCE 06/27/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGAT.ON IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT WTW Certificate Center NAME: Willis Tower's Watson Northeast, Inc. c/o 26 Century Blvd INC NS EXtI: 1-877-945-7378 FAX No): 1-888-467-2378 EMAIL certificates@wtwco.com P.O. Box 305191 ADDRESS: Nashville, TN 372305191 USA INSURER(S)AFFORDING COVERAGE NAIC C INSURER A: Allied World Assurance Company US Inc 19489 INSURED INSURERS: Zurich American Insurance Company 16535 GHD Inc. 4747 N. 22r.d Street, Suite 200 INSURER C: Beasley Insurance Company Inc 37540 Phoenix, AZ 85016 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: W39535279 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXPYYY LIMITS LTRINS° WVD POLICY NUMBER IMMIDD/ Y)JMM/DD/YYYY) X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 �/ DAMAGE TO RENTED PREMISES(Ea occurrence) 1,000,000 .CLAIMS-MADE LX OCCUR $ A MED EXP(Any one person) $ 50,000 0310-4497 • 12/01/2024 12/01/2025 PERSONAL&ADVINJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER'. GENERAL AGGREGATE $ 2,000,000 POLICY f X 17E8T ,LOC PRODUCTS-COMP/OP AGG S 2,000,000 OTHER. $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 2,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED I BAP 3757423-09 07/01/2024 07/01/2025 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS I X HIRED x NON-OWNEDGr��, {[ PROPERTY DAMAGE $ cALHe e�IL;Soc / eT14250 I (Per accident) X X I. Hired Physical Damao. S 100,000.00 UMBRELLALIAB OCCUR EACH OCCURRENCE S EXCESS LIAR CLAIMS-MADE AGGREGATE $ DED l RETENTIONS 1 I S WORKERS COMPENSATION X AND EMPLOYERS'LIABILITY STATUTE ERH Y/k B ANYPROPRIETCrR/PARTNERIEXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUDED? NIA WC 0380936-09 07/01/2024 07/01/2025 1,000,000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S If yes,describe under I 1,000,000 DESCRIPTION OF OPERATIONS below I _ E.L.DISEASE-POLICY LIMIT S C Professional Liability V29594240601 12/01/2024 12/01/2025 Each Claim: $1,000,000 Aggregate: $2,000,000 I_ DESCRIPTION OF OPERATIONS 1 LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is requirec) On-Call General Engineering Cona-.11ting. APPROVED AS TO FOR Or MICHAEL J.VIGLIOTTA CITY ATTORNEY CERTIFICATE HOLDER CANCELLATIONCITY OF HUNTINGTON BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Huntington Beach AUTHORIZED REPRESENTATIVE 2000 Main Street (�h- 1 , Huntington Beach, CA 92648 F W✓U('p• ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 27998601 BATCH: 9022521 0 i��NTIN�Tp CITY OF 4. 9 - mt ,_, HUNTINGTON BEACH 6'01N'' \'10°l Lisa Lane Barnes I City Clerk July 17, 2025 GHD, Inc. Attn: Casey Raines 320 Goddard Way, Suite 200 Irvine, CA 92618 Dear Ms. Raines: Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and GHD, Inc. for On-Call Civil Engineering & Professional Consulting Services, approved by the Huntington Beach City Council on July 1, 2025. Sincerely, 0914-iitottAKA4K Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov �� inCity of Huntington Beach INTER-DEPARTMENT COMMMUNICATION HUNTINGTON BEACH TO: Honorable Mayor and City Councilmembers FROM: Chau Vu, Director of Public Works DATE: July 1, 2025 SUBJECT: SUPPLEMENTAL COMMUNICATION FOR ITEM 13, FILE ID 25-396, APPROVE AND AUTHORIZE EXECUTION OF PROFESSIONAL SERVICES CONTRACTS FOR ON-CALL GENERAL CIVIL ENGINEERING AND PROFESSIONAL CONSULTING SERVICES WITH ANCHOR QEA, INC.; ARDURRA GROUP, INC.; AZTEC ENGINEERING GROUP, INC.; BOWMAN CONSULTING GROUP LTD.; CANNON CORPORATION; CWE; EEC ENVIRONMENTAL; GHD INC.; H W LOCHNER; HARRIS & ASSOCIATES, INC.; HDR ENGINEERING, INC.; HR GREEN PACIFIC, INC.; HUITT-ZOLLARS, INC.; KABBARA ENGINEERING; KREUZER CONSULTING GROUP; MICHAEL BAKER INTERNATIONAL, INC.; MICHAEL K. NUNLEY AND ASSOCIATES, INC.; MOFFATT & NICHOL; ONWARD ENGINEERING; PACIFIC ADVANCED CIVIL ENGINEERING, INC.; PROACTIVE ENGINEERING CONSULTANTS, INC.; PSOMAS; GLENN A. RICK ENGINEERING COMPANY; SA ASSOCIATES; STANTEC CONSULTING SERVICES INC.; TAIT & ASSOCIATES, INC.; AND TETRA TECH Please be advised that the attached PowerPoint presentation has been revised and updated, effective July 1, 2025. Should you have any questions or require additional information, please feel free to contact me. Thank you. c: City Clerk 1 ,,,,,,....... .... /1' '► TIN G T .. Professional Services\\•\ ••. // 5) Contracts for On-Call c .••• •toRP0RArF ••• -� ______ _, General Civil Engineering & •'•• Professional ConsuLting ' ' \ % � Services _ __, . % - Department of Public Works ice, - ,,, )jj. ecr • _-- ` July 1 , 2025 F7 •.;FB Pp••• I\Nc O dF •• 1 7, 1909 , .• •••.:••••••• C � D C P NT�f Background / Need The Public Works Department (PW) needs civil engineering consultants to help with planning, designing, inspecting, and testing various improvement projects. To find qualified firms, PW issued a Request for Qualifications (RFQ). RFQ Overview • Covers multiple disciplines: bridge, environmental, ocean, storm drain, sewer, street, and water. • City previously had 27 on-call firms (2021-2025). • Planning to select 27 firms again through this RFQ. r ►. lip f ' .o .#7 �#' ANT I NGT r�� r.•.a a tTi a r . J d i' ` '/I O` •'\tttC. AATF.0•% ��4 *,„ _C • • 1 :r , V31 4/414.16, %1`1 \ -- • ; .-Ii •.yam.-- i . i — 'ouNTY t '' << 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) 22 __ 19 10 �(•rMNTIN 1 �� t •\NpRPORgr•• • oG tO.• \f 2021 2022 1023 2024 2025 In the last 5 years the City has issued over 100 task orders. 14 ,,jp9, ••••(_1 0 °OUNT`1 t�ii� 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 $63 ir 2022 2023 2024 2025 U; poi -._r- ' Q ,� _ o... =CouNTY Pii� 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. If0,1\pTIN67- ••.•\N�ORP0RATfo•••• vF i fiqoe 60uNTV 01/4ii1 i—\ -\\ a2 _ ., - ,_Recommendation yl ' * ) _ '',__ - • 4iii. 0 Recommended Action: Authorize the Mayor and City Clerk to execute a not-to-exceed $2M contract with 27 firms for On- Call Civil Engineering & Consulting Services. Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR '• Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, Inc.; Moffatt & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Rick Engineering Company; SA Associates; Stantec Consulting Services Inc; TAIT & Associates, Inc.; and Tetra ,, �' Tech. �i/��NTINGP��L; nor °`,..••\NGoRPoRArep.,., \ The on-call contract is not a guarantee of work as these services are on $ 7 an "as-needed" basis. o i --- • Q �O UNT`I 0\/il i•,.a,11wp`y -Detailed labor and Fee Breakdown City-of Huutingatoo Beach r.^''c.. .7 % �essiaod Busltard Project -�ret ,.�' Fee Schedule ProposaL . Sub eanamtaale SW QA 1QC MOM Seder hat]tt Drag. 5.014 A _..To on.. tt .,e U Prgatt�� toP»r Poynter Iaipp,ae Total Prs jl.1 Fee — liii =Il — _ teat: t7at1 MINN Exam l e .S3rc0waiIS10•. e.o $e � $5052 ]lal'_ 41 ti Task1 ow I I Oti+."- jecw s'1r .N�--Mal+ J 3: SI43N t••Yrp 12 c:3.Wea tt uaell MeeaC.F.D a alogaLHsdew '1 ) 12 c Osmaact �Oa1i A14111 i 13 hate .lc-Caiaic.', lY(t3i8a11,1 l a Pap-•,4,266e S3 344 S]]aJ 11 itax...We= I 31.243 smrs.W SJk.n $]}M SWIM a to v, 36 11,0/O Sa,aw1 task2 3063- 11 5 1 .,-nits.Far 54)Ion of5dd fonts d;wrsas QSio-ADA 1 -.onto,,,.Arta,tear any'Tn1_.anneal 1"S7- • • I I o • _noon _ SdriN/�= i• Ill se -S0 _noon. s2".el* 40 snort LrtJ Prelisoirnrr FsFyeerae 31-11xF.3,92.r 32 56 Jt -wnz,_... _..._. _...__ --,. -_ I I - ___ 34 43124 ITT= 9as5Gtps. :ss�= ape: 2 60'34 ,,6_la 4,ct;m.e r41r...:+5;..,my,1s31N Sli.1, 13 40 1.IlJ 35 _l�'r-oar.9VC2,�MT]r]a XCY_Idv'.agkr 12 15 Sl ar11 30 ,_id au rail and SttpiYl 6' - 24 '2 U• >,f11Q1 3S Co.E•Iwo r344T•' Iw451 a 3 12 15-1- '-37.000 31p r ACCi,r.Sntalot .5 21.1(• II4'IA 31. 0tellapaog allatilti:asa�vla.:.ter,50..76:rasie*5 __noon __ _ ____--;-... 43 ..__ ee - - 3 17. Cad 9yl:ao,rrd 5aiidlint C'.SWaaeaT 43 81?. �. •RLdy, 313 TERM 151°,rtmtaap Oil 130 s1l.-ee 313 TRAerw]ra¢9[a>e3 4-.SrEm.snl Su it 1I302S 313 Ta tas®¢;c :561r366¢q .. - 5-SA 33.r161 3Is QACL 100'.5 Tsoaml.. S11.1'n 7y'MS Srf6tJe A+.u-.= o JJ n, III w I 1,f Taskl Ss 0301:5:- S6 IL SF.4U $191M $61 r 1F4S'9 Sd Sto..A4 11W.a 41 Doom Cm ai Limos - -_ 33.434 42 Coat miss*time.Ioltnm2l • _ SIACC 323L. 4 s T 010104 5conoma,,l al-.5.T3111t'Q1 0 I S I BSO 13.09, 1-. Cad'at i I.II),5atronnil 12 32 60 Si I Ut 5 RUB Mans(106'.SlabaseLl 51.522 13.52,3 45 CSSC<r:67.5r1omt. 12 6 OF is Seatatat f.rc- I 11 • as 66 61 �1Is,= b u.So 34.11U -e 1-,I to,pad SS.43' SO $f.54 1,3fsro - vwr� • is sd IJe 246 415 on Taw<h SI Clerss>eatsr= 3.562 22.441 1t198e 27.342 63210 _ _ Itt E;w --- law uat d•► 4 tea.♦,tented To -kR••'_- -- ----5244_052 __. WAY, slag TOT.1L Ls1I_'*L3TL ILL FOR I_NGIYLLRLtG WORK COVERED L\ JUL RFP S302.3w9 a-ray 00.e`egee area•:l seer,seer,e e-c er.3yaa 15ry Y`• es ean e-s!a �ell mia pve...Arr: or WW1,IT,sro a'y en,a031a^�31,A to 2C-nree as ca01101c1nsr+51s.ctr..y nax.mnr roxrls roe JSIt,can pan as tel um cos 3r nor re tutors'a•,an 6r.0at. J ttcflgr,.awned rue n aunpta 1 ate 0{Apteze a11Lr SO`.xayl A::0.01 are e1L1ea Ic tit txa Fee to 11m1-3 I Ain. Ia,r 'do"01t-0-a6.a:IOs:;,r a setc1001ec NO'lie,e:(+-.A.".,,•,(1.11.0141716 I.,a0:7,'e 0 IA, 01XC.rya,Ix-et(Hn w.tAter.■udijAryj-i rn010;d-lx arc9.45e.a 0,19 1a.91`-o.ma.14,75.4'I 1 oo 321tr3n0 Corm:at c 30'ra tat co nt oast. 5 A 1A R00.0,mart.nc,ti on 01141111 et Jana e!]]tat place. 10 AC 0arace reazr tr:.1 et 0.0,,0,01 a111 tea 131 to o k el cea l_a 0o 1-,r ant t,. INVOICE IMara^,172025 ii vo i e e y of N:,ntmq on Beach Protect Nc ':i0,75NU07 7000 Ala n Si InYDCa hn fi6633 PC Bo.103 Pr sect Aiera ge+ Huntington Beach,CA 92010 'Trial Ihia Invoice f5.009.201 NRW10Retmd hpvernnE ---- Exa m le j1OMsagrL A fr om Cis January 21_7 ry to Faorua 27 N17f Phase 1 Peet Management Bement Tasty 1 t P'uleC1 Management Hours Rate Amount '_00 280 52 841 30 otals 3 00 841.se Labor Total Milli Total this Task 1341.66 Task 12 Proloel Management Maedings Hours Rata Amount 375 374.06 I 402.73 3.00 230.32 B41.56 1 75 170 00 297 50 7 50 13,T9 906 43 etas 16.00 3,530.22 Labor Total 3,530.22 Total tills Task $3.530.22 Total this Phase $4 171.76 Phase 3 Prelminare Engineering Tata 3.6 C•A SiceTnp anc Sinulisg Plans I35.e, I Hews Rate Amount 3.73 170_00 637_30 Totals 3'5 537.50 Labor Total 47.1141 Total this Task $637.50 tLl _. .atiee PK[e Feint WSW b. II Total this Phase $632.60 Butktst Sunmtaty Ctatanl Polo. To-0ate Total B:Imgs 5,009 28 000 5.009 28 Budget 302,339.00 Budget Rentslrsng 207_329.72 Total Ihia Invoice $5.009.20 ; '1 ,.,`, 1 1'1;\J` 114E ,+e, t., r' y , \ t,,,Aft J i 1 ...,,,.,qt 6.. . .4 . _ 1 1 1i,,f 4;f, _, - %,111 1 iit Ite �► '\I .. . 0 • Ull) O a.) UI) ING T \ OR P O RA•••.• Professional Services Contracts for On- • T • • \• -� . Call % col General Civil Engineering and _ �� • _ Professional Consulting Services — - - — Department of Public Works - �� • July 1, 2025 • ce • 17 1909 ;•• `0 ••••• Vc o;° NTN ) 1642 BACKGROUND/NEED The Public Works Department(PW) needs civil engineering consultants to help with planning,designing,inspecting, and testing various improvement projects.To find qualified firms, PW issued a Request for Qualifications (RFQ). RFQ Overview • Covers multiple disciplines: bridge, environmental, ocean, storm drain, sewer, street, and water. • City previously had 27 on-call firms (2021-2025). • Planning to select 27 firms again through this RFQ. I i11..1,� ., �,''�NTlNG70 �J O \ C \\ . \ 1 I !WWII 11144:17411/4'7"—e.—„ „.-__--711----__-: ::ezk...' 1 1r L ..•• > - RUNTY °Pp tu''/ 1643 WHY / BENEFITS CIP Engineering Support • Includes diverse infrastructure projects needing civil engineering • External design reports or specialized studies for projects • Assists with grant applications , inspections , testing, and regulatory compliance On-Call Total Purchase Orders , , (2021-2025) 2 8 _. -- ,� k ' 26 t 2 2 - - .. 19 ///w4i� ii�wNTINGT 74- BSi' 2021 2022 2023 2024 2025 S __ ,1 9 - In the last 5 years the City has issued over 100 professional servi `..- •••;;8.-, ,,,,;a°'(,0 ,0 N OF contracts . -�CUNTY CP/, 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 ---- - - ----- -------q i., Total CIP Budget (2021- 2025 ) •,,,, . .,, Values are in millions „A P- .. i . .. . $60 • - 46-3,,,,5. - . - . „Nor Air diate., ; *--- $3 9. ___.. .,. ,.-;,..;4,4_,.... 1 ti- :. $3 5:1 i \ NI.IN G 7- '-'0.... ii * .... .. 04, ..., AV <( .......PPO; ...• -4:0,' '' - A, cZ) ....•\NAL 47-to •...<9 Ilk .....—.., ,, . . ' " il0/0• " !. ,g4r.41,1*01 .r , . 41i1Witiit. 2021 2022 2023 2024 2025 . 0 2-)% - r , .,.., _ _ -....,...:. ,... N : --- •.- ..,4„,. ,e-.-- -------;, --..-ck•-• ow ..„,..0e;••.4..17, 19094;;••• ,...c-0,,..! ...... 1,„\y,40 ``...- (NW 1645 \\ i ; ;- \ 1\ '\ - \ '')N , ,,t• � t RECOMMENDATION 1# ..,,,'.t-.r i, , , , ,,„ )L . o; , ., „,,, ,, -., itt l , Recommended Action: Authorize the Mayor and City Clerk to execute a not-to-exceed $2M contract with 27 firms for On-Call Civil Engineering & Consulting Services . Anchor QEA, Inc . ; Ardurra Group, Inc . ; AZTEC Engineering Group, Inc . ; Bowman Consulting Group Ltd. ; Cannon Corporation; CWE; EEC Environmental ; GHD Inc . ; H W Lochner; Harris & Associates , Inc . ; HDR Engineering, Inc . ; HR Green Pacific, Inc . ; Huitt-Zollars , Inc . ; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International , Inc . ; Michael K. Nunley and Associates , g/lam'"�� / TIN Inc . ; Moffatt & Nichol ; Onward Engineering; Pacific Advanced Civ ' it c 0....•••••�TO4n� 'P O•••.•\N0pRPORAr:0.•. V" Engineering, Inc . ; Proactive Engineering Consultants , Inc . ; Psomas ; R' .-__--- -.._'••.c. \ Engineering Company; SA Associates ; Stantec Consulting Services Inc ; TAIP1 his _ _ c) \ Associates , Inc . ; and Tetra Tech . � o , ' , 1 n•. f The on-call contract is not a guarantee of work as these services are COUNTY �P1/l' on :~..eii 1646 1 e Questions . =t h s41 _ , 3' by • 1..: .., it ,.I. ,I. . ,,,..,\,..„,,,.. ,.. ,.... - tr Y guilt ,,ii,,,.,.,,,,.1k&.14.A, 1' '' r— ( `' tyt(-` "` i rgi ,,4 r ..� y • r b ' ,t� - ;itV_% 1ft. .; -. ' 1:=1::_. :-.. * :-..'...:.4.1r.,.:)1'7,i4.....-.'.'' '" ' -::.-- 11 v-fir i � •'mot''. ^ -+ • • +^ .it tS a'rS� 1647