Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SA Associates - 2025-07-01
\ ,TINGT > 2000 Main Street, oF.:;�aFP;,a.•,m�_ Huntington Beach, CA ��, 92648 City of Huntington Beach APPROVED 7-0 vy.•.- . err 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: fr 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 LegistarTM 94 File #: 25-396 MEETING DATE: 7/1/2025 and Professional Consulting Services"; and the Mayor and CityClerk to execute 2 000 000 "Professional Services B) Approve and authorize y $ , Contract between the City of Huntington Beach and Ardurra Group, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and 4 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 `14 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 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 ConsultingServices"; and g 9 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 0) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Kreuzer Consulting Group for On-Call Civil Engineering and Professional Consulting Services"; and P) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Michael Baker International, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and Q) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Michael K. Nunley & Associates, Inc. for On- Call Civil Engineering and Professional Consulting Services"; and R) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Moffatt & Nichol for On-Call Civil Engineering and Professional Consulting Services"; and S)Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Onward Engineering for On-Call Civil Engineering and Professional Consulting Services"; and T) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Pacific Advanced Civil Engineering, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and U) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Proactive Engineering Consultants, Inc. for City of Huntington Beach Page 3 of 6 Printed on 6/25/2025 powered by Legtstar" 96 File #: 25-396 MEETING DATE: 7/1/2025 On-Call Civil Engineering and Professional Consulting Services"; and X 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 * W) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Glenn A. Rick Engineering Company for On- Call Civil Engineering and Professional Consulting Services"; and X) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and SA Associates for On-Call Civil Engineering and Professional Consulting Services"; and Y) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Stantec Consulting Services Inc. for On-Call Civil Engineering and Professional Consulting Services"; and A Z) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and TAIT & Associates, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and .% AA)Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Tetra Tech for On-Call Civil Engineering and Professional Consulting Services". Alternative Action(s): Do not authorize the contracts and direct staff accordingly. Will need to seek design support and engineering services may be on hold or decrease until new contracts are approved. Analysis: On-call services refer to professional services provided on an as-needed basis. The City establishes contracts with pre-qualified firms, enabling staff to quickly assign work when specific projects or increased workload demands arise. These contracts do not guarantee a minimum amount of work and are activated only through individual task orders. This approach offers both flexibility and cost efficiency, allowing the City to meet service needs without adding permanent staff. Each year, the City undertakes a Capital Improvement Program (CIP) involving various infrastructure projects that require engineering support. Given that numerous projects demand design work or specialized studies beyond the scope of internal City staff, engaging external expertise is crucial. This need extends to preparing grant applications, conducting environmental monitoring, performing inspections and testing, and ensuring compliance with federal and state regulations, all of which City of Huntington Beach Page 4 of 6 Printed on 6/25/2025 powered by Legistarm" 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 Legistarw 99 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND SA ASSOCIATES FOR ON-CALL CIVIL ENGINEERING & PROFESSIONAL CONSULTING SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and SA ASSOCIATES, 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 Shahnawaz Ahmad 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. 25-16466/378918 1 of 11 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on A I yr J r , 20 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than three (3) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "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." 25-16466/378918 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: 25-16466/378918 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 25-16466/378918 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 (includingsubsequentpolicies purchased as renewals or p q 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 25-16466/378918 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 25-16466/378918 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 byCONSULTANT to anyotherperson or entitywithout the g � g 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: 25-16466/378918 7 of 11 TO CITY: TO CONSULTANT: City of Huntington Beach SA Associates ATTN: Director of Public Works Attn: Shahnawaz Ahmad 2000 Main Street 113Q W. Huntington Drive, Suite 12 Huntington Beach, CA 92648 Arcadia, CA 91007 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. 2Q. 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 25-16466/378918 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. 25-16466/378918 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 25-16466/378918 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, SA ASSOCIATES CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California By: Shahnawaz Ahmad, President ayor ietott print name 1^ ITS: (circle one)Chairman/President/Vice President City Clerk -i'//0 AND prt, V, ' 4 INITIATED AND P O E : By: Shahnawaz Ahmad, Secretary/Treasurer print name Director of Public Works ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Man r APPROVED AS TO FORM: Ae�ar fo- City Attorney a.y 25-16466/378918 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* Civil Engineering Service Area Bidding? Y/N (circle) • Water/Sewer/Storm Water Engineering Yes / No • General Civil Engineering Yes / Np • Ocean Engineering Yes /0 • Environmental/Water Quality Yes / No Proposal for On-Call Civil Engineering for Professional Consulting Services SA TABLE OF CONTENTS COVER LETTER SECTION I: BACKGROUND AND PROJECT SUMMARY SECTION II: METHODOLOGY SECTION III: STAFFING SECTION IV: QUALIFICATIONS • RELATED EXPERIENCE • REFERENCES FORM SECTION V: APPENDIX • RESUMES OF NON-KEY STAFF • EXPERIENCE TABLES (OUR COST PROPOSAL/RATE SHEET IS PROVIDED AS A SEPARATE DOCUMENT) TABLE OF CONTENTS Page 1 of 1 Proposal for On-Call Civil Engineering for Professional Consulting Services SA SECTION I: BACKGROUND AND PROJECT SUMMARY BACKGROUND SA Associates was established in May,1989 as a principal-owned engineering firm with offices in Los Angeles and Orange Counties. SA Associates is a California Corporation and "SA Associates" is our full legal name. SA Associates services cover a broad spectrum of engineering from investigation and feasibility reports to design, construction administration, and construction observation. The firm provides complete civil engineering services for municipalities, public and private water agencies, sanitary districts, and flood control districts. Our main fields of specialty are: • Water Supply Projects • Construction Management and • Wastewater Facilities Projects Construction Inspection Services • Flood Control and Drainage Projects • Feasibility Studies • Civil Engineering • Survey Services SA Associates' experience was gained through providing engineering services to several cities and agencies in the greater Los Angeles area for over 35 years. All of SA Associates completed (or currently ongoing) projects are for public agencies. Our team of engineers and professionals r familiar with public procedures. w r of the requirements of mostpublic agencies and are b area awareq g p For the City of Huntington Beach, we provided design services for the replacement of water valves in approximately 50 separate locations throughout the City's water system. We also provided extra work support for the Utilities Department, through our subconsultant, Ardurra. In addition, SA Associates brings experience in water projects in nearby Anaheim and the County of Orange Public Works. As a result, we are knowledgeable of the City Standards and have previous experience to benefit the City of Huntington Beach for your on-call projects. RELEVANT ON-CALL SERVICES We have provided or are providing On-Call Design Services to the following agencies: City of Anaheim City of Huntington Beach City of Riverside City of Azusa City of Irvine City of Whittier Crescenta Valley Water District City of Manhattan Beach Gateway Water Management Authority City of Culver City City of Mission Viejo Long Beach Water District City of Fullerton7104 City of Pomona Santa Clarita Valley Water Company PROJECT UNDERSTANDING The City is seeking to retain as-needed services from qualified engineering firms to supplement City Staff for a variety of services. The contract will be for a 3-year term with the option to extend the contract for one additional year. The City will issue task orders for each project. The projects will be assigned on an on-call basis. Consultants may bid on one or more categories of service. SA Associates is submitting in Category A: Water/Sewer/Storm Water Engineering which includes: SE CTION C BACKGROUND AND PROJECT SUMMARY Page 1 of 2 s � '•t Proposal for On-Call Civil Engineering for Professional Consulting Services SA • Potable Water Pipeline Engineering (Water Distribution) • Potable Water Wells, Reservoirs, and Booster Pump Stations (Water Production) • Potable Water Master Plan Update and Water Financial Plan Update • Wastewater Engineering (Sanitary Sewer) • Wastewater Master Plan Update • Stormwater Engineering The City has 15 wells that are aging and are 30 — 50 years old. Some of the wells have water quality issues such as manganese, PFAS, odor, color, etc. and may require treatment to mitigate the water quality issues. The City is working with Orange County Water District on a feasibility study for treatment It is our understanding that the City plans to drill two new wells. Some of the sites in the City may have space restrictions. We have on our team Richard C. Slade & Associates (RCS), hydrogeologists, to assist us on any well projects. RCS has over 50 years of hydrogeologic experience in California. RCS staff are available to provide as-needed office and field support services on groundwater projects. Some wells may also require installation of a sodium hypochlorite generating system. For the City of La Palma, SA Associates SA Associates provided design and construction inspection services for the On-Site Sodium Hypochlorite Generation System at the City Yard (2.5 MG reservoir) and Walker Well (2.0 MG reservoir). This project won the APWA 2008 project of the year award. The City also has several miles of water pipelines that need replacement. SA Associates has completed 147 miles of pipeline in the last 35 years for numerous cities and water agencies in the Southern California area. SA Associates also has experience in sliplining of sewer mains. The City has 21 lift stations and has rehabilitated 15 of them in the last several years. Some lift stations have been rehabilitated and some are new. We have on our team Steven Andrews Engineering to assist in the design of lift stations. Steven Andrews Engineering has been providing consulting services for master planning and engineering projects in the water and wastewater fields for over 35 years for civil/water resources master planning, design, and construction engineering for both the public and private sectors. They have designed several sewer lift stations for Orange County cities and other agencies. The work and objectives may involve the following: • Preparation of PS&E packages and/or updates of various reports • Preparation of project schedules • Contracting with any necessary subconsultants to complete the work, i.e. survey, geotechnical investigations, potholing, traffic control • Contracting with specialty subconsultants such as structural, architectural, electrical mechanical, hydraulic calculations, electrical, SCADA, etc. • Conducting site evaluations and preparing preliminary design reports, if necessary • Providing Construction Support Services if requested • For various reports, provide financial plans, budgets, projections, etc. • Securing funding for projects if needed. SECTION I: BACKGROUND AND PROJECT SUMMARY Page 2 of 2 SA, Proposal for On-Call Civil Engineering for Professional Consulting Services SECTION II: METHODOLOGY TECHNICAL APPROACH As your Consultant, SA Associates will provide quality resources to manage and complete the Project. We will work within the framework of the Project Documents, City staff, and the Contractor to execute our tasks in a timely manner. We consider ourselves to be available not as contract representatives but as an extension of your staff. For our projects, we believe in developing and maintaining clear lines of communication between all project parties, being proactive in identifying construction issues, and working diligently toward resolution of issues. Based on this approach, you will be assured of a complete project that complies with your project designs and is in accordance with the standards of the industry. SA Associates'overall approach for your projects is to provide hands on engineering in order to create robust contract documents and reduce the risk for change orders and to avoid delays in the construction. With regard to streamlining the design phase of the projects, the key technical approach to be used by the design team is as follows: • Expedite coordination among all affected parties including utility information requests • Evaluate design alternatives immediately • Sequence project tasks to occur simultaneously where possible (i.e., evaluate alternative for service connections during the field survey and digital topo preparation) • Coordinate thoroughly throughout the entire project & appurtenances • Sequence meetings to occur at favorable days/times (i.e., meetings with City staff and other meetings with impacted agencies/personnel may occur simultaneously or subsequently) TYPICALSCOPE OF WORK The following is a typical scope of work: 1. Conduct a kick-off meeting with the City staff to review the scope of work and to collect existing maps, plans, and other information available at the City. The project schedule will also be discussed, and if necessary, appropriate changes will be made. SA Associates will prepare a schedule to complete the project, along with significant milestones by which the project work will be monitored through completion. 2. Conduct visits to the site to review the extent of the work necessary. A field review meeting with the City will also be held to establish all items of work necessary. 3. Conduct a utilities investigation to determine the location of all existing facilities that would affect the design and construction of this project. Letters will be sent to all utility companies to request information on their utilities. 4. Evaluate design alternatives, prepare a design report, and provide recommendations to the City. 5. Conduct geotechnical investigations, if needed. 6. Conduct a design survey of the proposed work, if required. 7. Prepare and submit a written report including the proposed work to best achieve the project objectives and minimize removal or relocation of existing improvements. SECTION II: METHODOLOGY Page 1 of 4 Proposal for On-Call Civil Engineering for Professional Consulting Services SA 8. Prepare design plans on 24"x 36" sheets. Details will be provided where needed and we will provide the City with original mylar drawings in addition to an AutoCAD format electronic copy. Submittals will be at the 60%, 90%, and 100% completion levels 9. Prepare technical specifications. The City will provide the boilerplate specifications. 10. Submit preliminary design plans and specifications to the City for review. 11. Meet with the City to discuss review comments. 12. Prepare preliminary cost estimates. 13. Notify utility companies for any existing utility relocation. Maintain a record of all transmittal letters to and from the utility companies and submit a copy. 14. Conduct a Quality Control/Quality Assurance (QC/QA) review of the project. 15. Prepare construction bidding documents including specifications. SA Associates will provide the documents on a hard copy and in electronic MS Word format. 16. Prepare detailed estimates of quantities and construction costs on Microsoft Excel Format. 17. Submit final plans and specifications to the City incorporating comments received from the City and utility companies. 18. Project Construction Support Services, if requested. TYPICAL CITY PROVIDED SERVICES The City may be asked to furnish the following information: • City Drawing Standards • City Standard Details • Boilerplate Specifications • As-Built Drawings • City Water & Sewer Atlas Maps • Made payments for any permit or encroachment fees • Utility Company information • GIS or survey information • City Sample Plans • City's Title Sheet and General Notes in CAD format • Easement information • Water Master Plan TYPICAL PROJECT SCHEDULE A typical design project schedule identifying all tasks and deliverables to be performed, durations for each task, and overall time of completion is included at the end of this section. IMPLEMENTATION PLAN SA Associates' overall approach to providing professional engineering services is to enforce the contract documents and other applicable regulations, to develop and maintain clear lines of communication between all project parties including the City's team, to be proactive in identifying SECTION II: METHODOLOGY Page 2 of 4 f Proposal for On-Call Civil Engineering for Professional ConsultingServices SA p g� g issues, and to work diligently and effectively toward resolution of issues. Specifically, we will perform the following tasks to address these issues: • Locate resources where they can be most effectively utilized. • Develop and implement procedures for effective communication between the City, Construction Inspector, Designer, and the Contractor. • Develop and implement cost and scheduling procedures to efficiently track the project. • Assist the City as needed in interfacing with the public. • All these activities will be performed to ensure that the project is completed on time and within budget. CLIENT SATISFACTION SA Associates is committed to client satisfaction by providing and delivering to the City the highest quality project design, implementing proven and successful design techniques resulting in a systematic approach to obtain optimum value for your dollars spent. Our aim is to provide you with an economical design without affecting performance and reliability. SA Associates understands the importance that the design team reflects well on the values of the City. With this in mind, SA Associates is committed to providing quality staff members who are not only capable of satisfying the project tasks but who also have a track record of similar projects and working well with all impacted agencies and local residents. QUALITY ASSURANCE/QUALITY CONTROL PROGRAM It is the goal of SA Associates to present clients with a superior product and responsive service. We are aware we can only continue to grow and remain a viable influence in the consulting engineering profession if we produce an excellent product. That is why we have established "excellence in engineering" as our credo. A sound company policy that emphasizes technical strength, professional conduct, efficiency and communication is applied to each project in order to achieve excellence. This policy is the basis of our Quality Assurance/Quality Control (QA/QC) program. COST CONTROL SA Associates' staff performs at a level of difficulty that minimizes redundant or unnecessary activity. Meeting deadlines and attention to detail are primary objectives. Cost control is also exercised with the same importance dedicated to technical problem solving. Staff engineers apply value analysis/investigation techniques in a systematic approach to obtain optimal value for any marginal cost increase. The result of this approach is to lower total and life cycle costs without sacrificing quality, performance, or reliability. Project costs are reviewed on a weekly basis by the Project Manager. These costs are reviewed against the budget and schedule. The effort required to complete the project is estimated. In this way, if the budget is close to exceeding, steps can be taken to remedy the situation. SECTION II: METHODOLOGY Page 3 of 4 City of Huntington Beach 1 �4;oN°"6jo , SA Civil Engineering Pro ject f, Typical Design Schedule °• _ z. ASSOCIATES .,s °Q ID Task Name Duration Start Finish Half 1,2024 Half 2,2024 Half 1,2025 Half 2,2025 Half 1,2026 Half 2,2026 Hall D JIFIMIAIMIJ JIAISIOINID JIFIMIAIMIJ JIAISIOINID JIFIMIAIMIJ JIAISIOINID J- 1 Task 1.Project Management and Coordination 380 days, Mon 5/5/25 Fri 10/16/26 Task 1.Project Management and Coordination 0 4 380 days 2 Kick-off Meeting 1 day Mon 5/5/25 Mon 5/5/25 Kick-off Meeting May 5 3 Public Outreach Program-Information Dissemination 12 wks'. Tue 5/6/25 Mon 7/28/25 Public Outreach Program-Information Dissemination 4 Project Progress,Budgets&Schedules,Workshops 75.8 wks Tue 5/6/25 Fri 10/16/26 Project Progress,Budgets&Schedules,Workshops Oct 16 5 Project QA/QC&Controls 75.8 wks Tue 5/6/25 Fri 10/16/26 Project QA/QC&Controls Oct 16 6 Project Management,Reviews,Invoices,Deliverables 75.8 wks Tue 5/6/25 Fri 10/16/26 Project Management,Reviews,Invoices,Deliverables Oct 16 7 Task 2.CEQA Process 147.5 days Mon 7/28/25 Wed 2/18/26 Task 2.CEQA Process 147.5 days 8 CEQA Project Compliance 2 wks Mon 7/28/25 Fri 8/8/25 CEQA Project Compliance Aug 8 ' 9 Preparation of CEQA documents(IS as applicable) 27.5 wks Mon 8/11/25 Wed 2/18/26 Preparation of CEQA documents(IS as applicable Feb 18 10 CEQA Permit&Filing to County Clerk 29.5 wks Mon 7/28/25 Wed 2/18/26 CEQA Permit&Filing to County Clerk Feb 18 11 Task 3.Preliminary Design Report(PDR) 61 days Tue 5/6/25 Tue 7/29/25 Task 3.Preliminary Design Report(PDR) 61 days 12 As-Built Research,Site Investigation,&Data Collection 2 wks Tue 5/6/25 Mon 5/19/25 As-Built Research,Site Investigation,&Data Collection 13 Topographic Survey 4 wks Tue 5/6/25 Mon 6/2/25 Topographic Survey 14 Permits,Access,&Easement Requirements 3 wks', Tue 6/3/25 Mon 6/23/25 Permits,Access,&Easement Requirements 15 Utility Research&Notifications 3 wks Tue 5/6/25 Mon 5/26/25 Utility Research&Notifications 16 Geotechnical Evaluation 3 wks Tue 5/6/25 Mon 5/26/25 Geotechnical Evaluation EL 17 30%Plans&Estimate 6 wks Tue 5/6/25 Mon 6/30/25 30%Plans&Estimate 18 Develop Pothole Plan 4 days Tue 7/1/25 Fri 7/4/25 Develop Pothole PI'n 19 Prepare&Submit Draft PDR 6 wks Tue 5/27/25 Mon 7/7/25 o Prepare&Submit Draft PDR Jul 7 20 City Review of Draft PDR 2 wks Tue 7/8/25 Mon 7/21/25 City Review of Draft PDR 21 30%Design&PDR Review Meeting with City 1 day Tue 7/22/25 Tue 7/22/25 30%Design&PDR Review Meeting with City 22 Prepare&Submit Final PDR 1 wk Wed 7/23/25 Tue 7/29/25 Prepare&Submit Final PDR Jul 29 23 Task 4.Design and Specifications 108 days Wed 7/30/25' Fri 12/26/25 Task 4.Design and Specifications 108 days 24 Pothole Utilites&Report 3 wks Wed 7/30/25 Tue 8/19/25 Pothole Utilites&Report 25 Final Utility&DDW&Other Agencies Coordination 4 wks Wed 7/30/25 Tue 8/26/25 Final Utility&DDW&Other Agencies Coordination 26 Prepare&Submit 60%PS&E 6 wks', Wed 7/30/25 Tue 9/9/25 Prepare&Submit 60%PS&E 27 City Review of 60%PS&E Submittal 2 wks Wed 9/10/25 Tue 9/23/25 City Review of 60%PS&E Submittal 28 60%Design Review Meeting with City 1 day Wed 9/24/25 Wed 9/24/25 60%Design Review Meeting with City 29 Prepare&Submit 90%PS&E 5 wks Thu 9/25/25 Wed 10/29/25 Prepare&Submit 90%PS&E Oct 29 30 City Review Meeting of 90%PS&E 2 wks Thu 10/30/25 Wed 11/12/25 City Review Meeting of 90%PS&E 31 90%Design Review Meeting with City 1 day Thu 11/13/25 Thu 11/13/25 90%Design Review Meeting with City 32 Prepared&Submit 100%Final PS&E 4 wks' Fri 11/14/25 Thu 12/11/25 Prepared&Submit 100%Final PS&E Dec 11 33 City Review Meeting of 100%PS&E 2 wks Fri 12/12/25 Thu 12/25/25 City Review Meeting of 100%PS&E 34 100%Design Review Meeting with City 1 day Fri 12/26/25 Fri 12/26/25 100%Design Review Meeting with City• 35 Permit Support(DDW&others) 21.6 wks Wed 7/30/25 Fri 12/26/25 Permit Support(DDW&others)- 36 Task 5.Bid and Construction Support Services 175 days Mon 1/12/26 Fri 9/11/26 Task 5.Bid and Construction Support Services Ilplomm. 175 days 37 Bidding Assistance 3 wks Mon 1/12/26 Fri 1/30/26 Bidding Assistance 38 Submittals&Shop Drawing Review 26 wks Mon 3/2/26 Fri 8/28/26 Submittals&Shop Drawing Revievia73/411111.1111111.1 Aug 28 39 RFIs/RFCs 26 wks Mon 3/2/26 Fri 8/28/26 RFIs/RFCs 111111111111.1111111111.11 Aug 28 40 Change Orders(15) 26 wks Mon 3/2/26 Fri 8/28/26 Change Orders(15) Aug 28 41 Final Inspection&Punch List 2 wks Mon 8/17/26 Fri 8/28/26 Final Inspection&Punch List illItug 28 42 As-Built Drawings 2 wks Mon 8/31/26 Fri 9/11/26 As-Built Drawings I Sep 11 Huntington Beach On-Call Typical Design Schedule.mpp Tue 3/11/25 11{ ;; SA \`;,L... 4,i Proposal for On-Call Civil Engineering for Professional Consulting Services SECTION III: STAFFING ORGANIZATIONAL CHART 0,01iNGTpY U _,= 5 9-, .4. `°r z Names in red font indicate Key Staff 9yC icy OQ FcOUNN tP i 1 Project Manager I Primary Contact Shahnawaz Ahmad, PE, QSD ♦ / i-- Engineers 4 Wastewater Engineering Jorge Lovo, PE, LEED GA, Steven Andrews Engineering QSD/QSP Raul Garibay, PE Hydrogeologist Adam Roesch, EIT, CPSWQ, Richard C. Slade & Associates, LLC QSD/QSP • e John Robinson, EIT (John Robinson Consulting, Inc.) li Hydraulic Modeling Eric Schoenen, PE Akel Engineering Group • Mel Sukow. PE J ..."..{ s Electrical/SCADA Linkture Consulting Engineers I ♦ / ♦ Technician/AutoCAD Support Surveyor Hugo Magana Robert Martinez ♦ I ♦ ♦ I 1 r 1 Geotechnical Traffic Controlwpm Potholing Geo-Advantec, Inc. JMD, Inc. Bess Testlab Inc. ♦ / ♦ , 0, N. i Support Staff We understand that if the Consultant chooses to assign different personnel to the project, the Consultant must submit their names and qualifications, including information listed above to the City for approval before they work. Resumes for Key Staff Members follow on page 5 of this section. Resumes for the other team members are included in Section V: Appendix SECTION Ill: STAFFING Page 1 of 7 f Proposal for On Call Civil Engineering for Professional Consulting Services SA SUBCONSULTANTS The following subconsultants are included on our Project Team. We have worked with these subconsultants for many years and on several successful projects. Our Project Manager will ensure that the documentation provided by our subconsultants will be relayed to the Project Team members, to seamlessly incorporate their findings into the design process. Individual Project Team members also have a good rapport with our subconsultants and information is conveyed between them in a timely manner, as often as needed. HYDRAULIC MODELING: AKEL ENGINEERING GROUP, INC. 7433 N. First Street, Ste. 103 AKE !. Fresno, CA 93720 ENGINEERING GROUP.INC. Tony Akel, P.E., Principal 626.574.1425, takeltc't7,akeleng.com Akel Engineering Group, Inc. is a specialty engineering firm with over 100 years of combined staff experience providing consulting services in water resources infrastructure modeling and master planning. Akel's infrastructure planning services include hydraulic modeling, water quality modeling, risk and condition assessment, and infrastructure master planning for: water distribution, wastewater collection, non-potable/recycled water, irrigation, and storm drainage system master plans. Planning-related specialties include urban water management plans, water supply assessments, hydraulic model development and calibration, capital improvement budgets, cost sharing analysis, model conversions and GIS development and integration. Akel maintains state-of-the-art hydraulic modeling, water quality modeling, surge analysis, and risk and condition assessment modeling applications. ELECTRICAL ENGINEER: LINKTURE CORP. LINKTURE Placer Lafite Temecula, CA92591 CONSULTING ENGINEERS Jade Brandais 949.317.4700, iadelinkture.com Linkture Corp., formed in 1992 offers a full range of electrical and control system engineering services to Engineers, Private Industries, Contractors, Institutional, Federal and State Government and Municipalities The firm has acquired its qualifications through the many years of specialized experience of professional staff, including technical competence in organizational analysis, familiarity with clients' financial planning and related business systems, broad-gauged analytical ability and professional independence, objectivity, and integrity. Their services include evaluations, studies, engineering, design, and construction-related services for water and wastewater facilities such as open and closed system pump stations, stormwater pump stations, irrigation pump stations, reclaimed water pump stations, lift stations, PRV/PRS, wastewater treatment plants, potable water treatment, reservoirs and tanks, turnouts, pressure reducing stations, reservoir floating covers, well equipping, and SCADA/RTU/DCS. GEOTECHNICAL ENGINEERING: GEO-ADVANTEC, INC. 457 W. Allen Avenue, Suite 113 San Dimas, CA 91773 - Shawn Ariannia, Ph.D., P.E., G.E., President Tel 909.305.0400, sarianniaCa�geoadvantec.com SECTION III: STAFFING Page 2 of 7 Proposal for On-Call Civil Engineering for Professional Consulting Services SA Geo-Advantec, Inc. (GAI) is a geotechnical engineering consultant that offers comprehensive services in various areas of geotechnical engineering, engineering geology, geotechnical earthquake engineering, and during construction services including materials testing and special inspections. Their laboratory is accredited by Caltrans, AMRL, CCRL, DSA, and the city of Los Angeles. Their technicians and inspectors are certified by ICC, ACI, Caltrans, County of Los Angeles, and City of Los Angeles and are qualified to perform on public works as well as DSA projects. Their main areas of services and capabilities include Geotechnical and Geological Engineering; Geotechnical Earthquake Engineering, Pavement Engineering, Field Grading Monitoring and Soil Testing, Soil, Asphalt/Paving Field Inspection, Soil, Asphalt, and Materials Laboratory Testing, Special Inspections for Concrete, Welding, Masonry, Rebar, etc. SA Associates has worked with Geo-Advantec on many projects through the years. TRAFFIC CONTROL PLANS: JMDIAz, INC. � . 18645 East Gale Avenue, Suite 212 MD City of Industry, CA 91748 Juan M. Diaz, PE., President Tel 626.820.1137, imdiazimdiaz.com Originally founded and 100% owned by Juan M. Diaz in 2001, JMD is serving clients from its regional offices in the City of Industry, Anaheim, and San Diego, California. Currently, JMD has a staff of 19 professionals and administrative staff. JMD offers expertise in several areas of civil engineering including highway, land, rail and traffic engineering for public and private sectors. JMD's experience includes the development of plans, specifications and estimates for a variety of facilities including freeways, roadways, streetscapes, traffic signals, lighting systems, light rail corridors, BRT corridors. railroads, grade crossings and development sites. These projects have required JMD's expertise in roadway, grading, drainage, utility, signing & striping, traffic signals, lighting, traffic control, grade crossing, and track alignment design. JMD has thorough knowledge of Federal, State, local agency and private entity project requirements as they relate to transportation and development projects. JMD staff is often coordinating project approvals with public agencies at all levels as well as developing sensitive projects requiring close coordination with political officials, local communities and railroads. POTHOLING: BESS TEST INC. 1508 E. St. Francis Street, Unit A BESS Ontario, CA 91762 UTILITY SOLUTIONS Don Whitman, Project Manager Tel 909.510.5535, donald(c�besstestlab.com Bess Testlab, Inc. (BESS), is a CPUC certified MBE/DBE company that provides solutions to mitigate the underground utility related risks associated with the design and construction of civil and infrastructure projects. They have been in operation since 1967 and provide a complete range of Subsurface Utility Engineering Services (SUE) to both private and public companies throughout Northern and Southern California. Bess Testlab, Inc., uses Non-Destructive Air-vacuum Excavation (potholing) to expose the utilities being surveyed to determine their exact depth and location. Precisely locating underground utilities help the designers plan their construction project to eliminate potential damage and unnecessary relocations. SECTION III: STAFFING Page 3 of 7 Proposal for On-Call Civil Engineering for Professional Consulting Services SA SHAHNAWAZ AHMAD, P.E., QSD Project Manager I Primary Contact Mr. Ahmad founded SA Associates in 1989, creating a civil engineering firm focused on city, county and municipal agencies. Mr. Ahmad has over 40 years of experience. Currently, he is involved with projects on civil design, street improvements, water and sewer system master planning; water resources; water supply and treatment; water reuse; wastewater collection, treatment, and disposal; storm drainage; design of water and wastewater treatment plants, water pipelines, sewers, pumping stations, wells, storage reservoirs, and water reclamation systems; studies of water and wastewater treatment processes; and industrial waste problems. RELATED EXPERIENCE EDUCATION: CITY OF ALHAMBRA University of Karachi, Pakistan, Westmont Drive Water Main ReplacementB.E., Civil Engineering • University of California, • Valley Boulevard, Almansor Street Sewer Replacement Berkeley, M.S., Sanitary CITY OF ANAHEIM Engineering • Baja and Solomon Drives Water Main Replacement REGISTRATION: • Country Glen Way Water Main Replacement Registered Civil Engineer, BOY SCOUTS OF AMERICA California • Camp Trash Water System No. 23712 CENTRAL BASIN WATER DISTRICT MEMBER: • Recycled Water Pipeline Extension City of South Gate American Academy of CITY OF CHINO Environmental Engineers, Diplomate • Quadrant 1 Water Main Replacement American Public Works CRESCENTA VALLEY WATER DISTRICT Association New Biological Nitrate Removal Treatment Facility& Well #2 Reactivation American Society of Civil • 9 Engineers CITY OF HUNTINGTON BEACH American Water Works • Water Valves Replacement Design Association California Water Environment CITY OF GARDEN GROVE Association • Design of Sewer System Rehabilitation Plan, Phase 1 Southern California Water Utilities Association LONG BEACH UTILITIES DEPARTMENT Water Environment Federation • Water Main Improvement projects at 1613 Ximeno Ave. and Queensway Drive CITY OF LYNWOOD • Long Beach Meter Upgrade and Line Abandonment Project ft CITY OF MANHATTAN BEACH • Cycle 2 & 3 Sewer Infrastructure Improvements CITY OF MONTEREY PARK • Water & Sewer Improvements Atlantic Boulevard CITY OF NORWALK • FY 2017/18 Sewer Main Repair CITY OF ONTARIO • Water Main Replacement at 30 locations. CITY OF SOUTH GATE • Water Main Replacement Project, Phase. SECTION III: STAFFING Page 4 of 7 t J Proposal for On-Call Civil Engineering for Professional Consulting Services SA JORGE LOVO, PE, LEED GA, QSDIQSP . r Engineer Mr. Lovo has over 25 years of experience designing and managing a variety tt of infrastructure projects. Project types range from streets, roadways, sewers, storm water, to water-related projects. The water related include water, , wastewater, recycled water, and storm water facilities including conveyance, w ' water quality &treatment, pump stations, and storage. He provides technical �t 0 i leadership on small to large sized projects; supporting teams winning new . business; interacting with clients, agencies and other consulting firms; preparing detailed engineering calculations, CAD drawings, estimates, master planning, facilities condition assessment, construction support, preparation of plans, specifications and others documents for permitting and construction. His expertise lies mostly with city, municipal and agency projects. He is adept at working with municipalities and understands their process. PROJECT EXPERIENCE EDUCATION: B.S. Civil Engineering CITY OF ALHAMBRA University of Hawaii • Westmont Drive Water Main Replacement • Pepper Creek Way, Fern Haven Lane, Hadrian's Crescent Water Main REGISTRATION: Replacement Registered Civil Engineer, Valley• Boulevard, Almansor Street Sewer Replacement California,ea No. C75632 p Registered Civil Engineer, CITY OF ANAHEIM Canada, Board of • Baja and Solomon Drives Water Main Replacement Professional Engineers • Country Glen Way Water Main Replacement CERTIFICATION: LEED Green Associates— BOY SCOUTS OF AMERICA Green Building Certification • Camp Trash Water System Institute, ID No. 10779963 Construction Management, CENTRAL BASIN WATER DISTRICT University of Quebec, • Recycled Water Pipeline Extension City of South Gate Canada Professional Studies in CRESCENTA VALLEY WATER DISTRICT Technique of Architecture, New Biological Nitrate Removal Treatment Facility &Well No. 2 College of Old Montreal • QualiffieddSWPPP Developer Reactivation (QSD) Qualified SWPPP Practitioner CITY OF HUNTINGTON BEACH (QSP)Certificate No. 25596 • Water Valves Replacement Design CITY OF MONTEREY PARK • Atlantic Boulevard Water& Sewer Improvements CITY OF ONTARIO • Water Main Replacement ROSE HILLS MEMORIAL PARK AND CEMETERY • Recycled Water Retrofit Project CITY OF SIERRA MADRE • 2020 Water Main Replacement CITY OF WHITTIER • Comstock Avenue Water Main Replacement • Beverly Replacement Water Main Re lacement SECTION III: STAFFING Page 5 of 7 - • Proposal for On-Call Civil Engineering for Professional Consulting Services SA A S S O S I A 7 f: Steven Andrews Engineering www.sandrewsengineering.com Education: / B.S.,Environmental Engineering Pennsylvania State University Professional Data: ` N i.i- °"` N Professional Engineer, California,R.C.E.No.31259 STEVEN R. ANDREWS, P.E. Professional Affiliations: PRINCIPAL ENGINEER Orange County Water Assn Mr. Andrews has 50 years of professional experience in master planning, Water Environmental Federation American Water Works Association design and construction of groundwater wells, water treatment, water pipelines, water storage reservoirs; preparation of master water supply offieee Lak Forest,CALocation: plans, wastewater treatment plants, wastewater reclamation plants, wastewater lift stations, force mains, gravity sewers and water reuse Years of Experience:50 systems for large proposed and existing developments and cities. Years with SAE:35 EXPERIENCE: Sewer Lift Station No. 3 Replacement, Emerald Bay Service District, City of Laguna Beach, CA:. Principal Engineer for the design and preparation of construction plans and technical specifications for the Emerald Bay Service District Sewer Lift Station No. 3 Replacement. Wilson Sewer Lift Station, City of Banning, CA. Principal Engineer for the design and preparation of construction plans and specifications for the construction of Atwell PA-11 Sewer Lift Station Project. Westward Sewer Lift Station, City of Banning,CA. Principal Engineer for the evaluation of the existing City of Banning Westward Sewer Lift Station located in the Atwell Development and preparation of a technical memorandum outlining the short-term improvements needed at the Westward Lift Station. Sewer Lift Stations No. 1 &No. 7,Emerald Bay,City of Laguna Beach,CA. Principal Engineer for the evaluation of the existing City of Laguna Beach Sewer Lift Stations No. 1 &No.7 in the Emerald Bay Service District. Rancho Miramonte SPA Private Sewer Lift Station, City of Chino, CA. Principal Engineer for the design and preparation of construction plans and specifications for two (2) submersible sewage grinder pumps,piping, and valving for the Rancho Miramonte SPA private Sewer Lift Station. Woodland Mausoleum Expansion Phase 1 Project, Town of Colma, CA. Principal Engineer for the design and preparation of construction plans and specifications for the Woodland Mausoleum Expansion Phase 1 Project in the Town of Colma, CA Preserve City of Chino Sewer Lift Station Project,City of Chino,CA. Principal Engineer for the design and preparation of construction plans and specifications for the construction of the Preserve City of Chino Sewer Lift Station Project. Blandwood Road and True Avenue Sewer Lift Station Replacement,City of Downey,CA. Principal Engineer for the design of the City of Downey Blandwood Road and True Avenue Sewer Lift Station Replacement project. This project was selected to receive the 2017 APWA BEST Award for the category of Drainage, Water, Wastewater serving a population between 100,000 to 200,000. Chino Hills Pine Valley Estates Sewer Lift Station,Chino Hills,CA. Principal Engineer for the design and preparation of construction plans and specifications for the City of Chino Hills Pine Valley Estates Sewer Lift Station in Chino Hills, CA. The project included a 35-foot deep precast wet well and two submersible sewage pumps, piping, valving, metering, odor control, MCC, standby engine generator, electrical,telemetry and controls for a new development within the City. SECTION III: STAFFING Page 6 of 7 r rr \::' l— I Proposal for On-Call Civil Engineering for Professional Consulting Services Sit RCS RICHARD C. SLADE & ASSOCIATES LLC CONSULTING GROUNDWATER GEOLOGISTS RICHARD C. SLADE, PRESIDENT & PRINCIPAL GROUNDWATER GEOLOGIST Richard Slade's major fields of hydrogeologic emphasis includes groundwater resource development (basin-wide studies, and water well design and construction), and aquifer analysis. His principal projects have involved evaluations of entire groundwater basins; aquifer test analyses; assessment of water quality problems and groundwater degradation; ;,.*�4, ;Yma design of water wells for municipal supply;well rehabilitation assessments; �I - i. monitoringof allphases of water well construction; locatingand designing t, : '' g g � � �1,. . groundwater monitoring networks;and providing expert witness testimony i,,,:' for groundwater litigation. He has performed feasibility studies for iit..-4 determining final locations for new wells, designing new wells, monitoring the construction of new wells, working with drilling contractors, evaluating down-hole problems in existing wells, and developing protocol for water well rehabilitation. Highlights Experience Well No. 29 Rehabilitation, City of Santa Ana, CA: Education Richard Slade's Principal Groundwater Geologist providing in-progress • University of hydrogeologic support. The project involved evaluation of downwell California, Los conditions, preparation of project technical specifications, and field Angeles, B.A., Geology,January oversight activities during rehabilitation of the well 1966 Well 22, City of Vernon, City of Vernon Public Utilities Department, • University of Southern Vernon, CA: California, M.S.; Principal Groundwater Geologist for hydrogeologic office and field Engineering Geology, services for preliminary and final designs and construction of Vernon Well 1974 22 well. Well 22 was a city and grant funded municipal well construction RegistrationslCertificati project to secure and augment groundwater sources in the City of Vernon. ons The well was constructed to a depth of 1,120 feet bgs with a 500 ft deep conductor to hydraulically isolate impacted shallow aquifer systems. The well achieved a pumping rate of 2,500 GPM, with a specific capacity of 26.8 GPM/foot. Well No. 28D Design, Liberty Utilities, Bellflower, CA: Principal Groundwater Geologist for hydrogeologic office and field services for well rehabilitation evaluation and development of a well rehabilitation program.The project included designing, installing, and testing a new well liner, achieving a pumping capacity of 3,000 GPM. Rehabilitation of Wells 41 and 43, Anaheim Public Utilities Department, Anaheim, CA: Principal Groundwater Geologist for hydrogeologic office and field services for well rehabilitation evaluation and development of a well rehabilitation program. The project included designing, installing, and testing a new well liner, achieving a pumping capacity of 3,000 GPM. SECTION III.. STAFFING Page 7 of 7 Proposal for On-Call Civil Engineering for Professional Consulting Services SA SECTION IV: QUALIFICATIONS RELATED EXPERIENCE WATER PROJECTS FOR THE LAST 5 YEARS CITY OF ANAHEIM YEAR COMPLETED: 2018 CONSTRUCTION COST: $405,000 SAA TEAM: PM —Shahnawaz Ahmad, Engrs—Jorge Lovo, Adam Roesch CADD— Phong Tran Water Main Replacement Projects: Pepper Creek Way, Fern Haven Lane, and Hadrians Crescent Prepared plans, specifications, and cost estimates replace approximately 1,500 linear feet of existing cast iron pipe (CIP) to polyvinyl chloride (PVC) pipe along various streets within Anaheim Hills. The pipes were installed between 1960s and 1970s, and were in need of replacement due to external corrosion of the pipeline. As a result, the corrosion causes numerous main breaks rendering water loss. BOY SCOUTS OF AMERICA YEAR COMPLETED: Estimated 2025 CONSTRUCTION COST: $1, 255,455 SAA TEAM: PMs —Shahnawaz Ahmad, John Robinson Engrs —Jorge Lovo, Adam Roesch CADD— Phong Tran Surveyor— Robert Martinez ELECTRICAL ENGINEER: Linkture GEOTECHNICAL ENGINEER Geo-Advantec Trask Scout Reservation Water System Rehabilitation and Enhancement Project Design Services for the design-build project of the Trask Scout Reservation Water System Rehabilitation Project at the Boy Scout Camp located in the foothills of the City of Monrovia. The water at the campsites is currently non-potable. The project will provide corrective measures to bring the water system up to the State Water Resources Control Board, Division of Drinking Water Standards to provide the campers with clean drinking water. Due to fires and mudslides, this project has been delayed CITY OF CHINO YEAR COMPLETED: 2018 CONSTRUCTION COST: $3,400,000 SAA TEAM: PM —Shahnawaz Ahmad, Engrs—Jorge Lovo, Adam Roesch CADD— Hugo Magana, Phong Tran SURVEYOR: On-Point Land Surveying, Inc. Quadrant I Water Main Replacement Project Prepared plans and specifications for approximately 10,940 ft. to replace segments of existing pipe throughout the City with new 8-inch C900 Polyvinyl Chloride (PVC) in order to improve the existing water system. In addition, the project consists of the replacement or reconnection of existing service laterals within the project area as a result of the replacement of the existing water main. The work also involves reconnections to existing water mains. There were a few locations where the new water mains &existing sewer mains did not meet the minimum separation requirements. DDW was consulted and after some revisions to the plans, the alignments were approved. CITY OF CHINO HILLS YEAR TO BE COMPLETED: 2024 CONSTRUCTION COST: $3,700,000 SAA TEAM: PM —Shahnawaz Ahmad, Engsr—Jorge Lovo, Adam Roesch ENGINEERS: CADD— Hugo Magana, Surveyor— Robert Martinez SECTION IV: QUALIFICATIONS Page 1 of 9 Proposal for On-Call Civil Engineering for Professional Consulting Services SA English Road Recycled Water Pipeline Providing engineering design approximately 6,870 LF of recycled water line on English Road, 830 LF of recycled water line on Village Center Drive between English Springs Park and Country Springs Elementary School, and 1,130 LF of recycled water line on English Place The total construction length is approximately 8,870 LF of new 12" PVC. The goal for this project is to extend its existing recycled water line system with the purpose of providing an environmentally preferred water source for irrigation such as to reduce domestic water use from parks, schools, and residential/equestrian properties. CRESCENTA VALLEY WATER DISTRICT YEAR COMPLETED: 2018 CONSTRUCTION COST: $1,245,000 v SAA TEAM: PM — Shahnawaz Ahmad, Engrs Jorge Lovo, Adam Roesch CADD— Phong Tran ELECTRICAL ENGINEER: Linkture Consulting Engineers Design of Well No. 2 Prepared plans for CVWD's Well No. 2 at Ordunio Reservoir. The project consisted of a new 150 gpm submersible pump and motor for Well No.2, onsite piping, a chorine feed system using sodium hypochlorite, a nitrate removal treatment facility, upgrade of two existing booster pumps, installation of a masonry or pre-fabricated operations building, installation of a "carport" type building over concrete pad for the nitrate removal facility, water, sewer, and gas services, electrical and telemetry system, pavement and other on-site improvements. The nitrate reduction technology named ARoNite, featured high-efficiency reduction with minimal biomass waste generation. SA Associates also provided Construction Support Services is assisting the District for permitting of the well through the State Department of Drinking Water (DDW). This project received multiple awards which include: the American Council of Engineering Companies Project of the Year Award in February, 2019; second place for the 2019 Clair A. Hill Agency Award for Excellence by the Association of California Water Agencies; ASCE MLAB LA Section Award; and APWA Southern California BEST Award in 2019. CITY OF HUNTINGTON BEACH: YEAR COMPLETED: 2019 ENGINEER'S ESTIMATE: $444,500 SAA TEAM: PM —Shahnawaz Ahmad, Engrs—Jorge Lovo, Adam Roesch ENGINEERS: CADD— Phong Tran Water Valves Replacement Design services for the replacement of water valves in approximately 50 separate locations throughout the City's water system. Over 50% of those locations are expected to be closer to the coast, in area of low elevations where groundwater may be encountered and the other 50%will be located inland. In addition to restoring valve operation, the City will require the construction contractor to carefully remove and bag asbestos cement pipe from each of these valve locations, to collect field data,to collect soil samples, and to store at a location identified by the City for future analysis to determine remaining useful life of ACP as part of the City's Asset Management Program. The valve sizes will be 6"to 12" and will be in-line valves with no vaults. LONG BEACH UTILITIES DEPARTMENT: YEAR TO BE COMPLETED: 2024 CONSTRUCTION COST EST: $1,270,642 SAA TEAM: PM —Shahnawaz Ahmad, Engrs —Jorge Lovo, Adam Roesch CADD — Hugo Magana, Brandon Mesker GEOTECHNICAL: Geo-Advantec, Inc. POTHOLING: BESS Testlab SECTION IV: QUALIFICATIONS Page 2 of 9 / Proposal for On-Call Civil Engineering for Professional Consulting Services SA SURVEYOR: Robert Martinez Ximeno Avenue Water Main Improvement Prepared plans and specifications for approximately 1,790 LF of 8" ductile iron water mains to improve the flow, pressure, and fire protection in the private property of the apartment complex at 1613 Ximeno Ave. The location calls for improvements that serves the apartment complex on 1613 Ximeno Avenue as well as three other commercial developments on Pacific Coast Highway. The new 8-inch DIP main will tie-in to an existing 20" water main (owned by LBWD) near the intersection of Ximeno Avenue and the entrance to the Circle Business Center. The work also included Caltrans encroachment permitting. YEAR TO BE COMPLETED: 2024 CONSTRUCTION COST EST: $299,141 SAA TEAM: PM —Shahnawaz Ahmad, Engrs—Jorge Lovo, Adam Roesch CADD — Hugo Magana, Brandon Mesker, Surveyor— Robert Martinez GEOTECHNICAL: Geo-Advantec, Inc. POTHOLING: BESS Testlab Queensway Drive Water Main Improvement Prepared plans and specifications for approximately 510 LF of 12" water mains to improve the flow, pressure, and fire protection by replacing the existing water mains in the 600 and 700 Queensway Drive area. The location calls for improvements that serves two hotel developments. Most of the existing water main is an 8-inch in diameter asbestos cement (AC) pipe, which was constructed in 1993. The remaining water main to be replaced, adjacent to Queensway Drive, is an 8-inch ductile iron pipe (DIP), which was constructed in 2002. The 8-inch DIP main tie-ins to an existing 20-inch water main (owned by Port of Long Beach) near the northern parking entrance. CITY OF LYNWOOD YEAR TO BE COMPLETED 2024 ENGINEER'S ESTIMATE: $1,108,000 (30% submittal) PROJECT MGR.: PM —Shahnawaz Ahmad, Engrs —Jorge Lovo, Adam Roesch ENGINEERS: CADD— Hugo Magana, Surveyor— Robert Martinez Long Beach Meter Upgrade and Line Abandonment Project Providing engineering services to design improvements to the existing water main located along the easterly side of Long Beach Boulevard, between Euclid Avenue on the south end and Josephine Street on the north end. Improvements consist of relocating water services laterals from back of the properties to the front, and reconnecting them to the existing water main running along the easterly side of Long Beach Boulevard. An existing cast iron water main located in the back of properties (patios/backyards) along the easterly side of Long Beach Boulevard that presently supplies water to service laterals will be abandoned, once all services have been relocated from the back of properties to the front, and reconnected to the existing main on Long Beach Boulevard. Approximately 1,985 LF of water main will be added to the system in order to accomplish this task. Work also includes meter upgrades and tie-ins to adjacent water, any potential fire hydrants, water valves, others, such as to complete in place the improved water system. PS&E will be prepared per City, local, and federal standards, and as per any agency recommendations having jurisdiction. CITY OF ONTARIO: YEAR COMPLETED: 2022 CONSTRUCTION COST: $10,405 SAA TEAM: PM — Shahnawaz Ahmad, Engrs—Jorge Lovo, Adam Roesch CADD— Hugo Magana, Surveyor— Robert Martinez Surveyor— Robert Martinez GEOTECHNICAL: Geo-Advantec, Inc. POTHOLING: BESS Testlab SECTION IV: QUALIFICATIONS Page 3 of 9 1 Proposal for On-Call Civil Engineering for Professional Consulting Services SA Water Main Replacement Prepared plans and specifications for approximately 25,430 LF of water mains at 30 various locations. The improvements will replace existing water mains of diameters ranging from 2" to 12" to proposed 8" and 12" sizes. In addition, at one of the locations, OMUC desires to install 450 LF of new 8"water main. The improvements will include replacement of service laterals, fire hydrants and other related appurtenances. CITY OF POMONA YEAR TO BE COMPLETED: 2024 ENGINEER'S ESTIMATE: $3,762,000 SAA TEAM: PM —Shahnawaz Ahmad, Engrs —Jorge Lovo, Adam Roesch ENGINEERS: Engr- Raul Garibay, CADD— Hugo Magana, Brandon Mesker Utility Pipeline Survey & Drawing Services Providing engineering design and surveying services to rehabilitate and/or replace existing water mains in various streets throughout the City. The project also consists of providing topographic survey that will later be used by the City to create construction drawings for sewer main spot repair, cured-in-place pipe (CIPP) rehabilitation, and/or replacement in various streets throughout the City. YEAR COMPLETED: 2023 CONSULTANT FEE: $72,000 SAA TEAM: PM —Shahnawaz Ahmad Engrs - Raul Garibay, Jorge Logo, Adam Roesch Update of City's Standard Plans for Water and Sewer Preparation of Written and Drawn Utility Construction Standards Manual related to the City's Water, Sewer, and Storm Water facilities (Project). This is a full update to the existing land development utility construction document, which will replace the current document that only includes standards for water construction. This manual will not only include written standards but AutoCAD drawn standards for water,wastewater, and storm water.The final version of this manual is to be posted on the City's website for public reference. SANTA CLARITA VALLEY WATER AGENCY YEAR TO BE COMPLETED: 2024 ENGR'S ROUGH ESTIMATE: Bouquet ($1.2 M to $2 M,) Tank#3 $800.000 to $1.2 M) SAA TEAM: PM —Jorge Lovo, Adam Roesch CADD — Hugo Magana, Surveyor— Robert Martinez Bouquet Tank and Tank No. 3 Pipeline Replacement Project Currently providing engineering design services for replacement of approximately 1,260 liner feet (LF) of 14" asbestos cement pipe (ACP), 16-inch steel pipe, and 16-inch polyvinyl chloride (PVC) pipe connecting Bouquet Tank to the existing water main in a trail on the west side of Central Park. In addition, the Project consists of the replacement of approximately 1,160 LF of 8" steel pipe in Haskell Vista Lane connecting Tank #3 to the existing water main in Cross Street. The work also includes possible replacement of fire hydrants where applicable, trench width pavement restoration, and other incidentals, all in compliance with SCVWA Standards, the latest AWWA Standards, and the Project Specifications YEAR TO BE COMPLETED: 2024 ENGINER'S ESTIMATE: $2,675,000 SAA TEAM PM —Jorge Lovo, Adam Roesch CADD— Hugo Magana, Surveyor— Robert Martinez Old Road Pipeline Replacement Project SECTION IV: QUALIFICATIONS Page 4 of 9 Proposal for On-Call Civil Engineering for Professional Consulting Services SA • Currently providing engineering design services for replacement of approximately 4,670 liner feet (LF) of 14-inch polyvinyl chloride (PVC) pipe on The Old Road between McBean Parkway and Pico Canyon Road. The work also includes tie-ins to the adjacent water mains in Steinbeck Avenue, Oliver Way, Constitution Avenue and several shopping center parking lots, possible replacement of fire hydrants where applicable, reconnection to existing fire services, trench width pavement restoration, and other incidentals, all in compliance with SCVWA Standards, the latest AWWA Standards, and the Project Specifications. CITY OF SIERRA MADRE YEAR COMPLETED: 2021 CONSTRUCTION COST: $7,706,600 SAA TEAM: PM —Shahnawaz Ahmad, Engrs—Jorge Lovo, Adam Roesch Engr— Phong Tran, CADD— Hugo Magana, Brandon Mesker QA/QC— Eric Schoenen 2020 Water Main Program Preparing plans, specifications, and cost estimates to replace 21 segments of existing pipe at various locations that date from the 1930's. The project has been divided into four (4) bid segments with an approximate length of 20,300 ft. Conditions of the existing steel water mains and service laterals are poor and worsening rapidly from the inside and outside of the pipes. The project will also involves abandoning the existing main and laterals upon completion of the replacement facilities. The water mains will be replaced with the same diameter size, except for the existing 2-inch mains where it will be upsized to a 4-inch. The proposed material will be polyvinyl chloride (PVC) C-909. As necessary, the existing fire hydrants, valves, meters, and appurtenances will be replaced as well, or added to the new proposed system. All water service and fire hydrant laterals will be replaced. Existing water mains will be put out of service/abandoned only when the new water mains are installed, inspected and tested so as to keep fire and services available during construction. CITY OF SOUTH GATE ANTICIPATED COMPLETION: 2023 CONSTRUCTION COST: $4,486,000 SAA TEAM: PM —Shahnawaz Ahmad, Engrs—Jorge Lovo, Adam Roesch Engr— Raul Garibay, CADD — Hugo Magana, Brandon Mesker Surveyor— Robert Martinez GEOTECHNICAL: Geo-Advantec, Inc. POTHOLING: BESS Testlab Water Main Replacement Project, Phase 1, City Project No. 689-WTR Currently preparing plans, specifications, and cost estimates to replace approximately 17,130 LF of cast iron water mains with 8" and 12" ductile iron pipe. The street segment to be replaced have been identified as having deficiencies in pressure, reliability, velocity, and fire flow capacity. The location extends beyond the City boundaries within the City of Lynwood right-of-way and along State Street and connects back to the City along Tweedy Boulevard, Minnesota Avenue, Wisconsin Avenue, Michigan Avenue, Sequoia Drive, and Cherokee Avenue. RELATED EXPERIENCD SEWER PROJECTS FOR THE LAST 5 YEARS CITY OF ALHAMBRA YEAR COMPLETED: 2019 CONSTRUCTION COST: $1,113,552 SAA TEAM: PM — Shahnawaz Ahmad, Engrs—Jorge Lovo, Adam Roesch CADD — Hugo Magana, Phong Tran Main Street Sewer Replacement Project SECTION IV: QUALIFICATIONS Page 5 of 9 ' Proposal for On-Call Civil Engineering for Professional Consulting Services SA Replacement of approximately 1,858 LF of an existing 8-inch sewer main with a 12-inch sewer main on Main Street, between Bushnell Avenue and Atlantic Boulevard. The existing 8" sewer main is located on the westbound lanes of Main Street. The City's Sewer System Rehabilitation Plan identified this location as the highest priority for improvements due to its aging conditions and to improve sewage flow capacity in the area. CITY OF GARDEN GROVE SANITARY DISTRICT COMPLETION DATE: 2024 ENGINEER'S ESTIMATE $2,896,000 SAA TEAM: PM —Shahnawaz Ahmad, Engrs—Jorge Lovo, Adam Roesch CADD— Hugo Magana, Surveyor— Robert Martinez GEOTECHNICAL: Geo-Advantec, Inc. POTHOLING: BESS Testlab, Inc. Sewer System Rehabilitation Plan, Phase 1, Project 4 Prepared plans, spefications, and cost estimates for Garden Grove Sanitary Sewer District Sewer System Rehabilitation Plan, Phase 1, Project 4 which includes 5,100 st/ pf VCP and CIPP sport repairs on various City Streets. CITY OF INGLEWOOD YEAR COMPLETED: 2017 ENGINEER'S ESTIMATE $1,528,000 SAA TEAM: PM —Shahnawaz Ahmad, Engrs —Jorge Lovo, Adam Roesch CADD — Hugo Magana, Phong Tran SURVEYOR: On-Point Land Surveying, Inc. Sewer Main Replacement Project, Phase 1 Prepared plans for the upgrade/repair of segments of the exiting 8" to 15" vitrified clay pipe throughout the City to improve the existing sewer system. In addition, the project consisted of the replacement or reconnection of existing sewer laterals within the project area. as a result of the replacement of the existing VCP. CITY OF MANHATTAN BEACH YEAR COMPLETED: 2024 ENGINEER'S ESTIMATE: $1,069,000 SAA TEAM: PM — Shahnawaz Ahmad, Engrs—Jorge Lovo, Adam Roesch CADD — Hugo Magana, Surveyor— Robert Martinez GEOTECHNICAL: Geo-Advantec, Inc. Cycle 3 Sewer Infrastructure Improvements Prepared plans and specifications for approximately 1,160 LF of sewer reaches throughout the City. The work includes review of CCTV video. YEAR COMPLETED: 2021 ENGINEER'S ESTIMATE: $1,165,800 SAA TEAM: PM —Jorge Lovo, QA/QC— Shahnawaz Ahmad Engrs—Adam Roesch, Phong Tran CADD — Hugo Magana, Brandon Mesker, Surveyor— Robert Martinez GEOTECHNICAL Geotechnical - Geo-Advantec, Inc., CCTV- Performance Pipelne Cycle 2 Sewer Infrastructure Improvements Prepared plans and specifications for various sewer reaches throughout the City, including 2,150 ft. of 6" and 8" CIPP sewer rehabilitation, and 25 VCP point repairs with lengths between 12 ft and 42 ft. SECTION IV: QUALIFICATIONS Page 6 of 9 _? Proposal for On-Call Civil Engineering for Professional Consulting Services SA CITY OF MONTEREY PARK YEAR COMPLETED: 2020 ENGINEER'S ESTIMATE: $1.78 M Sewer, $720,000 Water, Combined cost $2.5M SAA TEAM: PM —Shahnawaz Ahmad, Engrs —Jorge Lovo, Adam Roesch CADD— Hugo Magana, Phong Tran, Surveyor— Robert Martinez Water& Sewer Improvements along Atlantic Boulevard Prepared plans&specifications for water&sewer main improvements on Atlantic Blvd.from W. Hellman Avenue to W. Newmark Avenue with a 12-inch ductile iron water main of approx. 2,030 ft. length, and about 2,450 ft of 12-inch HDPE sewer via pipe bursting. Sewer will also be improved along Garvey Ave., from its intersection with Atlantic Blvd. to Ynez Ave., with approx. 650 ft of 16-inch HDPE via pipe bursting and 900 ft of 18-inch VCP via open trench. Water and Sewer improvements will also include replacement of laterals, installation of new fire hydrants/services, valves, sewer manholes, abandonment of existing mains, tie-in to existing systems, pre/post CCTV videos, paving and striping restoration. CITY OF NORWALK YEAR COMPLETED 2019 ENGINEER'S ESTIMATE: $1,468,000 SAA TEAM: PM — Eric Schoenen, Engrs —Jorge Lovo, Adam Roesch CADD— Hugo Magana, Phong Tran SURVEYOR: On-Point Land Surveying, Inc. FY 2017/18 Sewer Main Repair Project Provided engineering design services to repair or replace (based on current condition) numerous segments of existing 8-inch to 18-inch sewer mains throughout the City to improve the existing sewer system as identified from a detailed investigation as a part of the 2014 Sewer System Management Plan (SSMP). The investigation consisted of a citywide CCTV survey of the existing sewer system to identify segments with defects. As a result, the City has identified 60 sewer reaches deemed as high priority for repair/replacement. Trenchless technology was used in sections to be employed to prepare the existing pipe to be acceptable to serve as a host pipe for CIPP lining. CITY OF POMONA YEAR COMPLETED 2024 CONSULTANT FEE: $58,500 SAA TEAM: PM —Shahnawaz Ahmad, Engrs—Jorge Lovo, Adam Roesch CADD— Hugo Magana Topographic Survey for Future Sewer Main Projects Provided topographic survey that will later be used by the City to create construction drawings for sewer main spot repair, cured-in-place pipe(CIP) pipe rehabilitation, ad/or replacement in 6 locations througout the City. The total length of the existing sewer main to be surveyed was approximately 2,710 ft. CITY OF WHITTIER YEAR COMPLETED 2019 ENGINEER'S ESTIMATE: $4,100,000 SAA TEAM: PM —Shahnawaz Ahmad, Engrs—Jorge Lovo, Adam Roesch CADD— Hugo Magana, Phong Tran POTHOLING BESS Testlab, Inc. TRAFFIC CONTROL JMDiaz, Inc. Sewer Main Phase I Project Design services to replace a total of approximately 11,000 linear feet (LF) of existing 6-inch to 10-inch sewer main to new 8-inch to 16-inch diameter polyvinyl chloride sewer pipeline at various locations. Improvements address deficiencies in flow capacity and reduce the risk of overflows. SECTION IV: QUALIFICATIONS Page 7 of 9 �_..� Proposal for On-Call Civil Engineering for Professional Consulting Services SA REFENCES OF WORKED PERFORMED FORM FOR SA ASSOCIATES 1. Name of Reference City of Anaheim Public Utilities Department Address 201 S. Anaheim Boulevard, Anaheim, CA 92805 Contact Name Dan Setty, Associate Engineer Phone Number: 232-232-2225 Email: dsettv(a�anaheim.net Dates of Business 10/2014—4/2016 Project Country Glen Way Water Main Replacement 2. Name of Reference Central Basin Municipal Water District Address 6252 Telegraph Road, City of Commerce, C 90040 Contact Name Jacqueline Koontz (now with Norwalk) Phone Number: 562.929.5926 Email: jkoontznorwalkca.qov Dates of Business 4/2017—7/2019 Project Recycled Water Extension in the City of South Gate 3. Name of Reference City of Chino Hills Address 1400 City Center Drive, Chino Hills, CA 91709 Contact Name Danny Hernandez, Associate Engineer Phone Number: 909.364.2760 Email: dhernandez c(r7chinohills.orq Dates of Business 7/2017 —3/2018 Project English Road Recycled Water Line 4. Name of Reference Crescenta Valley Water District Address 2700 Foothill Boulevard, La Crescenta, CA 91214 Contact Name David Gould, now with DMc Engineering Phone Number: 949.753.9393 Email: dgouldadmcenq.com Dates of Business 10/2015—9/2018 Project Design of Well No. 2 and related facilities 5. Name of Reference City of Inglewood Address One Manchester Boulevard, Inglewood, CA 90312 Contact Name Boytrese Osias, Sr. Engineer Phone Number: 310.412.5333 Email: bosias(a�citvofinglewood.org Dates of Business Water: 1/2016 —4/2016 Project Water Main Replacement Phase V, Sewer Main Replacement Phase 1 6. Name of Reference City of Monterey Park Address 320 Newmark Avenue Park, CA 01854 Contact Name Ziad Mazboudi, Interim City Engineer Phone Number: 626.532.2018 Email: zmazboudi[a monterevpark.ca.gov Dates of Business Atlantic 8/2018 —6/2020 CGTS 1/2017 — 1/2019 SECTION IV: QUALIFICATIONS Page 8 of 9 Proposal for On-Call Civil Engineering for Professional Consulting Services SA Projects Sewer &Water Improvements along Atlantic Boulevard Centralized Groundwater Treatment System Design 7. Name of Reference City of Ontario Municipal Utilities Company Address 1425 S. Bon View Avenue, Ontario, CA 91761 Contact Name Omar Gonzalez, Sr. Assoc. Civil Engineer Phone Number: 909.395.2578 Email: Oegonzale(a�ontarioca.c ov Dates of Business 7/2019 — 12/2021 Project Water Main Designs at various locations REFENCES FOR STEVEN ANDREWS ENGINEERING Client Representative City of Banning Art Vela, Director of Public Works (951) 922-3134 Emerald Bay Service District Michael Dunbar, General Manager (949) 494-8572 East Orange County Water District David A. Youngblood, General Manager (714) 538-5815 Marygold Mutual Water Company Justin Brokaw, General Manager (909) 877-0516 REFENCES RICHARD C. SLADE AND ASSOCIATES Client & Project Information Client Project Client Manager Contact Info 949.644.3 317 City of Newport Beach bdavis(a)newportbeachca.gov Rehabilitation work on Tamura Benjamin Davis City of Newport Beach Shallow, Tamura Deep, and Dolphin Sr. Civil Engineer 100 Civic Center Drive Shallow, Dolphin Deep Wells Newport Beach, CA 92660 Cityof Buena Park 714.562-3672 Mina Mikhael Design and construction monitoring Director of Public MMikhael(abuenapark.com for new municipal-supply well in Works/City Engineer 6650 Beach Blvd Peak Park Buena Park, CA 90621 949.453.5567 Irvine Ranch Water District spangen@IRWD.com 5 New Wells & Rehabilitation of Carl Spangenberg Irvine Ranch Water District Numerous Wells Senior Engineer 3512 Michelson Drive Irvine, CA 92612 SECTION IV: QUALIFICATIONS Page 9 of 9 `•_ i 1 ' SA / Proposal for On-Call Civil Engineering for Professional Consulting Services SECTION V: APPENDIX This section includes resumes of Non-Key Staff and Project Experience Tables For reference, the Organization Chart is pictured below: 140'Ncroy _ tt Names in green font indicate Non-Key ,,_ Q= wide+. "7" Q 1 9ycF00UMV' ,.-., Staff I 1 Project Manager I Primary Contact Shahnawaz Ahmad, PE, QSD in. ` • Engineers ` 4 Wastewater • Engineering Jorge Lovo, PE, LEED GA, Steven Andrews Engineering QSD/QSP Raul Garibay, PE 1 Adam Roesch, EIT, CPSWQ, Hydrogeologist QSD/QSP Richard C. Slade & Associates, LLC John Robinson, EIT (John Robinson Consulting, Inc.) Hydraulic Modeling 16( • Eric Schoenen, PE Akel Engineering Group Mel Sukow. PE 2 , 1.1{ Electrical/SCADA Linkture Consulting Engineers J 0 1 I 1 Technician/AutoCAD Support Surveyor Hugo Magana Robert Martinez • ♦ I I 1 I % I 1 Geotechnical 1e_1 Traffic Control Potholing Geo-Advantec, Inc. JMD, Inc. Bess Testlab Inc. t 1 ‘ u • Support Staff SECTION V: APPENDIX Page 1 of 15 SA0'` .` Proposal for On-Call Civil Engineering for Professional Consulting Services RAUL GARIBAY, P.E. Engineer '< Mr. Garibay has over 39 years of experience in water-related projects. He retired from the City of Pomona after serving as Supervising Water Resources Engineering. RELATED EXPERIENCE ; CITY OF MONTEREY PARK • Currently providing Construction Management and Inspection services for the Centralized Groundwater Treatment System (CGTS) for the Delta Plan, located in the city of Rosemead. The CGTS consists of advanced oxidation (AO) involving ultraviolet(UV)and hydrogen peroxide to destroy volatile organics(VOCs)and 1,4- dioxene, downstream liquid-phase granular activated carbon(LGAC)to absorb any residual contaminants. EDUCATION: CITY OF POMONA Loyola Marymount University, As Supervising Water Resources Engineer: Los Angeles,BS Civil Supervised engineering groupin the Water Resources Department Engineering, ersi 982 • P 9 9 P Cal State University Los • Participated in interview boards for other municipalities Angeles,MS Business • Developed and implemented Sanitary Sewer Management Plan Administration • Conducted sewer and water plan reviews for private and public projects; reviews REGISTRATION: included compliance checks with current health regulations and inspection of field Registered Civil Engineer, installations California, No.C43304 • City's liaison on various water committees such as Chino Basin Watermaster, CERTIFICATION: Three Valleys MWD, and Six Basins Board Water Treatment Operator, • Developed and Implemented 2005 Urban Water Management Plan Grade IV, No. 19408 • Project Manager for Water and Sewer Master Plan Reviewed developers'water and sewer utilityplans Water Distribution Operator, ' • P Grade II, No.29625 • Project Manager for various water and sewer related projects: ranged from pipeline to treatment plants • Liaison with the California Department of Health Services CITY OF BURBANK As Planning and Engineering Manager: • Supervised team that coordinated with outside developers on construction and planning projects • Planned, coordinated, and negotiated with other city departments to ensure integration with their projects Liaison on other city departments on the widening of Interstate 5 project CITY OF PASADENA As a Civil Engineer for the City of Pasadena: • Project Manager for Water Master Plan • Developed and Utilized Department's Water Hydraulic Modeling • Participated in multi-departmental group that developed the City's GIS Base map • Reviewed building plans for impacts on the water system • Created plans and specifications of water pipeline projects • Participated on engineering review hiring boards for various cities • Presented analysis of water system hydraulic model to public Planning Committee to support for upcoming water projects • Co-City representative for the Raymond Basin Management Board • Developed and negotiated water system interconnection with neighboring water agencies • Developed and procured annual storage groundwater rights with basin agencies to ensure the City's annual groundwater rights • Project Manager for the water quality laboratory rehabilitation Investigated and implemented improvements to water quality laboratory processes SECTION V: APPENDIX Page 2 of 15 `jt Proposal for On-Call Civil Engineering for Professional Consulting Services SA HUGO MAGANA _. ... Technician/AutoCAD Designer Mr. Magana is a Designer/Draftsman. He is involved in a variety of street, sewer, and water projects, providing technical and CAD assistance to our team. His expertise is in GIS software and AutoCAD. RELATED EXPERIENCE CITY OF ALHAMBRA • Main Street Sewer Replacement — AutoCAD Designer, Replacement of approximately 1,858 LF of an existing 8-inch sewer main with a 12-inch sewer main on Main Street, between Bushnell Avenue and Atlantic Boulevard. BOY SCOUTS OF AMERICA • Trask Scout Camp Water System Rehabilitation and Enhancement Project - Design services for design-build project at the Boy Scouts camp in the city of EDUCATION: Monrovia foothills. California State University B.S.Mechanical Engineering CITY OF ANAHEIM Rio Honda College College of Pepper Creek Way, Fern Haven Lane and Hadrians Crossing Water Main Engineering and Technology Replacement — Prepared plans for 1,500 linear feet of PVC Water Main California State University, Replacement from cast iron pipe Fullerton,College of CENTRAL BASIN MUNICIPAL WATER DISTRICT Engineering and Technology • Recycled Water Pipeline System Extension in the City of South Gate — Plans AFFILIATIONS: for 24,600 linear feet of 8"—20" recycled pipeline. - Engineers for a Sustainable World,Cal State Long Beach CITY OF CHINO - Center for Academic Support • Quadrant I Water Main Replacement Project— Plans for design of 11,000 ft. of in Engineering and Computer 12" DIP with a new 8" C900 Polyvinyl Chloride. Scope included Science,Cal State Fullerton - Society of Mexican American replacement/reconnection of existing service laterals. Engineers and Scientists, Cal State Fullerton and Cal CITY OF CHINO HILLS State Long Beach • Providing utilities research and preparing plans 6,870 LF of recycled water line on English Road between Peyton Drive and Village Center Drive, 830 LF of recycled water line on Village Center Drive between English Springs Park and Country Springs Elementary School, and 1,130 LF of recycled water line on to the south. The total Road and the end of the existingeasement English Place between English water construction length is approximately 8,830 LF CITY OF HUNTINGTON BEACH • Water Valves Replacement- Design services for water valve replacement in 50 locations throughout the City's water system. The in-line valves with no vaults range from 6: to 12". CITY OF INGLEWOOD • AutoCAD Designer for preparation of plans for the upgrade/repair of segments of the exiting 8"to 15" vitrified clay pipe throughout the City to improve the existing sewer system under the Sewer Main Replacement Program Phase I. In addition, the project consisted of the replacement or reconnection of existing sewer laterals within the project area as a result of the replacement of the existing VCP. KINNELOA IRRIGATION DISTRICT • Sierra Madre Villa&Villa Heights Water Main Improvement Project—Plans, for the installation of approximately 1,360 linear feet (LF) of new 8" DIP to connect the existing 8" DIP in Sierra Madre Villa Avenue, just north of Windover Road, with the existing 8-inch DIP at the intersection of Villa Heights and Villa Heights Road. LONG BEACH UTILITIES WATER DEPARTMENT • Conducted utility research and preparation of plans for the Ximeno Ave.Water Main Improvement project which includes approximately 2,230 LF of 8"ductile iron water mains to improve the flow, pressure, and fire protection in the private property of the apartment complex at 1613 Ximeno Ave. SECTION V: APPENDIX Page 3 of 15 Proposal for On-Call Civil Engineering for Professional Consulting Services SA • Conducted utility research and preparation of plans for the Queensway Drive Water Main Improvement project which includes approximately 510 LF of 12" ductile iron water mains to improve the flow, pressure, and fire protection by replacing the existing water mains in the 600 and 700 Queensway Drive area. CITY OF LYNWOOD • Conducted utilities research for Long Beach Meter Upgrade and Line Abandonment Project to design improvements to the existing water main located along the easterly side of Long Beach Boulevard, between Euclid Avenue on the south end and Josephine Street on the north end, for approximately 1,985 ft, The work also includes meter upgrades and tie-ins to adjacent water, any potential fire hydrants, water valves, others, such as to complete in place the improved water system. Provided Spanish translation of Right-of-Entry forms to be signed by non-English speaking residents. CITY OF MONTEREY PARK • Water Improvements Atlantic Boulevard - Plans for a 12" 2,030 feet ductile iron main, replacement of laterals, new fire hydrants/services, valves, abandonment of existing mains, tie-in to existing system, pre/post CCTV videos, paving and striping restoration. CITY OF NORWALK • FY 2017/18 Sewer Main Repair Project—AutoCAD Designer, Engineering design services to repair or replace (based on current condition) numerous segments of existing 8-inch to 18-inch sewer mains throughout the City to improve the existing sewer system as identified from a detailed investigation as a part of the 2014 Sewer System Management Plan (SSMP).The investigation consisted of a citywide CCTV survey of the existing sewer system to identify segments with defects. CITY OF ONTARIO • Water Main Replacement — Plans for 25,430 linear ft. of 2" -12" water mains at 30 locations. The new mains will be 8" -12" in diameter. The scope also includes a new 450 linear ft.water main, along with replacement of service laterals,fire hydrants and related appurtenances. CITY OF POMONA • Currently providing design and surveying services for various water mains and topographic survey for sewers that will later be used by the City to create drawings for sewer main projects. • Preparation of Written and Drawn Utility Construction Standards Manual related to the City's Water, Sewer, and Storm Water facilities (Project). This is a full update to the existing land development utility construction document, which will replace the current document that only includes standards for water construction. SANTA CLARITA VALLEY WATER AGENCY • Condcuted utilities research and preparing plans for Bouquet Tank Pipeline&Tank#3- Replacement of 2,420 ft. of steel & PVS pipe • Conducted utilities research and plans for Old Road Pipeline- Replacement of 4,670 ft. of PVC pipe. CITY OF SIERRA MADRE • Water Main Replacement— Design to replace 21 segments of existing pipe at various locations that date from the 1930's. The project was divided into four (4) bid segments with an approximate length of 20,300 ft. The project also involved abandoning the existing main and laterals upon completion of the replacement facilities. The water mains were replaced with the same diameter size, except for the existing 2-inch mains that were upsized to 4-inch. CITY OF SOUTH GATE • Conductied utility research and prepared plans for Water Main Replacements Project, Phase 1 for various street segments. The work includes 11,380 LF of 8" ductile iron pipe (DIP) and 5,750 LF of 12" DIP to replace existing cast iron pipe (CIP)water mains in street segments that have been identified as having deficiencies in pressure, reliability, velocity, and fire flow capacity. CITY OF WHITTIER • Sewer Main Phase I Project—AutoCAD Designer, Design services to replace a total of approximately 11,000 linear feet of existing 6-inch to 10-inch sewer main to new 8-inch to 16-inch diameter polyvinyl chloride sewer pipeline at various locations. Improvements address deficiencies in flow capacity and reduce the risk of overflows. SECTION V: APPENDIX Page 4 of 15 r Proposal for On-Call Civil Engineering for Professional ConsultingServices SA � P 9 g ROBERT MARTINEZ Surveyor Mr. Martinez has over 30 years of experience in providing professional land surveying services to both public and private infrastructure projects in all areas relating to land development including: • Infrastructure and improvement design for grading, streets, storm drains, utilities and associated matters. • Preliminary land planning,tentative and final map processing, land use and feasibility studies. EDUCATION: • A.L.T.A., architectural, boundary and topographic survey, entitlement analysis, right- of-way engineering and preparation of legal descriptions. California State Polytechnic University,Pomona—June • GPS Surveying. 1989 Civil Engineering(Survey Minor) RELATED EXPERIENCE REGISTRATION: BOY SCOUTS OF AMERICA Registered Civil Engineer, • Surveyor for Camp Trash Water System. Project scope is improvement and NoCalifornia54360 enhancement of an existing drinking water system in Monrovia Canyon. New construction will include a new 75,000-gallon steel bolted water tank, concrete pad Registered Land Surveyor, and related piping. Calfornia No.16966 KINNELOA IRRIGATION DISRTICT • Surveyor for East West Tank Connector Pipeline Project. Scope included design of 2,800 ft of 12" DIP including connections to existing 4" steel tunnel line and two LA County Flood Control District channel crossing in a hilly area. LONG BEACH UTILITIES DEPARTMENT • Surveyor for the Ximeno Avenue Water Main Improvement project which includes approximately 1,790 LF of 8" ductile irons water mains • Surveyor for the Queensway Drive Water Main Improvement project which includes approximately 1,050' of water mains. CITY OF LYNWOOD • Surveyor for Long Beach Water Meter Upgrade Topographic Project CITY OF MANHATTAN BEACH • Surveyor for Sewer Infrastructure Improvement Project for various sewer reaches throughout the City. CITY OF MONTEREY PARK • Surveyor for Water & Sewer Improvement along Atlantic Boulevard. Scope includes water and sewer main improvements of approximately 3,700 linear feet. CITY OF ONTARIO • Surveyor for Water main replacement of approximately 25,430 LF of water mains at 30 locations. CITY OF POMONA • Surveyor for Waterline Improvement Project SANTA CLARITA VALLEY WATER AGENCY • Surveyor for Bouquet Tank Pipeline & Tank#3 or replacement of 2,420 ft. of steel & PVS pipe and Old Road Pipeline for replacement of 4,670 ft. of PVC pipe. CITY OF SIERRA MADRE • Surveyor for the 2020 Water Main Design Program with an approximate length of 20,300 ft. CITY OF SOUTH GATE • Surveyor for Water Main Replacement, Phase 1, with an approximate length of 17,100 ft. SECTION V: APPENDIX Page 5 of 15 SAProposal for On-Call Civil Engineering for Professional Consulting Services ADAM ROESCH, PE, CPSWQ, QSD/QSP Engineer Mr. Roesch serves as an engineer for various projects, including water main, wells, sewer, storm, &street projects. Due to his knowledge of engineering principles, Mr. Roesch provides valuable engineering assistance to SA Associates. Also, due to his past and part-time experience in environmental engineering/water quality, Mr. Roesch provides valuable technical assistance, especially in areas related to NPDES permitting. PROJECT EXPERIENCE CITY OF ALHAMBRA • Westmont Drive Water Main Replacement—Engineering design and construction support services for the replacement of approximately 3,500 ft. of 4" and 14" water mains. EDUCATION: California State University,Long Beach,B.S.Civil Engineering CITY OF ANAHEIM • Pepper Creek Way, Fern Haven Lane and Hadrians Crossing Water Main REGISTRATION: Replacement— Plans, specifications and cost estimates for 1,500 linear feet of Registered Civil Engineer PVC Water Main Replacement from cast iron pipe. California No.92220 • Country Glen Way Water Main Replacement - Plans, specifications and cost CERTIFICATIONS: estimates for 5,300 linear feet of 6" and 8" PVC C-900 pipe in multiple side Certified Professional in Storm streets. The project was located in a condominium complex. Water Quality(CPSWQ) Certificate No. 1022 BOY SCOUTS OF AMERICA • Trask Scout Camp Water System Rehabilitation and Enhancement Project - Qualified(QSD) SWPPP Developer Design services for design-build project at the Boy Scouts camp in the city of Qualified SWPPP Practitioner Monrovia foothills. (QSP) Certificate No.25508 CENTRAL BASIN MUNICIPAL WATER DISTRICT • Recycled Water Pipeline System Extension in the City of South Gate—Plans and SOFTWARE: specifications, and estimate of probable construction costs for 24,600 linear feet Microsoft Office of 8"—20" recycled pipeline. Adobe Autodesk(AutoCAD CITY OF CHINO • Prepared plans & specifications for the Quadrant I Water Main Replacement Project which consists of 10,940 ft. of 8" PVC pipe to improve the existing water system. CITY OF CHINO HILLS • Providing engineering design approximately 6,870 LF of recycled water line on English Road between Peyton Drive and Village Center Drive, 830 LF of recycled water line on Village Center Drive between English Springs Park and Country Springs Elementary School, and 1,130 LF of recycled water line on English Place between English Road and the end of the existing water easement to the south. The total construction length is approximately 8,830 LF CITY OF HUNTINGTON BEACH • Water Valves Replacement-Design services for water valve replacement in 50 locations throughout the City's water system. The in-line valves with no vaults range from 6: to 12". CITY OF INGLEWOOD • Water Main Projects - various projects which included plans and specifications for water main replacement on various street segments; 3,000 ft. of 8" ductile iron pipe water mains; and Phase V Water Main Replacement of 10,000 ft. of ductile iron pipe. • Prepared plans and specifications for the upgrade/repair of segments of the existing 8"to 15"vitrified clay pipe throughout the City to improve the existing sewer system under the Sewer Main Replacement Program Phase I. SECTION V: APPENDIX Page 6 of 15 tJ ( r Proposal for On-Call Civil Engineering for Professional Consulting Services SA KINNELOA IRRIGATION DISTRICT • East-West Irrigation District Pipeline Project — Plans, Specifications, cost estimates, design, and construction support services for 2,800 ft of 12" DIP, including connections to the existing main. Scope also included design of 960 ft. of 4" DIP, connections to an existing 4" steel tunnel line and two channel crossings. LONG BEACH UTILITIES DEPARTMENT • Design of Avenue Water Main Improvement project which includes approximately 2,230 LF of 8" ductile iron water mains to improve the flow, pressure, and fire protection in the private property of the apartment complex at 1613 Ximeno Ave. The work included Caltrans encroachment permitting. • Design of Queensway Drive Water Main Improvement project which includes approximately 510 LF of 12" ductile iron water mains to improve the flow, pressure, and fire protection by replacing the existing water mains in the 600 and 700 Queensway Drive area. • Prepared plans and specification for the East 27th Street and Via Passilo Cast Iron Water Main Replacement Project which consisted of the replacement of approximately 4,000 feet of 6" & 8" cast iron &ductile pipe. CITY OF LYNWOOD • Providing services for Long Beach Meter Upgrade and Line Abandonment Project to design improvements to the existing water main located along the easterly side of Long Beach Boulevard, between Euclid Avenue on the south end and Josephine Street on the north end, for approximately 1,985 ft, The work also includes meter upgrades and tie-ins to adjacent water, any potential fire hydrants, water valves, others, such as to complete in place the improved water system. It shall also be designed as per City, local, and federal standards, and as per any agency recommendations having jurisdiction. CITY OF MONTEREY PARK • Sewer Improvements Atlantic Boulevard - Plans and specifications for a 12" 2,030 feet Water and ductile p of laterals, new fire hydrants/services, valves, abandonment of existing mains, tie-in iron main, replacement y to existing system, pre/post CCTV videos, paving and striping restoration. CITY OF MANHATTAN BEACH • Cycle 3 Sewer Infrastructure Improvements to prepare plans and specifications for approximately 1,160 ft. of various sewer reaches throughout the City. Scope included replacing curb ramps to ADA compliance, replacing manholes, and sidewalks, and reviewing CCTV. • Cycle 2 Sewer Infrastructure Improvements to Prepare plans and specifications for various sewer reaches throughout the City, including 2,150 ft. of 6" and 8" CIPP sewer rehabilitation, and 25 VCP point repairs with lengths between 12 ft &42 ft. CITY OF ONTARIO nat 3 locations. The specifications for 25 430 ft. of 2" -12" water mains 0 • Water Main Replacement— Plans and with new mains will be 8" -12" in diameter. The scope also includes a new 450 linear ft. water main, along with replacement of service laterals, fire hydrants and related appurtenances. CITY OF POMONA • rehabilitate Survey&Drawings Services-Providingengineering design and surveying services to e Utility Pipeline S y g 9 and/or replace existing water mains in various streets throughout the City. The project also consists of providing topographic survey that will later be used by the City to create construction drawings for sewer main spot repair, cured-in-place pipe(CIPP) rehabilitation, and/or replacement in various streets throughout the City. SANTA CLARITA VALLEY WATER AGENCY • Currently preparing plans, specifications, and cost estimate for Bouquet Tank Pipeline & Tank #3 - Replacement of 2,420 ft. of steel & PVS pipe • Currently preparing plans, spcifications, and cost estimees for Old Road Pipeline - Replacement of 4,670 ft. of PVC pipe. CITY OF SOUTH GATE • Currently preparing plans and specifications for Water Main Replacements Project, Phase 1 for various street segments. The work includes 11,380 LF of 8" ductile iron pip (DIP) and 5,750 LF of 12" DIP to replace existing cast iron pipe (CIP)water mains in street segments that have been identified as having deficiencies in pressure, reliability, velocity, and fire flow capacity. SECTION V: APPENDIX Page 7 of 15 t„ Proposal for On-Call Civil Engineering for Professional Consulting Services SA ERIC SCHOENEN, P.E. Engineer Mr. Schoenen has over 30 years of experience with a mix of land surveying, design, plan check, conditions of approval, strategic planning, and capital improvement projects. He has over 16 years of experience working for a Water Utility Franchise. Experience includes budget estimating, scheduling,technical report writing, and City Council Agenda Reports. Responsible for coordination with professional consultants and staff to implement CIP projects as a project manager. PROJECT EXPERIENCE CITY OF ALHAMBRA EDUCATION: • Provided construction management and inspection services for the Valley California Polytechnic Blvd/Almansor St. Sewer Replacement Project. The work included installation of University, Pomona approximately 1,380 ft. of 36" extra-strength VCP sewer along Almansor St. from B.S.Civil Engineering, San Marino Ave.to Valley Blvd. and approximately 1,830 ft of 30"extra-strength VCP 1988 sewer along Valley Blvd. from Almansor St. to Garfield Ave. University of California, Riverside • Westmont Water Main — Construction management and inspection services for Supervisory Excellence I replacement of 3,500 ft. of 4" and 14" mains. and I►, 1998 CITY OF GLENDORA REGISTRATION: Lorraine Avenue Water Main - Provided construction inspection services. Registered Civil Engineer, • ProjectP California, No.52775 Project included the installation of approximately 6,715 lineal feet of 12" and approximately 4,090 ft. of 16" ductile iron pipe and appurtenances, new water services, new fire hydrants, and 27 tie-ins to existing water lines. • Laurel Avenue Water Main Replacement.-Provided construction inspection services Project included the installation of approximately 1,400 lineal feet of 8" ductile iron pipe and appurtenances, new water services, new fire hydrants, and 2 tie-ins to existing water lines. LONG BEACH UTILITIE DEPARTMENT • Sewer Replacement - Provided construction management and inspection services for the rehabilitation of 10,600 ft. of sewer, including lining 4,971 ft. of sewer with 8" CIPP and multiple location-specific rehabilitation efforts for the District's Cement Sewer Rehabilitation/Replacement Group 2 Project. CITY OF MANHATTAN BEACH • Sewer Infrastructure Improvements—Engineer, Plans and specifications for various sewer reaches throughout the City. • Provided design services for spot and/or section repairs to the existing pipe as identified in the City's 2013 Storm Drain Condition Assessment Report. The segments to be repaired or replaced have been identified as having high risk structural defects. Designed the removal of an existing catch basin and construction of a new catch basin at 2912 Laurel Avenue to prevent flooding. The existing catch basin was found to be under capacity due to its narrow opening and shallow depth. CITY OF MONTEREY PARK • Sewer Replacement-Provided construction management services for repair or replacement of defective sewer sections utilizing the Cured-In-Place-Pipe (CIPP) method at 25 locations throughout the City. CITY OF NORWALK • FY 2017/18 Sewer Main Repair Project—Engineer, Engineering design services to repair or replace(based on current condition) numerous segments of existing 8-inch to 18-inch sewer mains throughout the City to improve the existing sewer system as identified from a detailed investigation as a part of the 2014 Sewer System Management Plan (SSMP).The investigation consisted of a citywide CCTV survey of the existing sewer system to identify segments with defects. As a result, the City has identified 60 sewer reaches deemed as high priority for repair/replacement. Where there are short sections of pipe that have broken and/or missing pipe walls, trenchless technology may be employed to prepare the existing pipe to be acceptable to serve as a host pipe for CIPP lining. SECTION V: APPENDIX Page 8 of 15 i l.i.., `.;-1� Proposal for On-Call Civil Engineering for Professional Consulting Services SA MEL SUKOW, PE v. Engineer ,� j 9 Mr. Sukow has over forty years of professional engineering experience in project 6 ; planning, project analysis, project expediting and project design including surveying, . 6 , t mapping, planning, civil and structural aspects. He has provided consulting services L , for the preparation of plans and maps for subdivision, institutional, commercial and , infrastructure projects to land developers, agencies, architects and engineering 11,1.6., 4, , `,, firms. The plans have included street, sewer, storm drain, grading and structural. Other functions have been surveying and mapping functions such s design surveys, construction surveys, legal descriptions, right-of-way maps etc. PROJECT EXPERIENCE CITY OF MANHATTAN BEACH • Sewer Infrastructure Improvements—Plans and specifications for various sewer reaches throughout the City. EDUCATION: • Cycle 3 Sewer Main Improvements— 1,160 linear feet of 6" and 8"VCP design California State University, Fresno over six sites in the City. B.S.Civil Engineering • Cycle 2 Sewer Main Improvements— Design of 2,150 linear feet of 6 and 8" CIPP and VCP. Project scope included spot repairs, sewer segment REGISTRATION: replacement, pavement restoration, proper traffic control for arterial streets and Registered Civil Engineer, California, No.PE 22673 accurate construction ready bidding. MEMBER: CITY OF ANAHEIM American Council of Designed the widening of the portion of Dale Street adjacent to the properties Engineering • Companies of California at 517, 519, and 523 N. Dale Avenue. The work involved widening the (ACEC-CA),State Director roadway just in front of the properties from 30 feet to 45 foot right-of way in City of Los Angeles-City order to implement and maintain the City's Master Plan of Arterial Highways. Engineer/ ACEC-CA Liaison Committee American Society of Civil CITY OF GARDENA Engineers • Construction Management Services for the Vermont Avenue Street Improvement Project. CITY OF IRVINE • Prepared a traffic study/intersection analysis and infrastructure plans, including traffic signal modification plans, intersection improvement plans, construction details, street light modification plans, traffic striping and signing plans, landscaping irrigation plans, utility coordination/mapping, specifications, and construction cost estimates for the following improvements necessary for improving the traffic circulation at the Culver-Alton and Culver- Main intersections • Prepared infrastructure plans, including street improvement plans, right-of-way engineering, grading plans, landscape planting/irrigation plans, permitting, specifications, and construction cost estimate for Barranca Parkway from the 1-5 Freeway to Alton Parkway. CITY OF LAWNDALE • Construction management services for the Redondo Beach Boulevard Street Improvement Project CITY OF LOS ANGELES, BUREAU OF ENGINEERING, LOS ANGELES, CA — DESIGN ENGINEER Worked in the following design areas: • Street Design-Prepared designs for new and widening type projects. Projects included associated storm drain, sewer and utility design. • Subdivision Development-The tasks included survey, mapping, planning and civil engineering aspects of projects. • Structural Engineering-The work included bridge designs, building designs and wall designs. • Construction Engineering-During the construction phase of projects provided engineering support by reviewing shop drawing submittals, responding to request for information and modifying plans to deal with field conditions. • Transportation Engineering - Served as the liaison between Caltrans and the City's Bureau of Engineering on all Caltrans' projects. SECTION V: APPENDIX Page 9 of 15 SA',IA Proposal for On-Call Civil Engineering for Professional Consulting Services JOHN ROBINSON, E.I.T., John Robinson Consulting, Inc. Engineer Mr. Robinson's 25 years of environmental engineering experience has focused exclusively on water reclamation planning and infrastructure design projects for municipalities in southern California. He has been involved in over 35 recycled water feasibility/master studies and plans, 12 booster pump stations and over 300 miles of recycled water pipeline design. He has converted over 400 customers to utilize recycled water including cemeteries, medians, parkways, schools, parks and industries. He has deep roots with the State Water Resource Control Board Division of Drinking Water as well as the County of Los Angeles Department of Public Health W' in order to coordinate the recycled water design and recycled water conversion of customers to utilize recycled water for irrigation and industrial purposes. 1' PROJECT EXPERIENCE EDUCATION: Project Coordinator, Crescenta ValleyWater District, La Crescenta, CA — B.S.,Civil Engineering,California • j State University, Long Beach, 1993 Mr. Robinson served as the Project Coordinator for the District for Well No. 2 at Ordunio Reservoir which consisted of a new submersible pump and motor, onsite REGISTRATION piping, a chorine feed system,a nitrate removal treatment, upgrade of two existing Engineer-in-Training,California, booster pumps, installation of a masonry or pre-fabricated operations building, Registration No. 109865, 1997 installation of a building over concrete pad for the nitrate removal facility, water, MEMBER: sewer, and gas services, electrical and telemetry system, pavement and other American Society of Civil on-site improvements. SA Associates is also provided Construction Support Engineers Services and is assistingthe District for permittingof the well through the State California Water Environment g Association Department of Drinking Water (DDW). This project will be awarded the Central Basin Water Association American Council of Engineering Companies Project of the Year Award in San Gabriel Valley Water February, 2019. Association rY Southern California Water Utilities Asso • Project Manager,City of Monterey Park,CA-Provided Construction Oversight Water Envirciationonmental Federation Services for the design and construction of the Centralized Groundwater WateReuse Association Treatment System (CGTS) at the Delta Plant in Rosemead. The work included site development, site utilities, equipment procurement and installation, PRESENTATIONS: 30 Presentations on water, permitting, and commissioning and startup of a new treatment system to replace wastewater,recycled water the existing individual wellhead treatment systems. The City was awarded 2015 infrastructure and treatment Prop 84 Integrated Regional Water Management grant funds to implement the projects Project. SA Associates is also assisting the City for permitting of the CGTS through DDW. • Project Engineer,West Basin's Recycled Water Program,WBMWD, Carson, CA Mr. Robinson was part of the Program Management team who oversaw the design of approximately 50 miles of 4- to 60-inch recycled water pipelines from 1993 through 1997. In addition, John was the lead project engineer for the conversion of over 190 recycled water customers for West Basin during that same period. • Program Management Team Member Central Basin Municipal Water District Water Reclamation Program,CA—Provided various engineering services during the design of pump stations, distribution systems, and customer connections specifically to the City of Cerritos. In addition, assisted with the identifications of potential reclaimed water customers, developed on-site retrofit drawings, and prepared engineering reports for industrial user for approvals by the state and county health departments. Project included computer hydraulic model of the District's recycled water distribution system. • Project Engineer, Century Reclamation Program and Recycled Water Retrofits, Central Basin Municipal Water District—Mr. Robinson identified and converted 133 recycled water use customers include those located in the City of Cerritos, which included the design of on-site retrofits for reclaimed water irrigation systems and disconnection from potable water system. Worked closely with users and Los Angeles County DPH to maximize reclaimed water use. SECTION V: APPENDIX Page 10 of 15 , j Proposal for On-Call Civil Engineering for Professional Consulting Services SA • Project Manager, Rose Hills Recycled Water Project Phase I —Pipeline and Conversion — Mr. Robinson was responsible for the expansion of the Upper San Gabriel Valley Municipal Water District's recycled water system to Rose Hills. The facilities for the project include 12,000 linear feet of pipeline and the recycled water conversion of approximately 600 acres of Rose Hills property to utilize recycled water while maintaining potable water in hose bibbs. Worked closely with Rose Hills, San Gabriel Valley Water Company and Los Angeles County DPH to maximize reclaimed water use for commercial/industrial applications. • Principal-In-Charge, Phase I - Northwest Area Recycled Water Facilities, Inland Empire Utilities Agency, Chino, CA Mr. Robinson served as principal-in-charge for the design of approximately 22,000 linear feet of the 6-inch, 8-inch and 12-inch pipeline in the cities of Ontario, Rancho Cucamonga, and Upland. The project involved crossing two railroad right-of-ways, crossing a 152-in diameter Metropolitan Water District feeder line, coordination with multiple municipalities, and integration of multiple design criteria into a single project. The Phase 1 facilities were preliminary designed, design, and constructed over a 6 year period with the final pipelines currently being installed in May 2012. • Principal-In-Charge, RP-4 1158 and 1270 Pump Stations and Pipeline, IEUA, Chino, CA Mr. Robinson's responsibilities included the writing, and preparation of the preliminary and final design efforts for two pump stations and approximately 1,000-foot 36-inch diameter pipeline. In his role as project manager, Mr. Robinson was responsible for the revision and finalization of the design criteria for the two pump stations and pipeline through the preliminary and final design of the project. Additional duties included management for preliminary and final design development and client coordination. • Principal-in-Charge, Rosemead Extension, Upper San Gabriel Valley MWD, City of Rosemead, CA Mr. Robinson managed the preliminary and final design and construction services for 6000-LF of 18-inch CML&C Steel and Ductile Iron Pipe alternate recycled water pipeline. The project will serve approximately 510 AFY to three adjacent irrigation customers. • Senior Manager, Hollydale Pump Station and Pipeline, Central Basin Municipal Water District and City of Vernon, CA Management of the Hollydale Pump Station located in the City of South Gate and approximately 8,000 linear feet of 12-and 18-inch recycled water pipelinetoto supply Malburg Generation Station. The facilities were in partnership between Central Basin Municipal Water District and City of Vernon. • Phase I—Reclamation Expansion - Long Beach Water Department, Long Beach, CA. Mr. Robinson served as project engineer and project manager to provide various engineering services, including developed on-site retrofit drawings; preliminary and final design of 4 miles of 8-inch recycled water pipeline and 4 miles of 6-inch recycled water pipeline; prepared industrial engineering reports; and, performed retrofit construction management. Project included computer hydraulic model of Long Beach's recycled water distribution system. • Project Manager, Recycled Water System Expansion, Contract 1 D, City of Long Beach, Long Beach, CA Mr. Robinson was responsible for the design and construction management for the submittal review and resident inspection of approximately four miles of 24-inch and 30-inch diameter welded steel recycled water main. In addition, an aged and deteriorated 12-inch cast iron water main was replaced by a one mile long section of new 12-inch ductile iron pipe. • Project Manager, Irvine Ranch Water District Planning Area 9A, Irvine Boulevard and Jeffrey Road Pipeline Improvements, Irvine, CA This project included design of domestic water, recycled water, and sewer pipelines to serve a new development. The recycled water pipelines included 7,500 feet of 12-inch and 2,600 feet of 30-inch diameter pipe. New water mains up to 54-inch diameter were required. All pipelines were constructed in existing streets and required careful consideration for existing facilities and traffic control. The design schedule was expedited to accommodate street improvements by the developer and was completed in four months. John Robinson Consulting, Inc., 1055 East Colorado Blvd.,Suite 500 Pasadena, CA 91106 JOHN (626)375-9389 ROBINSON jrobinsonOiohnrobinsonconsultinq.comlb, Consulting.inc. SECTION V: APPENDIX Page 11 of 15 SA WATER PIPELINE EXPERIENCE Services Provided Length Construction Complete No. Agency Project (Feet) Size(Inches) Material Cost($) (Year) Site Design Cost Constr. Constr. Constr. Study Est. Mngmt Eng. Inspec. Santa Clarita Valley Water Bouquet Tank Pipeline and Tank 3 Pipeline Replacement 2,420 8, 14&16 Steel&PVC 2,680,000 2024 X X o 1 Assn 2 Santa Clarita Valley Water Old Road Pipeline Replacement from McBean Pkwy to Pico 4,670 14 PVC 2,700,000 2024 X X Assn. Canyon Rd. 3 City of Chino Hills English Road Recycled Water Main 9.000 12 PVC 3,700,000 2024 X X 4 City of Lynwood Long Beach Meter Upgrade and Line Abandonment Project 1,980 6,8&12 DIP 1,108,000 2024 X X 5 City of Pomona Utility Pipeline Survey and Drawing Services 7,500 8 DIP 3,890,000 2024 X X 6 City of South Gate Water Main Replcement Project,Phase I 17,130 8&12 DIP 4,486,000 2024 X X 7 Long Beach Utilities Dept. Queensway Drive Water Main Improvement 510 8 DIP 299,000 2024 X X 8 Long Beach Utilities Dept. Ximeno Avenue Water Main Improvement 2,230 8 DIP 1,271,000 2024 X X Boys Scouts of America Trask Scout Reservation Water System Rehabilitation and 230 4&6 Steel 1,900,000 2024 X X X 9 Enhancement Project 10 City of Ontario Water Main Replacement, UT 1027&UT 1043 26,480 8&12 DIP 10,405,000 2023 X X 11 Kinneloa Irrigation District Sierra Madre Villa and Villa Heights Water Main Improveme 1,360 8 DIP 400,000 2021 X X 12 City of Sierra Madre 2020 Water Main Replacement Project 20,300 4,6,8,&10 PVCO 7.706,600 2021 X X 13 City of Monterey Park Water Improvements along Atlantic Boulevard 2,030 12 Ductile Iron 720,000 2020 X X X 14 Huntington Beach Water Valve Replacements 6 to 12 New Valves 444,000 2019 X X City of Anaheim Pepper Creek,Fern Haven,and Hadrians Crescent Water 1 450 4&8 PVC 405,000 2018 X X 15 Main Replacement 16 Central Basin MWD Recycled Water Pipeline System Extension in the City of 24,600 8 to 20 PVC 8,000,000 2017 South Gate X X X 17 City of Chino Quadrant I Water Main Replacement 11,000 8 PVC 3.400,000 2018 X X X 18 City of Whittier Beverly Boulevard Water Main Replacement 4,450 8 Ductile Iron 1,200,000 2017 X X X 19 City of Whittier Comstock Avenue Water Main Replacement 2,000 12 Ductile Iron 600,000 2017 X X 20 City of Anaheim 8"Water Main Replacement in Solomon and Baja Drives 1,560 8 PVC 370,000 2017 X X Replacement of 4"and 14"Water Main in Westmont Dr. City of Alhambra 3,500 6,8 PVC 1,483,000 2017 X X 21 between Sherwood&Norwich , 22 City of Anaheim 8"Water Main Replacement in Country Glen Way 5,300 4, 14 Ductile Iron 1,395,000 2016 X X X 23 City of Santa Monica Water Main Replacement/Upgrade Project 10,000 6 to 21 PVC 4,000,000 2015 _ X X 24 Rose Hills Memorial Park Recycled Water Line 12,500 4,8 PVC 800,000 2015 X X X E.27th Street&Via Pasillo Cast Iron Water Main 4,000 6,8 Cast Iron& 600,000 2015 X X 25 Long Beach Utilities Dept. Replacement Ductile Iron 26 Long Beach Utilities Dept. Water Main Replacement Upgrade Project 10,000 6 to 21 PVC 3,500,000 2014 X X 27 Kinneloa Irrigation District East-West Tank Connector Project 4,100 4,12 Ductile Iron 644,000 2014 X X X 28 Santa Monica 3rd Court Water Main Replacement Project 2,000 8. 12 CIP, DIP 900,000 2012 X X 29 City of Pomona Westmont Service Lateral Replacement Project N/A N/A _PE to Copper 390,000 2012 X X 30 City of Azusa W-265 Water Main Replacement Project 6,200 8, 12, 18 Ductile Iron 1,430,000 2012 X 31 City of Commerce Camp Commerce Water Main 400 6 Ductile Iron 200,000 2012 X X X X 32 City of Pomona District 6 Phase IV Water Main Replacement 7,300 10, 12 Ductile Iron 1,900,000 2012 X X 33 City of Pomona District 1,2,&5 Water Main Replacement 4,220 8, 10, 12 Ductile Iron 2,160,000 2012 X X X As-Need Constr.Mgmnt Services FY08/09 Water&Sewer 34 City of Pomona CIP:Phillips Ranch Water Laterals,Pot.&Rec.Water Fire N/A N/A N/A 3,500.000 2011 X Hydrants,and Flush/Lampholes Tanks Replacement _ WATER PIPELINE TABLE Page 1 of 3 SA_ _ .. WATER PIPELINE EXPERIENCE A S SU C ! A T E S Services Provided Length Construction Complete _ No. Agency Project (Feet) Size(Inches) Material Cost($) (Year) Site Design Cost Constr. Constr. Constr Study Est. Mngmt Eng. Inspec, 35 Kinneloa Irrigation District Windover&Sierra Madre Villa Water Main Replacement 2,210 8, 10, 12, 16 Ductile Iron 517,000 2011 X X X -.- Project in the City of Pasadena 36 City of Pomona District 4,Phase I Water Main Replacement 6,530 6,8 Ductile Iron 2,368,000 2010 X X X X 37 City of Pico Rivera Water Main Inter-Ties Project(design of 3 interconnections between exist mains) 250,000 2009 X 38 City of Azusa WVF-243 Water Treatment Plant Water Main&Sewer Force 6,450 18,24 Ductile Iron 1,600,000 2009 X 39 City of Lynwood State Street&Tweedy Boulevard Water Main Replacement 2,900 8, 12 Ductile Iron 1,400,000 2009 X X X 40 City of Pomona District 2&3,Phase II Water Main Replacement 2,640 8 Ductile Iron 967,000 2009 X X X X 41 City of Anaheim Katella Avenue 8"Water Main 1,700 6,8 Ductile Iron 320,000 2008 X X 42 Kinneloa Irrigation District Kinneloa Mesa Pipeline Projects 2,900 8" Ductile Iron 152,000 2008 X X X 43 City of Pomona Reservoir St.Water Service Laterals -- -- -- 100,000 2008 X X 44 City of Pomona Water System Security Updates -- -- -- 500,000 2008 X X X New Water 630,000 2007 X 45 Long Beach Water Dept. Two Alley Service Connection Conversion Projects -- -- Meters 46 Kinneloa Irrigation District Water Main on New York Drive 1,000 6,10 Ductile Iron 154,000 2007 _ X X X X X 47 City of Pomona Water Main Replacement Bonita&Towne 7,200 10, 12 Ductile Iron 1,200,000 2007 X X X 48 West Basin MWD Anza Avenue Recycled Water Lateral at Sepulveda Bouleva 200 8 PVC 50,000 2007 X X 49 City of Azusa W-178 Main Replacement Project in Sixth,Barbara,and 3,700 4,6,8 Ductile Iron 816,000 2007 X Virginia Streets 50 City of Thousand Oaks Construction of Waterlines at Various Locations 11,250 8, 10, 12 PVC 950,000 2007 X X X X 51 City of Anaheim Harding Water Users Project 1,350 8 Ductile Iron 250,000 2006 X X X 52 City of Anaheim Amberwood Water Main Replacement Project 4,600 8 PVC 735,000 2006 X X X 53 City of Pomona Districts 4, 5,&6 Water Main Replacement Project 22.400 6,8,10,12 Ductile Iron 2.700,000 2006 X X X X X 54 City of Anaheim Northfield Ave.and Willamette Dr.Water Main Replacemen 1,210 8 PVC 312,500 2005 X X X 55 City of Anaheim Katella Water Main Replacement Project 6,400 12 Ductile Iron 350,000 2005 X X X X 56 City of Sierra Madre Water Main Replacement Projects 1,940 6 Ductile Iron 200,000 2005 X X 57 City of Anaheim Twin Peak Water Main Replacement Project 2,100 8 Ductile Iron/• 500.000 2004 X X 58 City of Torrance 1-25 Water Main Replacement Project,Phase II 22,540 6,8 Ductile Iron 2,000,000 2004 X X X 59 City of Riverside Rumsey Drive&University Drive Water Main Replacement 6,000 8 Ductile Iron 600,000 2004 X X X 60 City of La Habra Two Mobile Home Park Rehabilitations 6,000 8 PVC 1.500,000 2004 X X X X 61 Long Beach Water Dept. Cast Iron Main Replacement.Long Beach Blvd. Project 5,000 6,8, 12 Ductile Iron 600.000 2003 X X X 62 City of Torrance 1-20 Water Main Replacement 1,500 6,8 Ductile Iron 130,000 2003 _ X X X 63 City of Azusa Dalton Avenue Water Main Replacement 6,300 30 Ductile Iron 1,000,000 2003 X X X 64 City of Pomona Miscellaneous Pipeline Projects.Group 3(Dist. 1 Ph.2& 24,600 6,8, 12, 16 Ductile Iron 2,000,000 2003 X X X X X X Dist.3 Ph.2) 65 City of Pomona Miscellaneous Pipeline Projects:Five(5)Priority 1 Projects 24,000 6.8, 10 Ductile Iron 2,000,000 2002 X X X 66 City of La Palma City Yard Pipeline 100 14, 16 Steel 50,000 2002 X X X 67 City of Riverside Highgrove Water Main Replacement 9,600 8 Ductile Iron 900,000 2002 X X X X X 68 City of Riverside Arroyo Drive Water Main Replacement 5,800 4,8 Ductile Iron 600,000 2002 X X X X X 69 City of Pomona 30"Transmission Water Main 11,800 30 Steel 2.400,000 2002 X X X X X X 70 City of Pomona 12"Water Main on San Antonio Avenue 5,800 8, 12 Ductile Iron 210,000 2002 X X X X X WATER PIPELINE TABLE Page 2 of 3 SA WATER PIPELINE EXPERIENCE A S S o C + A T c S Services Provided Length Construction Complete No. Agency Project '. (Feet) Size(Inches) Material Cost($) (Year) Site Design Cost Constr. Constr. Constr. Study Est. Mngmt Eng. Inspec.j 71 Cityof Pomona Potable Water Pipelines for Commercial,Rebecca,& 5,600 8, 10 Ductile Iron 395,000 2001 X X Myrtle Avenue 72 City of Torrance Water Main Replacement 2000-2001:Artesia Boulevard 16,700 6,8, 10, 12 Ductile Iron 1,500,000 2001 X X X X PVC/Ductile 1.100,000 2001 X X X X 73 City of Torrance Recycled Water Distribution Pipeline 2000-2001:Artesia BI 17,600 8 Iron 74 City of Pomona CM&Inspection Services for Five Pipeline Replacement 28,000 6.8. 10, 12 Ductile Iron 2.000,000 2001 X X X 75 City of Chino Hills Chino Avenue 20"Waterline Extension 1,900 20 Steel 200.000 2000 X X X Ductile Iron/ 76 Elsinore Valley MWD Lakeshore 12"Waterline Replacement 6,000 12 PVC 500.000 2000 X X X X 77 City of Pomona 20"Reclaimed Water Main Under the 71 Freeway 400 20 Ductile Iron 50,000 2000 X X 78 City of La Palma Replacement of 10"Asbestos Cement Pipe 1,000 10 PVC 33,000 1999 X X X X X 79 West Basin MWD Carson Regional Recycling Water Plant: 14"Brine Line 27,000 14 HDPE 4,114,000 1999 X X 80 City of Pomona Hawthorne Place Water Main Replacement 600 8 Ductile Iron 20,000 1999 X 81 West Basin MWD El Segundo Recycled Water Lateral 5,900 0 PVC 309,300 1998 X X X X 82 City of Torrance Water Main Replacement: Prairie Avenue 2,100 4,6,8, 12 Ductile Iron 182,400 1998 X X X X Ductile 83 City of Arcadia Campus Drive Water Main Project 4,700 8, 12 Iron/Steel 390,000 1997 X 84 East Pasadena Water Co. Water Main on Oakdale Avenue&Woodward Boulevard 1,100 8 PVC 50,000 1997 X X X 85 City of Tustin Water Main Replacement 4,600 6,8 PVC 294.000 1997 X X X 86 City of Torrance Water Main Replacement 1997-98 19,000 6,8, 12 Ductile Iron 1.276,000 1997 X X X 87 City of Cerritos Potable Water Main in Carmenita Road 1,600 16 Ductile Iron 326,000 1997 X X X 88 City of Pomona Hillcrest Drive Water Main 4,800 6,8, 10 Ductile Iron 365.000 1997 X X X 89 City of Pomona Well No.28 Water Line Improvements 1,500 8 Ductile Iron 75,000 1997 X X X 90 City of Arcadia 12"Waterline on Colorado Boulevard 1,200 12 Ductile Iron 75,000 1996 X 91 City of Torrance Water Main Replacement-Torrance Boulevard 9,500 6,8, 12, 16 Ductile Iron 650,000 1996 X X X 92 City of Arcadia Water Pipelines: 1st Avenue&Foothill Boulevard 3,000 12 Ductile Iron 300,000 1995 X X 93 City of Torrance Water Main Replacement-Phase II 28,400 6,8, 12 Ductile Iron 1.800,000 1995 X X X X X 94 City of Torrance Water Main Replacement-Phase I 21.000 6,8, 10, 12 Ductile Iron 1,630,000 1994 X X X X X X 95 City of Glendale Brand Park Reclaimed Water Project 20,000 8. 10, 12. 16 Steel/PVC 1.200,000 1994 X X 96 CSU,San Luis Obispo Potable Water Mains 11,000 8. 10, 12, 16 PVC 500,000 1994 X X 97 City of San Fernando Water Main Installation 14.700 8, 12 Ductile Iron 800.000 1994 X 98 City of Simi Valley Lilac Lane Tank Water Pipeline 1,000 12 Ductile Iron 20,000 1994 X X 99 City of Cerritos Reclaimed Water Pipelines 7,700 6 PVC 400,000 1992 X X X 100 City of Pomona Water Pipelines 16.200 6,8. 10 Ductile Iron 800,000 1992 X X X 101 City of Pomona Water Pipelines 54,400 6,8, 10, 12 Ductile Iron 3.100,000 1992 X 102 City of Azusa Water Main Improvements 8,500 8, 12 Ductile Iron 500,000 1992 X X X X X 103 City of La Palma City Yard Pipeline 100 14 Steel 20,000 1991 X X X 104 City of Arcadia Live Oak Water Facilities 1,000 24 Steel 100,000 1991 X 105 City of Whittier Well Nos.15,17,&18 1,500 20,24 Steel 150,000 1991 X X X X TOTALS= 777,440 Feet 5134,822,800 147 Miles WATER PIPELINE TABLE Page 3 of 3 SA SEWER EXPERIENCE e $S u i%e e , e. e Length Size Constr.Cost Complete- ServicesProvided No. Agency Project Material Site Cost Constr.Constr.Constr (Feet) (Inches) ($) (Year) Study Design Est. Man. Eng. Inspec 1 City of Pomona Topographic Survey for Future Sewer Main Design Projects 2,710 _ 2024 X 2 City of Garden Grove Sewer System Rehabilitation,Phase 1,Project 4 5,200 8&10 VCP 2,896,000 2024 X X CIPP& 3 City of Manhattan Beach Cycle 3 Sewer Main Improvements 1,160 6&8 VCP 1,069,000 2024 X X 4 City of Manhattan Beach Cycle 2 Sewer Main Improvements,including 25 point repairs 2,150 6&8 CIPP vcP& 1,165,800 2021 X X 5 City of Whittier Sewer Main Phase 1 11,000 10 PVC 4,100,000 2020 X X r 6 City of Monterey Park Sewer Improvements along Atlantc Boulevard(Design&Construction Support) 4,020 12.16,18 HDDPEP& 1,780,000 2020 X X 7 City of Manhattan Beach Cyle 1 Sewer Main Replacement 430 24 CIPP 450,000 2019 X 8 City of Alhambra Main Street Sewer Replacement 1,860 12 VCP 1,113,500 2019 X X 9 City of Norwalk FY 2017/18 Sewer Main Repair Project 13,630 8-15 CIPP 1,468,000 2019 X X 10 City of Norwalk FY 2016/17 Sewer Rehabilitation Project 7,400 8-12 CIPP 700,000 2018 X 11 City of Norwalk FY 2015/16 Sewer Rehabilitation Project 8,900 8 CIPP 870,000 2017 X 12 City of Inglewood Sewer Main Replacement,Phase I 5,300 r 8-15 VCP 1,500,000 2017 X X 13 City of Monterey Park Sewer Spot Repairs&CIPP Installation 9,370 8 CIPP 707,000 2017 X 14 City of Alhambra Valley Blvd./Almansor St.Sewer Replacement Project 3,210 30,36 VCP 3,700,000 2016 X X 15 City of Santa Monica 2014 Annual Wastewater Improvement Citywide 5,500 8 VCP 400,000 2015 X X 16 City of Sierra Madre Sewer Plan for West Grand View Avenue 400 8-10 VCP 241,000 2014 X X 17 City of Pomona Sewer Pipeline Replacement Citywide(Phase II) 840 8 VCP 370,000 2014 X X 18 Long Beach Water District Cement Sewer Pipe Rehabilitation Replacement,Group 2 15,000 8 CIPP 315,000 2014 X X 19 City of South Pasadena Sewer Improvements on Arroyo Dr.,Huntington Dr.,Marengo Ave.,and Meridien Ave. 4,200 4,6,8,10 VCP 620,000 2012 X X 20 City of Pomona Sewer Replacement D Project No.586-86-18 800 8 VCP 204,000 2012 X X 21 City of Arcadia Baldwin Avenue Sewer Capacity Improvement Project 900 15 VCP 500,000 2012 X 22 City of Irwindale Martin Road Sewer Lift Station - - -- 450,000 2010 X X 23 City of Lynwood Sewer Main Replacement Project in the intersection of Imperial Hwy.&Long Beach Blvd. 400 8 VCP 230,800 2009 X X 24 City of Norwalk Replacement of the Pumps at the Curtis&King Sewer Lift-Station -- - - 150,000 2008 25 West Basin Municipal Water District Anza Avenue Recycled Water Lateral at Sepulveda Boulevard 200 6 PVC 66,000 2007 26 City of La Palma Sewer Master Plan for the City of La Palma __ NA NA - 2005 X 27 City of Cypress Modification of Sewer System at the Intersection of Lincoln Avenue and Moody Street 300 8 VCP 300,000 2005 X X 28 City of La Habra Rehabilitation of Two Mobile Home Parks 300 6 VCP 1,500,000 2004 X X 29 City of Hermosa Beach Reconstruction/Rehabilitation of Sewer on Pacific Coast Highway between 24th Street and 1,000 8 VCP 1,200,000 2003 X X Gould Avenue 30 City of Hermosa Beach Sewer Reconstruction for the City's Loma Area Improvements Project 2,700 6,8,12 VCP 570,000 2003 X X 31 City of Pomona Sewage Pump Station No.3 Replacement 2,400 10,21 VCP 2,300,000 2002 X X 32 City of South Pasadena Sewer Repairs on Huntington Drive,Diamond Avenue,and Glendon Way 1,000 6,8 VCP 200,000 2000 X X X 33 City of South Pasadena Construction Engineering Services for Sewer System Improvement Phase I 1,500 6,8 VCP 300,000 1999 X 34 West Basin Municipal Water District Design of Brine Line for the Carson Regional Recycling Water Plant 27,000 14 DIP 4,114,000 1999 X X 35 West Basin Municipal Water District Design of PVC/Reclaimed Water Pipelines Water Mains for the El Segundo Lateral in the 5,900 12 PVC 309,300 1998 X X City of El Segundo - 36 City of Arcadia Deficiency Study of the Sewer and Drainage System and Preparation of Hydraulic Model - Various Various - 1998 X X X Data Base for Trunk Sewer Lines 37 City of Compton 8-inch through 15-inch Diameter Sewer Mains 7,700 8,15 VCP 1,200,000 1992 X X 38 City of Baldwin Park 8-inch Diameter Sewer from Merced Avenue along Ohio Street,Kenmore Avenue,and 800 8 VCP 200,000 1992 X X Private Property to Walnut Street 39 City of Compton Prioritized Sewer Improvement Program for the entire 150 miles of the City's sewer system. 792,000 Various Various 24,000,000 1991 X X X 40 City of Cerritos Construction of 7,700 feet of 6-inch Diameter Reclaimed Water Pipelines in Three Different 7,700 6 PVC 350,000 1991 X X Streets TOTAL= 964,880 Feet $61,609,400 . ;. 181 Mites . SEWER EXPERIENCE TABLE Page 1 of 1 cc " EXHIBIT B Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. �I � EXHIBIT "B" t/ . 69 Proposal for On-Call Civil Engineering for Professional Consulting Services SA �OUH1Y Lb' CITY OF HUNTINGTON BEACH ON-CALL ENGINEERING PROFESSIONAL CONSULTING SERVICES COST PROPOSAL HOURLY CHARGE RATE AND EXPENSE REIMBURSEMENT SCHEDULE Hourly Rates Position 2025 2026 2027 Principal-in-Charge $285 $295 $305 Project Manager $232 $240 $250 Engineer $180 $185 $190 Quality Assurance/Quality Control $232 $240 $250 AutoCAD Designer $125 $130 $135 Secretary $102 $105 $108 Surveyor (Two-Person Crew) $300 $310 $320 Reimbursable In-House Costs p Photo Copies $ 0.15/each Blueprints $ 0.50/S.F Vehicle mileage, between engineer's office and project site $ 0.70/mile and/or client offices, will be billed at Other Reimbursables Reproduction, special photograph, printing, and any other cost + 15% services performed by subcontractor will be billed at Postage, Delivery Service, Express Mail cost + 15% COST PROPOSALJRATE SHEETS Page 1 of 13 Swwwtevensan Anddrewsrewsengine EngineeringNE L ,, , Ncy erin g.com 1 ./ I RATE SCHEDULE (Valid January 1,2025 through December 31,2025)* J D PROFESSIONAL SERVICES HOURLY RATE z ($) 0 Principal Engineer 250.00 Senior Engineer 240.00 z Project Engineer 195.00 Senior Designer 140.00 w Administrative Assistant 70.00 z z REIMBURSABLE EXPENSES RATE w Reproduction Cost+ 15% U) Consultant Services Cost+ 15% U Commercial Travel&Subsistence Cost+ 15% Mileage per IRS guidelines 0 "' Agency Fees Cost w *Rates for subsequent years are subject to a 3%escalation rate w RCS. - ASSOCIATES LLC CONSULTING GROUNDWATER GEOLOGISTS SC HEDULE OF CHARGES Huntington Beach March 2025 — December 2027 Professional Services Hourly Rates Principal Groundwater Geologist $308.00 Senior Groundwater Geologist $260.00 Staff Groundwater Geologist $225.00 Field Groundwater Geologist $153.00 Administrative/Clerical $115.00 Field Equipment Charges Pressure Transducers (water level & barometric $ 50.00/wk. pressure monitoring during pumping tests) Electric Tape Water Level Probe $ 25.00/day Water QualityProbe (T, pH, EC) $ 50.00/day Field Litigation, Depositions and Testimony Depositions and trial testimony are charged at twice the hourly rate (4-hour minimum/day). e Travel Time and Mileage Travel time for meetings and/or to job sites will be charged at our standard hourly rates. Mileage is charged at the current IRS rate. Administrative Fee In-house costs for phone, e-mail, fax, regular postage, printing, copying, binding, and records Services,will be charged in our project proposal Scope of9 retention, unless otherwise provided for p p p an Administrative Fee of total project labor charges multiplied by 2.5%. Outside Services Any services and materials not ordinarily furnished by RCS, including subcontracted services(i.e., water quality laboratory testing), delivery services, reproduction and printing, etc., are billed at cost + 15%. Reproduction costs for large format printing, and/or high volume reproduction and binding of hard copy reports performed in-house by RCS staff, will be billed at rates similar to comparable outside services. Conditions Invoices are issued at our option on a monthly basis or when the work is completed. A service charge of 1'A%will be payable on any amount not paid within 30 days. Any attorney fees or other costs incurred in collecting delinquent charges shall be paid by the client. Client will furnish rights-of-way to land as required for field visits and field operations, such as sampling or testing of water wells. 14051 BURBANK BLVD.,SUITE 300,SHERMAN OAKS,CALIFORNIA 91401 SOUTHERN CALIFORNI(818)506-0418•NORTHERN CALIFORNIA(707)963-3914 W W W.RCSLADE.COM AKEL ENGINEERING GROUP, INC. LABOR RATES PERSONNEL Current Rates Effective Effective Professional Services 1, 2024 to 301v 1, 2025k y 1, 2 to n , 202 , 202E 000e 3C, 20 Engineering Assistant $131 $135 $139 Assistant Engineer $165 $170 $175 Associate Engineer $193 $199 $205 Senior Engineer $215 $221 $228 Principal Engineer $261 $269 $277 Senior Principal Engineer $289 $298 $307 Technical Staff GIS Technician $142 $146 $150 Senior GIS Technician $171 5176 S181 Support Staff Administrative $113 $116 $119 EXPENSES Category Subconsultant / Other Direct Costs Cost plus 5% Notes: 1. Software usage costs are included in hourly rates shown. 2. AKEL Billing Rates are subject to an annual increase at the end of the fiscal year, to reflect labor rates and related cost adjustments. UNK:TURE ' CONSULTING ENGINEERS HOURLY CHARGE RATE & EXPENSE REIMBURSEMENT SCHEDULE PROFESSIONAL SERVICES CLASSIFICATION /TITLE HOURLY RATE: 2025 2026 2027 Principal $ 258.00 $265.00 $272.00 Project Manager $ 243.00 $250.00 $257.00 Construction Manager $ 243.00 $250.00 $257.00 Quality Assurance/Quality Control $ 243.00 $250.00 $257.00 Inspector $ 229.00 $235.00 $242.00 Sr. Engineer $ 213.00 $219.00 $225.00 Engineer $ 194.00 $200.00 $206.00 Sr. Designer/Drafter $ 157.00 $162.00 $167.00 Designer/Drafter $ 157.00 $162.00 $167.00 Field Technician $ 130.00 $134.00 $138.00 Drafter $ 130.00 $134.00 $138.00 ADMINISTRATIVE Administrative Clerk $ 92.00 $95.00 $98.00 Word Processor/Administration Support. $ 106.00 $109.00 $112.00 Graphic Designer/Survey Research $ 190.00 $196.00 $201.00 Reproduction, special photography, postage, delivery services, express mail, out-of-area telephone calls, printing, and any other services performed by subcontractors, will be billed at cost plus 15%. REIMBURSABLE IN-HOUSE COSTS Photo Copies (B&W 8.5"x11") $ 0.28/Each Photo Copies (B&W 11"x17") $ 0.51/Each Color Copies (up to 8.5"x11") $ 2.03 /Each Color Copies (to 11"x17") $ 3.38/Each Large Format Copies $ 1.35/S.F. Mileage $ 0.72/Mile Compact Disks $16.50/Each The above hourly rate shall apply for invoicing for progress payments and for any authorized extra work for work associated with the enclosed proposal. 41250 Placer Lafite Temecula,California 92591 Phone:(949)701-3923 Email:jade@linkture.com Geotechnical Engineering.Earthquake Engineering.Engineering Geology ENGINEERING SERVICES ENGINEERING AND PROFESSIONAL SERVICES Principal Geotechnical Engineer/Principal Engineering Geologist $ 250.00 Per Hour Senior Hydrogeologist $ 250.00 Per Hour Senior Geotechnical Engineer/Senior Engineering Geologist/Senior Registered Engineer $ 195.00 Per Hour Registered Civil Engineer $ 150.00 Per Hour Project Manager $ 145.00 Per Hour Senior Field Engineer $ 165.00 Per Hour Staff Engineer/Staff Geologist/Field Engineer $ 150.00 Per Hour Laboratory Manager $ 120.00 Per Hour Administration $ 65.00 Per Hour GIS Technician $ 140.00 Per Hour Drafter/CAD Technician $ 85.00 Per Hour Principal Geologist Forensic/Field and Office $ 330.00 Per Hour Principal Geotechnical Engineer Forensic(Field and Office) $ 385.00 Per Hour Senior Engineer Forensic(Field and Office) $ 275.00 Per Hour Field Engineer Forensic $ 220.00 Per Hour Principal Geotechnical Engineer and Geologist Expert Witness and Litigation Tasks $ 385.00 Per Hour Senior Geotechnical Engineer/Senior Registered Engineer Expert Witness and Litigation Tasks $ 330.00 Per Hour GEOTECHNICAL INVESTIGATIVE/PRE-CONSTRUCTION PHASE FIELD DRILLING AND TESTING *Field Testing/Sampling Helper(Technician-Prevailing Wage) $ 130.00 Per Hour *Surcharge of$10 per/hr. for projects under PLA/CWA agreements Drilling-Hollow Stem Auger(6-8"diameter)(subject to adjustment) $ 6600.00 Per Day Drilling-Mud Rotary Wash Drilling (subject to adjustment) $ 7150.00 Per Day Drilling-Cone Penetration Test(subject to adjustment) $ 7700.00 Per Day Coring-Pavement(Crew+ Equipment, including rapid set concrete or cold AC patching) $ 280.00 Each Core Saw-Cut-R-value Sampling (Crew+ Equipment, including rapid set concrete or cold AC $ 390.00 Each Location patching) Sample Pickup(truck+driver,within a 50-mile radius from GAI's office) $ 170.00 Per Round GPR Survey $ 3850.00 Per Day Percolation Test(Falling Head Method-Max. depth 15')(Min. 2 tests, $9,900) $ 4950.00 Per Test INSPECTION SERVICES GEOTECHNICAL MONITORING DURING CONSTRUCTION TESTING AND INSPECTION SERVICES *Soil Technician/Field Engineer(Prevailing Wage) $ 140.00 Per Hour *Surcharge of$10 per/hr. for projects under PLA/CWA agreements Soils/Materials Inspector(Regular Wage) $ 100.00 Per Hour Technician/Field Engineer-Pile and Tieback Monitoring&Inspection $ 140.00 Per Hour Deputy Grading Inspector(City of LA) $ 170.00 Per Hour Nuclear Gauge Equipment $ 80.00 Per Day MATERIALS SPECIAL INSPECTION *Inspector/Concrete, Batch Plant Inspection $ 140.00 Per Hour *Inspector/Masonry $ 140.00 Per Hour *Inspector/Welding/Steel/Tagging &Sampling $ 140.00 Per Hour *Inspector/Post-Tension $ 140.00 Per Hour "Inspector/Fireproofing $ 140.00 Per Hour *Inspector/UT $ 150.00 Per Hour *Inspector/Pull Test $ 150.00 Per Hour *Surcharge of$10 per/hr. for projects under PLA/CWA agreements Per Diem Shop Inspection (if the shop is more than 50 miles from the project site) $ TBD REPORTS Soils(Geotechnical/Geohazard Evaluation) Report Varies-Lump Sum Effective: January 2025-December 2027 Geo-Advantec, Inc. Page Al of A6 Proposal No. 25-1043 Master Fee Schedule eotechnical Engineering.Earthquake Engineering.Engineering Geology REPORTS DSA-293 Report $ 830.00 Ea. Cert. DSA-291 Report $ 830.00 Ea. Cert. Final Grading/Compaction Report(Comprehensive-Minimum) $ 3300.00 Each Pad Certificate Report/Letter $ 1650.00 Each Utility Trench Compaction Report-(Length <4000 L.F.) $ 2750.00 Each Wall Backfill Report $ 2750.00 Each Monthly Interim In-Grading Report $ 1650.00 Each Pile/Shoring Monitoring Report(Final) $ Quote Each Plan Review(Grading/Foundation) $ 2750.00 Each Materials Testing Final Verification Letter $ 1100.00 Each Project Laboratory Report Review Letter(Stamped) $ 830.00 Each LABORATORY TESTING SOIL AND AGGREGATE CLASSIFICATION&PHYSICAL CHARACTERISTICS ID ASTM CTM T101 D2937 CT212 Unit Weight $ 32.50 Each T102 D4829 Expansion Index $ 155.00 Each T103 C117, D1140 Finer than#200 Wash $ 65.00 Each T104 D422, C136 CT202 Sieve Analysis-Coarse& Fine Including wash $ 192.50 Each T105 D422, C136 CT202 Sieve Analysis-Coarse Aggregate $ 147.50 Each T106 D422, C136 CT202 Sieve Analysis-Fine Including Wash $ 165.00 Each T107 D422 CT203 Particle-Size Distribution-Sieve Analysis+ $ 247.50 Each Hydrometer Combined T108 D422 CT203 Hydrometer Analysis only $ 165.00 Each T109 D4318 CT204 Atterberg Limits LL, PL, &PI of Soils $ 155.00 Each T110 D2435 Consolidation(without Time Rate) $ 237.50 Each T111 D2419 CT217 Sand Equivalent Value of Soil and Fine Aggregate $ 137.50 Each Set (Set of Three) T112 C127 CT206 Specific Gravity and Absorption (Coarse $ 110.00 Each Aggregate) T113 C127 CT206 Absorption Only, Coarse Aggregate $ 82.50 Each T114 C128 CT207 Specific Gravity and Absorption (Fine Aggregate) $ 197.50 Each T115 C128 CT207 Absorption Only, Fine Aggregate $ 110.00 Each T116 AASHTO CT209 Specific Gravity(Soil)by Hydrometer(Water $ 175.00 Each T100 Pycnometer) T117 D2216 CT226 Water Moisture Content $ 32.50 Each T118 D3080 Direct Shear(3 Points) $ 330.00 Each T119 D3080 Direct Shear Remolded sample(3 points) $ 375.00 Each T120 D1557 A, B Maximum Density 4 in. Mold Passing No.4 or 3/8 $ 192.50 Each in. Sieve T121 D1557-C Maximum Density 6 in. Mold Passing 3/4 in. Sieve $ 202.50 Each T122 D2166 CT221 Unconfined Compressive Strength of Cohesive $ 175.00 Each Soil T123 D2844 CT301 R-Value, Untreated Material(3 Points) $ 357.50 Each T124 D2844 CT301 R-Value, Treated Material $ 385.00 Each T125 D4791 CT235 Flat and Elongated Particles $ 275.00 Each T126 D3744 CT229 Durability Index(fine and coarse)in Aggregate $ 275.00 Each Effective: January 2025-December 2027 Geo-Advantec, Inc. Page A2 of A6 Proposal No. 25-1043 Master Fee Schedule Geotechnieal Engineering.Earthquake Engineering.Engineering Geology SOIL AND AGGREGATE CLASSIFICATION&PHYSICAL CHARACTERISTICS ID ASTM CTM T127 D3744 CT229 Durability Index(fine or coarse) in Aggregate $ 175.00 Each T128 C142 Clay Lumps and Friable Particles in Aggregate $ 165.00 Each T129 C40 CT213 Organic Impurities in Fine Aggregates for Concrete $ 92.50 Each T130 05821 CT205 Percentage of Crushed Particles $ 197.50 Each T131 C131 CT211 Los Angeles Rattler Test, (Abrasion up to 1-1/2") $ 330.00 Each TI 32 C535 CT211 Los Angeles Rattler Test, (Abrasion Large-up to 2- $ 385.00 Each 1/2") T133 C88 CT214 Sodium/Magnesium Sulfate Soundness of $ 435.00 Each Aggregate, 5-cycles T134 CT216 Relative Compaction of Soils&Aggregates using $ 265.00 Each California Impact Apparatus T135 CT227 Cleanness Value of Coarse Aggregate $ 247.50 Each T136 D558 Moisture-Density Relations of Soil-Cement $ 192.50 Each Mixtures T137 D1633 A Compressive Strength of Molded Soil-Cement $ 72.50 Each Cylinders using 4 in. Mold T138 D4546 One-Dimensional Swell or Collapse of Soils $ 165.00 Each T139 Shelby Tube Cutting, Remolding or Trimming $ 32.50 Each Specimens for testing T140 D1883 California Bearing Ratio, Maximum Density test $ Quote Each separate charge T141 D2435 Consolidation(with time rate for 2 loads) $ 307.50 Each T142 AASHTO CT234 Fine Aggregate Angularity $ 242.50 Each T143 D2850 Unconsolidated-Undrained Triaxial Compression $ 182.50 Each CHEMICAL PROPERTIES OF SOILS ID CTM T190 CT643 Resistivity $ 82.50 Each T191 CT643 pH $ 72.50 Each T192 EPA 300.0 Sulfate Content $ 100.00 Each T193 EPA 300.0 Chloride Content $ 100.00 Each CT643 T194 EPA 300.0 Corrosivity Series $ 305.00 Each EPA 300.0 CONCRETE ID ASTM CTM T201 C39 CT521 Compression Tests, 6x12 and/or 4x8 Cylinders, $ 42.50 Each including Holds T202 C495 Compression, Lightweight Insulating Concrete $ 132.50 Each T203 C42, C39 Concrete Cores Compression Test(excludes $ 87.50 Each sampling) T204 C42 Drilling Cores from Shotcrete Panel (Lab) $ 137.50 Each T205 C109 C515 Compression,2"x2"x2" Cube Specimen $ 60.00 Each T206 C496 Splitting Tensile Strength 6"x12" Cylinder $ 165.00 Each T207 C78 CT523 Flexural Strength Test(6"x6"x21" Beam) $ 166.00 Each T208 C157 Drying Shrinkage(Set of 3 bars, 4 readings, up to $ 527.50 Each set 90-days) T209 C39 Unit Weight of Concrete Cylinders $ 55.00 Each Effective: January 2025-December 2027 Geo-Advantec, Inc. Page A3 of A6 Proposal No. 25-1043 Master Fee Schedule Ceotechnical Engineering.Earthquake Engineering.Engineering Geology ' CONCRETE ID ASTM CTM T210 Review Existing Mix Design $ 110.00 Each T211 Drilling Cores from Shotcrete Panel(Field) $ 220.00 Each MATERIALS TESTING ID ASTM CTM UBC T301 D2216 7-6 Fireproofing Density Test $ 85.00 Each T302 Mechanically Spliced Reinforcing Tensile Test up $ 360.00 Each to size No.11 T303 A416 Pre-Stress Still Strand (7 wire) $ 385.00 Each T304 A615,A706 Reinforcing Tensile or Bend Up to No.8 $ 75.00 Each T305 A615,A706 Reinforcing Tensile or Bend No.9 to 11 $ 100.00 Each T306 A615, A706 Reinforcing Tensile or Bend No.11 to 14 $ 200.00 Each T307 N/A Welding Procedure Review $ 110.00 Each T308 F606 Anchor Bolts, Studs, or Threaded Rods Tensile $ 265.00 Each Test under 100,000 lbf T309 F606, F3125 Bolt A325 or A490 Wedge Tensile and Hardness up to /, $ 165.00 Each T310 F606, F3125 Bolt A325 or A490 Wedge Tensile up to 1-1/8"in $ 250.00 Each diameter, and Hardness T311 F606, F3125 Bolt A325 or A490 Wedge Tensile up to 1-1/4" in $ 250.00 Each diameter, and Hardness T312 F606, F3125 Bolt A325 or A490 Wedge Tensile up to 1-3/8"in $ 255.00 Each diameter, and Hardness T313 F606, F3125 Bolt A325 or A490 Wedge Tensile up to 1-1/2"in $ 285.00 Each diameter, and Hardness T314 F606,A194 Nut-Hardness and Proof Load under 100,000 lbf $ 70.00 Each T315 F606, A194 Nut-Hardness and Proof Load Test 100,000- $ 85.00 Each 120,000 lbf T316 F436 Washer-Hardness $ 55.00 Each HOT MIX ASPHALT TESTING ID ASTM CTM T401 D1561 CT304 Laboratory Test Maximum Density(LTMD), Hveem $ 310.00 Each T402 D1560 CT304, Stabilometer Value $ 360.00 Each CT366 T403 CT305 Stability-Swell $ Quote Each T404 CT308 Specific Gravity& Density of Core $ 110.00 Each T405 D2041 CT309 Theoretical Maximum Specific Gravity&Density $ 260.00 Each (Rice) T406 CT370 Moisture Content by Microwave Oven $ 80.00 Each T407 D5444 CT202 Sieve Analysis of Extracted Aggregate Sample $ 190.00 Each T408 C136 CT202 Sieve Analysis of Bin Aggregate Sample, each $ 80.00 Each T409 C136 CT202 Sieve Analysis of Combined Aggregate Sample $ 250.00 Each T410 D6307 CT382 Asphalt Content by Ignition Oven (Bitumen $ 260.00 Each Content) T411 D6307 CT382 Asphalt Content by Ignition Oven (Correction $ 390.00 Each Factor) T412 D1188 CT308 Unit Weight-Coated, Molded Specimen or Cores $ 110.00 Each T413 D2726, Compacted Maximum Density-MARSHALL $ 260.00 Each D6926 T414 D2172 Extraction, %Asphalt(Reflux)including wash and $ 430.00 Each solvent charge T415 D2216 CT226 Emulsion Moisture Content by Oven $ 70.00 Each T416 AASHTO T59 CT331 Residue by Evaporation $ 220.00 Each Effective: January 2025-December 2027 Geo-Advantec, Inc. Page A4 of A6 Proposal No. 25-1043 Master Fee Schedule Geotechnical Engineering.Earthquake Engineering.Engineering Geology HOT MIX ASPHALT TESTING ID ASTM CTM T417 D3910 Wet Track Abrasion Test(WTAT) $ Quote Each MASONRY TESTING ID ASTM UBC T501 C140 Compression Test of CMU Block(gross) $ 105.00 Each T502 C140 Absorption&Moisture Content $ 90.00 Each T503 C426 Linear Shrinkage $ 270.00 Each T504 C140 Unit Weight $ 90.00 Each T505 C140 Dimensional Measurements $ 60.00 Each T506 C140 Compression Test of Masonry Core $ 105.00 Each T507 C39, C780 21-16 Compression Test of 2"x 4" Mortar Cylinder $ 60.00 Each T508 C1314 21-17 Compression Test of Composite Prism $ 270.00 Each T509 C1019 21-18 Compression Test of 3"x 3"x 6"Grout $ 105.00 Each T510 CBC 2105A.4 Shear on Masonry Cores, 2 Faces, 4"or 6" Cores $ 195.00 Each T511 Saw Cutting Coupons, or trimming from Masonry $ 45.00 Each Unit T512 GPR Scanning for Reinforcement $ Quote Each T513 Masonry Wall Coring $ 330.00 Each T514 Masonry Wall Coring above 5 feet from floor $ Quote Each T515 C482 Veneer Bond Strength Shear Test-Onsite $ Quote Each MINIMUM CHARGES FOR CONSTRUCTION PHASE INSPECTIONS • All technicians and inspectors are based on a minimum of four (4) hours. Over four hours shall be a minimum of eight (8) hours for inspectors or technicians. If an inspector or technician is scheduled to perform a service, shows up at the project site, and no work is performed, a four-hour(4)charge will apply and be referred to as a show-up charge. TRAVEL & MILEAGE • No travel time and mileage costs for engineering staff and materials/special inspection personnel. Per the regulations of Department of Industrial Relations (DIR-Public Works Manual 2016), for soils technicians performing construction inspection and testing carrying a nuclear gauge device travel time will be charged at contractual rate, from GAI's closest office and for round trip drive time (Portal to Portal). • For regular/non-prevailing jobs, a round-trip mileage cost equal to $0.75 per mile, calculated from GAI's office to the project site, will be charged. • The travel time and mileage fee may be subject to change per the negotiation with the client and written approval. SCHEDULING &CANCELLATIONS • A 24-hour notice is required when scheduling an inspection or technician. For same day scheduling and for after 3:00 pm the preceding day, the inspector/technician will be deployed to the site if a technician is available. PREVAILING WAGE • Our rates will increase proportionally every July 1 in accordance with the wage listed by the Department of Industrial Relations which is tied to Operating Engineers Local 12 documented annual increases plus corresponding changes in our general administration and overhead expenses. These adjustments shall become agreed upon basis for charges by GAI to Client. LABORATORY TESTING • Material samples will be discarded after testing, unless notification by Client has been made to GAI's laboratory prior to testing. If Client requires samples be retrieved after testing or stored at GAI's laboratory for an extended duration of time, arrangements can be made at no additional cost to the client. Effective: January 2025-December 2027 Geo-Advantec, Inc. Page A5 of A6 Proposal No. 25-1043 Master Fee Schedule Geotechnical Engineering.Earthquake Engineering.Engineering Geology TERMS OF PAYMENT • Invoices shall be deemed delinquent if not paid within thirty (30) days from date of invoice and will be subject to an additional charge of 1.5% of the unpaid balance for each month of delay. GAI reserves the right to terminate its services to Client without notice if all invoices are not paid currently. In case of service termination, the entire amount accrued for all services performed shall immediately become due and payable. Client waives any, and all claims against GAI, its subsidiaries, affiliates, servants, and agents, for termination of work pursuant to this paragraph. Effective: January 2025-December 2027 Geo-Advantec, Inc. Page A6 of A6 Proposal No. 25-1043 Master Fee Schedule 1 1 1 ,,, ,, jm D ■ ■ HOURLY RATE SCHEDULE JMD Personnel Position/Title in Company FY 2025 FY 2026 FY 2027 Off-Site Juan M.Diaz Principal/Rail/Transit $279.00 $287.00 $296.00 Peter Kim QA/QC Manager $260.00 $268.00 $276.00 Jack Shah QA/QC Manager $256.00 $264.00 $272.00 Lan Saadatnejadi Project Engineer-Highways $179.00 $184.00 $190.00 Algis Marciuska Sr. Project Manager/Technical Adv. $184.00 $190.00 $196.00 Steven Itagaki Sr.Project Manager-Traffic $205.00 $211.00 $217.00 Ivan Salvatierra Sr. Project Manager-Civil $205.00 $211.00 $217.00 Sherri Terrell Marketing Manager $118.00 $122.00 $126.00 Gilbert Figueroa Project Engineer $133.00 $137.00 $141.00 Luis Castaneda Assistant Project Manager $139.00 $143.00 $147.00 Deepak Solanki Project Manager $127.00 $131.00 $135.00 Greg Andrade Sr.Designer $102.00 $105.00 $108.00 Dana Dardoon Engineer III $97.00 $100.00 $103.00 Chapman Lee Engineer II $93.00 $96.00 $99.00 Rafael Rincon Engineer II $79.00 $81.00 $83.00 Albert Cisneros Engineer I $83.00 $85.00 $88.00 Gabriel Macias Engineer I $83.00 $85.00 $88.00 Jasmine Felix Administrative/Clerical $77.00 $79.00 $81.00 On-Site Mike Paieri Sr.Construction Inspector $121.00 $125.00 $129.00 Deepak Solanki PM/Plan Checker $136.00 $140.00 $144.00 Henry Completo Development Reviewer $131.00 $135.00 $139.00 Frank Sanchez Project/Construction Manager $135.00 $139.00 $143.00 Tom Geary Building Inspector $121.00 $125.00 $129.00 Rick Barajas Sr.Construction Inspector $126.00 $130.00 $134.00 Thomas Geary Sr.Construction Inspector $100.00 $103.00 $106.00 John Moon Construction Inspector I $88.00 $91.00 $94.00 Reimbursable Costs Photo Copies(B&W) $0.12/Each Photo Copies(Color) $0.39/Each Bond Prings(24"x36") $3.00/Each Mileage* $0.70/Mile *Assumptions: Rates are effective January 1,2025 through December 31,2027 as noted Mileage rate per IRS. I 1 BESS Hayward(Corporate)I Fresno I Los Angeles I Sacramento)F.(408)988-0101 Utility Locating-Ground Penetrating Radar(GPR)- Electromagnetic Pipe Locators Structural Concrete Scanning-Potholing Vacuum Excavation-CCTV Pipe Inspection Mobile LiDAR Scanning-3D Scanning-3D Utility Mapping-Gas Standy by-www.besstestlab.com UTILITY SOLUTIONS DBE 34267-CSLB 817532- DIR 1000007058-MBE 1208095-SBE 38052-SLEB 18-00111-ISN 400231830 BESS Utility Solutions Rate Schedule 2025-2027 Houlry Rate Night/OT Services Rate Project Management $225 Project Coordination $169 1 Utility Foreman $219 Licensed Professional(Civil/Surveyor) $231 LiDAR/UAV/ Data Processing and Extraction $146 CAD Technician $135 Reports/Sketches/Clerical $124 Administrative Support $124 Data Processing and Extraction $152 Utility Location&Gas Transmission Standby 1-Person Utility Designation w/GPR&EM Pipe Locator $219 $351 $439 2-Person Utility Designation w/Multi Antenna GPR $439 $702 $878 1-Person Gas Transmisson Stand by w/truck and equipment $231 $369 $461 Potholing and Vacuum Excavation 2-Person Utility Potholing w/air vacuum truck $383 $497 $612 1-Person Utility Potholing w/hydro vacuum truck $368 $478 i $589 2-Person Utility Potholing w/hydro vacuum truck $460 $598 t $737 2-Person Utility Potholing w/Air OX vacuum truck $514 $669 .. $823 2-Person Key Hole&Surface Restoration w/equipment $371 $483 $594 1-Person Dump Truck Crew w/equipment $276 $358 l' $441 �1 Traffic Control a 1-Person Traffic Control w/arrow truck $189 $246 $303 2-Person Traffic Control w/arrow truck $301 $391 € $481 1-Person Flagger/TC Helper $163 $212 (, $261 GPR Concrete Scanning and Coring 1 1-Person GPR Concrete Scanning w/equipment $225 $293 $360 1-Person GPR Concrete Scanning w/equipment Prevailing Wage $302 $392 $483 1-Person Saw Cutting&Coring w/equipment $180 $234 ';;' $288 1-Person Saw Cutting&Coring w/equipment Prevailing Wage $197 $256 f $315 CCTV Camera—Video Inspection 2-Person CCTV Pipe Inspection w/Main Line Crawler Unit $387 $503 $619 2-Person CCTV Pipe Inspection w/Lateral Line Push Unit $375 $487 $600 2-Person Hydro Flushing w/hydro vacuum truck $460 $598 $737 Surveying and Mapping 1-Person Survey Crew-GPS/Robotic/3D Scanner $228 $297 366 2-Person Survey Crew-GPS/Robotic/30 Scanner $325 $423 520 2-Person Survey Crew-Mobile LiDAR Scanner $422 $549 $675 .'° 2-Person Survey Crew-UAV Data Collection $325 $423 ;,.0 !� NOTE:Rates are portal to portal from our nearst office.Mobilization may apply for distances further than 50 miles from nearest office. Additional Cost 1-Person Utility Support Truck $186 $241 $297 1-Person General Labor Hourly Rate $163 $212 $173 1-Person Operator Hourly Rate $208 $271 $333 1-Person Utility Truck Mobilization Rate $128 Air/hydrovac Utility Truck Mobilization Rate $337 Hydrovac Utility Truck Mobilization Rate $383 Large Specialty Utility Truck Mobilization Rate $429 Traffic Control Plans—non-stamped(per sheet) $450 Traffic Control Plans—Stamped(per sheet) $675 Mileage,if applicable Current IRS Rate Lodging and meals,applies when over 50 miles Current GSA Rate Remote Hose Per 25'Section(3"4"or 6"10") $45/Each Off site disposal of Non-Hazardous Material $1,500/Load Off-Road Vehicle Rental Cost+10% Outside reproductions,shipping,services and consultants Cost+10% Cost of specialty field supplies,rental equipment,bridge tolls etc. Cost+10% Conditions Work site must be safe and prepared in advanced prior to scheduleing our crews(if managed by client) Show up cost is a 4 hour minimum per our houlry rates(Per National Pipe Line agreement) Minimum charge is 4 hours Over time applies after eight hours of work on site and weekends Emergencies and Sundays are double time Rates above apply to day shift(typical BESS day shift hours are 7:00 AM to 3:30 PM). Night rate applies outside of normal shift hours. Overtime after 8hrs on site up to 12hrs and Saturdays Overtime after 12hrs,Emergency,Sundays and Holidays 3%escalation may apply for multi year contracts 1 DATE(MMIDDIYYYY) ACC)R o® CERTIFICATE OF LIABILITY INSURANCE 5/19/2025 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 SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Sandy Peters AssuredPartners Design Professionals Insurance Services, LLC PHONE 626-696-1901 FAX 3697 Mt.Diablo Blvd Suite 230 MARQ Ext): IA/C,Nol: Lafayette CA 94549 ADDRESS: CertsDesignPro@AssuredPartners.com INSURER(S)AFFORDING COVERAGE NAIL License#:6003745 INSURER A;Beazley Insurance Company Inc 37540 INSURED SAASSOC-01 SA Associates INSURER 8 626 821-3456 INSURER C: 1130 Huntington Drive, Unit 12 INSURERD: Arcadia CA 91007 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER:217924446 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE � LIMITS NSD WVO POLICV NUMBER _{MMlOR/YVYI� fMMrD D/1'YYYI COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE CLAIMS-MADE ]OCCUR PREMISESO(EaENTED occurrrence) S MED EXP(Any one person) $ PERSONAL&ADV INJURY S GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATERO- $ POLICY JECT LOC i PRODUCTS-COMP/OP AGG $ OTHER: I COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY i(Ea accident) ANY AUTO BODILY INJURY(Per person) S OWNED I- SCHEDULED BODILY INJURY(Per accident) $ ,AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY I AUTOS ONLY (Per accidentl UMBRELLA LIAB _ OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE S DED RETENTIONS $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE NIA E .EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E,L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below ,E.L.DISEASE-POLICY LIMIT S A Profess'onalLiabdiry C3431B250301 1/1l2025 1/1/2026 Per Claim $2,000,000 Aggregate Limit $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) AM Best's Rating on policy listed above is A/XII or greater. Project:On-Call Civil Engineering&Professional Consulting Services. APPROVED AS TO FOR • - By__---- MICHAEL J.VIGLIOTTA CITY ATTORNEY r.ITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION 30 Day Notice of Cancellation SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. Public Works Department Attn: Joe Fuentes 2000 Main Street nuEPREs ATIVE Huntington Beach CA 92648 Paoei°;"") ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD #1 TIN. O CITY 0 F ( ! ) HUNTINGTON BEACH c. cF :„UUNTV 0 /f Lisa Lane Barnes I City Clerk July 17, 2025 SA Associates Attn: ShahnawazAhmad 1130 W. Huntington Drive, Suite 12 Arcadia, CA 91007 Dear Mr.Ahmad: Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and SA Associates for On-Call Civil Engineering & Professional Consulting Services, approved by the Huntington Beach City Council on July 1, 2025. Sincerely, Ofifilitott AKtAK. Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I .2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov �� City of Huntington Beach cite ie 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 /,,... ►i„ TING0ProfessionalServices \\ „„,,......... •. Contracts for On-Call •'. \N�pRPORgT4,0 •••• � __ ___ _, •• General Civil Engineering & --- ------ -� ''• T� \ Professional Consultin // f if ri i /,ij,r//I;r !/i u+ . , -• _ _ \ ',,, % Services -,- . % -�TT9Ti Department of Public Works villiowAii-rig=7 �- ' _ • t July 1 , 2025 ••• -AL% - - — ''-- .$)--. i ti AO •• 17 1909 , •°• •••/ F •••.....••- Ct ,# o NT�I %��i 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. wwaw? 3 `• ., N G Y^ • J.J �: X�{ ''F O�•..•`NCORPORATf•0...... F , (\ ei.3i S �, \ � ..: i , • -- \ `, • ... . Why/ Benefits CIP Engineering Support • Includes diverse infrastructure projects needing civil engineering • External design reports or specialized studies for projects • Assists with grant applications, inspections, testing, and regulatory compliance • Task orders are issued in compliance with Municipal Code section 3.03 On-Call Total Task Orders (2021-2025) - -- - .111 ,. 2021 2022 2023 2024 2025 ; t -_`_ _� _ Q •- -;-i.--. t In the last 5 years the City has issued over 100 task orders. �'fc •.-te ,,,,909,;..•. co/°i COUNTY ti''/i# 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 $60 $39 ��i��NS I NGT/ 2021 2022 2023 2024 2025 Lj; 4f Z °LINTY t1N 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. /o A" I N G tt"I % _ __ % A\ , Recommendation • ") - Recommended Action: Authorize the Mayor and City Clerk to execute a not-to-exceed $2M contract with 27 firms for On- Call Civil Engineering & Consulting Services. Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, Inc.; Moffatt & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Rick Engineering Company; SA Associates; Stantec Consulting Services Inc; TAIT & Associates, Inc.; and Tetra i NTINGT •Tech. / <�I��.,.. D • The on-call contract is not a guarantee of work as these services are on ; c1:31 _ an "as-needed" basis. o Y .-- Q % Ff._ PC) AO :. =_OUNTV t I# e ,;..1,.e.0 -Del...led I.Abe i and Tee Bi ealaloua � ~= City of Huutillgtou Bench sNewland Bus hard Protect cpcnrl'•w Fee Sredu le ProposaL LX QA QC 14.014 1 7'7.�I11 D. S.**A n.Rr 11ba.pr ►air Protect L�.r LapY.r L�.r T91�1 Pau�6r1 F.-r- - — Exa iiirle 1 ro s�a t..� 160 t_ SIOS'- SI t} g: • +'-Y Kl1`Yrl .- S a 4 'hrl+ 1 , SIJ XL" 5•••:� • x:Y H.ecuz I.si O'1L'en�'I I.Cams Field tt•is 1 o®=. 0 1 I c* Alcpa:x Jr ]irg p 14) J i L: t^Sis aS Oavar0L Mtatrear,-ha Y.Nr �si l_I -vn .531Ca3ri.- -rariTSfi CCei.e 6 _ 4_'_4+ I.5 :'teat:s11~a- I s3.214 ......... ._.._. __ I I ___ _a _ I I __ ... cnb101.1(5)= 11,11T2 11.116 Si.On* S• 10 10 1I4M - Si0,9on Malta k4.444..1 21 Brooch[.Tour 311 dews o.5o41:VAC,a ow-vee 3lou-ADA 317l77 L1133nms,SM.il eru.me MAN::'cement I • • • • • • . leek Prelatse.Earners 72 - 1 0 21 34 53.124 SLEW; 20 6) 43.ICS 6I4761: 3 f a`v=:a _ - S'.>moo- -. 77 7l 123 1a1.OAS, 37 rit.'3?_::: -- — - 53'1; 53.'CT. a 1 1: H.-1:7E ow E•'F -- -- 13 9010 ,l.,trx t'.., -.. .'sJ 1 S9.I64 >I•'1. 1l0 LR�+ ... a3'..lmmm:Fsti.wi .. ld ••�� NC 1st.Se 1 IL Ca;5aa q _.___ 3C•.:1J sari. I 0 •10 00 52156 7 12 1]Sf8. 1 S11'10 VI"Tr, 31l rad.era SPr r.s: IY.SOSnAt_l 01 10 S1.340 11aa•. 1IS taae-Zs—omen.ate -__.._,_____-_-__--_____._ _______�_—_._T 4 6 5:.3.3 wr..19 1a QACC.39'.1.454s51.. IsI i 311.1'0 5_2.Al SW oral Falls= 0 13 00 Sll ref l31 sub./.l IS)- 11 316A09 55,610 519101 147195 163159 se 5J9,101 1111.11 1 e1T11—,T'1MS.'I1RTIi:'7., IIIINIIMII 4 1 Jean Caoa!ere Mast. 5 . 4}.,.1; 13 C Doc E Assam.100'.'•.t aratl - a S1A92 40' 10<50*1.15StC1.7CM.le' 1tr.'-S.:11.11alr d S SI WO 34)+.` is Ca-1?ems IX.,:•able*_. 13 73 •0 :1 s u- 1$ 18.E a-..r10t'...trz�' S7323 45 12.1 44 GQC car.5rwmi . -- 6 4:.-3i 14.9461 Bars- 0 1. _ 1 n0 •• 44 4.Y..1It5)= 10 -.. s-ioo 11:,116 U2'd 99,11161 11.E SO 514.;110 14f,4'! To o121 6e11Le1solw. 0 11 00 61/1 0 d/i L7•£ T 1<1 b.C14f1�6M0•o 1ST: 22141 LU SO L.t,36L •d,,O4 +accare�r of 1 uloo,ed 1'or _ lA iM Oh12•1. 54 fiN Iotal2iter _.-___-.._ _.__._.__-_ -125d.057 .._......__.� OiTJIN 770.i11 TOT_iL ES tIMATE ILL IUR L'(AN-LERING WORla COVERED I THE RFP S301 t39 ray IUF1.er.0' .-1c:f-:Ic?s./.4ry.2LOWLsay'_`r�MRb 2 4 5 Oil,p v:n.•rm:cl o l.a_-� -ono sly cn.-ass late _ Alen aax.ar•t des 3a0111wnr0 fAx..Iet s r oII 00n..rasrlo w� 1 JAs.Canaan at Oil easy lorry*cat ore'dolt at oc.0o1 4 ReOnpr regurel We a SMrlpee*ads 0e A9ar:1 alter 50'•oe.25 31,..0.a a.St4.a W a0f t;.a lee to ricers 6 nas.tatda $ Yo aft-O-am a,.lua':r e r:clln,r: • NO'I.rl;*t.--d,-,.•..ellfi'd.6 a.il9:.14'sJ tar%:e*CA.W.is.ail./emoon froyerSl t5l•.192.11 to xig.x<.a a.r lc aaagr c........A NA O.Iy • Yo'o10a0:�Coss:at CooN•stmn.01co. • I,J.4rtonp-nrraeone'Se l.0'se toe.;'00 i stro clsl0a114ra. 30 A::Iara'e root..r:n 152 3 Jr',3.1.171'ow 7.e1 tno:t".1 Inn GO.30.r 0..D,0 and T. INVOICE Meant 17.2025 r'i vo • c e : Y HurlmGIon beach Pratte,No 12int356407 2006 Han 51 Masco tun 86423 A0 Bo.100 Pratte,Manager Huntington Beach.CA 92046 Total This Invoics S5.009.281 Nta tanddn oval Y*Fmnr*tnls P_wt@e smon al Fe rvvp8_11.9BLJan uary 71.202510 February 2215123 Exam Le Prase 9 11 Protect Management pl ask Protect Management Hours Rata Amount 200 280 57 541 50 Totals 100 041 58 labor Total 041.60 Total this Taak S841.66 Task 17 Propel Mann pamont Msotirse Hours Rate Amount 375 374,06 I402.73 3.90 280.52 811.56 1 75 170 00 297 50 7 50 13".79 988 43 s btal W16.00 3.530.22 Labor Total 3,610.22 Toni this Task $3,530.22 Total this Phase $4.371,18 Phase 3 Prellmrnao Engine el tau -lash 35 CAI spring anC 511i0n1Q Pian5135%t Hoer* Rats Amount 111.111 3.73 170.10 33,1_.'. TCtals 315 ti1e x;1 Labor Total WAN Total Ih,c Task Milt rV T sae:u P__. lend Wtnit to. Total this Phase $827.60 Budget 8umtnesy Conant Ptim To-0ate Total H!lings 5,009 28 000 5.009 78 Budget 3022.339.00 Budget F7enensiy 207.329.72 Total this Invoice 8i.808.28 Questions? ' i. • Li I 4 u -:1 _ r1 0,00.4r'r '''„ ,. TING - N\ , - R p p Rq •••• �,, Professional Services Contracts for On- General— -- - Civil Engineering and •• n � _ ,(, wei ( , 1 __ __ _ _ - _ _ • _ Professional Consulting Services ______ __,_ _ . -- - - — , Department of Public Works - • Q p = ti .•e‘._ 0 July 1, 2025 ••;Fe a° :•'• QV • • 17 � gp9 , ..••••, , 0 ••• Cof 'ç ,flh P 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 ' ` ••.•\N OR ORgtFp<V \ t, -4 or . ...\41S, 4 _ . '' ` 5: •.'-, t N, , ‘`'es.•�B ...::9 pow••• 0 , ., k ,1` ., . 1 AC • ���/Ill COUNTY t �# 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 V �, (2021-2025) rt ' 26 1 22 I �iii�\ INGT tI /�/ - - 10 ,'I O` ••\N�ORPORgTEp�• t177' � jj %•------ r if «.{ 2021 2022 2023 2024 2025 ` � U i ` Ci •• +s.' '-. -- i \ In the last 5 years the City has issued over 100 professional servi ;`e;CEe. ,, 1909,;°:����11+ contracts . _ OUNTY 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 Total CIP Budget (2021- 2025 ) p Values are in millions $60 ,.__. p ....�.._ $��' $35 � �� ��NTINGT I •�1 C. • n 441, 1 — _ yh': 2021 2022 2023 2024 nay "I a;. _ A-ffi.. _ <I • \\vc2 •..�8117`1909.po••\<`Om/' COUNTY•c Piii 1645 - n \--\ ,, -. :!-- -,,,,,,___ __\\„„,... ,„,, \ RECOMMENDATION ________,___ , , , . , le-60D -,), , , , „, , „ .. , --_- , ,,: .... . , , , . „1/4,) __ , , _,_ „ , \ ., 4,- , i--,,..,:----,..),,, , ,i . 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 , �i/" TING+ Inc . ; Moffatt & Nichol ; Onward Engineering; C" �N • • TO4/ Pacific Advanced Civ,or O`�•\NcORPORA1.4..•••(510 'Ilk Engineering, Inc . ; Proactive Engineering Consultants , Inc . ; Psomas ; R '0 --_--__-_ __ •;•F9�� Engineering Company; SA Associates ; Stantec Consulting Services Inc ; TAI r; ci a� Ti i , 's=% Associates , Inc . ; and Tetra Tech . N o:.>,: Q `Q 1 \`cam••�B Il, 19094 a.•••\�� I' The on-call contract is not a guarantee of work as these services are; CO0NTY CP\-,#0 1646 "-ri" i, a- � .44 tr- ..4".'"' t` '4' "'Xc�t,� 1 7 .., ii. e s t i o n s . , .. . ,. z} t�u , ,trf �. .... .. . ,. ti, ' i r / % `i.. I i jJJj, •.':',. ...',,.., \.,, IlI3+ ,, � . x�� a 7'i�+ 4 .- �_ .ram ! ', c .--- �.•hr' III "� a 7.1' 13.‘....: I.L.'1. i t.__ .. `1 . .,,�14.• v t k�N • ijh� *•rti E+ � ../4 . t. )1 • r1"Y`t1 • _,.fey* ar its 164