Loading...
HomeMy WebLinkAboutMichael K. Nunley & Associates, Inc. - 2025-07-01 2000 Main Street, Huntington Beach, CA '4111101V4Vj 92648 City of Huntington Beach APPROVED 7-0 ;cF-OUr ��o,� 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. Nunlev and Associates, Inc.; Moffatt & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Glenn A. Rick Engineering Company; SA Associates; Stantec Consulting Services Inc.; TAIT & Associates, Inc.; and Tetra Tech Statement of Issue: The Public Works Department requires professional general civil engineering consulting services on an on-call or as-needed basis to support staff in the planning, design, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Qualifications (RFQ) for these services and recommends awarding on-call general engineering consulting services contracts. Financial Impact: Funding for the use of these contracts is included in the Public Works budget, including the Capital Improvement Program (CIP). Each approved CIP project includes a budget that allocates sufficient funds for design, environmental compliance, engineering, construction, project management, and other necessary costs. No funds will be expended under these contracts unless approved as part of the City's annual budget. The recommended actions do not require any additional funding. Recommended Action: A) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Anchor QEA, Inc. for On-Call Civil Engineering City of Huntington Beach Page 1 of 6 Printed on 6/25/2025 powered by Legistar" 7(X/ 94 File #: 25-396 MEETING DATE: 7/1/2025 and Professional Consulting Services"; and B) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Ardurra Group, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and C) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and AZTEC Engineering Group, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and D) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Bowman Consulting Group Ltd for On-Call Civil Engineering and Professional Consulting Services"; and E) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Cannon Corporation for On-Call Civil Engineering and Professional Consulting Services"; and F) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and CWE for On-Call Civil Engineering and Professional Consulting Services"; and G) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and EEC Environmental for On-Call Civil Engineering and Professional Consulting Services"; and H) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and GHD, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and I) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and H. W. Lochner for On-Call Civil Engineering and Professional Consulting Services"; and J) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Harris & Associates, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and K) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and HDR Engineering, Inc. for On-Call Civil City of Huntington Beach Page 2 of 6 Printed on 6/25/2025 powered by Legistart' 95 File #: 25-396 MEETING DATE: 7/1/2025 Engineering and Professional Consulting Services"; and L) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and HR Green Pacific, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and * M) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Huitt-Zollars, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and N) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Kabbara Engineering for On-Call Civil Engineering and Professional Consulting Services"; and 0) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Kreuzer Consulting Group for On-Call Civil Engineering and Professional Consulting Services"; and )1r 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 8 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 >it 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 LegistarTM 96 File #: 25-396 MEETING DATE: 7/1/2025 On-Call Civil Engineering and Professional Consulting Services"; and +' V) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Psomas for On-Call Civil Engineering and Professional Consulting Services"; and • 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 .ja 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 ›tz- 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 'k 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 1 At 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, allowingthe Cityto meet service needs without adding permanent staff. Each year, the City undertakes a Capital Improvement Program (CIP) involving various infrastructure projects that require engineering support. Given that numerous projects demand design work or specialized studies beyond the scope of internal City staff, engaging external expertise is crucial. This need extends to preparing grant applications, conducting environmental monitoring, performing inspections and testing, and ensuring compliance with federal and state regulations, all of which City of Huntington Beach Page 4 of 6 Printed on 6/25/2025 powered by LegistarT" 97 File #: 25-396 MEETING DATE: 7/1/2025 represent responsibilities exceeding current staff capacity. Procurement Process: To proactively address this anticipated workload, the City issued a Request for Qualifications (RFQ) on February 4, 2025, inviting firms to provide On-Call General Engineering and Professional Consulting Services. The RFQ covered a range of civil engineering disciplines, including bridge, environmental, ocean, storm drain, sewer, street, and water engineering. The submission of proposals followed the procedures outlined in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), which governs the selection of professional service providers. A total of thirty-seven (37) proposals were submitted in response to the RFQ. In compliance with the federal Brooks Act, California Senate Bill 419, and the HBMC, the Public Works Department convened a three-member evaluation panel. This panel, comprised of two representatives from Public Works and one from the Fire Department (Inspection Services), was responsible for reviewing and ranking the proposals based on the qualifications submitted. 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 Legistarr' 98 File #: 25-396 MEETING DATE: 7/1/2025 2. Ardurra Group, Inc. Professional Services Contract 3. AZTEC Engineering Group, Inc. Professional Services Contract 4. Bowman Consulting Group Ltd. Professional Services Contract 5. Cannon Corporation Professional Services Contract 6. CWE Professional Services Contract 7. EEC Environmental Professional Services Contract 8. GHD, Inc. Professional Services Contract 9. H. W. Lochner Professional Services Contract 10.Harris & Associates, Inc. Professional Services Contract 11.HDR Engineering, Inc. Professional Services Contract 12.HR Green Pacific, Inc. Professional Services Contract 13.Huitt-Zollars, Inc. Professional Services Contract 14.Kabbara Engineering Professional Services Contract 15.Kreuzer Consulting Group Professional Services Contract 16.Michael Baker International, Inc. Professional Services Contract 17.Michael K. Nunley and Associates, Inc. Professional Services Contract 18.Moffatt & Nichol Professional Services Contract 19.Onward Engineering Professional Services Contract 20.Pacific Advanced Civil Engineering, Inc. Professional Services Contract 21.Proactive Engineering Consultants, Inc. Professional Services Contract 22.Psomas Professional Services Contract 23.Rick Engineering Company Professional Services Contract 24.SA Associates Professional Services Contract 25.Stantec Consulting Services Inc. Professional Services Contract 26.TAIT & Associates, Inc. Professional Services Contract 27.Tetra Tech Professional Services Contract 28. PowerPoint Presentation City of Huntington Beach Page 6 of 6 Printed on 6/25/2025 powered by LegistarT" 99 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND MICHAEL K.NUNLEY & ASSOCIATES, INC. FOR ON-CALL CIVIL ENGINEERING & PROFESSIONAL CONSULTING SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and MICHAEL K. NUNLEY & ASSOCIATES, INC., a California Corporation hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to provide On-Call Civil Engineering & Professional Consulting Services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Ryan Gallagher 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. 25-16466/378917 1 of 11 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on JV Icy t5r , 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." 25-16466/378917 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: 25-16466/378917 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, of litigation of everynatureor liabilityof anykindor nature) to without limitation, costs and fees g 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 25-16466/378917 4 of 11 "deductible"deductible11 of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2)years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and 25-16466/378917 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 25-16466/378917 6 of 11 event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: 25-16466/378917 7 of 11 TO CITY: TO CONSULTANT: City of Huntington Beach Michael K. Nunley &Associates, Inc. ATTN: Director of Public Works Attn: Ryan Gallagher 2000 Main Street 354 Pacific Street Huntington Beach, CA 92648 San Luis Obispo, CA 93401 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the 25-16466/378917 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. 25-16466/378917 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 25-16466/378917 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, MICHAEL K. NUNLEY & ASSOCIATES, CITY OF HUNTINGTON BEACH, a INC. municipal corporation of the State of California By: Ajky / Pi i(Actr V WADI yor print name �J^ l �,� . ITS: (circle one)Chairma 'residen ice President r f City Clerk /61.a" AND INITIATED AND APP OVED: By: P--ye-r\ Ors l l cer print name Director of Public Works ITS: (circle on:.40 hief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Mana r APPROVED AS TO FORM: (` -City Attorney 1 Jv 25-16466/378917 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 The following pages contain the completed copies of the forms requested in the RFP. 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 / No • Ocean Engineering Yes / Fo) • Environmental/Water Quality Yes / No 1(1 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: Z. NEW [] CURRENT VENDOR Legal Contractual Name of Corporation: Michael K. Nunley & Associates. Inc. Contact Person for Agreement: Ryan Gallagher. PE Corporate Mailing Address: 354 Pacific Street City, State and Zip Code: San Luis Obispo. CA, 93401 E-Mail Address: rgallagher@mknassociates.us Phone: 714-213-9758 Fax: 805-904-6532 Contact Person for Proposals: Safa Kamangar, PE, PMP, CCM, QSD/P Title: Contract Manager E-Mail Address: skamangar@mknassociates.us Business Telephone: 949-637-3999 Business Fax: 805-904-6532 Year Business was Established: 2012 Is your business: (check one) [] NON PROFIT CORPORATION [] FOR PROFIT CORPORATION Is your business: (check one) ® CORPORATION LIMITED LIABILITY PARTNERSHIP INDIVIDUAL SOLE PROPRIETORSHIP PARTNERSHIP n UNINCORPORATED ASSOCIATION Iof2 flh k:1 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES ._ Names&Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Michael K. Nunley. PE President/CFO 805-329-4773 Jon Hanlon, PE,AMPP Vice President 805-329-4773 Eileen Shields, PE Vice President 805-329-4773 Henry Liang, PE Board Member 559-500-4750 x1102 Ryan Gallagher, PE Board Member 949-491-1678 Federal Tax Identification Number: 45-5504041 City of Huntington Beach Business License Number: Will obtain upon award. (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: N/A 2 of 2 I(. 1 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES �. BAC KGROUND AND PRO JECT SUMMARY MKN's Client-Centric Origins MKN is a water,wastewater, and recycled water engineering firm located in Central and Southern California. Since 2012, our firm has grown to over 80 professional engineers, planners, construction managers/inspectors, and support staff. MKN is focused on meeting the growing needs of public agencies for responsive, technically capable consultants who are committed to a long-term relationship based on excellence. _ All City projects will be managed out of MKN's Irvine office, Our clients are looking for a trusted partner to less than 20 miles from the City of Huntington Beach. lean on, and MKN is an engineering firm that can participate and manage every aspect of a project from start to finish. This is what it means to be a client advocate. Whether we are overseeing a citywide water treatment program or managing a specific aspect of a project, our dedicated team works tirelessly to ensure we deliver the quality, responsiveness, availability, and accessibility our clients expect. Water Is Our Focus We are passionate about water in every form. Our firm is completely dedicated to delivering professional services for water-related projects. Beyond delivering for our clients, MKN's staff members are leaders in industry organizations;we actively research, present, and participate in the development of industry standards and best practices. We are innovating the way engineers deliver work and the products our clients use. Our principals have decades of experience in management and leadership roles for some of the highest-ranked engineering firms in the world, and we are excited to bring our expertise to the City. MKN has delivered projects on over 35 On-Call contracts. MKN has a robust track record of successfully executing projects under On-Call contracts for a diverse range of clients and has demonstrated its capability to deliver high-quality services efficiently and effectively.The firm's experience spans various project types, including water and wastewater treatment, hydraulic modeling, infrastructure design, and condition assessments. MKN's approach is characterized by responsiveness, technical expertise, and a commitment to client satisfaction, which has resulted in long- standing relationships with many agencies. cS� Q 0 70+ Treatment Projects 80+ Pump/Lift Stations 60+ Tanks/Reservoirs 400+ Miles of Pipeline nik;1 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES ®_ MKN Is Committed to Huntington Beach MKN is proud to be engaged in locally focused projects that impact the Huntington Beach and Orange County communities. The firm understands the need to be responsive and flexible for the City, and its organizational structure and size allow it to serve without any external barriers. Unlike larger firms, MKN's engineers are fully committed to their clients and are not focused on "utilization" or "profit." The primary objective is to serve and support clients as a trusted partner. MKN established its Irvine office to better serve the region, and its engineers have been working in Southern California for decades. The firm is actively engaged in several projects throughout Orange County for agencies such as the Cities of Anaheim, Irvine, Newport Beach, and other local municipalities such as Irvine Ranch Water District, East Orange County Water District, and South Coast Water District. The proposed contract manager, Safa Kamangar, has extensive experience executing major water, wastewater and recycled water public works improvements in the region including working with the City of Huntington Beach for more than a decade. Safa understands the City's goals, requirements, and objectives, and has established a partnership with different City departments over the years. MKN BY THE SAN JOSE NUMBERS MKN Office Locations 80+staff across MKN On-Call 8 CA offices Client 4 FRESNO $19.9M 2024 Revenue 35+ On-Call Contracts City of Arroyo Grande 300+ City of Atascadero1111111 Task Orders delivered through On-Calf Atascadero Mutual Contracts Water Company - City of Bakersfield Calleguas Municipal 4 BAKERSFIELD Water District SAN LUIS OBISPO to City of Camarillo Camrosa Water District Casitas Municipal Water District City of Channel Islands Beach Newport Beach Community Services District Nipomo Community East Niles Community Services District Services District Pleasant Valley 4 SANTA CLARITA East Orange County County Water District 4 VENTURA r mor Water District City of Port Hueneme City of Fresno City of Riverside City of Grover Beach Rural Community Assistance United Water • Corporation IRVINE Inland Empire Utilities Agency Conservation District Irvine Ranch Water District City of San Luis Obispo City of Ventura Santa Clarita Valley Las Virgenes Municipal Water Agency Water Replenishment District Water District of Southern California Los Angeles County City of Santa Paula City of Watsonville 4 OCEANSIDE Sanitation Districts South Coast Water District Western Municipal Water City of Morro Bay City of Thousand Oaks District 'Southern California Client Ilvil I4I!1 CITY Of hIUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES METHODOLOGY 4tcA t.spa • Understanding of the City HUNt[NGTGN BEACH MKN understands the critical importance of 6 City Huntington ' i� 41LLLL. • � _ 4 infrastructure to the of Beach, a bustling community with a diverse array of '� _.%; � civil engineering needs. The City's infrastructure � t°, pv< encompasses water, sewer, and stormwater systems, r " necessitating a robust and responsive engineering approach. Past projects, such as the Saybrook Lift a ,\;,,_-__ Station Replacement with Safa at the helm as the Project Manager, demonstrate Huntington Beach's Main Street and Ocean Avenue, 1930's. commitment to upgrading and maintaining vital Photo courtesy of the OCArchives, infrastructure. MKN's extensive experience in water, sewer, and stormwater engineering positions us well to address the City's needs. The City of Huntington Beach has made it clear that the selected on-call consultants must be able to deliver on a broad range of services, which aligns with our staffs' past experience with and understanding of the City. MKN has reviewed the City's five-year Capital Improvement Program and understands that the following project types are of high importance to the City: • Annual Pipeline Replacement Program. This is one of core competencies of MKN. We have been providing the same service under On-Call contracts for East Orange County Water District and South Coast Water District over the past five years. • Well Rehabilitation and Treatment. MKN has a long list of well equipping, rehabilitation, PFAS treatment, and other well treatment projects. Over the past three years MKN has completed four similar projects in So Cal and was recently selected for Santa Clarita Valley Water's Pin Court Well Equipping and Treatment Project. • Sewer Lift Station Rehabilitation. Lift stations are another area of expertise for our proposed team. Our Contract Manager, Safa Kamangar, has been involved with more than five Lift Station projects with the City of Huntington Beach, and the MKN team has completed the condition assessment for 12 sewer lift stations at South Coast Water District and the design of four lift stations in Southern California over the past five years. Three of these projects include the newest sewer pump station innovation - i.e., direct in-line pumps (overwatch) -for the City of Riverside. Beyond these capabilities, the MKN team offers expert professionals in every aspect of Water and Wastewater engineering and can effectively and efficiently deliver the City's needs. Ill4J171 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES 5 Comprehensive Planning and Feasibility Studies Many of the design projects will start with planning, feasibility or alternatives analysis to identify the most cost-effective approach while also refining and defining the project to be designed. MKN's experience includes numerous early planning studies, including various feasibility studies, alternatives analysis and conceptual designs. While the type of study is project specific, a general approach for all includes early Project alternatives or components of the Cit goals and objectives from all stakeholders. development Y1 p can be developed from these initial discussions and subjected to preliminary screening. ivanalysis Once short-listed alternatives are confirmed with the City, MKN will conduct an alternatives using g both quantitative and qualitative elements and varying weighting factors. These elements and factors will be established in collaboration with the City and based on projects' specific needs. These factors may include economic factors such as capital cost, life cycle or payback, or non-economic factors such as schedule, public impact, traffic, environmental, constructability, operability, and regulatory requirements. By involving the City actively in this decision-making process, MKN seeks to deliver infrastructure designs that not only meet technical standards but also align with the City's broader goals and responsibilities. MKN's Project Management and Schedule Approach MKN employs a structured project management approach that emphasizes close leadership involvement and meticulous schedule management v►`ligk �^"°"� to ensure successful project delivery. Through our Project Delivery Manual, we maintain consistency and quality in project execution, allowing us to manage multiple contracts efficiently. Our methodology includes thorough task tracking, schedule adherence, and proactive risk management, making us a reliable partner for the City in implementing its on-call engineering services. MKN's Project Management Plan is a requirement of every Task Order and will set the stage for success by identifying key staff, MKN's Project Delivery Manual is the source of our milestones, quality requirements and risk. continued success in delivering quality projects. Key Goals of the Project Management Plan: • Project Overview& Planning - A well-structured project begins with clear objectives and planning, ensuring a defined scope, schedule, and the necessary drawings to support execution. Establishing these foundational elements provides direction and alignment from the start. • Project Execution & Management - Successful execution relies on proactive management, including financial oversight, quality assurance, and risk mitigation. Maintaining clear communication, adhering to established CAD standards, and ensuring accurate timesheet charging contribute to efficiency and consistency throughout the project. • Team & Client Coordination - Collaboration and accountability drive project success, with a strong team, client satisfaction, and key success factors playing a critical role. Keeping open lines of communication and ensuring accessibility through well-defined contact information fosters seamless coordination. 1711 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES ". • ,ffitt Q • COLLABORATE & 1� . Q : INNOVATE s- �«. O . � EXECUTE Q bbbbd 04 ' FEEDBACK sssss Step - Plan for Success Key Elements of Step 1 MKN's Contract Manager will coordinate with City staff • Clearly defined Client goals/concerns on a regular basis to understand upcoming task orders. Through this early development process, or in some • Comprehensive scope of work cases once the task order is received, MKN focuses on • Explicit deliverables for each task identifying the key owner objectives which are integrated • Task-linked project schedule into our approach. Our scope, schedule and budget include explicit line items for internal kickoff, quality control • Assumptions and limitations reviews, deliverable dates and client review. Specific team • Team-specific project fee members are identified on our fee sheets, which commits • Asana coordination on availability those resources to the client and ensures coordination is done ahead of the task order to confirm availability. This latter part is done through MKN's use of Asana, which is an innovative resource and project management tool available to the entire company. Step 2 - Collaborate & Innovate Following the Notice to Proceed, MKN's Project Manager will coordinate an internal kickoff meeting and prepare a Project Management Plan (PMP). Both serve as an opportunity to ensure appropriate staffing, understanding of client goals, and preparation for the subsequent Client Kickoff. This internal venue also serves as a platform to brainstorm with a designated QC reviewer and Technical Advisor regarding innovative approaches, allowing time for ideas to be vetted before bringing them forward at the Client Kickoff. MKN has numerous examples of how this has resulted in savings for our customers, including a recent project with SCWD. In this instance, MKN suggested an alternative to a pipeline project scoped by the Client, in which MKN demonstrated equivalent performance via hydraulic modeling that resulted in a significantly reduced pipeline. Throughout the course of the project, we will continue collaboration with all stakeholders through bi- weekly meetings with the City's Project Manager and additional participants as needed. During these meetings, key issues will be discussed and stakeholder responses and requirements will be documented for evaluation or implementation. rnI4J,■ ■ CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES Step 3 - Execute I With a well-formed plan in place, execution relies heavily on communication and coordination. MKN utilizes several tools to support our Contract and Task Order Managers in communicating expectations, project status, and project plan, including the following: . Project Management Plan -This standard form is completed at the start of the project and serves as our team's roadmap. Microsoft Project Schedule - Our standard includes line items for QC, Client Review, and hard dates for Deliverables. • Project Management Software - Our billing software (BillQuick V20) provides for up-to-date budget, billing, and payment details. Client Check-Ins - Ranging from weekly to bi-weekly these 15-30 minute calls follow a standard agenda that ensures accountability for delivering on action items for both parties. w Resource Coordination - MKN uses weekly office and company-wide coordination calls to ensure adequate resources are available to meet deliverables. All resources are managed through our online BillQuick software and Asana Project Management platform by the Contract Manager. The Asana platform is populated at the start of the project with all key deliverables and QC dates with direct links to those responsible. QC is successful when the reviewer has adequate time to review and the team has adequate time to respond; both are accomplished by MKN's utilization of Asana. Our technical teams also utilize tools such as the latest Microsoft, AutoCAD, GIS, and Modeling software to support execution of project work. Expenditures end Earned Value Q Earned Value Analysis - Our standard Saoo N '°°% spreadsheets, shared with the Client, track S3.750.000 �. S3300.000 budget and schedule in real time by integrating a432"°° . -- . 70% 33.000.000 . billing data and work status. This tool enables F S?5°0°OOW e effective project management while providing t;;ro:aro d°%$ City staff with transparent updates. Additionally, j�,, , _30%. MKN can include an Earned Value Analysis (EVA) s's�e"5„.00°°� — - _ — _J.20% graph with each invoice for a comprehensive $2500n '°% 3 0% view of budget health. I$x P f$#' g a g a o f i f Ol l i l m x a i� , wa m mm ,, m nm " MKN's Project Documentation Our team will also utilize Microsoft Teams for project-related communication, video and screen share meetings, documentation, and management of action items. The City's Project Manager will be provided full access to the platform and can view these project materials and status at his or her convenience. This instant access to information ensures that the City will always be able to quickly get up to speed on the project status. Step - Feedback. Constant improvement is a core value for MKN, and feedback is an essential component of that. For every project that we complete for the City, the agency Project Manager will receive a short survey that allows for candid feedback on performance of the MKN team. The survey even provides the City's personnel the opportunity to request a meeting with our CEO. This feedback will enable us to perform better in the next task order assignment and improve work quality, as well as the City's experience with MKN. m itin , , , , , , .„ , , , , . „ . , CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES s ,%,' MKN's Quality Assurance/Quality Control (QA/QC) Our tried and true QA/QC process provides the City with peace of mind. Our team's philosophy and approach to project management and the QA/QC program is proactive. We work closely and effectively with clients to ensure a seamless operation. MKN's Quality Management System (QMS) includes three key elements: (1) Quality Planning, (2) Quality Assurance, and (3) Quality Control. QUALITY PLANNING QUALITY ASSURANCE QUALITY CONTROL • PM Plan • Internal Training • Approved QC Reviewers • QC Scheduling • Robust Design Templates • Standard QC Forms • QC Line Item Budget s • Proven Technical Tools • Subconsultant QC Reqs. • MKN QC Planning Calls • 10%Technical Review • Principal Review .... PREVENT CONFIRM Quality Planning - Plan for Success Our QMS requires the Contract Manager to plan for quality even before a contract is signed. This means that our proposal must include the following: • Line Item Scope - this helps to ensure that the budget is preserved through project execution. • Line Item Schedule - QC is included in our task-linked Microsoft Project Schedules to ensure that adequate time is allotted, which typically requires 2-5 days. • Identify a QC Manager - this person is identified and confirmed prior to submitting a proposal. Once a contract is signed, a Project Management Plan is prepared which details key elements of the project, including risks and quality reviews. Quality Assurance - Prevent Errors A key element of Quality Assurance is our technical training which is conducted every two weeks. Our engineers are also supported by our design templates, calculation spreadsheets and access to our Technical Practice Groups which maintain and manage many of these documents. The Technical Review completed at the 10% project phase is another key element of our Quality Assurance program. Quality Control - Confirm MKN Quality Is Met For the City, our Contract Manager will conduct monthly status meetings with Task Order Managers. During this meeting, project status will be discussed along with adherence to QMS procedures and resource needs. Every deliverable will be reviewed by either Dennis Phinney, PE or Karl Francis, PE, PLS, who will follow our defined process for QC review. Our standard review forms will be utilized which identify key elements of review. These documents have been prepared based on our team's extensive experience and "Lessons Learned." FflIIIJ1 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES ®- STAFFING !, NTINGT ir :y � ® o ODUNTY• QA/QC OFFICERS CONTRACT MANAGER PRINCIPAL-IN-CHARGE Dennis Phinney, PE Safa Kamangar, PE, PMP, Ryan Gallagher, PE Kart Francis, PE, PLS CCM, QSD/P TASK ORDER MANAGERS Kevin Saleh, PE Parasto Azami, PE Kathleen Labrador, PE PROJECT TEAM PIPELINE DESIGN WATER QUALITY/TREATMENT SURVEY Ivy Sanders, PE Chris Martin, PE Ramon Gonzalez, LSIT2 Judy Beik, PE Stefanos Word, PE, Env Sp TRAFFIC CONTROL PLANNING/ PIPELINE REHABILITATION/ David Kuan, PE, PTE3 HYDRAULIC MODELING CONDITION ASSESSMENT Adam Bugielski, PE Joseph Reichmuth, PE GEOTECHNICAL 4 Kathleen Labrador, PE Kevin Norgaard, PE Adam Chamaa, PG, GE WASTEWATER PROCESS SURGE ARCHITECTURE Michael Nunley, PE, Assoc. DBIA Jason Wilson, PE Scott Jones' Eileen Shields, PE CONSTRUCTABILITY ENVIRONMENTAL ASSESSMENT TANK REHABILITATION Peter Brennan, PE, CCM Jennifer Jacobus, PhD6 Jon Hanlon, PE Annaliese Torres6 WELL/RESERVOIR SITE CIVIL Henry Liang, PE POTHOLING Becca Bugielski, PE Brian McCauley, PE Underground Solutions PUMP/LIFT STATION ELECTRICAL/INSTRUMENTATION STRUCTURAL Josh Nord, PE Long Pham, EE' Joe Wendt, PE' Sarah Mathews, PE 1-SPEC;2-Calvada Surveying,3-Traffic Control Engineering,4-AESCO,5-Architects Orange(AO),6-Rincon;7-Peterson Structural Engineers Full resumes for the key project team members listed on the following pages can be found in Appendix 1. CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES � ti0 rnks ,, ,,* 2' E :fly Since joining MKN in 2019, Ryan Gallagher has EDUCATION completed over 130 projects with 30+ public BS, Civil Engineering, California Polytechnic ' 1401 agencies in Southern California, serving as the State University, San Luis P t: Project Manager for the majority. The estimated Obispo, CA ' . 1 construction value of the projects that have been LICENSE planned, designed and/or constructed exceeds Professional Civil 7 IRyan Gallagher, $300M. Projects include planning through Engineer, CA No. 74805 PE design for water, wastewater and recycled-water Principal-in-Charge conveyance, pumping, storage, and treatment. Ryan specializes in complex multi-agency water supply programs, alternative delivery, program management, master planning, and contract negotiations. ,,, „,fir "`'` Safa Kamangar is a highly experienced EDUCATION '` „ { , professional with 28 years of expertise in MS, Civil Engineering, water, wastewater, and water reuse. As a University of Tehran, Iran design engineer, Safa has provided hydraulic BS, Civil Engineering, `,,p, Azad University, Tehran, • calculations, mechanical design, detailed design Iran drawings, and development of specifications. He LICENSE Safa Kamangar, has a strong background in planning, design, Professional Civil Engineer, CA No. 70118 PE, PMP, CCM, and construction management, gained from working in both the private and public sectors. Project Management QSD/P Professional (PMP), No. Contract Manager His expertise encompasses design, construction, 1863656 and commissioning of water/wastewater Certified Construction infrastructure including more than 65 pumping Manager, No. 6341 facilities, 15 wells, and more than 150 miles of Qualified SWPPP pipeline ranging from 4 inches to 72 inches in Developer/Practitioner diameter. (QSD/QSP), CA No. 23059 e Dennis Phinney's 46 years consulting experience EDUCATION ." in water and wastewater engineering includes MS, Civil Engineering, design of over 100 pumping facilities, two of Rensselaer Polytechnic Institute, Troy, NY t1 which were awarded Southern California APWA MBA, Pepperdine "Projects of the Year." He has also designed University, Malibu, CA ' pipelines, wells, chemical feed facilities, BS, Civil Engineering, IDennis Phinney, reservoirs, and water and wastewater treatment Rensselaer Polytechnic facilities in service throughout California and Institute, Troy, NY PE Arizona. LICENSE QA/QC Officer Professional Civil Engineer, CA No. 30778 Professional Mechanical Engineer, CA No. 21533 FflCITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES C ® , ; ��� -- . Karl Francis has over four decades of experience EDUCATION * :A in civil engineering, project management, and MS, Civil Engineering, California State 1 rik,- aC7 regulatory compliance. Throughout his career, University, Fullerton, CA � ' Karl has demonstrated exceptional leadership '. MBA, The University of and technical expertise, managing and Kansas, Lawrence, KS 1 ..:i; overseeing numerous large-scale infrastructure BS, Civil Engineering, Karl Francis, PE, projects. His roles have included Deputy Director The University of Kansas, Lawrence, KS PLS of Engineering at Western Municipal Water District, Principal Civil Engineer at South Coast LICENSE QA/QC Officer Professional Civil Water District, and various senior engineering Engineer, CA No. 45699 positions at the City of Anaheim and San Professional Land Bernardino County. Surveyor, CA No. 7239 „, � s � ,,n, Kevin Saleh has more than 30 years of EDUCATION %t experience as a civil engineer. He has led and BS, Civil Engineering, � V ilea' participated in planning, design, construction University of Tabriz, Iran :' Computer Programming/ � 1° management, and construction support for System Analysis, Seneca -: numerous public works projects, particularly Polytechnic, Toronto, .. 1 in water and wastewater. His expertise Canada IKevin Saleh, PE spans the design and management of water Project Management distribution and treatment facilities, pumping (PM) Certificate, Cornell Task Order Manager University, Ithaca, NY stations, treatment plant processes, reservoirs, LICENSE pressure-reducing/surge facilities, wastewater Professional Civil conveyance systems, pumping stations, and Engineer, treatment plant projects. CA No. 90535 Parasto Azami brings over 10 years of EDUCATION ,, MS, Civil Engineering, �: experience in water and wastewater engineering g 9, v. -_ design, with a strong focus on pipeline design. University of California, Irvine, CA b ., Her expertise includes water conveyance BS, Mechanical j systems, gravity sewers, force mains, pump Engineering, University ,' stations, and the rehabilitation and condition of Tabriz, Iran Parasto Azami, PE assessment of infrastructure. LICENSE Professional Civil Task Order Manager Engineer, CA No. 91468 Project Management Certification, UCI DCE � e Kathleen Labrador has over 10 years of EDUCATION experience in the water/wastewater civil BS, Civil Engineering, University of California, j engineering field. Her experience includes Irvine, CA planning and design of potable water, sewer, LICENSE _ ' ), ' and recycled water facilities within California- Professional Civil hydraulic analyses for water, recycled water, and Engineer, CA No. 90355 Kathleen sewer projects and pipeline, pump station, and Labrador, PE reservoir design where she has prepared plans, Task Order Manager specifications, and cost-estimates and provided construction support. mksCITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES . MKN"s Additional Staff Resources MKN prides itself on a robust team of licensed staff members who are integral to our project management structure. Beyond the skilled individuals directly listed in our proposal, MKN possesses a wealth of additional staff resources, providing us with a significant depth of expertise and flexibility.This allows us to effectively respond to varying project demands and timelines, enhancing our ability to meet client objectives efficiently. Service Service Type Area 2 ro C L r, 'v g s, '^ v O E E a a, a � c a s, v .E v 'a S s E :o o cn 2+ 0 u c-o E io c v„i . Staff Member Location CA Registration co ru a a(n a i vl I` 8 a" w o Chris Haugen,EIT Irvine EIT 178979 , r 4 r r d Cindy Sevilla Esparza,PE Irvine Civil PE 96093 4 4 4 4 4 4 4 Dennis Phinney,PE Irvine Civil PE 30778;Mech.PE 21533 r 4 4 4 4 4 r 4 4 4 Ivy Sanders,PE Irvine Civil PE 93269 4 4 4 4 4 4 Judy Beik,PE Irvine Civil PE 96365 4 4 4 4 4 4 r Karl Francis,PE,PLS Irvine Civil PE 45699;LS 7239 4 4 4 4 4 4 4 4 Kathleen Labrador,PE Irvine Civil PE 90355 r 4 4 4 4 4 4 4 Kevin Saleh,PE Irvine Civil PE 90535 4 4 4 4 4 4 4 4 4 Khanh Nguyen,EIT Irvine EIT 119293 4 4 4 4 4 4 Parasto Azami,PE Irvine Civil PE 91468 4 4 4 4 4 4 Ryan Gallagher,PE Irvine Civil PE 74805 4 4 4 r 4 4 4 4 4 4 Sabrina Ryan Irvine N/A 4 4 4 4 r 4 Safa Kamangar,PE,PMP,CCM,QSD/P Irvine Civil PE 70118;PMP 1863656;CCM r r r 4 4 4 4 4 4 4 6341;QSD 23059 Saisanjith Kakkireni Irvine N/A 4 4 r 4 Chris Martin,PE Bakersfield Chem.PE 4597 4 4 4 4 4 4 4 Jason Wilson,PE Bakersfield Civil PE 89117 4 4 4 4 4 4 4 4 4 4 4 Josh Nord,PE Bakersfield Civil PE 61789 4 4 4 r 4 4 4 4 4 4 4 Ammar Hanna,EIT Fresno EIT 171630 4 4 4 4 4 Brian McCauley,PE Fresno Civil PE 92170 r 4 r 4 4 Carson Hatmaker,EIT Fresno EIT 177471 4 r 4 4 Henry Liang,PE Fresno Civil PE 68442 4 4 4 4 4 4 4 Kevin Norgaard,PE Fresno Mech.PE 27654 r ,+ 4 r 4 4 4 4 4 r Miles Madrid,EIT Fresno EIT 179184 4 4 4 4 r Xavier Vera,EIT Fresno EIT 172420 4 r 4 4 Vicki Quiram,PE,ENV SP Oceanside Texas-Civil PE 74346,Env SP 3577 4 4 4 4 r r 4 4 Mihika Ram,PE San Jose Georgia-Civil PE 049695 4 4 4 4 4 4 Stefanos Word,PE,ENV SP San Jose Civil PE 93856;Env SP 18683 r 4 4 r 4 4 4 Eileen Shields,PE San Luis Obispo Civil PE 74757 4 r r 4 4 Jon Hanlon,PE,AMPP San Luis Obispo Mech.PE 33232;AMPP 10431924 4 r 4 4 4 r 4 4 Joseph J.Reichmuth,PE San Luis Obispo Civil PE 63124 r r r 4 4 4 4 Julia Cannon,EIT San Luis Obispo EIT 173059 r 4 4 r 4 Michael Nunley,PE,Assoc.DBIA San Luis Obispo Civil PE 61801;Assoc.DBIA 4 4 4 4 4 4 4 4 4 Tim McHale,EIT,AMPP San Luis Obispo EIT 175874;AMPP 114981 r 4 4 4 r 4 Peter Brennan,PE,CCM Santa Clarita Civil PE 53110;CCM A2428 4 4 4 4 Adam Bugielski,PE Ventura Civil PE 89065 4 4 4 4 4 4 4 r 4 4 4 Becca Bugielski,PE Ventura Civil PE 93278;PACP/LACP/MACP 4 4 4 r 4 4 4 4 4 4 4 Gerardo Hernandez,EIT Ventura EIT 179738 4 4 4 r r 4 4 Luis Garcia,EIT Ventura EIT Certification 4 4 4 4 4 4 4 Nick Liu,PE Ventura Civil PE 95502 r 4 r r 4 4 Sarah Mathews,PE Ventura Civil PE 88471;PACP/LACP/MACP 4 4 4 4 4 r r 4 4 4 Shayne Curson,EIT Ventura EIT 179395 4 4 4 4 4 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES SIM Subconsultants To strengthen our team,we made deliberate choices to provide you with highly skilled, reliable resources. The professional capabilities of each firm are briefly highlighted below. We have successfully collaborated on previous projects with all of the subconsultants identified, and these established working relationships will translate to effective communication, trust and safety in the field, schedule efficiency, and the best value for Huntington Beach. Subconsultant Firm Description SPEC delivers a comprehensive range of planning, Long Pham, EE engineering,design,and project services to a variety of industries.Their offerings include feasibility studies, STX® Electrical/Instrumentation project management,engineering design,and on-site RVICES SPEC support,ensuring complete solutions that drive success throughout every phase of the project lifecycle. CAL VADA 4B, Ramon Gonzalez, LSIT Founded in 1989,Calvada Surveying, Inc. is a -SURVEYING,SURVEYING, INC. Survey distinguished Disabled Veteran and Minority Owned land Calvada Surveying surveying firm headquartered in Corona,California. _._.__. David Kuan, PE, PTE TCE prepares traffic control plans and detour plans and Traffic Control conducts traffic impact studies and alternative alignment Traffic Control Engineering evaluations to safely and expeditiously guide traffic through or around construction activities. 'AESCO offers expertise in a wide array of geotechnical rill Adam Chamaa, PG, GE and geologic services to determine the characteristics Geotechnical of soil conditions and recommend design parameters to AESIMO AESCO support client projects. AOAEA;nItecture. Scott Jones Founded in 1974,AO is a full service Architectural, Des1s�• Architecture Master Planning and Design firm specializing in Retail, Relationships. Architects Orange(AO) Residential and Mixed-Use projects. Jennifer Jacobus, PhD Rincon was founded in 1994 and has grown to a leading ""`°" RINCON CONSULTANTS,INC. environmental consulting firm throughout California. Environmental Sdemisrs I planners l Engineers Environmental Assessment Rincon brings expertise in CEQA/NEPA compliance for Rincon Consultants public agencies. Annaliese Torres Rincon was founded in 1994 and has grown to a leading "°`°" RINCON CONSULTANTS,INC. environmental consulting firm throughout California. Environmental Scientists l planners I Engineers Environmental Assessment Rincon brings expertise in CEQA/NEPA compliance for Rincon Consultants public agencies. ON 'USI provides potholing and subsurface utility engineering UNDERGROUND SOLUTIONS Underground Solutions, Inc ,services to locate and understand underground utilities Iran Potholing to help clients make informed decisions,avoid costly POSITIVEIDD conflicts or project delays,and minimize risk. Wendt, PE — A single discipline structural engineering and consulting tr P S E JoeJuctural firm specializing in municipal structural design and pETEASNN STRUCTURAL ENGINEERS Peterson Extensive experience with reservoirs,pump Peterson Structural Engineers stations and condition assessment. flu1k1 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES .- Aq QUALIFICATIONS Project Experience On-Call for South South Coast Water District selected MKN to serve KEY TEAM MEMBERS: Coast Water as one of five firms on the District's multi-year Ryan Gallagher, PE District on-call contract. MKN has been executing projects Safa Kamangar, PE, OWNER both under this contract, as well as stand-alone PMP, CCM, QSD/P South Coast Water contracts. Projects include: Parasto Azami, PE District - Via California Pipeline Rehabilitation. An emergency project that included replacement Dennis Phinney, PE g CLIENT CONTACT Kevin Saleh, PE Ta n K olsin PE of an existing 10-inch AC pipeline and lining of rY 1 g' Engineering Manager the 16-inch casing for a failed pipe crossing the RELEVANCE TO 31592 West Street, 5 Freeway. HUNTINGTON BEACH: Laguna Beach, CA » Development Review. Completed two task On Call Contract 92651 orders requiring review of plans submitted - Planning Studies tkjolsing@scwd.org by vendors requesting to utilize District ® Pipeline 949.541.1327 infrastructure for telecommunications. Replacement DURATION • Lift Station Condition Assessment. Condition w Lift Station Jan. 2020 Present assessment of 12 lift stations, including a pump Improvements efficiency and wet well capacity assessment. o Reservoir MKN identified 175 improvement/rehabilitation Rehabilitation projects and prepared a 5-year implementation plan in close collaboration with District operations and engineering staff. • Reservoirs No. 2B and 3B Replacement. Feasibility study for replacement of Reservoirs 2B and 3B. The project was completed on schedule and below budget and included hydraulic modeling, alternatives evaluation, cost estimating, constraints analysis, environmental and geotechnical evaluation and conceptual design. Marriott Pipeline. Design services for a 12-inch water main approximately 1,500 feet in length located in Dana Point in the vicinity of the Laguna Cliffs Marriott. • LS No. 13 and 14 Stairs. Design for replacement of stairs and guardrails at the District's Lift Stations No. 13 and 14. mkil CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES 13 As-Needed Since 2023, MKN has been delivering essential KEY TEAM MEMBERS: Engineering on-call engineering services to Western Municipal Ryan Gallagher, PE Services for Water District (WMWD), encompassing project Safa Kamangar, PE, Western Municipal design and program management for their PMP, CCM, QSD/P Water District comprehensive Capital Improvement Program Karl Francis, PE, PLS OWNER (CIP). This partnership underscores MKN's Kevin Saleh, PE Western Munici al commitment to ensuring efficient infrastructure p development and management within WMWD, Kathleen Labrador, PE Water District CLIENT CONTACT contributing to enhanced water service delivery Parasto Azami, PE Luis Cardenas, PE and community sustainability. Following is a list of RELEVANCE TO Principal Engineer projects that have been completed or are ongoing: HUNTINGTON BEACH: 14205 Meridian Pkwy, • Magnolia Avenue Interconnect • On-Call Contract Riverside, CA 92518 • Mockingbird Canyon Pipeline • Pipeline Design lcardenas@wmwd. • Western RCWD Intertie com • Pump Station 951.571.7285 • Jefferson Avenue Interconnection Planning and • Sterling Reservoir and Pumping Station Design DURATION • Sterling Pump Station Second PRV • Sewer Lift Station 2023 - Present • Well No. 7 Equipping and Discharge Pipe Design • PFAS Focused Sewer Rehab • Murrietta Water Supply Study • WWRF Flows Project Services • Sewer Force Main Replacement Support Various Since 2022, as a pre-qualified approved vendor, KEY TEAM MEMBERS: Engineering MKN has been selected for multiple design projects Ryan Gallagher, PE Services for Irvine for Irvine Ranch Water District. The following Safa Kamangar, PE, Ranch Water project descriptions are provided: PMP, CCM, QSD/P District • Serrano Creek Pipeline. MKN provided Parasto Azami, PE OWNER alternatives analysis, hydraulic modeling, and Kevin Saleh, PE Irvine Ranch Water final design for approximately 1,200 feet of new 8-inch recycled water pipeline to replace an District Dennis Phinney, PE CLIENT CONTACT existing pipe within a creek. RELEVANCE TO Malcolm Cortez, PE • Park Plaza Pipeline. MKN provided an HUNTINGTON BEACH: Engineering Manager expedited design for a new pipeline to replace • Same Project Team 15600 Sand Canyon approximately 1,100 feet of existing 6- and Members Avenue, 8-inch AC pipeline that had reached the end of • Pipeline Irvine, CA 92612 its useful life and was experiencing leaks. Replacement cortez@irwd.com • Technology and Ada Recycled Water Pipeline Program 949.453.5854 Replacement. (Ongoing project) MKN is • Multiple DURATION providing design services for the replacement Stakeholder 2022 Present of approximately 4,600 LF of existing 6" ACP Engagement recycled water pipe and replacement of 22 services that have reached the end of useful life and are experiencing leaks. FYICITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES 14 As-Needed Since 2021, as a pre-qualified approved vendor, KEY TEAM MEMBERS: Engineering MKN has been selected for multiple design projects Ryan Gallagher, PE Services for for Yorba Linda Water District. The following Safa Kamangar, PE, Yorba Linda projects have been completed: PMP, CCM, QSD/P Water District Water Master Plan Update Parasto Azami, PE OWNER On Call Hydraulic Modeling Dennis Phinney, PE Yorba Linda Water - Placentia Waterline Replacement Augmentation S rvices Kevin Saleh, PE District Staff e CLIENT CONTACT RELEVANCE TO HUNTINGTON BEACH: Roseanne Weston, PE, PMP - Same Key Team Engineering Manager Members 1717 E. Miraloma Ave., - Pipeline Placentia, CA 92870 Replacement rweston@ylwd.com Program 714.701.3102 • Hydraulic Modeling DURATION Support Services 2021 - Present :;..... ..3.'.:dTa:OMMtlWI k2N.`<.k.1 _tix,+,e:eS"&'-. ,"9NIIa'C44'SA'..Y•:�._:i:WBk£ec .. ..._.4...0sf.NRA 1.',AA'etV,I On-Call for Santa MKN provides construction management, KEY TEAM MEMBERS: Clarita Valley inspection, and engineering design services for Ryan Gallagher, PE Water Agency the Santa Clarita Valley Water Agency (SCVWA). Safa Kamangar, PE, OWNER As part of the Agency's on-call, MKN has PMP, CCM, QSD/P Santa Clarita Valley been selected to conduct evaluations, studies, Kevin Saleh, PE preliminary and final designs, land acquisition, Water Agency Kathleen Labrador, PE CLIENT CONTACT permit acquisition and more for various projects for the SCVWA's water treatment, water distribution, RELEVANCE TO Jason Yim, PE HUNTINGTON BEACH: Principal Engineer storage and pumping facilities. Projects include: 27234 Bouquet Well 201 VOC Treatment improvements: On-Call Contract Canyon Road, Santa New GAC system for VOC treatment consisted ° Pipeline Clarita, CA 91350 of construction of a new chemical building Replacement jyim@scvwa.org including all associated chemical storage and Design 661.297.1277 handling systems at the site. Wellhead DURATION - Well D/Clark Well PFAS Groundwater Treatment 2020 - Present Treatment: Prepared hydraulic calculations, treatment process equipment selection and sizing, conceptual design, and preliminary design report for PFAS treatment at two existing well locations. Smyth Waterline Improvements: Abandonment and replacement of 1,300 linear feet of existing 14-inch PVC potable water line with a new parallel 16-inch ductile iron pipe. • Earl Schmidt Filtration Plant Two 5MG Tanks Improvements: Prepared final construction documents for the rehabilitation of two tanks. mks CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES 1 5 On-Call for City of MKN was selected for the City of Newport Beach KEY TEAM MEMBERS: Newport Beach On-Call in 2022 and has performed a series of task Ryan Gallagher, PE OWNER orders supporting various water supply planning Safe Kamangar, PE, City of Newport Beach and rehabilitation projects. The task orders PMP, CCM, QSD/P received to date included the following: Dennis Phinney, PE CLIENT CONTACT • Well-Siting Study. MKN performed a well-siting Mike Sinacori, PE, MPA Parasto Azami, PE Assistant City Engineer study for a new water production well. 100 Civic Center Drive, • Surge Analysis. MKN performed a surge Kathleen Labrador, PE Newport Beach, CA analysis to identify potential mitigation RELEVANCE TO 92660 measures to protect aging infrastructure. HUNTINGTON BEACH: msinacori@ • Cortland PRV. Hydraulic modeling and design • Same Project Team newportbeachca.gov of an expedited PRV abandonment project Members 949.644.3342 driven by a development project. • Fast-paced DURATION • 16th Street Constructability Review. MKN Pipeline 2022 Present performed a peer review of a pump station Replacement rehabilitation project. • Small to Mid-Size • Shore Cliffs Regulating Stations. MKN Task Orders designed two new PRV stations for the Shore Cliffs area. • Evening Canyon Pipeline. Design of approximately 900 feet of potable pipeline replacement. • Balboa Ave/Irvine Terrace Pipeline. Design of approximately 13,000 feet of potable pipeline replacement. On-Call for East MKN has been providing as-needed engineering KEY TEAM MEMBERS: Orange County services to East Orange County Water District Ryan Gallagher, PE Water District through various contracts since 2021. The task Safa Kamangar, PE, OWNER orders received to date included the following: PMP, CCM, QSD/P East Orange County " Barrett Pump Station Replacement. MKN Dennis Phinney, PE Water District designed a new pump station to replace an existing station that had reached the end of its Parasto Azami, PE CLIENT CONTACT RELEVANCE TO David Youngblood, PE useful life. General Manager • Water and Sewer Standards Update. MKN HUNTINGTON BEACH: 185 N. McPherson Road, completed an update to the District's water and • Similar projects Orange, CA 92869 sewer standards. such as PRVs dyoungblood@eocwd. • Zone 3 to 2 Conversion. MKN designed new and pipeline replacement corn pipeline to replace existing piping that reached • Similar On Call 714.538.5815 the end of its useful life. Project also included DURATION Structure new distribution system and customer PRVs. 2021 Present •• Brae Glen Pipeline. Design of new pipeline and Same Project Team Members abandonment of existing pipeline in private easement. • Orange Knoll PRV. Design of new PRV and abandonment of existing pipeline in private easement. fk!'1 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES 16 MKN On- all Contracts Align with Huntington Beach's Needs MKN is uniquely built to operate as a single business unit, meaning that resources from around the company can and are brought in as needed to address specific technical solutions or to expedite production when our clients need a quick turnaround. The table below provides a sampling of our On-Call contract experience. Service Service Type 74 Area u o N tn QJ GO N u C ate. .' ` CuD a.� a� C a� 'n C v N to 4- C G/ o Y Cu d E G N N cD -0 ct 01 d C C 2 y U C 3 v C_ C C Of d E C d u u+ o cr u E C w > On-Call Contracts � F2 S i. 5 5 E a' a v► I` 3 a w E East Orange County Water District 2021 3 $0.9 4 4 4 Newport Beach 2021 3 $0.2 4 4 .4 Water Replenishment District of SC 2021 3 $1.7 4 4 .9 4 4 V Al .f South Coast Water District 2017 7 $1.3 4 4 4 4 4 4 .9 4 Los Angeles County Sanitation Districts 2020 4 $0.4 Inland Empire Utilities Agency 2021 3 $0.1 4 4 4 4 Western Municipal Water District 2023 2 $1.5 V 4 .9 14 4 4 Las Virgenes Municipal Water District 2020 4 $0.3 4 4 Al 4 d Santa Clarita Valley Water Agency 2020 4 $0.2 4 4 d Al 4 Calleguas MWD 2015 9 $0.4 4 4 4 Al d 4 Thousand Oaks 2020 4 $1.1 4 4 4 4 Camrosa Water District 2020 4 $0.3 4 4 4 Camarillo 2019 5 $1.1 4 V J ,f 4 Pleasant Valley County Water District 2019 5 $0.7 4 4 V 4 4 4 Port Hueneme 2020 4 $0.1 4 4 4 4 Channel Islands Beach CSD 2019 5 $0.6 4 4 4 4 4 4 4 4 United Water Conservation District 2023 2 $0.3 4 4 At 4 4 Ventura 2019 5 $1.6 4 4 4 4 4 Santa Paula 2015 9 $4.0 4 V 4 4 4 4 Casitas MWD 2018 6 $2.1 4 4 4 4 Nipomo Community Services District 2013 11 $2.9 .9 V 4 .f Grover Beach 2021 4 $1.0 .9 V 4 4 4 .9 4 Arroyo Grande 2015 9 $0.5 4 4 4 4 I 9 .9 San Luis Obispo 2013 11 $1.7 4 .9 .4 4 4 Morro Bay 2013 11 $2.4 4 4 .9 9 ii 4 Atascadero 2013 11 $1.2 9 4 4 4 4 Atascadero Mutual Water Company 2014 10 $1.9 4 4 4 4 9 4 Bakersfield 2016 8 $0.8 4 4 .9 East Niles Community Services District 2015 9 $4.1 4 4 4 4 V 4 Fresno, City of 2021 4 $1.2 4 4 4 4 4 4 4 .9 4 RCAC 2019 5 $0.6 4 4 Al 4 4 4 4 fl1I41CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES a_ MKN Experience - Pipelines MKN's team has delivered over 400+ miles of pipeline, covering every aspect of pipeline development including conceptual planning, hydraulic modeling, alternatives analysis, condition assessment, detailed design and construction management. Our design experience includes the full range of pipeline materials and trenchless construction methods, including pipe bursting, horizontal directional drilling and jack-and- bore. Diameter Client Project Name Material Length (LF) (inches) Water Replenishment District Brine Pipeline 16 HDPE 2,000 Water Replenishment District GRIP Conveyance Alternatives Analysis 42 Steel 25,000 Water Replenishment District 208th Street Pipelines 14,24,36 HDPE 2,400 West Basin MWD Palos Verdes Pipeline 10,12 PVC 16,000 South Coast Water District Via California Replacement 10 PVC 500 United Water CD Alternatives Analysis 16 PVC 20,000 Ventura County Potable Pipeline Project 12 PVC 20,000 Las Virgenes MWD Westlake Reservoir 30,36 Steel 2,200 Antelope Valley/East Kern WA 95th Street East PS/Turnout 20 Steel 500 Kern County Water Agency Northwest Feeder PS&Pipeline 42 Steel 21,120 Lakeside Union SD LUSD Connection to Bakersfield 16 PVC 15,500 Monterey County WRA Salinas River Diversion Facility 20,30 WSP,DIP 10,560 _ Nipomo CSD Joshua Road Booster Pump Station 24 PVC 27,000 Nipomo CSD Frontage Rd Trunk Sewer Replacement 24 PVC 4,200 Nipomo CSD Branch St Water Improvements 8 PVC 2,100 Nipomo CSD Supplemental Water Project 12,18,24 DIP,HDPE 27,000 North of the River MWD Highland Park Improvement 8, 12 PVC 27,000 Santa Maria WWTP Influent Piping Improvements 42,48 PE 600 Antelope Valley/East Kern WA South Feeder Parallel Pipeline 24,36,48 Steel 34,320 Arvin CSD Arvin RW Disposal Pipeline 18 PVC 18,480 California Rail Builders North Kern WSD Canal 9-26 42 Conc/HDPE 400 Casitas MWD Pipeline Loading Evaluation 33 Steel NA Casitas MWD West Ojai Pipeline Project 8 PVC 5,600 Cayucos Sanitary District Sewer Pipeline Improvements 8 PVC 3,500 Cayucos Sanitary District Toro Creek Bridge Pipeline Rehab 8 PVC 100 City of Arroyo Grande Fair Oaks Waterline Replacement Project 8 PVC 2,025 City of Grover Beach CDBG Waterline Replacement 8 PVC 2,400 City of Grover Beach CDBG Waterline Replacement 6,8 PVC 5,500 City of Guadalupe Tognazzini Well Intertie 8 PVC 600 SLO County Food Control Nacimiento Water Pipeline 18-36 PVC,DIP 264,000 City of San Luis Obispo Highland Waterline Replacement 24 DIP 165 East Niles CSD Morning and 178 Intertie 20 Steel 1,320 East Niles CSD Brentwood Sewer Extension 8 VCP,PVC,HDPE 1,000 East Niles CSD Pioneer Pipeline Project 12 PVC 1,400 East Niles CSD Redbank Rd Pipeline Project 8,14 PVC 6,800 East Niles CSD Pesante Sewer Replacement 8 VCP 500 East Niles CSD Water Master Plan 12-36 NA 67,500 East Niles CSD Morning Dr Transmission Pipe 20 Steel 5,500 East Niles CSD Well 20 Flushing Pipeline Project 12 PVC 1,500 Fresno Met Flood CD Various Flood Control Projects 18-48 RCP/CIP - 21,120 City of Fresno Friant-Kern Canal Pipeline 60 WSP 26,400 City of Fresno Regional Transmission Mains 16-48 WSP,DIP 68,640 Valley Children's Hospital VCH Rio Mesa Well&Pipeline 12 PVC 1,800 Gunner Ranch Wastewater Improvements 27,30 PVC 21,120 City of Modesto Ninth Street Storm Drain Replacement 24-96 RCP/CIP 52,800 ND State Water Commission Southwest Pipeline Project and PS 24,30 Steel 448,800 ND State Water Commission Devils Lake Emergency Outlet 30,54 Steel,HDPE 3,500 lflCITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES .- MKN Experience - Wells MKN has executed over 70 wells and wellhead treatment projects throughout California, showcasing our commitment to delivering reliable and innovative water solutions. Our extensive portfolio demonstrates our expertise in addressing complex water quality challenges and our dedication to enhancing water reliability and safety for clients similar to the City. Client Project Name Type Constituent Crescenta Valley County WD Glenwood Treatment Plant Ion Exchange Nitrate City of Beverly Hills Beverly Hills Desalter WTP BWRO Salinity/Hardness City of Compton Well 16 and 18-Planning Various PCE/TCE City of Lynwood Well No. 11 GAO PCE/TCE City of Lynwood Well No. 19 —_ -- GAC and Greensand PCE/TCE and Fe&Mn Maywood Mutual#2 Maywood Well Greensand Fe&Mn Monte Vista Water District Well 33 Treatment Ion Exchange Nitrate,Hardness Irvine Ranch Water District Deep Aquifer Treatment System(5 MGD) Nanofiltration(NF) Color/Organics/Hardness Jurupa CSD Jurupa IX Plant Ion Exchange Nitrate Jurupa CSD Jurupa IX Plant Expansion Ion Exchange Nitrate Capistrano Beach WD 1.5 MGD/BWRO BWRO Salinity/Hardness Capo.Valley CWD San Juan Capistrano Desalter BWRO Salinity/Hardness/Iron/ Manganese Capistrano CSD Capistrano Desalter BWRO,Greensand Salinity/Iron City of Oxnard GREAT Program Brackish Desalter BWRO — Salinity/Hardness City of Oxnard Water Operations Support Contract BWRO Salinity/Hardness City of Oxnard Brine Optimization BWRO Salinity/Hardness City of Oxnard BS No.3 Brackish Desalter BWRO Salinity/Hardness Camrosa Water District Conejo Wellfield GAC Treatment Evaluation Adsorption(GAO) TCP Port Hueneme Water Agency Brine Optimization BWRO Salinity/Hardness Port Hueneme Water Agency BWRDF Facility Master Plan BWRO/NF Salinity/Hardness Port Hueneme Water Agency EDR Replacement BWRO/NF Salinity/Hardness Meiners Oaks WD Well 8 Nitrate Treatment Study Ion Exchange,Reverse Nitrate Osmosis,Biological Treatment Meiners Oaks WD Wells No.1 and No.2 Water Treatment Plant Direct Filtration(Pressure Groundwater Under the Filtration) Influence of Surface Water City of Fillmore --- Fillmore WTP Treatment Study ................_........::._...........................__.._......BWRO.__� Salinity/Hardness City of Solvang Well 22 Oxidation Filtration Sulfide,Fe&Mn City of Goleta Anita Well GAC,Greensand,Airstripping Fe&Mn,TTHM Buena Vista Water Storage Dist. Ag.Drainage Study BWRO Selenium East Niles CSD Well 18 Arsenic Treatment Adsorption Arsenic East Niles CSD Welt 19 Arsenic Treatment Adsorption Arsenic East Niles CSD Well 22 Arsenic Treatment Adsorption Arsenic East Niles CSD Well 21 and 23 GAC Treatment Adsorption(GAC) TCP City of Bakersfield 5 Wells Arsenic Treatment Adsorption T� Arsenic City of Delano Well 32 Nitrate Blending Analysis Ion Exchange Nitrate City of McFarland McFarland Well 2 Ion Exchange Nitrate City of McFarland McFarland Well 4 Ion Exchange Nitrate Confidential Client Well CI,Greensand,RO { - Sulfide,TDS University Enterprises Central Union School District Arsenic Removal Adsorption Arsenic University Enterprises Coarsegold Elementary School Arsenic Removal Adsorption Arsenic and Manganese University Enterprises Foothill Mobile Home Park —�� Adsorption Uranium and Arsenic University Enterprises Lancaster Mobile Home Park Arsenic Removal Adsorption Arsenic Kern Housing Authority N.Shafter LLC Ion Exchange Nitrate City of Guadalupe Well 5 Ion Exchange Nitrate City of Arroyo Grande Well No. 11 GAC and Greensand Iron and Arsenic City of Grover Beach Grover Beach Nitrate Removal Ion Exhcange Nitrate Nipomo CSD District-Wide Chloramine Conversion TTHM Los Osos CSD Nitrate Removal Evaluation Various Nitrate City of Pismo Beach Meadow Creek Wells Oxidation-Filtration Fe&Mn BWRO=Brackish Water Reverse Osmosis;GAC=Granular Activated Carbon illk 3 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES _' MKN Experience - Wells Continued Client Project Name Type Constituent City of Paso Robles Sherwood Wells Adsorption,GAC Arsenic,Sulfide,Taste&Odor Atascadero Mutual Water Company PFOS/PFOA Treatment Ion Exchange,GAC,Oxidation- PFOA and PFOS,Iron, Adsorption Manganese,Hydrogen Sulfide Atascadero Mutual Water Company PFAS Remediation Program Management Various PFAS and PFOS City of Fresno Pump Station 177 Wellhead Treatment Improvements Adsorption(GAC),Airstripping TCP,Carbon Dioxide City of Fresno Pump Station 185 Wellhead Treatment Adsorption(GAC),Airstripping TCP,Carbon Dioxide City of Fresno Pump Station 345-1 Wellhead Treatment Oxidation-Adsorption Hydrogen Sulfide,Arsenic, Iron,Manganese City of Fresno Pump Station 347 Wellhead Treatment Oxidation-Adsorption Hydrogen Sulfide,Arsenic, Iron,Manganese Belmont Water Corporation Well 1 TCP Treatment Adsorption(GAC) TCP Sweetwater Authority Richard A.Reynolds GW Desal Facility BWRO Salinity/Hardness/Iron/ Manganese Three Crowns Industrial Park Well 1-3 TCP Treatment Adsorption(GAC) TCP Monterey Peninsula WMD Seawater Desal Feasibility Study Sea Water Reverse Osmosis Salinity/Hardness (SWRO) BWRO=Brackish Water Reverse Osmosis;GAC=Granular Activated Carbon fliCITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES _' MKNI Experience - Sewer Lift Stations MKN is an industry leader in the planning, design, rehabilitation and inspection services for lift stations in Central and Southern California. The following table provides a sample of our team's lift station experience which includes over 80 lift stations. Client Project Name *Algonquin Lift Station Construction Huntington Beach,City of *Central Park Lift Station Design Huntington Beach,City of *Edgewater Lift Station Construction Huntington Beach,City of *Lift Station No.24 Construction Huntin ton Beach City of *Saybrook Lane Lift Station Replacement Huntington Beach,City of Seal Beach Lift Station Replacement Orange County Sanitation District — Belgrave Lift Station Design W Garden Grove Sanitation District Tiffany Lift Station Replacement Garden Grove Sanitation District Santa Ana Civic Center LS Rehab(2 total) Santa Ana,City of SD03 Lift Station Des.i.gn...... ..............._......................................_....._._......_._.............................................................................._........................ .._._....Long...Beach,C of_._.._._.._.w...._......._.._..._..._.._........._...............__.._..... LS Condition Assessment(7 stations) Emerald Bay Service District Lift Station No.3 Rehabilitation Emerald Bay Service District _._.Aliso Creek and Southwing LS Rehab ................_.._..__..._........,...__....._.._...._._...----___--,____..._Moulton Niguel Water District —Paseo de Valencia LS Rehabilitation Moulton Niguel Water District �._.._.� Planning Area 3 Lift Station Study Rancho Mission Viejo,City of _ Landmark Lift Station Design LA Coin Sanitation Districts San Dimas Lift Station Improvements LA County Dept.of Public Works — Azusa Avenue LS Rehabilitation West Covina,City of Yellowstone Lift Station Design Services Santa Clarita,City of Palomino Park Lift Station Design Norco,City of Joy Lift Station Design ..............._........._....__.. _._._.._. Corona,City of...._._.......................................__..._ Arantine Hills Lift Station Construction Corona,City of Smith/Rincon Lift Station Design Corona,City of Fair-grounds&Dexter LS Replacement Riverside,City of Pierce Street LS Condition Assessment Riverside,City of Wood Road Lift Station Assessment Riverside,City of Meridian Lift Station Replacement San Bernardino MWD Harbor,Roja and Pilgrim Creek LS Rehab Oceanside City of North Vall y Lift Station Improvements Oceanside City of Portola Hills Lift Station Improvements Ventura,City of Lift Station Capacity Evaluation Mission Hills CSD Lift Station B Evaluation and Design Channel Islands Beach CSD Pump Station B — Channel Islands Beach CSD Oak Lift Station Feasibility Study Bakersfield,City of District Lift Station Feasibility Study Bakersfield,City of Downtown Sewer Study LS Assessment Bakersfield,City of McCutchen Lift Station Study Bakersfield,City of Avila Ranch Lift Station Design Build San Luis Obispo,City of Calle Joaquin Lift Station Replacement San Luis Obispo,City of Laguna Lift Station Replacement San Luis Obispo,City of Margarita and Foothill LS Replacement San Luis Obispo,City of WRRF Influent LS Pump Replacement _.. _ _— _ San Luis Obispo,City of Lopez Recreation Area LS Eval(5 total) San Luis Obispo,County of Influent LS Assessment and Rehab Avila Beach CSD LS No. 1 Force Main Replacement Arroyo Grande,City of Lift Station No.3 Rehabilitation Arroyo Grande,City,of Lift Station No. 13 Replacement Atascadero,City of Lift Station No.2 Replacement Atascadero,City of LS No.4,7&11 Rehabilitation Atascadero,City of LS No.4,7,11 & 15 Assessment Atascadero.City of ........_._-..___....._ Lift Station No.5 Rehabilitation Atascadero,City of Lift Station No.14 Improvements Legacy Development(on behalf of City of Atascadero) Lift Station No.3,8,and 11 Rehab Paso Robles,Cit of Lift Station No.4 Replacement Paso Robles,City of *Staff Projects before MKN Ffl 4jji'1 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES . . References of Work Performed Form (List 5 Local References) Comany Name:MKN & Associates, Inc 1. Name of Reference: South Coast Water District Address: 131592 West Street. Laguna Beach. CA 92651 Contact Name: Taryn Kjolsing. PE Phone Number: 949.541.1327 Email: tkjolsingCahscwd.org Dates of Business: 2020 - Current 2. Name of Reference: Western Municipal Water District Address: 14205 Meridian Pkwy Riverside, CA 92518 Contact Name: I uis Cardenas, PE Phone Number: 951.571.7285 Email: lcardenasC�wmwd.com Dates of Business: 2023 - Current 3. Name of Reference: Yorba Linda Water District Address: 1717 F Miralnma Avenue Placentia, CA 92870-6623 Contact Name: Roseanne Weston, PE, PMP Phone Number: 714.701.3102 Email: rwestnn@ylwd rnm Dates of Business: 2021-Current 4, Name of Reference: Irvine Ranch Water District Address: 131592 West Street 1 aguna Beach, CA 92651 Contact Name: Malcolm Cortez, PE Phone Number: 949.453.5854 Email: cortez@irwd corn Dates of Business: 2022-Current 5. Name of Reference: City of Newport Reach Address: 131592 West Street. Laguna Beach, CA 92651 Contact Name: Mike Sinacori. PE. MPA Phone Number: 949.644.3342 Email: msinacornewportbeachca.gov Dates of Business: 2022-Current MIC1CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES II APPENDIX 1 RESUMES Project Experience As requested in the RFP, the following pages contain full resumes of Key Personnel. CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES ._ 4.„ , , ‘. .... iii; „ ..,, , , : „ ,.:...,_ 7,,,,,v , ,,,i,i: ,,, 45,C -, RYAN GALLAGHER, PE ,__ PRINCIPAL-IN-CHARGE EDUCATION I Since 2019,Ryan Gallagher has completed over 130 projects with 30+public agencies • California BS,Civil Engineering,Polytechnic 1 in Southern California,serving as the Project Manager for the majority.The estimated State University,San Luis construction value of the projects that have been planned,designed and/or constructed Obispo,CA i exceeds$300M. Projects include planning through design for water,wastewater and LICENSES& I{ recycled-water conveyance, pumping,storage,and treatment. Ryan specializes in complex REGISTRATIONS multi-agency water supply programs,alternative delivery,program management,master • Professional Civil I'., planning,and contract negotiations. Engineer,CA No.74805 ;; PROFESSIONAL ;1 Why Ryan for City of Oceanside's On-Call? ASSOCIATIONS I. • Local and Committed. Ryan is located in MKN's Irvine Office and is an active member • American Public Works (I of the local water industry. Mr.Gallagher offers a distinct perspective and valuable Association my Ch , I industry insights,drawing from his experience as Board Chair at the Orange County Ventura County Chapter E I (President 2014) I Sanitation District. • American Society of Civil • Company Principal.As a company Principal,Ryan can execute contracts,allocate Engineers(ASCE),Santa resources,and prioritize District projects. Barbara-Ventura Branch (Younger Member Forum • On-Call Experience.South Coast Water District,Water Replenishment District, President 2012) Thousand Oaks, Las Virgenes MWD,Channel Islands Beach CSD,and City of Oxnard. • Association of Water Agencies of Ventura 16th Street Pump Station Constructability Review I City of Newport,Newport Beach,CA County(AWAVC)(Board Project Manager. Managed the constructability review of 90%design drawings for a pump of Directors 2010-2016, President 2013) station rehabilitation project.The evaluation included project drawings and specifications. • Orange County Sanitation The review identified over 100 comments with classifications for low, medium and high. District(OC San)(Board l I Comments included fatal flaws,schedule and cost risks,and opportunities for cost of Directors 2021- reduction. Present,Vice Chair 2022- 2024,Board Chairman Via California Pipeline Replacement I South Coast Water District,Dana Point,CA 2024-2025) !i Project Manager.The project involved the replacement of 500 feet of pipe following failure • Orange County Water Association(oCWA) of the pipeline.The 10-inch pipeline is located within a 16-inch casing in a freeway overpass. (President 2020 and The replacement design included evaluation of various materials,including fusible PVC and 2021) Certa-Lok PVC.The final design included a cured-in-place liner for the casing and new Certa- • Tustin City Council Lok PVC to replace the failed carrier pipe.The design was expedited to ensure the pipe (2020-2028,Mayor Pro Tem 2024) could be returned to service quickly. YEARS OF EXPERIENCE Reservoir 2B Final Design j South Coast Water District,Laguna Beach,CA • 5 with MKN Project Manager.The project involved the preliminary and final design for two new 100,000 • 19 Total gallon steel tanks located within a hillside in the City of Laguna Beach.The effort included environmental permitting,public outreach,access road improvements,site grading, E1 retaining walls and demolition of one existing steel tank.The estimated project cost is II approximately$3M. rnIi CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES -- Reservoir 2B and 3B Replacement I South Coast Water District,Laguna Beach,CA Project Manager.The project team provided a feasibility study to evaluate the replacement of two existing 100,000-gallon steel tanks(two sites).The scope of work included hydraulic modeling,siting evaluation,geotechnical and environmental review, constraints analysis,tank sizing,cost estimating and conceptual planning.Alternatives included consideration of new steel tanks, pre-stressed concrete tanks, new and/or expanded pump stations and pipeline improvements required to meet fire flow demands. Anaheim Valve Vault I Orange County Water District,Anaheim,CA Project Manager.This project team designed the new valve vault for multiple buried valves(48-inch to 72-inch),which added gates to Atwood Channel discharge structure and made minor modification to the OC-28. Identified an opportunity to reduce costs by$300k during the PDR stage.Total project cost is estimated at$1 M. 16th Street Pump Station Constructabitity Review I City of Newport, Newport Beach,CA Project Manager. Managed the constructability review of 90%design drawings for a pump station rehabilitation project.The evaluation included project drawings and specifications.The review identified over 100 comments with classifications for low, medium and high.Comments included fatal flaws,schedule and cost risks,and opportunities for cost reduction. Barrett Pump Station Replacement I East Orange County Water District, Orange,CA Project Manager.The project designed a pump station replacement. Efforts included preliminary and final design for the replacement of an existing pump station.The new pump station was sized at 1,500 gpm and consisted of a package pumping system,associated piping,controls and valving.The construction included a temporary pumping system to allow for continued operation during construction and replacement of an elevated transformer(SCE).The total construction cost for the project was $1.5M. Earl Schmidt Filtration Plant(ESFP)Two 5MG Tanks Improvements I Santa Clarita Valley Water Agency,Castaic,CA Principal-in-Charge.The project involved planning and preliminary design services for two, 1970s era 5MG welded steel tanks at the Agency's Earl Schmidt Filtration Plant.The Scope of Services included development of a technical memorandum which included evaluation of rehabilitation alternatives, including retrofitting the tanks with self-supporting aluminum dome roofs, opinions of probable construction costs,and 30%design drawings.The tank improvements will consist of roof and rafter structural retrofits and upgrades,recoating,safety enhancements,and seismic upgrades. Granular Activated Carbon (GAC)Wellhead Treatment I Water Replenishment District of Southern California,Lynwood,CA Project Manager.The project provided preliminary and final design of two 20,000-pound skid-mounted GAC contact vessels, backwash system,piping modifications,new sewer lateral,and other on-site improvements.Treated tetrachloroethylene/ trichloroethylene(PCE/TCE)for an existing 700 gpm well in the City of Lynwood.The construction cost was approximately $900k. Groundwater Treatment Evaluations- Lynwood Well and Maywood Well I Water Replenishment District of Southern California, Lakewood,CA Project Manager.The project team provided feasibility evaluations for groundwater treatment at three separate well sites, covering two service areas-the cities of Lynwood and Maywood-and various contaminants,including iron,manganese, tetrachloroethylene(PCE),and trichloroethylene(TCE).The evaluations included reviewing well data,providing a comparative analysis of well treatment options,conducting a life-cycle cost analysis of options,and providing recommendations for well treatment.The final report included a detailed cost estimate,schedule,and conceptual site plan.Treatments evaluated included the following:Greensand Plus, Layne-Ox,DMI65 water filtration technology,reverse osmosis for iron and manganese,granular activated carbon,air-stripping,and ultraviolet oxidation for PCE. m k CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES gum SAFA KAMANGAR, PE, PMP, CCM, QSD/P CONTRACT MANAGER EDUCATION Safa Kamangar is a highly experienced professional with 28 years of expertise in • MS,Civil Engineering, 1, water,wastewater,and water reuse.As a design engineer,Safa has provided hydraulic University of Tehran,Iran i calculations,mechanical design,detailed design drawings,and development of • BS,Civil Engineering, Azad University,Tehran, specifications. He has a strong background in planning,design,and construction Iran management,gained from working in both the private and public sectors. His expertise !; LICENSES& encompasses design,construction,and commissioning of water/wastewater infrastructure REGISTRATIONS including more than 50 pumping facilities, 15 wells,and more than 150 miles of pipeline • Professional Civil ranging from 4 inches to 72 inches in diameter. Engineer,CA No.70118 • Project Management Saybrook Lift Station Replacement I City of Huntington Beach,CA Professional(PMP),No. Project Manager. Provided design services for the Saybrook Lane Sewer Lift Station at 1863656 the intersection of Saybrook Lane and Heil Avenue.As part of the lift station replacement, • Certified Construction (! included installing a new 30-ft deep wet-well structure,slide rail system submersible Manager,No.6341 • Qualified SWPPP pumps,piping and force main,a valving facility and vault,electrical service and Developer/Practitioner instrumentation,and a new gas-powered generator.Additionally, project included the (QSD/QSP),CA No.23059 1 design of relocating about 2,000 feet of existing utilities that conflicted with construction and • OSHA 30-Hour reconfiguring traffic lanes and a median in the intersection to allow for the new lift station. Construction Outreach Training Edgewater Sewer Lift Station I City of Huntington Beach,CA • OSHA 40-Hour Construction Manager.This$4M project constructed a new wet well type sewer lift station, HAZWOPER Certification force main,piping,electrical and controls.Construction included a 30-foot-deep wet well • OSHA Confined Space structure less than two miles from the coastline,which required an extensive dewatering Training and monitoring program. PROFESSIONAL ASSOCIATIONS °1ttonauin Cower Lift Station I City of Huntington Beach,CA • American Public Works Project Manager.The project team maintained the operation of the existing Algonquin Lift Association(APWA) ) I I Station while constructing a new station adjacent to it.The construction involved a 35-foot- • American Society of Civil I deep concrete structure,valving and metering vaults,new sewer mains,force mains,and Engineers(ASCE) • American Water Works manholes.Additionally,a new power and control system was installed,along with a startup Association(AwwA) I protocol and checklist. • Iranian American Sewer Lift Station No.24 I City of Huntington Beach,CA Society of Engineers and Architects(iaSEA) Project Manager.The project involved maintaining the operation of the existing sewer lift • Orange County Water 11 station while constructing a new station adjacent to it.The work included building a 35-foot- Association(OCWA) 11 deep concrete structure,constructing valving and metering vaults,and installing new sewer YEARS OF EXPERIENCE mains,force mains,manholes.Additionally,the project encompassed the installation of a • 1 with MKN (E new power and control system and the provision of a startup protocol and checklist. • 28 Total CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES _■ Downtown Watermain Replacement Project I City of Huntington Beach,CA Project Engineer.The scope of work included preparing final contract drawings,technical specifications and engineering cost estimate for replacing old water lines in alleys in downtown area in various locations and street rehabilitations. Colinas Bridge Water Line Relocation I Moulton Niguel Water District,Laguna Niguel,CA Project Manager.The project consisted of preliminary and final design of water line relocations at the Paseo de Colinas Bridge in the City of Laguna Niguel.Work consisted of investigating and preparing plans,specifications,and cost estimate(PS&E)for relocating the District's existing 20-inch gravity outfall and existing 12-inch water line including relocation of existing electrical conduits,control panel,and existing vault sump pump discharge lines into the existing sewer system.The two water lines were in conflict with the seismic retrofit of the Paseo de Colinas Bridge. La Paz/Moulton PW System Configuration I Moulton Niguel Water District, La Crescenta,CA Project Manager.This project consisted of the preliminary and final design of the construction of approximately 1,500 feet of 12-inch potable water main along Moulton Parkway and La Paz Road and their connections to the existing system as well as abandonment of the existing pressure reducing station and water lines.The improvements will combine the water and fire systems and provide points of connection at the driveway right-of-way at the end of the commercial property for future connections to the District's 450-zone water system. Santa Ana Civic Center Pump Stations Upgrades,Santa Ana I City of Santa Ana,CA Project Manager. Responsible for project oversight. Performed preliminary studies and final design services to identify options, recommend upgrades,and provide final construction plans for two stormwater lift stations at the Santa Ana Civic Center.After flooding during the 2016 El Nino season,the mechanical and electrical equipment in both lift stations were deemed to have reached the end of their lifespans. Project included designing upgrades for both stations that included the replacement of pumps,sump pumps,motors,piping and valves,structural and electrical improvements,site and drainage enhancements,and upgrades to SCADA and electrical instrumentation. Bonita Canyon Zone D to B Pressure Reducing Station Supply Pipeline Replacement I Irvine Ranch Water District Project Manager. Responsible for project oversight. Project included the design of a 12"CML&C pipe replacement across Bonita Canyon Road,connecting the recycled water Zone D of IRWD's system to its Zone B system via an existing PRV Station. On-Call Engineering and Construction Management I Santa Clarita Valley Water Agency, Santa Clarita,CA Project Manager/Technical Advisor.The project consisted of engineering services to SCV Water(including through Castaic Lake Water Agency).Safa has been involved in the following task orders: Magic Mountain Pump Station Preliminary Design; Magic Mountain Pipeline Design Phase 6- Final Design; Rio Vista Valve#2 Vault Modifications-72-inch Valve Replacement; and Earl Schmidt Filtration Plant CT Credit Improvement Project.(Completed with a prior firm) Project Management Support Services I Western Municipal Water District(WMWD), Riverside,CA Project Manager.This project provided project management services to WMWD for their CIP program for three new projects under an on-call contract. Lincoln Avenue 12-Inch Water Line Replacement I City of Anaheim,CA Project Manager.The project installed approximately 3,000 linear feet of new 12-inch-diameter DIP water main in Lincoln Avenue between La Plaza and State College Boulevard to improve the fire flow in the portion of the City's 335 Pressure Zone. Silverado Canyon Road Pipeline I Irvine Ranch Water District, Irvine,CA Project Manager.The project involved the design of pipeline based on data gathering and information collection performed. Work included performing field reconnaissance,field survey topographic maps,pothole information and geotechnical engineering recommendations.Design included plan and profile,pipeline connection details,road trench section replacement, traffic control plans, and all details necessary for construction of improvements for existing 8-inch domestic water line. Mk3CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES �r. DENNIS PHINNEY, PE QA/QC OFFICER EDUCATION Dennis Phinney's 46 years consulting experience in water and wastewater engineering • MS,Civil Engineering, ; includes design of over 100 pumping facilities,two of which were awarded Southern Rensselaer Polytechnic Institute,Troy,NY California APWA"Projects of the Year." He has also designed pipelines,wells,chemical feed • MBA,Business facilities,reservoirs,and water and wastewater treatment facilities in service throughout Administration, California and Arizona. Pepperdine University, Malibu,CA He has prepared water and wastewater master plans for service areas aggregating over • BS,Civil Engineering, I 1 million residents, has authored standard specifications adopted by water agencies Rensselaer Polytechnic throughout California,and was responsible for preparing the sections added to the Institute,Troy,NY "Greenbook"Standard Specifications for Public Works Construction in 2015 to address water LICENSES& and wastewater pipelines and appurtenances. REGISTRATIONS • Professional Civil 11 Western Pump Station Upgrades I City of Glendale,CA Engineer,CA No.30778 Project Engineer.This project involved upgrades of Citywater pumping facility 9� P9 major P P 9 • Professional Mechanical including power conversion from medium to low(460VAC)voltage,replacement of two Engineer,CA No.21533 ,1 • Professional Civil horizontal pumps, upgrading of ClaValves,site work and reconfiguration of piping in l Engineer,AZ No. 15704 i residential street to increase system flexibility. PROFESSIONAL ;I Bake Parkway Recycled Water Pipeline I Irvine Ranch Water District,Irvine,CA ASSOCIATIONS Project Engineer. Prepared preliminary design report and plans and specifications for • American Water Works Association(AWWA) , approximately 3,400 linear feet of 12-inch diameter PVC pipe,730 linear feet of 10-inch (Life Member) € steel pipe in Caltrans bridge,5,000 linear feet of 24-inch steel pipe,connections,pressure YEARS OF EXPERIENCE reducing station,and permitting with Caltrans and two cities. • 1 with MKN Planning Area 6,Zone 4&Zone C Reservoirs,Zone 4/6 BPS&Zone C/D BPS I Irvine it • 46 Total Ranch Water District,Irvine,CA Project Engineer. Prepared preliminary design report,plans,and specifications for 3.5 MG domestic water and 2.2 MG recycled water partially buried pre-stressed concrete tanks, domestic water and recycled water pump stations with(4) 125-hp and (1) 50-hp VFD pumps each,reservoir management system,grading and site improvements,access road, 1,000 LF of 20-inch domestic water pipeline, 1,000 LF of 24-inch recycled water pipeline, 1,000 LF of 24-inch storm drain,site piping,drains,and vaults. l Pier Point Landing Sewage Lift Station I Port of Los Angeles,Los Angeles,CA Project Engineer. Prepared plans and specifications for submersible sewage lift station next to Long Beach Aquarium serving a dockside commercial complex. Design included fixture junit counts of nearby building to estimate design wastewater flow using Hunter curves and plans for retrofit of a duplex pump station with new 5-hp 150-gpm pumps,an overflow storage basin,a flagpole vent,and a solenoid to shut off water to neighboring bathrooms if 11 needed to prevent a sewage overflow. M k CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES -M. Mangular Blending Facility I City of Corona,CA Project Manager. Managed this combined water treatment and pumping facility allowing City to use existing 2.0 MG 905-Zone Mangular Park buried water tank as a second groundwater blending facility supplementing Corona's Garretson Blending Facility.The Mangular facility blends 1,000-3,800 gpm of inexpensive nitrate-containing water from the Temescal Groundwater Basin with surface water from other sources to provide citizens with a greater volume of EPA-compliant potable water.The blended water is then disinfected with chlorine and ammonia before the introduction to the water system.The project includes the 1 MW of standby power and two 150-hp pumps to deliver 2,500 gpm to the 1060-Zone plus three 150-hp 1250-gpm pumps to the 1220-Zone.APWA Southern California BEST Project of 2023 Drainage,Water Wastewater Category. Walnut Pump Station I City of Santa Ana,CA Project Engineer. Prepared a design report, plans,and specifications for new masonry buildings at Walnut Pump Station including a new 3,500-square-foot pump building to house existing pumps delivering well water from 7MG buried reservoir to Santa Ana distribution system using 5 existing vertical turbine pumps. New structure replaces obsolete building built in 1956. Main building included new pump room,workshop,electrical building,office space and bath and shower facilities.The design also included a separate 200 square-foot industrial storage building for sodium hypochlorite and POL fuel,plus a carport structure to shade a generator,a perimeter fence wall,and tennis practice courts and backwalls in the adjacent park to mask the perimeter fencing. Project earned Envision bronze rating from Institute for Sustainable Infrastructure.APWA Southern California BEST Project of 2020 Drainage,Water Wastewater Category. Keith Tank I City of Corona,CA Project Manager.The project consisted of a 2.5-million-gallon partially buried prestressed concrete water tank for gravity water redistribution back to City's 1220 Zone. Provided operational,emergency,and fire storage for Arantine Hills Development in southeastern Corona.Work incorporated interior Tideflex mixing system and included upsizing of local distribution pipelines to eliminate system bottlenecks to maximize emergency deliveries for fire protection. Well No. 14A I City of Corona,CA Project Manager.The project involved restoring Corona's abandoned Well No. 14A through chemical treatment and installation of new liner and screen to produce 550 gpm of groundwater.Work included equipping well with new 75-hp pump and motor and appurtenant piping to deliver groundwater to central groundwater treatment location at Mangular Park. Ross Booster Station I City of Pasadena,CA Project Manager.Oversaw the design of 1,400 gpm booster station including three 60-hp inline vertical pumps within a tight existing building.Work included site redesign and mechanical,HVAC,electrical and structural redesign of building to improve pumping capacity and facilitate operation. La Palma Reservoir and Pump Station I City of Anaheim,CA Project Engineer.This project involved the preparation of feasibility study, preliminary design report,plans and specifications for reconstruction of a 4MG Hypalon-lined and aluminum roof La Palma Reservoir, new La Palma Pump Station including two 250-hp and two 125-hp pumps,standby power,remodeled restroom and chemical analyzer building,slip-lining of existing 12- inch cast iron pipe with new 10-inch HDPE pipe,inspection of and extensive pervious pavement and WQMP stormwater capture facilities onsite. Linda Vista Reservoir and Pump Station I City of Anaheim,CA Project Engineer. Prepared preliminary design report,plans,and specifications for construction of 4.0 MG precast concrete reservoir,drainage facilities connecting to storm drains beneath Orange County Water District recharge basins(Anaheim Lake), improvements to on-site chlorination facilities, retrofit of structures to bring up to current seismic codes and relocation of an existing 11-pump pump station to pump from new reservoir to Zones 400 and 555.Plans included extensive grading and drainage plans including onsite retention to offset paving of unpaved area,trapezoidal vegetated swales to comply with SWPPP water quality management objectives and design of piping in groundwater recharge basin to withstand 275k scraper wheel loads. mk;� CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES ._ d d j H 3itt �£ KARL FRANCIS, PE, PLS ti QA/QC OFFICER EDUCATION Karl Francis has over four decades of experience in civil engineering,project management, • MS,Civil Engineering, 11 and regulatory compliance.Throughout his career, Karl has demonstrated exceptional California State University,Fullerton,CA t leadership and technical expertise,managing and overseeing numerous large-scale • MBA,The University of infrastructure projects. His roles have included Deputy Director of Engineering at Western Kansas,Lawrence,KS Municipal Water District, Principal Civil Engineer at South Coast Water District,and various • BS,Civil Engineering, !I senior engineering positions at the City of Anaheim and San Bernardino County. Karl has The University of Kansas, 1 I successfully managed capital improvement programs,development services,and regulatory Lawrence,KS ! compliance,ensuring projects meet high standards of quality and efficiency. Karl has a LICENSES& I I proven track record of securing competitive grant funds,collaborating with local,state,and REGISTRATIONS • Professional Civil federal agencies,and continuously improving processes and procedures. I; Engineer,CA No.45699 1269 Force Main Project Design 1 Western Municipal Water District,Riverside,CA. • Professional Land Deputy Director of Engineering.Provided oversight and supervision for the design phase of Surveyor,CA No.7239 I the project,with funding secured for construction estimated at$7M. PROFESSIONAL ASSOCIATIONS Arlington Desalter Wells Rehabilitation Program I Western Municipal Water District, • American Water Works Riverside,CA. Association(AWWA) Deputy Director of Engineering. Supervised the annual wells rehabilitation program ($420K YEARS OF EXPERIENCE over a 5-year period). • <1 with MKN • 41 Total Sterling Reservoir and Pump Station Project I Western Municipal Water District, Riverside,CA. Deputy Director of Engineering.Acted as the principal in charge for this$18M project. Cajatco Intake Switchgear and Motor Control Center Project I Western Municipal Water District,Riverside,CA. Deputy Director of Engineering. Provided oversight and supervision for the design and t construction phases for this$1 OM project. Cannon Street Interconnection with Riverside Public Utilities Design !Western Municipal Water District,Riverside,CA. Deputy Director of Engineering.Supervised the design phase of the interconnection$2M project. Magnolia Avenue Interconnection with Riverside Public Utilities I Western Municipal Water District,Riverside,CA. Deputy Director of Engineering. Oversaw the planning,design,and construction of the P YP 9 9 interconnection$7M project. ITiI' i CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES -- Pipeline Replacement Program I Western Municipal Water District,Riverside,CA. Deputy Director of Engineering. Managed the programming,planning,funding,design,and construction of the pipeline replacement program, budgeted at$5M per year for the first five years,extended another two years. Tunnel Rehabilitation and Sewer Pipeline Replacement Project I South Coast Water District, Laguna Beach,CA. Project Manager. Performed detailed design reviews,provided comments,and implemented value engineering, risk analysis, and funding for the 2-mile long tunnel rehabilitation and sewer pipeline replacement project. rukCITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES ._ 1t KEVIN SALEH, PE TASK ORDER MANAGER EDUCATION i 1 Kevin Saleh has more than 30 years of experience as a civil engineer. He has led and • BS,Civil Engineering, i participated in planning,design,construction management,and construction support for University of Tabriz,Iran • Computer Programming/ numerous public works projects,particularly in water and wastewater. His expertise spans System Analysis,Seneca I i the design and management of water distribution and treatment facilities,pumping stations, Polytechnic,Toronto, 1 treatment plant processes,reservoirs,pressure-reducing/surge facilities,wastewater Canada ,I conveyance systems,pumping stations,and treatment plant projects. • Project Management i` (PM)Certificate,Cornell i I 8-inch and 6-inch Water Main Replacement in Westford Street,Ardmore Street,and Calle University,Ithaca,NY l E del Norte Street I Orange County,CA LICENSES& Project Manager. Responsible for design and preparation of construction bid documents for REGISTRATIONS 1j abandonment and replacement of existing,aging 4-inch and 8-inch DIP with new 6-inch and • Professional Civil ;' 8-inch PVC C-900,including water services and located in Westford,Ardmore,and Calle del Engineer,CA No.90535 i • Professional Civil Norte streets. Engineer,MD No.36759 Culver Boulevard Area Main Replacement I Los Angeles County,CA PROFESSIONAL Senior Project Engineer.Responsible for the design of replacement of existing,aging 4-inch ASSOCIATIONS 1 and 6-inch cast iron water main with 8-inch DIP or PVC in Culver Boulevard from Sepulveda • American Membrane I i Boulevard to Overland Avenue and in Wagner Street from Sepulveda Boulevard to Coombs Technology Association 1 (AMTA) f Avenue(approximately 7,000 feet).The project also includes the relocation of 1-inch and • Water Environment 1 j 2-inch services and meters and the abandonment of the existing water mains in the alley Federation(WEF) east of Culver Boulevard and Wagner Street. YEARS OF EXPERIENCE ? Eastern Wells and Pipeline I Orange County,CA • 1 with MKN 'i Project Engineer.Mr.Saleh was responsible for the pipeline design,construction inspection, • 31 Total I I and support of the project,which included two raw water wells and 9,000 feet of 16-inch i AWWA C905 collection pipeline between the wells and the City's Groundwater Recovery I Plant.This project also included the construction of the pipeline in the bike path under the i1-5 Bridge crossing over San Juan Creek.Caltrans permit engineer required that the 16- inch carrier pipe be constructed inside a 24-inch steel casing pipe.He was responsible for i the engineering,design,and construction support of two replacement groundwater wells. E The wells were both drilled in a shallow aquifer(15 to 100-ft BGS)using an adapted auger method to reduce the need for drilling fluids and increase production.Both wells utilize 75-HP electric motors to produce up to 700gpm of raw groundwater.The well facilities each i� li include 22ft x 18ft slump stone well houses,Variable Frequency Drives,8-inch Ductile Iron i! discharge lines,4-inch PVC pump-to-waste lines,and concrete pump-to-waste cisterns. I; � mk 3 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES ._ Citywide Sanitary Sewer Improvement Program(CSSIP)Group 6,Model 6 I City of Anaheim,CA Technical Manager. Responsible for quality checks and technical reviews of plans.The City of Anaheim identified sewer capacity deficiencies in the Model 6 area of their collection system.The City retained the professional engineering services to confirm, analyze,and develop a recommended solution to mitigate the sewer system deficiencies. Project No.2 within Group 6 of the Citywide Sanitary Sewer Improvement Program/Projects(CSSIPP)focused on improving the sewer collection system on Crescent Avenue, Loara Street,and North Street.The existing sewer collection system consisted of approximately 4,300 linear feet of 8-inch, 10-inch,and 12-inch gravity sewer pipelines. Signal Hilt Pipeline and Pump Station I Signal Hilt,CA Assistant Project Manager responsible for overseeing the design and preparation of project specifications.The project included preparing plans,specifications,and construction cost estimates for recycled water improvements to View Park. Proposed by the City of Signal Hill,these improvements consist of approximately 6,300 feet of 6-inch pipeline and a new pump station to deliver 40 acre-feet annually to the park. Provided design services in two phases.The first phase of design,already completed,requires an irrigation supply of 17 gallons per minute and a pressure of 60 psi at the intersection of Cherry Avenue and Burnett Street.The project also required performing a feasibility study and a pipe alignment study to determine the best location for the proposed pump station. Orange/Western Regional Trunk Sewer Rehabilitation I Orange County Sanitation District,Anaheim,Long Beach,Seat Beach, Cypress,Buena Park,and Los Alamitos,CA QA/QC Engineer. Responsible for reviewing the plans and specs for quality assurance prior to submittal to the client.The design included providing engineering design services for the rehabilitation of four sewer reaches and one pump station in Anaheim, Long Beach,Seal Beach,Cypress, Buena Park,and Los Alamitos;a total of 84,000 linear feet of sewer line,a utility survey and research;surveying and mapping;a pipeline rehabilitation analysis;preparation of cost estimates and calculations; modeling in Civil 3D;and preparation of technical memoranda and reports,contract drawings and details,and contract specifications. Saybrook Lift Station Replacement I City of Huntington Beach,CA Senior Engineer. Responsible for overseeing the design and preparation of project specifications and construction cost estimate for the replacement of the Saybrook Lift Station.As part of the lift station replacement,project elements included installing a new wet-well structure,submersible pumps,a lift system,piping and force main,a valving facility and vault,electrical service and instrumentation,and a new gas-powered generator and relocating about 2,000 LF of utilities that conflicted with construction, in addition to reconfiguring traffic lanes and a median in the intersection to allow for the new lift station. Paseo De Valencia Lift Station Rehabilitation Project I City of Laguna Hills,CA Project Manager. Responsible for preparation of plans,specifications,estimates,and construction support to rehabilitate and upgrade the existing lift station by replacing the existing pumps, mechanical,electrical,and control equipment and for a portable generator plug-in connection and associated equipment. Lift Station No. 1 Improvements I Orange County,CA Senior Project Engineer. Responsible for the design of a new lift station located at the Blue Lagoon Development,which has been the main source of resident noise complaints.The project includes the removal and replacement of all hatches, installation of a new"quiet"fan,installation of a new davit arm,and interlocking pavers. In addition,the new"quiet"fan must be in compliance with the City noise ordinance,the hatched must be spring-loaded and traffic-rated,and the interlocking paver must allow for a growing natural landscape around the station. SERVICES II( '1 CITY OF HUNTINGTON BEACH ON CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING r; 1a PARASTO AZAM I, PE ink TASK ORDER MANAGER EDUCATION Parasto Azami brings over 10 years of experience in water and wastewater engineering • MS,CivilUniversity EngineeringofCaliforni,a, t design,with a strong focus on pipeline design. Her expertise includes water conveyance Irvine,CA i systems,gravity sewers,force mains,pump stations,and the rehabilitation and condition • BS,Mechanical assessment of infrastructure.She has successfully led numerous complex,large- Engineering,University 1 scale pipeline projects,delivering reliable and sustainable solutions. Parasto's deep of Tabriz,Iran understanding of engineering challenges and commitment to excellence ensures optimal LICENSES& •! outcomes for her clients and stakeholders. REGISTRATIONS • Professional Civil i! Marriott Pipeline South Coast Water District,Dana Point,CA Engineer,CA No.91468 Project Manager and Design Lead.The project involved the design of new 12-inch water • Project Management main via open trench and trenchless installation in the vicinity of the Laguna Cliffs Marriott Certification,UCI DCE in the City of Dana Point. PROFESSIONAL ASSOCIATIONS Park Plaza Recycled Waterline Replacement I Irvine Ranch Water District, Irvine,CA • American Society of Civil Design Lead and Project Manager.The project replaced an existing 6-inch and 8-inch Engineers(ASCE) diameter asbestos cement recycled water pipe in Park Plaza.Tasks included identifying • Association of Women optimum alignment,coordinating with Irvine Company for work hours and traffic control, in Water,Energy& ! preparing plans,specifications,cost estimates and construction schedules. Environment(AWWEE) • University of California Circular Panorama Pipeline Replacement I East Orange County Water District,Orange,CA Irvine(UCICivil (€ Project Manager.The project involved preliminary and final design of 4,000 feet of new and Environmental i Engineering(CEE) I I 12-inch waterlines and three pressure reducing facilities. Major tasks included alternative Affiliates(Program analysis,utilities research,coordination with County for Traffic and pavement replacement Committee Chair) requirements. • Women in Water,Orange County Chapter P i Coastal Recycled Water Expansion Program Phase 4 Project I South Coast Water District, YEARS OF EXPERIENCE ! Dana Point,CA • 4 with MKN ( Project Manager.The project involved design of 5,500 LF of new 8-inch PVC recycled water 11 • 11 Total pipe as well as a new pressure reducing station along Ritz Carlton Dr,Selva Road and Pacific Coast HWY in the City of Dana Point. Key responsibilities include coordinating with the City of Dana Point and Caltrans for traffic control and work hours and conducting an { alternatives analysis to determine the pipeline alignment with minimal impact on community access. (Ongoing) Capital Improvement Water,Sewer,and Reclaimed Water Lines-Portola Parkway I Irvine ,1 Ranch Water District, Irvine,CA j Project Engineer.The project involved the design over 2 miles 30-inch domestic transmission water line, 10-inch sewer line, 16-inch recycled water lines and over 200 feet of trenchless/tunneling pipe for new developments along Portola Parkway. it mk�� CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES County,CA Water District,Ventura Rec Recycled Water Conveyance Pipeline I Pleasant Valle County Y Y PY Design Lead. Project consisted of the preliminary and final design of 8,000 feet of 18-inch pipeline in Ventura County.The effort included HDD installation underneath of red-line channel,environmental permitting,and coordinating with jurisdiction agencies. Orange Knoll PRV and Brae Glen Pipeline I East Orange County Water District(EOCWD),North Tustin,CA Project Manager and Design Lead. Project consisted of the design of new pressure reducing facility and new water line to abandon existing pipe in easement,and included site visits,preliminary and final design,specifications,stakeholder coordination and community outreach. Serrano Creek Raw Waterline Replacement i Irvine Ranch Water District, Irvine,CA Design Lead.The project replaced an existing 8-inch diameter asbestos cement raw water pipe in the vicinity of Serrano Creek Trail in City of Lake Forest with over 100 feet of trenchless/tunneling pipe under the community wall.Task included identifying optimum alignment,coordinating with utility and jurisdiction agencies,preparing plans,specifications,cost estimates and construction schedules. Regional Desalter Conveyance Design I Water Replenishment District of Southern California,Torrance,CA Project Engineer.The project provided an expedited alternatives analysis and design of 2,500 LF pipelines for WRD's future Regional Brackish Water Reclamation Facility.The project included the evaluation of six alternative alignments, including both trenchless and open cut approaches,and final design.The project includes the preliminary and final design of a 14-inch HDPE brine line,two 24-inch HDPE product water lines,and a 34-inch HDPE source water line. Barrett Pump Station Replacement E East Orange County Water District,Orange,CA Deputy Project Manager/Project Engineer.The project included the preliminary and final design for the replacement of an existing pump station.The new pump station consisted of a 1,500 gpm package pumping system,associated piping,controls and valves.The construction included a temporary pumping system to allow for continued operation during construction and replacement of an elevated electrical transformer(SCE). Rehabilitation of Western Regional Sewer I Orange County Sanitation District,Fountain Valley,CA Design Engineer.The project involved the rehabilitation (CIPP) and replacement of 16 miles of sewer pipes and over 200 manholes to extend sewer system's reliable life by 50 years.Tasks included preliminary and final design,technical reports, bypass plans,construction schedule,cost estimate and specifications.Work also included coordination and attending progress review meetings with client, utility agencies and sub-contractors. Lift Stations Condition Assessment I South Coast Water District,Laguna Beach,CA Project Engineer.The project involved condition assessment of 12 sewer lift stations.Work included updating district's survey form,condition ratings of all aspects of the lift stations,wet well capacity,and review of pump efficiencies.A list of potential projects with estimated costs were developed for use in planning future capital improvement projects. Reservoir 2B Final Design I South Coast Water District,Laguna Beach,CA Project Engineer.The project involved the design of two new 100K gallon steel reservoirs located within a hillside in Laguna Beach.The effort included environmental permitting, public outreach,access road improvements,site grading,retaining walls and demolition of one existing steel tank. Morena Pump Station and Conveyance System(Pure Water)I City of San Diego,CA Design Engineer.The project involved the design of over 11 miles of 48-inch Force main and 30-inch Brine line to convey sewer from Morena pump station to North City Pure Water Facility and producing 15 MGD of purified drinking water. Major tasks included hydraulic analysis,steel pipe calculations(AWWA M-11),construction plans and Specifications,and pressure reducing facility. rflIi CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES -• P :l v KATHLEEN LABRADOR, PE TASK ORDER MANAGER/PLANNING/ EDUCATION HYDRAULIC MODELING • BS,Civil Engineering, I; Kathleen Labrador has over 10 years of experience in the water/wastewater civil University of California, Irvine,CA engineering field. Her experience includes planning and design of potable water, sewer, I and recycled water facilities within California.Her planning experience includes conducting LICENSES& I hydraulic analyses for water, recycled water,and sewer projects where she uses hydraulic REGISTRATIONS i' y y y p y • Professional Civil modeling software to build models,run simulations and summarize the results in a report. Engineer,CA No.90355 Her design experience includes various pipeline,pump station,and reservoir design where • Professional Civil I I she has prepared plans,specifications,and cost-estimates,and provided construction Engineer,CO No.61003 i support. PROFESSIONAL ASSOCIATIONS On-Call Task Order No. 12 Recycled Water System Hydraulic Modeling I South Coast • Orange County Water I Water District,Dana Point,CA Association(OCWA) Project Engineer. Provided engineering services to complete a recycled water system YEARS OF EXPERIENCE j hydraulic model evaluation.This study evaluated three alternatives and provided • 1 with MKN I recommendations for the recycled water line improvements for the Coastal Recycled • 11 Total Water Expansion Project—Phase 4. MKN reviewed the existing hydraulic model,as- builts, Infrastructure Master Plan Update,and the 2023 Recycled Water Roadmap for ` the preparation for this study.The study used hydraulic modeling software, Innovyze's ii Infowater,to evaluate the three scenarios and determine which scenarios could provide adequate pressure to the proposed system. Results were reviewed against the District's infrastructure master plan and a technical memorandum was prepared to summarize the =i simulations,results,and recommendations. I Rose and Vine Sewer Improvements,Citywide Sanitary Sewer Program I City of Anaheim, CA Project Engineer.The Citywide Sanitary Sewer Program Sewer Improvements is located in the City of Anaheim.The project consists of preliminary design and preparation of plans, specifications,and estimates for the sewer replacement on Vine Street and Rose Street, II north of Lincoln Avenue in Anaheim,CA.The purpose is to mitigate existing deficiencies identified in the City's Master Plan of Sanitary Sewer.The project consists of upsizing 1,300 if of existing sewer pipe from 6-inch to 8/10-inch sewer pipe. Responsible for authoring I the preliminary design report that summarizes the design considerations of the project, existing and proposed sewer capacity calculations,alternative alignments and trenchless I alternatives,pipe material selection,construction methods,and designed preliminary plans. Responsibilities included preparing the construction plans,specifications,and cost-estimate and participated in the City's workshop to discuss design prior to finalization. kCITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES .- Master Plan Studies and Hydraulic Modeling Services I Mesa Water District and Newport Beach,CA Project Engineer. Provided Master Plan updates by running hydraulic analyses and authoring reports and fire flow analysis and updating the hydraulic model per Mesa Water District's system updates.Worked with Mesa Water District to provide hydraulic modeling services,including Master Plan updates for proposed developments within the Mesa Water District distribution system.Analyses included land areas up to 9 acres,developments with 250 attached units,and developments with 177 detached units.Other hydraulic modeling services for Mesa Water District include on-call fire flow analysis to determine system reliability,system operational adjustments,and continuous hydraulic model updates,per Mesa Water's direction. Hacienda Pump Station Project I City of La Habra,CA Project Engineer. Provided preliminary analyses,final design,and construction support services for the City of La Habra's new Hacienda Park Booster Pump Station.The new pumping facility will replace two existing pump stations that currently serve the Foothill Zone of the City's water system.The proposed facility will be constructed within the Hacienda Park on a new asphalt pavement with access roads and seven vertical turbine pumps covering a flow range of 25 to 3,500 gallons per minute. Construction of approximately one mite of 12-in transmission pipe,a stationary generator,and a surge tank are included as part of the project. Responsible for developing the site and grading plan,sizing and selecting pumps,and developing construction documents. Sterling Pump Station Construction Support I Western Municipal Water District,Riverside,CA Project Engineer. Provided support services for the Sterling Reservoir and Pumping Station.The project elements are comprised of a new 1.5 MG prestressed post tensioned 80-foot-diameter and 35-foot-high concrete reservoir;a high pressure pumping station with six 700-HP pumps,each sized for 2,200 gpm at 1,000 feet of head(approximately 450 psi discharge pressure),two of which are gas engine driven pumps;a chemical injection building and metering pumps to generate and inject mono-chloramines;a flow control facility consisting of a 16 inch Cla-Val combination valve;pump house building; 15,000 gallon surge tank;and site improvements and fencing.Responsible for providing construction engineering support services. Construction support duties include completing final bid construction plans and specifications prior to construction,designing modifications to alleviate issues during construction,assisting in hosting a workshop for Operations training,co-authored the Operations and Maintenance Manual,and providing oversight during the start-up and commissioning of the reservoir and pump station. On-Call Sewer Study Support 1 City of Victorville,CA Project Engineer. Provided on-call,as-needed sewer system studies for new proposed developments in the City of Victorville. Prepared and maintained the sanitary sewer system hydraulic model for the City and provided area sewer studies on an as- needed basis to identify required improvements based on the proposed developments. Projects included proposed industrial campuses to be developed on open space,and recommendations included building a sewer extension and re-routing existing sewer pipeline to lead to the City's industrial wastewater treatment plant.Simulations were conducted within the hydraulic model,and the results were reviewed against the City's sewer master plan criteria.A technical memorandum was prepared to summarize the simulations, results,and recommendations. State Water Interconnect Modeling 1 Calleguas Municipal Water District and City of Ventura, CA Project Engineer.Conducted a hydraulic analysis to review various scenarios and summarizing the results in a technical memorandum for the new seven-mile State Water Project Interconnection 30-inch pipeline between the City of Ventura and Calleguas Municipal Water District.The pipeline allows for additional water supplies for the City as it will be able to deliver the City's allocated State Water of 10,000 acre-feet per year.The project includes updating the City's water hydraulic model to be consistent with the State Water Project. Results are summarized in a technical memorandum. IT1I1CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. EXHIBIT "B" FEE PROPOSAL m � 2025 FEE SCHEDULE CATGQIII" 11S1�N�I !.', ., Ai. 41; Communications Administrative Assistant $113 and Strategic Communications Coordinator $121 Administrative Strategic Communications Specialist $147 CAD Technician I $137 Designers and Technicians CAD Design Technician II $158 Senior Designer $176 Assistant Planner I $140 Assistant Planner II $160 GIS Specialist $173 Planning Planner I $189 Planner II $205 Senior Planner $215 Engineering Technician $103 Assistant Engineer I $140 Assistant Engineer II $160 Project Engineer I $189 Engineers Project Engineer II $205 Senior Engineer I $221 Senior Engineer II $231 Senior Engineer III $247 Principal Engineer $257 Project Manager $231 Project Senior Project Manager $267 Management Project Director $289 Senior Project Director $308 Scheduler $179 ***Construction Inspector $200 Construction Assistant Resident Engineer $200 Management Services Resident Engineer $212 Construction Manager $231 Principal Construction Manager $272 The foregoing Billing Rate Schedule is effective through December 31,2025 and will be adjusted each year after at a rate of 2 to 5%. DIRECT PROJECT EXPENSES Outside Reproduction Cost+10% Subcontracted or Subconsultant Services Cost+10% Travel&Subsistence(other than mileage) Cost Auto Mileage Current IRS Rate ***40 hrs per week assumed;part-time rates can be provided upon request Rates also subject to prevailing wage mandatory increases during a calendar year rflIi CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES -- 5 SPEC Services,Inc. Page 1 of 2 10540 Talbert Ave.,Suite 100 East Fountain Valley,CA 92708 714.963.8077 Fax 714.963.0364 SERVICES www.specservices.com RATE SCHEDULE LABOR RATES: Design & Document Production Personnel Hourly Personnel Hourly Classification Billing Rate lassificati n Biliius Rate Design Drafter 1 $84.00 Designer 4 $171.00 Design Drafter 2 $98.00 Designer 5 $186.00 Designer 1 $116.00 Designer 6 $198.00 Designer 2 $133.00 Project Administrative Assistant $98.00 Designer 3 $153.00 Project Accountant $108.00 Engineering& Project Management Personnel Hourly Personnel Hourly Classification Billing Rate Classification Billing Rate Engineer 1 $136.00 Procurement Agent 1 $108.00 Engineer 2 $167.00 Procurement Agent 2 $141.00 Engineer 3 $194.00 Procurement Agent 3 $175.00 Engineer 4 $222.00 Project Coordinator $168.00 Engineer 5 $248.00 Project Controls Specialist 1 $136.00 Project Manager 1 $194.00 Project Controls Specialist 2 $167.00 Project Manager 2 $222.00 Project Controls Specialist 3 $194.00 Project Manager 3 $248.00 Project Controls Specialist 4 $218.00 Survey & Field Services Personnel Hourly Personnel Hourly Classification Billing Rate Classification Billing Rate Survey Technician $110.00 1-Person Survey Crew* $182.00 Party Chief $157.00 2-Person Survey Crew* $292.00 Survey Manager $218.00 3-Person Survey Crew* $402.00 *Includes survey equipment rate A 30% premium on labor rates will be charged on labor for client authorized overtime, emergency or priority work. This premium will not be charged without prior approval of the client. Rev. 23A System Planning,Engineering&Coordinating Fk 3 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES -- Page 2 of 2 EQUIPMENT RATES: Survey Equipment $ 25.00 per hour Laser Scanning Equipment $150.00 per hour Drone Equipment $300.00 per day In-House Aerial Imagery $500.00 Standard Access Fee Computer Assisted Design/Drafting System $ 10.00 per hour Caesar Piping Stress Analysis System $ 10.00 per hour PLC Programming Software $ 10.00 per hour SYNERGI Stoner Pipeline Hydraulic Simulation $ 30.00 per hour AspenTech Suite $ 30.00 per hour ETAP&SKM Electrical Analysis Software $ 10.00 per hour ArcGIS Mapping Software $ 20.00 per hour Pipeflo Hydraulic Simulation Software $ 30.00 per hour ArcFlash Label Software $ 10.00 per label Procore Software as quoted per project IN-HOUSE REPRODUCTION AND PLOTTING: Photo Copies B&W Plots Color Plots Size B&W Color Bond Bond High Gloss 8.5"xll" $ 0.08 $ 0.70 $ 0.30 $ 4.00 $ 8.00 11"x17" $ 0.08 $ 1.50 $ 0.60 $ 5.00 $ 10.00 24"x36" $ 3.50 $ 10.00 $ 20.00 36"x48" $ 6.50 $ 20.00 $ 35.00 OTHER EXPENSES: Automobile Expenses: Per Current IRS Rates All other direct project expenses, including but not limited to travel and living expenses,postage and freight,subcontract services and materials,will be charged at cost plus 10%. AGENCY PERSONNEL: Staffing agency personnel will be billed the same as direct employees in accordance with the Labor Rates contained herein. PAYMENT TERMS: Monthly invoices,net 30 days ANNUAL RATE ADJUSTMENTS: Labor Rates shall be adjusted on January 1st each year based upon the percentage change in the Employment Cost Index(ECI): Series Title:Total compensation for Private industry workers in West, 12-month percent change [Series:CIU2010000000240A-non seasonally adjusted]. Rev.23A SERVICES rukCITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES OM CAL VADA SURVEYING INC DVBE• MBE•SBE•CERTIFIED PROFESSIONAL LAND SURVEYING Prevailing Wage Rate Schedule (2025) Item Description Unit Unit Price Field Support Field Survey Crew& Equipment(Prevailing Wage)* Hour $385.00 Round Trip Travel Time &Costs Hour $165.00 Office Support Principal ITour $275.00 Director Surveying/Professional Land Surveyor Hour $235.00 Senior Project Manager Hour $195.00 Project Surveyor Hour $180.00 GPS Post Processing Hour $170.00 Survey Technician Hour $165.00 Drafting/AutoCAD Technician Hour $130.00 Accounting/ Clerical Hour $90.00 Reimbursable Costs In-House Reproductions Cost+ 15% • Printing and Materials Cost+ 15% Parking and Tolls Cost+15% Express Mail,Courier,Next Day Service Cost+15% Special Sub-Consultant Services (GPR,etc.) Cost+10% Miscellaneous Services Per Diem (when required) Day Per GSA Schedule Consultation in Connection with Litigation l Iour $465.00 Transportation (per 2025 IRS Mileage Rate) Mile $0.69 Overtime and Saturday Rates Hour 1.5 times Hourly Rate The hourly rate increases 3% per year to cover cost of living.Also,a 10% mark-up will be added to any sub-consultants utilized to cover project management and administration costs.Hourly rates good for 2025. *4 or 8 Hour Minimum Armando D.DuPont, Professional Land Surveyor 7780 CALVADA 411 Jenks Circle,Suite 205,Corona,CA 92878 DVBE•MBE•SBE•CERTIFIED SURVEYING, INC. www.calvada.com(www.infotecalvada.cons Ir 9s1.2so.9960(P)In51280.97a6(V) PROFESSIONAL LAND SURVEYING CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES _■ /ESCO Cost Table Professional Staffing Code Item $/Unit Unit P100 Principal Professional Engineer 220.00 Hour P101 Senior Geotechnical Engineer $ 205.00 Hour P102 Project Engineer/Manager $ 175.00 Hour P103 Geologist $ 185.00 Hour P104 Quality Control Manager $ 175.00 Hour P105 Senior Staff Engineer $ 170.00 Hour P116 Health and Safety Officer $ 205.00 Hour P115 LA City Deputy Methane Specialist $ 150.00 Hour P107 Laboratory Manager $ 140.00 Hour P108 Laboratory Technician $ 115.00 Hour P109 CADD Operator/Draftsperson $ 95.00 Hour P110 Data Processing,Technical Editing or Reproduction $ 95.00 Hour P111 Expert Witness Testimony $ 465.00 Hour P112 Certified Payroll,per hr. $ 170.00 Hour P113 Senior Staff Environmental Engineer $ 170.00 Hour P114 Senior Environmental Engineer $ 205.00 Hour Field Technician Code Item 5/Unit Unit T150 Special Inspector(Reinforced Concrete,and Masonry) $ 125.00 Hour T151 Special Inspector(Structural Steel,Drilled-In-Anchors $ 125.00 Hour T152 Special Inspector for Welding $ 125.00 Hour T153 DSA Class I Inspector $ 145.00 Hour T154 DSA Class II Inspector $ 135.00 Hour T155 Special Inspector for Fireproofing $ 125.00 Hour T156 Special Inspector Load Tests or Torque/Bolt) $ 125.00 Hour T157 Special Inspector Rebar Sample $ 125.00 Hour T158 Special Inspector Pachometer $ 125.00 Hour T159 Senior Asphalt Placement Technician $ 125.00 Hour T160 Asphalt Placement Technician $ 125.00 Hour T161 Asphalt/Concrete Plant Technician $ 125.00 Hour T162 ACl/Caltrans Technician $ 125.00 Hour T163 Senior Soils Technician $ 125.00 Hour T164 Senior Grading Inspector $ 130.00 Hour T165 Staff Grading Inspector $ 125.00 Hour T166 Soils Technician $ 125.00 Hour T167 Pile Driving Inspector $ 140.00 Hour T168 AWS Certified Welding Inspector $ 125.00 Hour T169 NACE Coating Inspector $ 150.00 Hour T170 Field Coring Technician $ 125.00 Hour T171 Nondestructive Examination Technician,VT,MT,LP $ 130.00 Hour T172 Structural Steel Fabrication Inspector(AWS) $ 130.00 Hour T177 Senior Environmental Technician $ 140.00 Hour T178 Environmental Technician $ 140.00 Hour T179 Building Inspector $ 145.00 Hour Fabrication Shop inspections Code item S Unit Unit mki CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES �_ VA co T173 Structural Steel Inspector(ICC/CBO) 125 Hour T174 Structural Steel Inspector(AWS) 125 Hour T175 Batch Plant Quality Control Technician/Inspector 125 Hour T176 Reinforced Concrete,Prestressed Inspector 125 Hour Field Inspector/Technician Hours No Work Performed(Work Cancelled)will be charged at 2 hour minimum All field services charge at 4 hour minimum and 8 hour thereafter Regular Work Hours First 8 hours,Monday through Friday,between 5:00 a.m.to 5:00 p.m. Direct Project expenses outside services will be charged at Cost+15%. Time and One-Half Any increment past first 8 hours through 12 hours,Monday through Friday First 12 hours on Saturday Shift between 3:00 a.m.and 5:00 a.m. Double Time Any hours past 12 hours Monday through Saturday,all day Sunday and Federal Holidays Field Analysis Code Item $__ Unit Unit G200 Soil Boring with Hollow Stem Auger Drilling Portal to Portal $ 415.00 Hour G200A Mobilization and Demobilization for Hollow Stem Auger $ 350.00 Hour G201 Backfill Boreholes with Bentonite $ 26.00 Foot G202 Backfill Boreholes with Grout $ 37.00 Foot G203 Drumming and Disposal of Clean Cuttings $ 410.00 Drum G204 Fire Water Buffalo $ 578.00 Day G205 Support Truck $ 158.00 Day G206 Water Truck $ 473.00 Day G207 Mobilization and Demobilization for Rock coring $ 1,208.00 Each G208 Rock Coring $ 478.00 Hour G209 Decontamination of Vehicle and Equipment(Up to 100 miles) $ 315.00 Each G210 Field Resistivity,up to 3 arrays,maximum distance of 40 ft. $ 1,890.00 Each G211 Environmental Soil Boring with Hollow Stem Auger Portal to Portal $ 446.00 Hour G212 Environmental Soil Boring with Direct Push Portal to Portal $ 399.00 Hour G213 Environmental Groundwater Sampling with Grundfos,Portal to Portal $ 289.00 Hour G214 Environmental Analysis of soil for waste classification Quote/Sample G215 Environmental Analysis of liquid for waste classification Quote/Sample G216 Ground Resistance Tester(Four Point Method),plus travel $ 1,700.00 Each G217 Potholing,two-man crew $ 600.00 Hour G218 Ground Penetrating Radar(GPR)for Locating Utilities $ 1,500.00 Day Mix Design Review Code Item $ Unit Unit D250 Review of Concrete Mix Design $ 168.00 Each D251 Review of Concrete Mix Design,per Trial Batch,6 cylinder,ACI $ 250.00 Each D252 Review of Grout Mix Design $ 168.00 Each D253 Review of Mortar Mix Design $ 168.00 Each D254 Review of Asphalt Mix Design $ 210.00 Each D255 Review of Asphalt Mix Design,Caltrans $ 150.00 Each Sample Pick-Up/Hold Code Item S/Unit Unit All hold samples are charged at the same rate as the testing rate U303 Technician for Specimen pick up,minimum 2 hours $ 120.00 Hour U304 Vehicle(Up to 100 miles) $ 75.00 Trip nil k CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES _, AESCO Field Equipment Charges Code Item $/Unit Unit E350 Brass Mold 21.00 Each E351 Concrete Air Meter $ 53.00 pay E352 Concrete Unit Weight(Scale,Bucket,Rod and Mallet) $ 32.00 Day E353 Field Vehicle Usage(Up to 100 miles) $ 74.00 Trip E354 Concrete/Asphalt Coring Equipment rental(min 4 hrs and 8 hrs after) $ 200.00 Hour E355 Fireproofing Adhesion/Cohesion $ 21.00 Test E356 Hand Auger Equipment $ 131.00 Day E357 Level D Personal Protective Equipment(PPE),per person $ 42.00 Day E358 Liquid Penetrating Consumables $ 32.00 Day E359 Magnetic Particle Equipment and Consumables $ 42.00 Day E360 Ultrasonic Equipment and Consumables $ 68.00 Day E361 Nuclear Density Gauge Usage $ 19.00 Hour E362 Compaction Test,per location $ 21.00 Test E363 Portable Concrete Laboratory-not including Technicians $ - Quote/Day E364 Pachometer(Rebar Locator) $ 58.00 Day E365 Environmental PID Usage $ 200.00 Day E366 Pull Test Equipment $ 74.00 Day E367 Sand Cone Test Kit(Scale,Burner,Sand Cone Apparatus) $ 179.00 Day E368 Schmidt Hammer $ 53.00 Day E369 Torque Wrench,Small $ 21.00 Day E370 Torque Wrench,Large $ 37.00 Day E371 Torque Multiplier(Skidmore) $ 95.00 Day E372 Miscellaneous Equipment Charge $ - Quote Each E373 Vapor Emission Kit $ 58.00 Each E374 Field Resistivity Meter $ 240.00 Day E375 Water Level Meter $ 80.00 Day E376 Environmental ph/Turbidity/Conductivity/Temp Meter $ 110.00 Day E377 Environmental FID Usage $ 110.00 Day E378 Environmental groundwater sampling pump $ 215.00 Day E379 XRF Lead Analyzer $ 131.00 Day E380 Relative Humidity $ 74.00 Day E381 GPR(Groud Penetrating Radar),for buried rebar in concrete $ 90.00 Hour E382 Load Cell for tension-Maximum 2,000 lb $ 55.00 Hour E383 Barologger Solinst A/E 61160 $ 180.00 Day E384 Drone Site Monitoring&Mapping $ 225.00 Day E385 Equipment for Double Ring Infiltrometer Testing per ASTM D3385 $ 750.00 Day E386 Equipment for Standard Test Method for Permeability of Synthetic Turf Sports Field Based Stone and Surface System by Non-confined Area Flood Test Method.ASTM F2898 $ 250.00 Day E387 Minor Traffic Control Equipment for residential/minor or secondary collector(signs and cones) $ 1,700.00 Day E388 Zefon High Volume Air Sampling Pump $ 150.00 Day E389 Zefon Rotameter $ 40.00 Day E390 PCM Air Cassettes $ 15.00 Each E391 TEM Air Cassettes $ 15.00 Each E392 Ghost Wipes for surface sampling,including lead and beryllium testing $ 5.00 Each E393 TEM Cassette,25mm,Microvac for collection of fibers and particulate $ 15.00 Each E394 Automatic Pull-off Adhesion Tester(ASTM C1583) $ 350.00 Day E395 50mm Dolly's for ASTM C1583 $ 65.00 Each Schedule of Fees for Laboratory Services Concrete Tests Code Item $/Unit Unit C400 6"x 12"Cylinder:Compression Strength(ASTM C39) 37.00 Test C401 6"x 6"x 18"Flexural Beams Not Exceeding Referenced Size(ASTM C78,C293,or CTM 523) $ 84.00 Test C402 Cylinders:Splitting Tensile Strength(ASTM C496) $ 84.00 Test C403 Core Compression including Trimming(ASTM C39) $ 53.00 Test Ii CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES ._ Pril11 AESCO C404 Concrete Core Compression excludes sampling(C42) $ 58.00 Test C404 Coring of Test Panels in Lab $ 26.00 Each C405 Diamond Sawing of Cores or Cylinders(ASTM C642) $ 26.00 Test C406 Density,Absorption,and Voids in Hardened Concrete(ASTM C642) $ 315.00 Test C407 Modulus of Elasticity Static Test(ASTM C469) $ 131.00 Test C408 Unit Weight Including Lightweight Concrete $ 68.00 Test C409 Lightweight Concrete Fill,Compression(C495) $ 27.00 Test C410 Drying Shrinkage Up to 28 Days:Three 3"x 3"or 4"x 4"Bars,Five Readings up to 28 Dry Days (ASTM C157) $ 394.00 Test C411 Additional Reading $ 47.00 Set of 3 Bars C412 Storage Over Ninety(90)Days $ 37.00 Set of 3 Bars/Month C413 Splitting Tensile Strength(C496) $ 55.00 Test C435 Coefficient of Thermal Expansion of Concrete(CRD 39,AASHTO T336) $ 840.00 Test C436 Compression Test(ASTM C495 and C472) $ 47.00 Test C437 Air Dry Density(ASTM C472) $ 37.00 Test C438 Oven Dry Density(ASTM C495) $ 63.00 Test C439 Sample Trimming in the lab,up 6"diameter $ 21.00 Test Concrete Block,ASTM C140 Code Item $/Unit Unit C412 Compression(3 Required Per ASTM C90) $ 63.00 Each C413 Absorption/Moisture Content/Oven Dry Density(3 Required per ASTM) $ 95.00 Each C414 Linear/Volumetric Shrinkage(ASTM C426) $ 105.00 Test C415 Web and Face Shell Measurements $ 47.00 Test C416 Tension Test $ 179.00 Test C417 Core Compression $ 58.00 Test C418 Conformance Package(CTM 90) $ 63.00 Test C419 Shear Test of Masonry Cores:2 Faces $ 95.00 Test C420 Efflorescence Test(3 Required),each $ 58.00 Test Laboratory Trial Batch:Cement,Concrete,Grout and Mortar Code Item $Unit Unit L450 All trial batch for cement,concrete,grout,mortar,etc Quote Each Brick Masonry Tests Code Item $/Unit Unit M500 Modulus of Rupture:Flexural(5 Required Per ASTM),each $ 58.00 Test M501 Compression Strength(3 Required Per ASTM),each $ 53.00 Test M502 Absorption:5 Hour or 24 Hour(5 Required),each $ 53.00 Test M503 Absorption:7 Day(CTM 67) $ 50.00 Test M504 Absorption(Boil):1,2,or 5 Hours(5 Required),each $ 84.00 Test M505 Initial Rate of Absorption(5 Required),each $ 42.00 Test M506 Moisture as Received(CTM 67) $ 25.00 Test M507 Saturation Coefficitent(CTM 67) $ 60.00 Test M508 Efflorescence(5 Required),each $ 89.00 Test M509 Core:Compression,each $ 74.00 Test M510 Shear Test on Brick Core:2 Faces,each $ 95.00 Test Masonry Prisms Code Item $/Unit Unit M508 Compression Test:Composite Masonry Prisms Up To 8"x 16" $ 210.00 Test M509 Compression Test:Composite Masonry Prisms Larger Than 8"x 16" $ 305.00 Test M510 Masonry:Cutting of Cubes or Prisms $ 74.00 Test Mortar and Grout Code Item $/Unit Unit M511 Compression:2"x 4"Mortar Cylinders $ 47.00 Test M512 Compression:3"x 3"x 6"Grout Prisms,Includes Trimming $ 63.00 Test M513 Compression:2"Cubes(ASTM C109) $ 63.00 Test M514 Compression:Cores(ASTM C42) $ 63.00 Test Mk 3 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES AESCO M515 Mortar Expansion(ASTM C806) $ 315.00 Test Fireproofing Tests Code Item Unit Unit F550 Oven Dry Density 7 .00 Test F551 Adhesion/Cohesions Testing,per hour,4 hour minimum $ 126.00 Test Gunite and Shotcrete Tests Code Item $/Unit Unit C420 Core Compression Including Trimming(ASTM C42) 63.00 Test C421 Compression 6"x 12"Cylinders $ 37.00 Test C422 Compression:Cubes $ 42.00 Test Soils and Aggregate Tests Code Item $/Unit Unit 5599 Atterberg Limits/Plasticity Index(ASTM D4318) $ 147.00 Test S600 California Bearing Ratio(ASTM D1883) $ 375.00 Test S601 Chloride and Sulfate Content(CTM 417,CTM 422) $ 152.00 Test S602 Consolidation,Full Cycle(ASTM 2435,CTM 219) $ 289.00 Test S603 Cleanness Value:1"x#4(CTM 227) $ 194.00 Test S604 Cleanness Value:2.5"x 1.5"or 1.5"x.75"(CTM 227) $ 310.00 Test 5605 Corrosivity Series:Sulfate,CI,pH(CTM 643 and 417) $ 210.00 Test 5606 Lab Resistivity $ 131.00 Test S607 Direct Shear Test(ASTM D3080) $ 268.00 Test 5608 Direct Shear Test,per point $ 116.00 Test S609 Direct Shear Test Sample Remolding(ASTM D3080) $ 47.00 Test S610 Durability Index Fine Aggregate $ 168.00 Test S611 Expansion Index(ASTM D4829,UBC 18-2) $ 163.00 Test S612 Durability Index:Coarse Aggregate $ 168.00 Test S613 Maximum Density:Methods A/B/C(ASTM D1557 or D698,CTM 216) $ 194.00 Test 5614 Maximum Density:Check Point abrasion(ASTM D1557) $ 79.00 Test S615 Maximum Density:AASHTO C(Modified)(AASHTO T-180) $ 210.00 Test S616 Moisture Density Rock Correction $ 168.00 Test S617 Moisture Content(ASTM D2216,CTM 226) $ 26.00 Test S617A Moisture,Ash and Organic Matter of Peat/Organic Soils $ 100.00 Test S618 Density:Ring Sample(ASTM D2937) $ 32.00 Test S619 Density:Shelby Tube Sample(ASTM D2937) $ 58.00 Test S620 Organic Impurities(ASTM C40) $ 100.00 Test S621 Failing Head Permeability(ASTM D2434) $ 263.00 Test S622 R-Value:Soil(ASTM 2844) $ 373.00 Test S623 R-Value:Aggregate Base(ASTM D2844) $ 373.00 Test S624 Sand Equivalent(ASTM D2419,CTM 217) $ 137.00 Test 5625 Soil Classification(ASTM D2487) $ 37.00 Test S626 Sieve#200 Wash Only(ASTM D1140) $ 100.00 Test S627 Sieve with Hydrometer:Sand to Clay(ASTM D422) $ 305.00 Test 5628 Sieve Analysis including Wash(ASTM C136) $ 179.00 Test S629 Sieve Analysis Without Wash $ 126.00 Test S630 Specific Gravity and Absorption:Coarse(ASTM C127,CTM 202) $ 100.00 Test S631 Specific Gravity and Absorption:Fine(ASTM C128,CTM 207) $ 168.00 Test S632 Swell/Settlement Potential:One Dimensional(ASTM D4546) $ 173.00 Test S633 Unit Weight Coarse Aggregate $ 84.00 Test 5634 Unit Weight Fine Aggregate $ 84.00 Test 5635 Voids in Aggregate(ASTM C29) $ 95.00 Test S636 Unconfined Compression(ASTM D2166,CTM 221) $ 105.00 Test S637 LA Rattler $ 205.00 Test S638 pH of soil $ 26.00 Test S639 Pocket Penetration Test $ 11.00 Test S640 Infiltration Rate of Soils in Field Using Double-Ring Infiltrometer(ASTM D3385) $ 2,200.00 Test 5641 Permeability of Synthetic Turf Sports Field Base Stone and Surface System by Non-Confined Area Flood Test Method ASTM F2898 $ 1,100.00 Test m k 3 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES ._ FAII 5637 Shrinkage of Soil Mixture $ 290.00 Test 5638 Hydraulic Conductivity of Saturated Porous Materials by Flexible Wall(ASTM D5084) $ 240.00 Test 5639 Consolidated Drained Triaxial Compression Test for Soils(ASTM D7181) $ 280.00 Test S640 Consolidated Undrained Triaxial Compression Test for Cohesive Soils(ASTM D4767) $ 315.00 Test S641 Unconsolidated-Undrained Triaxial Compression Test on Cohesive Soils(ASTM D2850) $ 295.00 Test S642 Triaxial Shear,C.D.,three points,(CTM 230) $ 280.00 Test S643 Triaxial Shear,C.U.,three points(ASTM D4767,CTM 230) $ 315.00 Test S644 Triaxial Shear,U.U.,one point(ASTM D2850,CTM 230) $ 295.00 Test 5645 Wax Density(ASTM 01188) $ 63.00 Test S646 Clay Lumps and Friable Particles(CTM 142) $ 55.00 Test 5647 Crushed Particles(CTM 205) $ 75.00 Test 5648 Mortar Making Properties of Fine Aggregate(CTM 87) $ 140.00 Test Asphalt Concrete Tests Code Item $/Unit Unit A650 Asphalt Core Density $ 63.00 Test A651 Extraction%AC by Ignition Oven(CTM 382)/Binder $ 184.00 Test A652 Gradation on Extracted Asph(ASTM D6507 and05444,CTM 202,and CTM 382) $ 105.00 Test A653 Moisture Content(CTM 370) $ 79.00 Test A654 Maximum Theoretical Specific Gravity(RICE)(ASTM D2041,CTM 309) $ 168.00 Test A655 Specific Gravity and Absorption:Coarse(ASTM C127,CTM 206) $ 95.00 Test A656 Specific Gravity and Absorption:Fine(ASTM C128,CTM 207) $ 168.00 Test A657 Sieve Analysis(ASTM D5444 and C136) $ 100.00 Test A658 Sieve Analysis with Wash(ASTM D5444) $ 147.00 Test A659 Sand Equivalent(ASTM D2419) $ 142.00 Test A660 5 pt LTMD Bulk Specific Gravity(CTM 308,CTM 375) $ 299.00 Test A661 Flat and Elongated Particles(ASTM D4791) $ 221.00 Test A662 Fine Aggregate Angularity(AASHTO T304 A) $ 205.00 Test A663 Maximum Density HVEEM(ASTM D1560) $ 221.00 Test A664 Maximum Density Marshall(ASTM D1559 and D561) $ 221.00 Test A665 Mix Stability(CTM 304) $ 221.00 Test A668 Wet track Abrasion Loss(ASTM D3910),each $ 184.00 Test A669 Extraction%of Emulsion(ASTM D6307) $ 163.00 Test A670 Slurry seal field consistency test(ASTM D3910) $ 89.00 Test A671 Maximum Theoretical Unit Weight(ASTM D2041) $ 160.00 Test Reinforcing Steel Code Item $/Unit Unit R700 Bend Test:#11 or Smaller 68.00 Test R701 Bend Test:Larger Than#11 $ 100.00 Test R702 Tensile Test: #11 or Smaller $ 89.00 Test R703 Tensile Test: #14 $ 121.00 Test R704 Tensile Test: #18 $ 300.00 Test R705 Slippage Test In Addition to Tensile Test(Per Caltrans 52-1.08C) $ 350.00 Test R706 Tensile Test: Mechanical Splice#11 and Smaller $ 130.00 Test R707 Tensile Test: Mechanical Splice#14 $ 180.00 Test R708 Tensile Test: Mechanical Splice#18 $ 350.00 Test R709 Tensile Test: Welded#11 and Smaller $ 90.00 Test R710 Tensile Test: Welded#14 $ 130.00 Test R711 Tensile Test: Welded#18 $ 300.00 Test R712 Sample Straightening for Bend or Tensile Test(if required) $ 65.00 Test R713 Testing Multi-Wire Steel Prestressing Strand $ 350.00 Test R714 Tensile Test:T-Head#11 and Smaller $ 160.00 Test R715 Tensile Test:T-Head#14 $ 210.00 Test R716 Tensile Test:T-Head#18 $ 300.00 Test R717 Tensile Test: Welded Hoops#11 and Smaller $ 130.00 Test R718 Tensile Test: Welded Hoops#14 $ 180.00 Test R719 High Strength Bolt,Nut and Washer Conformance,set,A-32 $ 135.00 Test R720 Structural Steel Tensile Test up to 200,000 lbs.(machining extra),A370 $ 45.00 Test Metal Testing M klk 3 CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES VA Code Item $/Unit Unit R714 Hardness Test(Rockwell)and Brinnel(ASTM E18) 79.00 Test R715 Hardness Test of Nuts $ 89.00 Test R716 Hardness Test of Bolts $ 105.00 Test R717 Hardness Test of Washers $ 89.00 Test R718 ASTM F606 Bolt Axial,Wedge Tensile and Proof load $ 125.00 Test Concrete Coring Services Code Item $/Unit Unit C423 Equipment Concrete(4 and 8 hour minimum) $ 210.00 Hour Individual Core Prices(all prices are for a four core minimum job): $ C424 Slab on Grade Coring for 2",3"and 4"Diameter(first 6"depth)each $ 74.00 Test C425 Slab on Grade Coring for 6"and 8"Diameter(first 6"depth)each $ 79.00 Test C426 Slab on Grade Concrete Core(price per inch after 6"depth) $ 11.00 Test C427 Wall Cores 2",3"and 4"(first 6"in depth)each $ 89.00 Test C428 Wall Concrete Core(price per inch after 6"in depth),per inch (Wall core pries based on Contractor supplying access to area to be cored) $ 11.00 Inch Miscellaneous Concrete Coring Prices: $ C429 Patching Slab on Grade Cored Holes with 2500 psi Concrete Patch,each $ 21.00 Test C430 Thickness Determination per ASTM C42,each $ 21.00 Test C431 Compression Strength Determination $ 68.00 Test Asphalt Concrete Coring Services Code Item $ Unit Unit Alternate Individual Core Prices(all prices are for a four core minimum job): A661 Asphaltic Concrete Cores 2",3"and 4"Diameter(First 6"in depth),each $ 74.00 Test A662 Asphaltic Concrete Cores 6"and 8"Diameter(First 6"in depth),each $ 74.00 Test A663 Asphaltic Concrete Cores price per inch after 6"in depth,each $ 11.00 Test Miscellaneous Asphaltic Coring Prices: A664 Patching of Core Drilled Holes Using Cold Patch Material,each $ 32.00 Test A665 Thickness Determination per ASTM C42,each $ 37.00 Test A666 Specific Gravity for Determination of Percent Compaction per ASTM D 2726,each $ 47.00 Test A667 Specific Gravity for Determination of Percent Compaction by Paraffin,each $ 68.00 Test Environmental Tests Code Item $/Unit Unit N800 Asbestos Polarized Light Microscopy(PLM)6-hour/rush Turnaround,each $ 35.00 Test N801 Asbestos Polarized Light Microscopy(PLM)8-hour Turnaround,each $ 23.00 Test N802 Asbestos Polarized Light Microscopy(PLM)24-hour Turnaround,each $ 21.00 Test N803 Asbestos Polarized Light Microscopy(PLM)48-hour Turnaround,each $ 18.00 Test N804 Asbestos Polarized Light Microscopy(PLM)72-hour Turnaround,each $ 17.00 Test N805 Asbestos Polarized Light Microscopy(PLM)5-day Turnaround,each $ 14.00 Test N806 Asbestos Polarized Light Microscopy(PLM)10-day Turnaround,each $ 12.00 Test N807 Phase Contrast Microscopy(PCM)6-hour Turnaround,each $ 28.00 Test N808 Phase Contrast Microscopy(PCM)24-hour Turnaround,each $ 21.00 Test N809 Phase Contrast Microscopy(PCM)48-hour Turnaround,each $ 18.00 Test N810 Phase Contrast Microscopy(PCM)3-day Turnaround,each $ 14.00 Test N811 Phase Contrast Microscopy(PCM)5-day Turnaround,each $ 12.00 Test N812 Asbestos Transmission Electron Microscopy(TEM)AHERA,6-8 hour Turnaround,each $ 202.00 Test N813 Asbestos Transmission Electron Microscopy(TEM)AHERA,24 hour Turnaround,each $ 144.00 Test N814 Asbestos Transmission Electron Microscopy(TEM)AHERA,48 hour Turnaround,each $ 127.00 Test N815 Asbestos Transmission Electron Microscopy(TEM)AHERA,3-day Turnaround,each $ 115.00 Test N816 Asbestos Transmission Electron Microscopy(TEM)AHERA,5-day Turnaround,each $ 110.00 Test N817 Asbestos Polarized Light Microscopy(PLM)1000 Point Count,4-hour Turnaround,each $ 120.00 Test N818 Asbestos Polarized Light Microscopy(PLM)1000 Point Count,8-hour Turnaround,each $ 115.00 Test N819 Asbestos Polarized Light Microscopy(PLM)1000 Point Count,24-hour Turnaround,each $ 110.00 Test N820 Asbestos Polarized Light Microscopy(PLM)1000 Point Count,48-hour Turnaround,each $ 98.00 Test N821 Asbestos Polarized Light Microscopy(PLM)1000 Point Count,72-hour Turnaround,each $ 92.00 Test N822 Asbestos Polarized Light Microscopy(PLM)1000 Point Count,5-day Turnaround,each $ 81.00 Test N823 Asbestos TEM NIOSH 7402,same day Turnaround,each $ 133.00 Test mki CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES ._ 19 N824 Asbestos TEM NIOSH 7402,24-hour Turnaround,each $ 111.00 Test N825 Asbestos TEM NIOSH 7402,72-hour Turnaround,each $ 87.00 Test N826 Asbestos TEM NIOSH 7402,5-day Turnaround,each $ 81.00 Test N827 Asbestos TEM Microvac oust Quantitative,6-hour Turnaround,each $ 345.00 Test N828 Asbestos TEM Microvac Dust Quantitative,24-hour Turnaround,each $ 250.00 Test N829 Asbestos TEM Microvac Dust Quantitative,48-hour Turnaround,each $ 230.00 Test N830 Asbestos TEM Microvac Dust Qualitative,24-hour Turnaround,each $ 180.00 Test N831 Asbestos TEM Microvac Dust Qualitative,48-hour Turnaround,each $ 173.00 Test N832 Asbestos TEM Microvac Dust Qualitative,3-day Turnaround,each $ 144.00 Test N833 Asbestos TEM Microvac Dust Qualitative,5-day Turnaround,each $ 127.00 Test N834 Lead Wipe Dust(Flame Atomic Absorption),4-hour Turnaround,each $ 41.00 Test N835 Lead Wipe Dust(Flame Atomic Absorption),6-hour/same day Turnaround,each $ 23.00 Test N836 Lead Wipe Dust(Flame Atomic Absorption),24-hour Turnaround,each $ 18.00 Test N837 Lead Wipe Dust(Flame Atomic Absorption),48-hour Turnaround,each $ 15.00 Test N838 Lead Wipe Dust(Flame Atomic Absorption),3-day Turnaround,each $ 12.00 Test N839 Lead Air Sample(Flame Atomic Absorption),4-hour Turnaround,each $ 41.00 Test N840 Lead Air Sample(Flame Atomic Absorption),6-hour/same day Turnaround,each $ 23.00 Test N841 Lead Air Sample(Flame Atomic Absorption),24-hour Turnaround,each $ 18.00 Test N842 Lead Air Sample(Flame Atomic Absorption),48-hour Turnaround,each $ 15.00 Test N843 Lead Paint Chip(Flame Atomic Absorption),3-day Turnaround,each $ 12.00 Test N844 Lead Paint Chip(Flame Atomic Absorption),4-hour Turnaround,each $ 41.00 Test N845 Lead Paint Chip(Flame Atomic Absorption),6-hour/same day Turnaround,each $ 23.00 Test N846 Lead Paint Chip(Flame Atomic Absorption),24-hour Turnaround,each $ 18.00 Test N847 Lead Paint Chip(Flame Atomic Absorption),48-hour Turnaround,each $ 15.00 Test N848 Lead Paint Chip(Flame Atomic Absorption),3-day Turnaround,each $ 12.00 Test N849 Lead Soil(Flame Atomic Absorption),3-hour Turnaround,each $ 46.00 Test N850 Lead Soil(Flame Atomic Absorption),6-hour Turnaround,each $ 35.00 Test N851 Lead Soil(Flame Atomic Absorption),24-hour Turnaround,each $ 27.00 Test N852 Lead Soil(Flame Atomic Absorption),32-hour Turnaround,each $ 22,00 Test N853 Lead Soil(Flame Atomic Absorption),48-hour Turnaround,each $ 20.00 Test N854 Lead Soil(Flame Atomic Absorption),3-day Turnaround,each $ 19.00 Test N855 Lead Soil(Flame Atomic Absorption),4-day Turnaround,each $ 18.00 Test N856 Lead Soil(Flame Atomic Absorption),5-day Turnaround,each $ 17.50 Test fllki CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES r n c o n Rincon Consultants, Inc. Standard Fee Schedule for Environmental Sciences and Planning Services Hourly Rate Professional,Technical January 1- January 1- January 1- and Support Personnel* December 31,2025 December 31,2026 December 31,2027 Senior Principal $330 $342 $354 Principal $318 $329 $341 Director $318 $329 $341 Senior Supervisor II $302 $313 $324 Supervisor I $282 $292 $302 Senior Professional II $264 $273 $283 Senior Professional I $246 $255 $264 Professional IV $218 $226 $234 Professional III $203 $210 $217 Professional II $180 $186 $193 Professional I $160 $166 $172 Associate III $135 $140 $145 Associate II $121 $125 $129 Associate I $113 $117 $121 Field Technician $97 $100 $104 Technical Editor $152 $157 $162 Project Accountant $129 $134 $139 Billing Specialist $111 $115 $119 Publishing Specialist $124 $128 $132 Clerical $111 $115 $119 * Professional classifications include environmental scientists,urban planners,biologists,geologists,marine scientists,GHG verifiers, sustainability experts,cultural resources experts,data technology experts,and other professionals.Expert witness services consisting of depositions or in-court testimony are charged at the hourly rate of$400. Reimbursable Expenses Direct Cost Rates Photocopies- B/W $0.25(single-sided),$0.45(double-sided) Photocopies-Color $1.55(single-sided),$3.10(double-sided) Photocopies- 11"by 17" $0.55(B/W),$3.40(color) Oversized Maps $8.50/square foot Digital Production $15/CD,$20/flash drive Light-Duty and Passenger Vehicles* $90/day 4WD and Off-Road Vehicles* $150/day *Current IRS mileage rate for mileage over 50 and for all miles incurred in employee-owned vehicles. Other Direct Costs.Other direct costs associated with the execution of a project,that are not included in the hourly rates above,are billed at cost plus 16%.These may include,but are not limited to,laboratory and drilling services,subcontractor services,authorized travel expenses,permit charges and filing fees,mailings and postage,performance bonds,sample handling and shipment,rental equipment,and vehicles other than covered by the above charges. Annual Escalation.Standard rates subject to 3.5%annual escalation,on January 1. Payment Terms.All fees will be billed to Client monthly and shall be due and payable upon receipt or as indicated in the contract provisions for the assignment. Invoices are delinquent if not paid within 10 days from receipt or per the contractually required payment terms. Effective January 1,2025 mk� CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES • r n c o n Rincon Consultants, Inc. Equipment Rate Environmental Site Assessment Soil Vapor Extraction Monitoring Equipment $160 Four Gas Monitor $137 Flame Ionization Detector $110 Photo Ionization Detector $82 Hand Auger Sampler $62 Water Level Indicator,DC Purge Pump $46 CAPDash $7,500 Natural Resources Field Equipment UAS Drone $300 Spotting or Fiberoptic Scope $170 Petterson Bat Ultrasound Detector/Recording Equipment $170 Sound Level Metering Field Package(Anemometer,Tripod and Digital Camera) $113 GPS(Sub-meter Accuracy) $67 Infrared Sensor Digital Camera or Computer Field Equipment $57 Scent Station $23 Laser Rangefinder/Altitude $11 Pit-fall Traps,Spotlights,Anemometer,GPS Units,Sterilized Sample Jar $9 Mammal Trap,Large/Small $1.55/$0.55 Water and Marine Resources Equipment Boat(20 ft.Boston Whaler or Similar) $800 Multi Parameter Sonde(Temp,Cond,Turbidity,D0,pH)with GPS $170 Water Quality Equipment(DO,pH,Turbidity,Refractometer,Temperature) $62 Refractometer(Salinity)or Turbidity Meter $38 Large Block Nets $114 Minnow Trap $98 Net,Hand/Large Seine $57 Field Equipment Packages Standard Field Package(Digital Camera,GPS,Thermometer,Binoculars,Tablet,Safety Equipment, $114 and Botanic Collecting Equipment) Remote Field Package(Digital Camera,GPS,Thermometer,Binoculars,Tablet and Mifi,Delorme $144 Satellite Beacon,24-Hour Safety Phone) Amphibian/Vernal Pool Field Package(Digital Camera,GPS,Thermometer,Decon Chlorine, $170 Waders,Float Tube,Hand Net,Field Microscope) Fisheries Equipment Package(Waders,Wetsuits,Dip Nets,Seine Nets,Bubblers,Buckets) $57 Underwater and Marine Sampling Gear(U/W Photo/Video Camera,Scuba Equipment(Tanks,BCD, $57/diver Regulators,Wetsuits,etc.) Marine Field Package(PFDs- Personal Flotation Devices,100-foot Reel Tapes with Stainless $100 Carabiners,Pelican Floats,Underwater Slates,Thermometer,Refractometer,Anemometer,Various Field Guides) Insurance,Hazard and Fees Historic Research Fees $55 L&H Dive Insurance $57/diver Level C Health and Safety $70/person Effective January 1,2025 ruCITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES I ESTIMATE UNDERGROUND SOLUTIONS Your First Choice for Potholing Services Date: March 11,2025 To: Quote# TC31125-09H Safe Kamangar,PE Expiration Date: December 31,2025 MKN 16310 Bake Parkway Irvine,CA 92618 Project Name: HB Water/VVastewater On Call Sales Person. TO Item# Qty Description Unit Price Line Total 1 Pothole Service(Prevailing Wage)Per Day I $ 2,925.00 ASPHALT REPAIR 2 Cold Patch Asphalt Repair(Ea) $ 85.00 3 10"Core(Ea) $ 200.00 4 Synthetic Overlay(Ea)up to 4'x4'area $ 575.00A TRAFFIC CONTROL 5 i Traffic Control Plans-Non Eng Stamped (Each) $ 135.00 6 Traffic Control Plans-Eng Stamped (Each) $ 550.00 7 Standard Traffic Control(Per Day) $ 650.00 8 Major Traffic Control(Per Day) $ 1,350.00 9 Encroachment/Traffic Permit Processing Fee $ 680.00 TRAVEL 10 Mobilization/Demobilization (Per Day) $ 425.00 — REPORTING 11 PDF/Digital Flash Card Utility Report(1-10 potholes) $ 350.00 , 12 PDF/Digital Flash Card Utility Report(10-20 potholes) $ .150.00 OTHER COSTS 13 Fuel Surcharge-(Per Day) $ 185.00 14 USA Dig Alert Delination and Mark Out $ 325.00 15 USA Markout Paint Removal(Per Hour)min(4)Hrs $ 175.00 16 Sand/Class t ease(each) $ 35.00 Excluded:Permit and Deposit Fees to be paid by client prior to start of work Encroachment&Traffic Permits N/A Parking Meter Buyouts N/A ) Deposit Encroachment .... ,.. .,.._. _. .,. _ ..._ ......_...� Amt I USIto: Subtotal $ Delineate for USA markout $ e Vacuum excavate each site,determine diameter and depth of utilities Total $ - tfacknu,compact and patch Mark each location with PK nail,paint or stake for future survey Prepare a"Subsurface Utility Report"w/data,photos and PH location map Customer to: Pay for ROW/Traffic Permit if required Supply pothole locations Final restoration of pothole locations This proposal is based on digable conditions using the air excavation process Standard Notes:Excludes Grind/Overlay,Striping,Sidewalk Panel Replacements Terms:Existing Accounts Net 30 The above is an"estimate",final costs will be determined by the actual number of work hours and travel time logged. A cancellation fee may apply if job Iscancelled at site. This is a quotation on the goods named,subject to the Conditions,inclusions and/or exclusions noted above. To accept this quotation,sign here and return: Credit Application Required To Open Account I x Date 120 N.Andreasen Dr.Escondido,CA 92029 PH#760/294-9449 Fax#760/294-9490 mw,� CITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES P5E ENGINEERS PETERSON STRUCTURAL ENGINEERS PETERSON STRUCTURAL 2025 Hourly Rates Principal-in-Charge $305 Principal $290 Senior Associate $275 Associate $266 Senior Project Manager $260 Senior Structural Engineer $260 Project Manager $242 Structural Engineer $242 Associate Project Manager $228 Senior Project Engineer $216 Project Engineer $208 Staff Engineer $202 Staff Designer $196 CADD Drafting $161 Administrative $150 • Vehicle mileage will be billed at current U.S. General Services Administration allowable rates and periodically adjusted according to federal updates • Direct expenses will be billed at cost plus 1096 www.psengineers.com OREGON I VJASHINGTON I CALIFORNIA MikaCITY OF HUNTINGTON BEACH ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES ._ I ACORD DATE(MMIDDJYYYY) CERTIFICATE OF LIABILITY INSURANCE 7/3/2025 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(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Jim Ledbetter AssuredPartners Design Professionals Insurance Services, LLC PHONE 360-626-2019 Fac.Ne):360-626-20t9 3697 Mt.Diablo Blvd Suite 230 (A(C.No,Exo Lafayette CA 94549 ADDREss; jim.ledbetter@assuredpartners.com INSURER(S)AFFORDING COVERAGE NAIC II License#:6003745 INSURER A:RLI INSURANCE COMPANY 13056 INSURED INSURER a:Westfield Select Insurance Company 17105 Michael K Nunley and Associates Inc DBA MKN PO Box 1604 INSURER C: Arroyo Grande CA 93421 INSURER D: INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER:1696719971 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DDIYYYYI IMM(DOIYYYYl A X COMMERCIAL GENERAL LIABILITY Y Y PSB0009820 12/10/2024 12/10/2025 EACH OCCURRENCE 52,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $1,000,000 MED EXP(Any one person) $10,000 PERSONAL 8 ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY X JECT I LOC PRODUCTS-COMP/OP AGG $4,000,000 OTHER. $ A AUTOMOBILE LIABILITY Y Y PSA0003805 • 4/4/2025 12/10/2025 COMBcidenUINED SINGLE LIMIT $1,000,000 (Ea ac X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY _ AUTOS ONLY (Per accident) 5 A UMBRELLA LIAR X OCCUR Y Y PSE0004816 12/10/2024 12/10/2025 EACH OCCURRENCE S 3,000,000 X EXCESS LIAB CLAIMS-MADE I AGGREGATE $3,000,000 DED RETENTION$ $ A WORKERS COMPENSATION Y PSW0005276 12/10/2024 12/10/2025 X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANYPROPRIETORRPARTNER/EXECUTIVE YIN E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBEREXCLUDED? N/A (Mandatory In NH) EL,DISEASE-EA EMPLOYEE $1,000,000 If yes,describe uader DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 B ProfessionalL,abiIty ADP0000652 6/21/2025 6/21/2026 Per Claim $2,000,000 Aggregate $3,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Certificate holder is/are an Additional Insured on the Commercial General Liability and Auto Liability when required by written contract regarding activities by or on behalf of the Named Insured.The Commercial General Liability insurance Is primary Insurance and any other Insurance maintained by the Additional Insured shall be excess only and non-contributing with this insurance.A waiver of subrogation applies to the Commercial General Liability,Auto Liability,Umbrella/ Excess Liability and Workers Compensation/Employers Liability in favor of the Additional Insured. The following policies are included in the underlying schedule of insurance for umbrella/excess liability:GeneraJf *Ifi)LASIVE1nglis Iity. Policies provide 30 days notice of cancellation to the additional insured. By: MICHAEL J.VIGLIOTTA CERTIFICATE HOLDER CANCELLATION CITY ATTORNEY CITY OF HUNTINGTON BEACH 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. Attn Director of Public Works 2000 Main Street AUTHORIZED REPRESENTATIVE Huntington Beach CA 92648 I I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/C3) The ACORD name and logo are registered marks of ACORD Policy Number: PSA0003805 RLI Insurance Company Named Insured:Michael K THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. RLIPack° BUSINESS AUTO ENHANCEMENT SCHEDULE OF COVERAGES ADDRESSED BY THIS ENDORSEMENT A. Broad Form Named Insured B. Employees As Insureds C. Blanket Additional Insured D. Blanket Waiver Of Subrogation E. Employee Hired Autos F. Fellow Employee Coverage G. Auto Loan Lease Gap Coverage H. Glass Repair—Waiver Of Deductible I. Personal Effects Coverage J. Hired Auto Physical Damage Coverage y g g K. Hired Auto Physical Damage—Loss Of Use L. Hired Car—Worldwide Coverage M. Temporary Transportation Expenses N. Amended Bodily Injury Definition—Mental Anguish O. Airbag Coverage P. Amended Insured Contract Definition—Railroad Easement Q. Coverage Extensions—Audio,Visual And Data Electronic Equipment Not Designed Solely For The Production Of Sound R. Notice Of And Knowledge Of Occurrence S. Unintentional Errors Or Omissions T. Towing Coverage PPA 300 03 13 Page 1 of 5 This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM A. Broad Form Named Insured of the operations contemplated by such contract.The The following is added to the SECTION II — waiver applies only to the person or organization COVERED AUTOS LIABILITY COVERAGE, Para- designated in such contract. graph A.1.Who Is An Insured Provision: E. Employee Hired Autos Any business entity newly acquired or formed by you 1. The following is added to the SECTION II — during the policy period, provided you own fifty COVERED AUTOS LIABILITY COVERAGE, percent(50%)or more of the business entity and the Paragraph A.1.Who Is An Insured Provision: business entity is not separately insured for Bus-iness An "employee" of yours is an "insured" while Auto Coverage. Coverage is extended up to a operating an "auto" hired or rented under a maximum of one hundred eighty(180)days following contract or agreement in that"employee's"name, the acquisition or formation of the business entity. with your permission, while performing duties This provision does not apply to any person or related to the conduct of your business. organization for which coverage is excluded by endorsement. 2. Changes In General Conditions: B. Employees As Insureds Paragraph 5.b. of the Other Insurance Con- dition in the BUSINESS AUTO CONDITIONS is The following is added to the SECTION Il — deleted and replaced with the following: COVERED AUTOS LIABILITY COVERAGE, Para- graph A.1.Who Is An Insured Provision: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered Any"employee"of yours is an"insured"while using a "autos"you own: covered "auto" you don't own, hire or borrow in your (1) Any covered "auto" you lease, hire, rent business or your personal affairs. or borrow;and C. Blanket Additional Insured (2) Any covered "auto" hired or rented by The following is added to the SECTION II — your"employee"under a contract in that COVERED AUTOS LIABILITY COVERAGE, Para- individual "employee's" name, with your graph A.1.Who Is An Insured Provision: permission, while performing duties related to the conduct of your business. Any person or organization that you are required to However,any"auto"that is leased, hired, include as an additional insured on this coverage form rented or borrowed with a driver is not a in a contract or agreement that is executed by you covered"auto". before the`bodily injury"or"property damage"occurs is an "insured" for liability coverage, but only for F. Fellow Employee Coverage damages to which this insurance applies and only to SECTION II — COVERED AUTOS LIABILITY the extent that person or organization qualifies as an COVERAGE, Exclusion B.5. does not apply if you "insured" under the Who Is An Insured provision pp y contained in SECTION 11 — COVERED AUTOS have workers compensation insurance in-force LIABILITY COVERAGE. covering all of your employees. The insurance provided to the additional insured will G. Auto Loan Lease Gap Coverage be on a primary and non-contributory basis to the SECTION III — PHYSICAL DAMAGE COVERAGE, additional insured's own business auto coverage if C.Limit Of Insurance,is amended by the addition of you are required to do so in a contract or agreement the following: that is executed by you before the "bodily injury" or In the event of a total"loss"to a covered"auto"shown "property damage"occurs. in the Schedule of Declarations, we will pay any D. Blanket Waiver Of Subrogation unpaid amount due on the lease or loan for a covered "auto", less: The following is added to the SECTION IV— BUSI- 1. The amount paid under the PHYSICAL NESS AUTO CONDITIONS, A. Loss Conditions,5. DAMAGE COVERAGE section of the policy;and Transfer Of Rights Of Recovery Against Others To Us: 2. Any: We waive any right of recovery we may have against a. Overdue lease/loan payments at the time of any person or organization to the extent required of the"loss"; you by a contract executed prior to any"accident"or "loss",provided that the"accident"or"loss"arises out PPA 300 03 13 Page 2 of 5 b. Financial penalties imposed under a lease for (2) An adjustment for depreciation and physical excessive use, abnormal wear and tear or condition will be made in the event of a total high mileage. "loss". c. Security deposits not returned by the lessor; (3) If a repair or replacement results in better d. Costs for extended warranties, Credit Life than like kind or quality,we will not pay for the betterment. Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; (4) A deductible equal to the highest Physical and Damage deductible applicable to any owned e. Carry-over balances from previous loans or auto will apply. leases. (5) This Coverage Extension will not apply to: H. Glass Repair—Waiver Of Deductible (a) Any "auto" that is hired, rented or SECTION III — PHYSICAL DAMAGE COVERAGE, borrowed with a driver; or D.Deductible is amended by adding the following: (b) Any "auto" that is hired, rented or No deductible for a covered "auto"will apply to glass borrowed from your"employee". damage if the glass is repaired rather than replaced. K. Hired Auto Physical Damage—Loss Of Use I. Personal Effects Coverage The following is added to SECTION III —PHYSICAL The following is added to SECTION III —PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions: Extensions: e. We will pay sums which you legally must pay to c. Personal Effects Coverage the lessor of a covered "auto" which you have leased without a driver for thirty(30)days or less In the event of a total theft loss of your covered for the lessor's loss of use of the covered"auto", "auto"we will pay up to$400 for"loss"to wearing provided: apparel and other personal effects which are: (1) This insurance provides comprehensive, (1) Owned by an"insured"; and specified causes of loss or collision covered (2) In or on your covered"auto"; on the covered"auto"; No deductible applies to Personal Effects (2) The loss of use results from the covered Coverage. "auto" being damaged in an"accident"while you are leasing it. J. Hired Auto Physical Damage Coverage We will pay up to a maximum limit of$1,600 for The following is added to SECTION III —PHYSICAL this covered extension. DAMAGE COVERAGE, A. Coverage, 4. Coverage L. Hired Car—Worldwide Coverage Extensions: d. Hired Auto Physical Damage Coverage The following is added to SECTION II — COVERED AUTOS LIABILITY COVERAGE, A.2. Coverage If hired "autos" are covered "autos" for Liability Extensions: Coverage and this policy also provides Physical f. Hired Car—Worldwide Coverage Damage Coverage for an owned"auto",then the Physical Damage Coverage is extended to (1) We will pay all sums an"insured"legally must "autos"that you hire, rent or borrow subject to the pay as damages because of"bodily injury"or following: "property damage" to which this insurance (1) The most we will pay for "loss" in any one applies, caused by an "accident" which occurs outside of the United States of "accident" to a hired, rented or borrowed America, the territories and possessions of "auto"is the lesser of: the United States of America, Puerto Rico (a) $60,000 and Canada resulting from the maintenance, or use of any covered "auto" of the private (b) The actual cash value of the damaged or stolen property as of the time of the passenger type you lease, hire, rent or p p y borrow without a driver for thirty(30)days or "loss";or less. (c) The cost of repairing or replacing the (2) With respect to any claim made or "suit" damaged or stolen property with other instituted outside the United States of property of like kind and quality. America, the territories and possessions of the United States of America, Puerto Rico, and Canada: PPA3000313 Page3of5 • (a) You shall undertake the investigation, M. Temporary Transportation Expenses settlement and defense of such claims SECTION III -- PHYSICAL DAMAGE COVERAGE, and "suits" and keep us advised of all proceedings and actions. A.4. Coverage Extensions, subparagraph a. Transportation Expenses is deleted and replaced (b) You will not make any settlement without by the following: our consent. a, Transportation Expenses (c) We will reimburse you: (1) We will pay up to a maximum of$1,500 for (I) For the amount of damages be- temporary transportation expense incurred cause of liability imposed upon you by you because of Physical Damage to a by law on account of"bodily injury"or covered"auto". "property damage" to which this insurance applies,and (2) We will pay only for those covered"autos"for which you carry Comprehensive,Colli-sion or (iii) For all reasonable expenses incurred Specified Case of Loss Coverage. with our consent in connection with the investigation, settlement or (3) We will pay only for those expenses incurred defense of such claims or "suits". by you during the period of time that begins Reimbursement for expenses will be twenty-four (24) hours after the covered part of the Limit of Insurance for "loss"and ends at the time when the covered liability coverage shown in the "auto" can be reasonable repaired or Business Auto Coverage replaced. Declarations, and not in addition to (4) This coverage does not apply while there are such limits. spare or reserve "autos"available to you for (3) The limit of insurance for Liability Coverage your operations. shown in the Business Auto Coverage Declarations is the most we will reimburse N. Amended Bodily Injury Definition — Mental you for the sum of all damages imposed on Anguish you,as set forth in paragraph 2.c.above,and The following is added to SECTION V — all expenses incurred by you arising out of DEFINITIONS, Definition C.: any single"accident"or"loss". (4) You must maintain the greater of the follow- "Bodily injury"also includes mental anguish, but only when the mental anguish arises from other bodily ing primary auto liability insurance limits: injury,sickness or disease. (a) Compulsory admitted insurance with O. Airbag Coverage limits required to be in force to satisfy the legal requirements of the jurisdiction The following is added to SECTION III —PHYSICAL where the accident occurs;or DAMAGE COVERAGE B.Exclusions 3.a.: (b) Insurance limits required by law and However, this exclusion will not apply to accidental issued by a government entity or by an discharge of an airbag due to mechanical or electrical insurer licensed or permitted by law to do breakdown. business in the jurisdiction where the "accident"occurs;or P. Amended Insured Contract Definition — Railroad • Easement (c) Auto liability insurance limits of at least $300,000 combined single limit or SECTION V— DEFINITIONS paragraph H. "Insured $100,000 per person/$300,000 per acci- contact"is modified as follows: dent Bodily Injury, $100,000 Property 1. Paragraph H.3.is replaced by the following: Damage. If you fail to comply with the above, this 3. Any easement or license agreement. insurance is not invalidated. However, in the 2. Paragraph H.6.a.is deleted. event of a"loss",we will pay only to the extent that we would have been liable had you so Q. Coverage Extensions — Audio, Visual And Data complied. Electronic Equipment Not Designed Solely For The Production Of Sound (5) The insurance provided by this coverage extension is excess over any other collec- SECTION III—PHYSICAL DAMAGE COVERAGE B. tible insurance available to you whether on a Exclusions,exception paragraph a.to exclusion 4.c. primary, excess contingent or any other and 4.d.is deleted and replaced with the following: basis. PPA 300 03 13 Page 4 of 5 a. Equipment and accessories used with such (2) A partner if you are a partnership; or equipment, except for tapes, records, discs or other electronic media device, provided such (3) An executive officer or insurance manager, if equipment is permanently installed in the covered you are a corporation. "auto" at the time of the "loss" or is removable S. Unintentional Errors Or Omissions from the housing unit which is permanently SECTION IV—BUSINESS AUTO CONDITIONS, B. installed in the covered "auto" at the time of the General Conditions; 2. Concealment Misrepre- "loss", and such equipment is designed to be sentation Or Fraud is amended by adding the solely operated by use of the power from the following: "autos"electrical system, in or upon the covered "autos"; or The unintentional omission of, or unintentional error R. Notice Of And Knowledge Of Occurrence in, any information given by you shall not prejudice your rights under this insurance. However this pro- SECTION IV — BUSINESS AUTO CONDITIONS, vision does not affect our right to collect additional A.2. Duties In The Event Of Accident, Claim Suit premium or exercise our right of cancellation or Or Loss, subparagraph a. is deleted and replaced nonrenewal. with the following: T. Towing Coverage a. In the event of"accident", claim, "suit" or "loss", SECTION III — PHYSICAL DAMAGE COVERAGE, you must give us or our authorized repre- A.2. Towing, is deleted and replaced by the sentative prompt notice of the"accident"or"loss" following: including: (1) How,when and where the"accident"or"loss" 2. We will pay up to$750 for towing and labor costs occurred; incurred each time a covered "auto" is disabled due to a covered cause of loss. However: (2) The"insured's"name and address;and a. All labor must be performed at the place of (3) To the extent possible, the names and disablement;and addresses of any injured person and witnesses. b. If the covered auto is a private passenger type no deductible applies; and Your duty to give us or our authorized representative prompt notice of the "accident"or c. If the covered auto is not of the private "loss"applies only when the"accident"or"loss"is passenger type our obligation to pay will be known to: reduced by a $250 deductible per disablement. (1) You, if you are an individual; ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PPA 300 03 13 Page 5 of 5 Policy Number; PS80099820 RLl Insurance Company Named Insured: Michael K Nunley and THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. RLIPack© FOR PROFESSIONALS LANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM-SECTION II—LIABILITY 1. C.WHO IS AN INSURED is amended to include as additional insured under this policy must apply on a an additional insured any person or organization that primary basis, or a primary and non-contributory you agree in a contract or agreement requiring basis, this insurance is primary to other insurance insurance to include as an additional insured on this that is available to such additional insured which policy, but only with respect to liability for "bodily covers such additional insured as a named insured, injury", "property damage" or "personal and and we will not share with that other insurance, advertising injury"caused in whole or in part by you provided that: or those acting on your behalf: a. The "bodily injury" or "property damage" for a. In the performance of your ongoing operations; which coverage is sought occurs after you have b. In connection with premises owned by or rented entered into that contract or agreement;or to you;or b. The "personal and advertising injury" for which c. In connection with "your work" and included coverage is sought arises out of an offense within the "product-completed operations committed after you have entered into that hazard". contract or agreement. 2. The insurance provided to the additional insured by 4. The following is added to SECTION III K. 2. this endorsement is limited as follows: Transfer of Rights of Recovery Against Others to Us — COMMON POLICY CONDITIONS (BUT a. This insurance does not apply on any basis to APPLICABLE TO ONLY TO SECTION II — any person or organization for which coverage LIABILITY) as an additional insured specifically is added by We waive any rights of recovery we may have another endorsement to this policy. against any person or organization because of b. This insurance does not apply to the rendering payments we make for "bodily injury", "property of or failure to render any "professional damage"or"personal and advertising injury" arising services". out of "your work" performed by you, or on your • c. This endorsement does not increase any of the behalf, under a contract or agreement with that limits of insurance statedes in Liability Andh person or organization. We waive these rights only Medical insurance Expenses Limits in Insurance. where you have agreed to do so as part of a contract or agreement with such person or 3. The following is added to SECTION III H.2. Other organization entered into by you before the "bodily Insurance — COMMON POLICY CONDITIONS injury"or"property damage"occurs,or the"personal (BUT APPLICABLE ONLY TO SECTION II — and advertising injury'offense is committed. LIABILITY) However, if you specifically agree in a contract or agreement that the insurance provided to an ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PPB 304 02 12 Page 1 of 1 Policy Number: PSE0004816 RLI Insurance Company Michael K Nunleyand THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. RLlPack® FOR DESIGN PROFESSIONALS EXCESS LIABILITY ENHANCEMENT SCHEDULE OF COVERAGES ADDRESSED BY THIS ENDORSEMENT A. General Aggregate Limit— Per Project Or Per Location B. Additional Insured—Primary/Non-contributory C. Waiver Of Transfer Of Rights Of Recovery Against Others To Us This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY COVERAGE FORM A. General Aggregate Limit — Per Project Or Per (3) premises where operations are performed in Location sections, stages or phases as a continuation Paragraph 2.a.of C. Limits of Liability of SECTION of the same contract or agreement, even if I — INSURING AGREEMENT is deleted and the premises do not involve connecting lots. replaced by the following: B. Additional Insured—Primary/Non-contributory a. The limit of liability stated in the Declarations as Paragraph K. Other Insurance of SECTION IV — general aggregate is the most we will pay during CONDITIONS is deleted and replaced by the each policy period for all ultimate net loss, following: except ultimate net loss because of: K. Other Insurance (1) injury and damage included in the products- completed operations hazard or; If other insurance, whether collectible or not, is available to the insured covering a loss also (2) any coverage included in underlying covered by this policy, the insurance afforded by insurance to which no underlying aggregate this policy shall be in excess of, and shall not applies, contribute with, such other insurance. However, The general aggregate applies separately to if the underlying insurance provides coverage each of your "projects" away from premises to an additional insured on a primary basis, or a owned by or occupied by you or to each of your primary and non-contributory basis, this insur- locations owned by or occupied by you. ance shall be available to such additional insured on an excess basis over the underlying "Projects" mean an area away from premises insurance. We will not share with other owned by or rented to you at which you are insurance which covers such additional insured performing operations pursuant to a contract or as a named insured. agreement. For the purposes of determining the C. Waiver Of Transfer Of Rights Of Recovery applicable aggregate limit of insurance, each Against Others To Us "project" at the same "location" shall be considered a single"project". Paragraph L. Subrogation of SECTION IV — CONDITIONS is deleted and replaced by the For the purposes of this provision, "location" following: means (1) premises involving the same or connecting lots; (2) premises where connection is interrupted only by a street, roadway,waterway or right- of-way of a railroad;or PPU 304 06 10 Page 1 of 2 L. Subrogation Any amount recovered through subrogation or In the event of any payment under this policy, the otherwise shall be apportioned in the inverse order insured must notify us of any of the insured's rights of payment of the claim or claims involved to the of recovery against any person or organization.We extent of actual payment thereof by all interests.The shall be subrogated, to all such rights. The expenses of all such recoveries and proceedings in insured shall execute and deliver instruments connection therewith shall be apportioned in the and papers and do whatever else is necessary to ratio of respective recoveries. With respect to secure such rights. The insured shall do nothing proceedings conducted solely by us, if there is no after loss to prejudice such rights. However we recovery, we will bear the expense thereof. If there waive any rights of recovery we may have is a recovery, we shall be reimbursed in full from against any person or organization if the such recovery for the amount of all expenses underlying insurance also waives such rights. incurred by us before apportionment of such recovery as herein provided. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PPU 304 06 10 Page 2 of 2 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT—CALIFORNIA We have the right to recover our payments.from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description All persons or organizations that are party to a contract that Jobs performed for any person or organization that you requires you to obtain this agreement,provided you executed have agreed with in a written contract to provide this the contract before the loss. agreement. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 12110r2024 Policy No. Psw000szis Endorsement No. Insured Michael KNunleyand Insurance Company RLl Insurance Company Countersigned By ©1998 by the Workers'Compensation Insurance Rating Bureau of California.All rights reserved. of 1ATINGT oc.:r ;li Z°!,;; CITY OF 11. N 1*.°� *. t7----7 _ HUNTINGTON BEACH I ` �CUUNTV GP\'i1 I Lisa Lane Barnes I City Clerk July 17, 2025 Michael K. Nunley &Associates, Inc. Attn: Ryan Gallagher 354 Pacific Street San Luis Obispo, CA 93401 Dear Mr. Gallagher: Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and Michael K. Nunley&Associates, Inc. for On-Call Civil Engineering & Professional Consulting Services, approved by the Huntington Beach City Council on July 1, 2025. Sincerely, pIll-atottArn4' Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov �ain City of Huntington Beach 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 or„,...P.,„,, INGProfessional Services ..... * -- ......../"\\''Wl. •. Contracts for On-Call • __ ___ •, 53 General Civil Engineering & ;1/1,;Y '`_ 1Professional Consulting ' 1 . . S Services 1 _ _,_ __ . Department of Public Works ;1401.4,Aj,V:r"-_ __- _ i: • iAN July , 2025 4ck 0 •• 77 19 09 ••• cI 0, • °••• isee••2 C 0(l N T�[ 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. lr � -71 M .� -- 074} nr 4* ' �{- +►+ , * ��i��NTING7 • • - • ■ • tii� y 1, �`•••-NGpRPORgTFO•y. V \ 4. 77 Iiii 4 T I % : - ----I --a- - - : c „..... 3, .i, 4 \-92. _ .ram 1 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) ilk Ii,# NTINcr laiii ilid, • •• .mil; •U 2021 2022 2023 2024 2025 ; -_ v In the last 5 years the City has issued over 100 task orders. .�C'••;fa ,, 1gp9,;°.•-�o�,t, =O(JNTY t ,,,1 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 AI i" TING�a I O` tPO4r •.•. 6 \• 2023 2024 2i = U _ z1 ...N-r cPiit 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. �NTING Vim: - '•.. ` 464466 I. e °ON11 P��i -� I I: Recommendation s • , � Recommended Action: Authorize the Mayor and City Clerk to execute a not-to-exceed $2M contract with 27 firms for On- Call Civil Engineering & Consulting Services. Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, Inc.; Moffatt & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Rick Engineering Company; SA Associates; Stantec Consulting Services Inc; TAIT & Associates, Inc.; and Tetra Tech. ��i�0NT I NG7 ........... 04 O�(.�.�\N�ORPORATfO•.��VF\A �•- _ •..< . \ The on-call contract is not a guarantee of work as these services are on ; _ r _ • an "as-needed" basis. 9,. = e ,mac Or'1909, 0:O � NTV��ii� 7' �`ss -Deta iled I.�iboi.:uul Fee Brea{ulonsr City of Hulltillgto13 Bench i . 7•:! Newland Bushard Project Fee SceduIe Propo s a l _O_gn 4�a_ too ea.._tara. PIC Pl460,1 Joao PrOYK, D'le0 3"'"7i 7"181 lamos•.r Ms.!. rt.�ra.a.or Faylw..r 'pna..r U.pp>og Total Ra)err Frr Sl>_ IIN E 9 goeote{te V. 5-52 ,.so+_ Stilt'- 4 _ 1 1 RAIaRMW6t0!!♦�N!!R WB::•5,.,.'1. S: 1131W S••4q Pleea Sfoatsrld�s.dirl0."N-.z t cr.�-,_ : as 113111 •yp.ac Vlo.r_,._r.�. I; 10540 I3 C�� I1.��1 le�md dio5. l3 Prtge t+ ilieQPil+IC 21Ym 3deda3:, -- ._ _ l♦ Re,.Rgseb f_344 ag 12 244 lS Ro!.ct 3.la11 __.... 1 51111 6 4 68 0 0 .. _. 6 _. ._' --_ Se1d1Y10)= S5 t'2 U,4M ud WO I* SO So to train. mow.. Mal—Sme3ml. 1 S ira:.Far!.4l dea of8dd fume t8a.•ser.Q4a-ADA ilnn.wnt ta.:Aa,au aft THD Xeaam1, S'33- • I • 0 V 0 &arid Os= SS St _.lit._ SO _f0 52'.33' SO 427.I3' Iret:J Pretmn FEPeeeap 1lowa m i1 -_ rr1a Hozo m:1... H ! 2420 _. _ _ 3�23104 sax.; 73 ALL)t51,tr,151'>•tiroot,,;DY,1 - 12 .10 S`R 1 a :.Lay COrrarldldOr,LOOTIralOg.xi.u...3,1[1'11 II 10 to t,! 4 a L..L 11.aa and 3 141.-33.:5i3iaa11 14 72 734 -W2.3017 3S LO51F.7eaael3V•1L0I4JO4P .1 I II 53:0. tax+ Qzf1c 1,"sv"...rr.'. 30 4 SSJS• Hn-1` I10 CM sums earvMplogyraw.{03'..40@.II 11/151r15). IS - X�I. 3IL Cal S+Rag nd. 1'osm0Pbe 9 .Subs.vm. Id 1 SS _.. SLI.SC 31: 1.'5 3 ?Lacs tor'',31.ko dCAb• III mD 511"RI' t 13 T,0111[1/iSp.6f7Oa a..SV.'Mnot.i1 31 40 S3340 114.•' 314 3.4soL®3bi94.5naerattak 2 4 6.. S34.4 -34.749 3 13 QAOC(93'.SukvsrL 34 S 511 1'1 M2.33: 5I,y1. 41141135= o 7J 20 III J.01 121 541l03nL KJ- S• 3l6.430 S3.610 519.186 153JPS 366.0'9 S3 I1o.204 1100.3i 4 1 }-e1.S.C. n o Y.wn I S 12 33.434 42 Casta:dews,l03'.Sakaveuii • 4 11.002 323L' 41 T5,5114415t4t19301.1e` 14i',5l3L1F'all 1 Si a0 $400e 4-, c, 13C5*i.br=vi: ._ 32 do SI 154' - 4 5 6.11.79 Mu 117J`.Cste=o:' 53.335 S).520 45 QAC{r:7.7..11:aeuri. i? 6 16_35 Sosrota flaw:_ I 12 s l4 5e 04 O,' 'uafolal tS3= M 14..40! 12,t17 47...1•E 19,►10 skis. t0 30;.4M S.t i"p ToedIlo.r.1i+C7ui:$r.Y.n- 6 it 66 IA y0• 40 LL£ 7ora111)0.1.3atncesw- 36'2 21.444 t.1,010 s {{dL —_ ....... Partcau.ce of lame Alotatad by toms))- 10, 60s /h 12# 11N 4)N Tolal Litati33= _-.--__—_-_ Z — _ *MA 1 tl I-1,L L I IALAIE FEE FOR ENC;I\LLRL'°I WORK COVLRED IS?HE RFP gap:i19 - o n•ay'Cr: 10 tt x 211....x 511,o r 0,vay rrnrc mayor P ConpnaoW:e,o trot. ..va•'m.- yr�-.e•2vsl�_a iaewnx s-er.nst areo wmsdmrnspa.au+,aynax.m•frreMrx e-c J010 Conpan a.W 14Y..3r tar%X rc 'any n 1I.G4a. ''e ltak r recurs due o d.aogea T ale to AOer a,Ott 50`6.zagar.p4.w41 a'e s4D1ea Ic aadtar.Irr t4 raara 4 A..ecl:14 Yo-cht4-r a,.t:4ue:r e s:cllAeo - vO or:SQO:1i"..•110if.±01..a.a11212.0fl,l I.,::3..5ooa131 ov vow e:ro.ln..A,1%,--rlotn,..,ara arroyo.ye.ar ly oozy. a.....In.wry.or1, 1 40:MOORS Vomit.?C,rd nasal na WA, h.:A Ramp Irmo xne,tc ear.leer:.oe.pro sioncad pu.a. ,S AC.:wears se.AT tr.n 1.5an real w1r1'ow zed Ina i_I 1n.1ena7b.002nd a'a OM. INVOICE Wish 17. ii vo c e �t,of M nnnOv n��a�h Praise, 2025 1220058007 2000 t.1an St Imo..No. fi6a33 PO Be.190 Prefect Mensper Huntington Beach,CA 02646 Total this Invoice 15A09.261 Ntardtb&yss i Mrporenmts Profactional Services Isom January24,]025 to February 22 2023 Exam l e Phase Project Management Task 11 Project Management Hour. Rate Amount 300 280 52 841.30 Totals 3 00 841 56 Labor TOWI $41.36 Total this Task 8141.66 Task 1 2 PTolocl Mane gamsnt Maatirrga Hours Rate Amount 375 374.39 1402.73 3.00 280.52 841.58 1 75 170 00 297 50 T 50 131 T9 988 43 Motals 15.00 3530.22 Lobar Total 3,540322 Total this Task 83.330.22 Total thls Phase 84.371,73 Phase 3 P•etinc nary FngtneeIM.g Task 36 CAI Spnm;and 5vidn0 Plans r35%t Heart Rate Amount 3.73 170.00 637_30 Totals 3'T 5 531 50 Labor Total 137.50 Total this Task $837.50 Fu .PM*"3 11111111111111111.111 FE»ant Pe"'" ts Total We Phase 8622.50 Buiuet Sununa.y Content Palo. To-Date local P.logs 5,00928 000 5.009-28 Budget 302.339.00 Budget Robeinirto 297.329.72 Total this Invoice $5.006.20 uestions . • • ...... , , , , ii ,. : ,..., , . f. .,.....,..,.. ".... . ...... tali.. ...NT. I 1 ---1 -r -=--- -- -- - - _ .. , ., .... ,....„ ,• F r„.„ -,. �t "'w� �lt r-'•rrrt� \1/4\2......., 11.1, .. 0',,;.,,,t,,.„.,,,i,.,,,,,,,, ,„,, , -.m . .: -,:„.#4„,t.- -,,...\e-••1*...- if s,l; _.I - r-�Z ter. - ,' ��a. 7 �, y,1 ti i. 1N G T 400.4,... 4.0........, 0 T•A ,dirif ••• o R P o R A•••.• Professional Services Contracts for On- all• --- --_-_-__— _-_-_,7v.•. General Civil Engineering and _ __ ___ __ , 47,77,/,- \ . ''''____ ________ _ ��___ _�, , "if � Professional Consulting Services 1 -- . % _ _ _= - __ --__ - : I Department of Public Works >>, , . p • ip tJuly 1, 2025 • 4.,C° . — -- ' cc. ,\- (Fdk` 1 > •• e \ . Q + ••••• 7, 19 0 si••• ••••••• r C P v # isitim N T`� 1642 BACKGROUND/NEED The Public Works Department(PW) needs civil engineering consultants to help with planning,desiigning,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. Ii , NTING7- ;t 146, 14t;r i i) y `V S. y' ''O O�•��.-\N�ORPDflgEO���.,V ` I ram.. •F IfM ckgr An' NNE _ .. �'- ''`�; ..�. .. o„ , . (, CPS UNT' 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 t;_' (2021-2025) t j P 28 26 - ...:;i :. 22 - t 1 19 I 4,iii�.... . I /i NTINGT ti \�ld A i O`.. GOPORgr(O•.,.,� \ rX k " . -', i' 2021 2022 2023 2024 2025 _ li '4 =:_. 1 In the last 5 years the City has issued over 100 professional servi •. ;:"0,, ..• < 0 contracts . 'FCOUNTY CPij/0 .�+ii4Is// 1644 WHY / BENEFITS CIP Project Support Projects may include up to 25% in on-call consulting support services for design/construction support •In the last 5 years the value of CIP projects is $238 million 'This equates to approximately $60 million in fees for professional - - ., Total CIP Budget (2021- 2025 ) { '_ Values are in millions -___. $60 -- '-. ��..� .�..h,,t {� i' _ — --- _ _ . - 09 - 41 $35 — i 0/1' NTING 2021 2022 2023 2024 2025 1 Lj S ar�wi�� � 1 CI IIWII O W Q • =�0UNTV �iii 1645 \\___ At (1__ \,,,N -‘,, \ z_.-- --------,„,„:,___-,_, ,,, . , ., RE COMMENDAT I ON 1 : . . , , (_,,,, ,,,,,, :. , 10 ___) 0, zo , ‘ -4p 4,, , 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 , pii�"'��' /i ANT I N G 70- Inc . ; Moffatt & Nichol ; Onward Engineering; Pacific Advanced Civi d `� •• ••• • •... 4/ Engineering, Inc . ; Proactive Engineering Consultants , Inc . ; Psomas ; R '0 ...:<<-- --_-- _-.._ ....c,‘\ Engineering Company; SA Associates ; Stantec Consulting Services Inc ; TAI y..gt1 .i . Associates , Inc . ; and Tetra Tech . Nko': WMQ k The on-call contract is not a guarantee of work as these services aremw CO(/NTY CP�#I on - 0, 1646 • « rkt. n: 'C:-KEN ' z` , Questions ? 3M� 1t : � ,Koh`:�ie��' , �. :_q= ski. � tF�I,?`i • ;U� #a y rs $1 ,, • s„" s' • 2 ., •�} i;try •Vi r.‘ y ( , iD Y Q 'L • • . - fi . 7' y . ... 4. 1 y - 1647