Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Tait & Associates, Inc. - 2025-07-01
NTit Gr�'� 2000 Main Street, ._.... o � �E::•,c.wr:��.,�8 Huntington Beach,CA a j ,oQ City of Huntington Beach 92648 APPROVED 7-0 rourm File #: 25-396 MEETING DATE: 7/1/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Joseph Fuentes, Principal Civil Engineer Subject: Approve and authorize execution of Professional Services Contracts for On-Call General Civil Engineering and Professional Consulting Services with Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, Inc.; Moffatt & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Glenn A. Rick Engineering Company; SA Associates; Stantec Consulting Services Inc.; TAIT & Associates, Inc.; and Tetra Tech Statement of Issue: The Public Works Department requires professional general civil engineering consulting services on an on-call or as-needed basis to support staff in the planning, design, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Qualifications (RFQ) for these services and recommends awarding on-call general engineering consulting services contracts. Financial Impact: Funding for the use of these contracts is included in the Public Works budget, including the Capital Improvement Program (CIP). Each approved CIP project includes a budget that allocates sufficient funds for design, environmental compliance, engineering, construction, project management, and other necessary costs. No funds will be expended under these contracts unless approved as part of the City's annual budget. The recommended actions do not require any additional funding. Recommended Action: A) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Anchor QEA, Inc. for On-Call Civil Engineering City of Huntington Beach Page 1 of 6 Printed on 6/25/2025 f / - powered by Legistar1" Xl/�J,Q/pl (JU 7 LL1 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 4- 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 * P) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Michael Baker International, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and * Q) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Michael K. Nunley & Associates, Inc. for On- Call Civil Engineering and Professional Consulting Services"; and • R) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Moffatt & Nichol for On-Call Civil Engineering and Professional Consulting Services"; and • S)Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Onward Engineering for On-Call Civil Engineering and Professional Consulting Services"; and • T) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Pacific Advanced Civil Engineering, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and • U) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Proactive Engineering Consultants, Inc. for City of Huntington Beach Page 3 of 6 Printed on 6/25/2025 powered by LegistarT" 96 File #: 25-396 MEETING DATE: 7/1/2025 On-Call Civil Engineering and Professional Consulting Services"; and V) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Psomas for On-Call Civil Engineering and Professional Consulting Services"; and W) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Glenn A. Rick Engineering Company for On- Call Civil Engineering and Professional Consulting Services"; and X) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and SA Associates for On-Call Civil Engineering and Professional Consulting Services"; and Y) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Stantec Consulting Services Inc. for On-Call Civil Engineering and Professional Consulting Services"; and Z) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and TAIT & Associates, Inc. for On-Call Civil Engineering and Professional Consulting_Services"; and AA)Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Tetra Tech for On-Call Civil Engineering and Professional Consulting Services". Alternative Action(s): Do not authorize the contracts and direct staff accordingly. Will need to seek design support and engineering services may be on hold or decrease until new contracts are approved. Analysis: On-call services refer to professional services provided on an as-needed basis. The City establishes contracts with pre-qualified firms, enabling staff to quickly assign work when specific projects or t of work increased workload demands arise. These contracts do not guarantee a minimum amount and are activated only through individual task orders. This approach offers both flexibility and cost efficiency, allowing the City to meet service needs without adding permanent staff. Each year, the City undertakes a Capital Improvement Program (CIP) involving various infrastructure projects that require engineering support. Given that numerous projects demand design work or specialized studies beyond the scope of internal City staff, engaging external expertise is crucial. This need extends to preparing grant applications, conducting environmental monitoring, performing inspections and testing, and ensuring compliance with federal and state regulations, all of which City of Huntington Beach Page 4 of 6 Printed on 6/25/2025 powered by Legistar1n" 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 p p P 9 9 9 currently maintains active agreements with twenty-seven (27) firms to deliver these essential services.. Following the review process, City staff recommend awarding on-call contracts to twenty-seven (27) firms that received the highest evaluation scores. These firms include: Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, Inc.; Moffatt & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Rick Engineering Company; SA Associates; Stantec Consulting Services Inc.; TAIT & Associates, Inc.; and Tetra Tech, Inc. Funding for these services will come from Public Works project and program budgets. The on-call contracts will only be utilized when project demands exceed available City staff resources. Each contract will be set at a not-to-exceed amount for a three-year term, with no guaranteed work. All expenditures under these contracts require City Council approval through the regular budget process. Environmental Status: Not applicable. Strategic Plan Goal: Non Applicable -Administrative Item Attachment(s): 1. Anchor QEA Professional Services Contract City of Huntington Beach Page 5 of 6 Printed on 6/25/2025 powered by LegistarT"" 98 File #: 25-396 MEETING DATE: 7/1/2025 2. Ardurra Group, Inc. Professional Services Contract 3. AZTEC Engineering Group, Inc. Professional Services Contract 4. Bowman Consulting Group Ltd. Professional Services Contract 5: Cannon Corporation Professional Services Contract 6. CWE Professional Services Contract 7. EEC Environmental Professional Services Contract 8. GHD, Inc. Professional Services Contract 9. H. W. Lochner Professional Services Contract 10.Harris & Associates, Inc. Professional Services Contract 11.HDR Engineering, Inc. Professional Services Contract 12.HR Green Pacific, Inc. Professional Services Contract 13.Huitt-Zollars, Inc. Professional Services Contract 14.Kabbara Engineering Professional Services Contract 15.Kreuzer Consulting Group Professional Services Contract 16.Michael Baker International, Inc. Professional Services Contract 17.Michael K. Nunley and Associates, Inc. Professional Services Contract 18.Moffatt & Nichol Professional Services Contract 19.Onward Engineering Professional Services Contract 20.Pacific Advanced Civil Engineering, Inc. Professional Services Contract 21.Proactive Engineering Consultants, Inc. Professional Services Contract 22.Psomas Professional Services Contract 23.Rick Engineering Company Professional Services Contract 24.SA Associates Professional Services Contract 25.Stantec Consulting Services Inc. Professional Services Contract 26.TAIT &Associates, Inc. Professional Services Contract 27.Tetra Tech Professional Services Contract 28. PowerPoint Presentation City of Huntington Beach Page 6 of 6 Printed on 6/25/2025 powered by LegistarTm 99 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND TAIT & 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 TAIT & 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 Jacob Vandervis 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 work directly shall assign a staff coordinator too with CONSULTANT in the performance of this Agreement. 25-16466/380246 1 of 11 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on ()U Oki i6r , 20 25 (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." 25-16466/380246 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: 25-16466/380246 3 of 11 "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance 25-16466/380246 4 of 11 policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and 25-16466/380246 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 25-16466/380246 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: 25-16466/380246 7 of 11 TO CITY: TO CONSULTANT: City of Huntington Beach TAIT & Associates, Inc. ATTN: Director of Public Works Attn: Jacob Vandervis 2000 Main Street 701 N Parkcenter Drive Huntington Beach, CA 92648 Santa Ana, CA 92705 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or 25-16466/380246 8 of 11 neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 25-16466/380246 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 25-16466/380246 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, CITY OF HUNTINGTON BEACH, a TAIT &ASSOCIATES, INC. municipal corporation of the State of California / 4; Mayor k•e- v print name City Clerk ITS' (circle one)Chairman/Presiden Vice President AND INITIATED AND APPROVED: By: 9 Director of Public W r yAs 1 �� o u o ks print name ITS: (circle one Secrets► hief Financial Officer/Asst) REVIEWED AND APPROVED: a -"Ire er City Manager APPROVED AS TO FORM: CityIA Attorney Y u (*'1'. COUNTERPART 25-16466/380246 I 1 of 11 Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a TAIT& ASSOCIATES, INC. municipal corporation of the State of California ayor By: r� j print name City Clerk q' .2.5 ITS: (circle one)Chairman/PresidentNice President AND INITIATED AN APPR VED: By. Director of Public Works print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manag r APPROVED AS TO FORM: *j\j City Attorney COUNTERPART 25-16466/380246 1 1 01' 1 1 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 TAIT & ASSOCIATES, INC. eoLq(y to, ,P ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES , AV ENDOR APPLICATION FORM & COVER LETTER.. March 13, 2025 City of Huntington Beach Finance Department 2000 Main Street Huntington Beach, California 92b48 RE: ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES - B. GENERAL CIVIL ENGINEERING TAIT & Associates, Inc. (TAIT) is pleased to submit us to provide effective and coordinated services for this proposal in response to RFP for On-Call Civil future projects. Engineering Professional Consulting Services for the City Commitment to Service and Point of Contact. of Huntington Beach (City). TAIT has been delivering Acting as an extension of the City's staff, TAIT emphasizes solutions for over 61 years and has provided civil, clear communication and reliable service. The project engineering, architectural design, and construction will be managed from TAIT's headquarters, support services to municipalities,transit agencies, and located at 701 Parkcenter Drive, Santa Ana, CA private sector clients on a range of infrastructure projects. 92705, with David Sloan serving as the Project Manager and Primary point of contact. David TAIT at a Glance.TAIT is headquartered in Santa can be reached at 714-560-8200 ext. 643, fax Ana, allowing us to coordinate efficiently and respond 714-560-8211, and email at dsloan@tait.com. TAIT quickly to the City's project needs.TAIT employs is prepared to allocate the necessary personnel and 200 associates, including civil engineers, architects, resources to support the City's needs. surveyors, and construction professionals with expertise in facility improvements, ADA compliance, pavement We appreciate the opportunity to submit our proposal rehabilitation, fueling infrastructure, and zero-emission and discuss how TAIT can support the City. The vehicle (ZEV) infrastructure projects. proposal price shall remain valid for a period of at least 180 days from the date of submittal.Thank Infrastructure and Engineering Expertise. Our you for your consideration, and we look forward to the engineering team has experience delivering design opportunity to collaborate. and construction support for transit facilities, roadway improvements, and site development projects, ensuring Very truly yours, compliance with regulatory requirements while TAIT &Associates, Inc. maintaining operational efficiency.This experience gives ‘ ,/a�. C us an understanding of the City's project requirements, • ob Vandervis, P.E., permitting processes, and infrastructure needs, allowing ' hief Operating Officer CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 1 44L��102°:\ TAIT & ASSOCIATES, INC. 0': ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES 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 es / No • Ocean Engineering Yes /©o • Environmental/Water Quality Yes / ©o CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 2 TAIT & ASSOCIATES, INC. \ vivo,t ;r ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: 0 NEW ❑ CURRENT VENDOR Legal Contractual Name of Corporation: TAIT&Associates Inc. Contact Person for Agreement: Jacob Vandervis Corporate Mailing Address: 701 Parkcenter Drive City,State and Zip Code: Santa Ana, CA 92705 E-Mail Address: jacobv@tait.com Phone: 714-560-8200 x677 Fax: 714-560-8233 Contact Person for Proposals: David Sloan Title:Vice President/Project Manager E-Mail Address: dsloan@tait.com Business Telephone: 714-560-8200 x643 Business Fax: 714-560-8233 Year Business was Established: 1964 Is your business: (check one) ❑ NON PROFIT CORPORATION FOR PROFIT CORPORATION Is your business:(check one) D CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION I of 2 CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 3 " = TAIT & ASSOCIATES, INC. Ai rz 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 Tom Tait Executive Chairman 714-560-8602 Trevor Tait CEO 714-560-8653 Rich Tait President 714-560-8645 Jacob Vandervis COO 714-560-8677 ............... . ........ Jason Jones CFO 714-560-8636 Federal Tax Identification Number: 95-2395815 City of Huntington Beach Business License Number: N/A (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: N/A 2of2 CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 4 TAIT & ASSOCIATES, INC. • ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES B. BACKGROUND & PROJECT SUMMERY FIRM OVERVIEW TAIT&Associates, Inc. (TAIT) is a California C EXPERTISE AND EXPERIENCE TAIT and its sub consultants apply decades of expertise Corporation founded in 1964, providing engineering and architectural services to public agencies across across various civil and architectural engineering, Southern California for over 61 years. TAIT employs planning, and design services. We can specifically provide the following services in the Civil Engineering approximately 200 professionals, with a strong presence in engineering, architecture, and environmental category: services.TAIT operates from nine regional offices across the Western and Southeastern United States. Civil Engineering Services • Headquarters —701 N. Parkcenter Drive, Santa • Transportation and Infrastructure: Designing Ana, CA roadways, utilities, drainage, and traffic • Norco Office — 801 Lampton Lane, Norco, CA management systems. • Sacramento Office — 11280 Trade Center Drive, • Water and Environmental Systems: Managing Rancho Cordova, CA 92860 water quality, water and wastewater systems, and • Boise Office — 707 North 27th Street, Boise, ID stormwater infrastructure. 83702 • Land Development and Planning: Developing • Denver Office — 320 North Lincoln Ave, Loveland, and remediating sites while ensuring optimal OH grading and layout. • Dallas Office — 1601 N Glenville Dr. #107 • Surveying and Mapping: Conducting boundary Richardson, TX 75081 surveys, topographic mapping, and right-of-way • Atlanta, Houston, Oklahoma City— Satellite coordination. Offices • Specialty Systems: Designing and remediating QUALIFICATIONS & fueling systems and managing hazardous materials. EXPERTISE Since 1964, TAIT has built strong relationships with state and local agencies throughout Southern California. We consistently deliver projects that meet or exceed local, state, and federal requirements while staying on schedule and within budget. CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 5 t TAIT & ASSOCIATES, INC. ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES TAIT'S INTEGRATED PROJECT TEAM TAIT & Associates, Inc. Core Services TAIT TAIT TAIT ENGINEERING ENVIRONMENTAL BUILDING • Public Roadway Rehabilitation, • Underground &Aboveground • Site Plans Widening, and New Storage Tank Services (UST/AST) Prototypical Designs Construction • Design, Installation & Removal • Building Assessment &Tenant • Water Quality Design & Review • Testing, Repairs & Upgrades Improvement (TI) Plans (LID Plan, SWPPP, etc.) • Compliance Records & • Site Feasibility Assessment • Public On-Site and Building Regulatory Support • Building & Site ADA Surveys Improvements (Including • Operator Training & • Bid & Construction Documents Architectural Services) • Inspections (Class A, B, & C • Construction Management & • Public Parking Facilities Site • Spill Prevention, Containment& Specifications Improvements Countermeasures (SPCC) • Design Review & Renderings • Storm Drain Design and • Alternate Fueling Systems • Project Representation to Hydrologic & Hydraulic • Electric Vehicle Infrastructure Agency& Community Analysis • Hydrogen Fueling Systems • Discretionary Permit Processing • Water &Waste Water • Site Assessment & Remediation • Permit Expediting Rehabilitation & New Construction • Phase I & II Investigations • Public Improvement & Private • Lead &Asbestos Surveys & Development Design Plan Abatement Checking • Subsurface Investigations/Site • Architectural & Structural Design Characterizations Services • Soil & Groundwater Remediation • Construction Management, • Compliance & Regulatory Testing Inspection & Surveying Services • Hazmat Business &Area Plans • Design and Construction Survey • Environmental Management Services CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 6 TAIT & ASSOCIATES, INC. " ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES C. METHODOLOGY COLLABORATIVE AND CTO Workflow and Process INTEGRATED APPROACH: TAIT Receipt ofCTORFP-Thelead IN HOUSE CIVIL -ARCHITECT - Project Manager reviews project FUELING requirements and assigns to appropriate division as lead. TAIT employs a collaborative and proactive approach -� to project delivery, leveraging our in-house team's a r►dersfananu Assi n'- extensive expertise to address the majority of Project needs are outlined, project requirements directly. For specialized needs disciplines on project are identified and meetings held such as traffic engineering, geotechnical services, , „o ��,�' and landscape architecture,we partner with trusted IN subcontractors to provide seamless, comprehensive Plan- •.�;'� edule, and Fees are organized by Lead solutions. This methodology allows us to deliver effective Discipline,compiled in draft solutions aligned with the City's needs while maintaining proposal for team review. compliance with local, state, and federal regulations. QA/QC-Proposal undergoes, TAIT's expertise is further enhanced by our specialized internal review to ensure completeness,compliance, and advisors, including Ryan Bloom, EV Infrastructure cost-effectiveness. Advisor, who provides expertise in the planning, design, and implementation of electric vehicle (EV) Submission to..,CTA-The a, charging in infrastructure, and Phil Clark, Hydrogen g Assigned Project Manager" and Renewable Energy Business Development submits the technical and cOst r'x, proposal within the designated Advisor, who brings extensive knowledge in hydrogen Syr timefram fueling systems and renewable energy solutions.Their contributions ensure that TAIT remains at the forefront of sustainable transportation infrastructure development. CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 7 TAIT & ASSOCIATES, INC. ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES TAIT'S PROJECT MANAGEMENT discipline lead on project will include: APPROACH AND METHODOLOGY The City's engineering design and support services • TAIT Civil:Total area of impact, grade constraints, require careful planning, effective communication, and utilities and drainage implications, need for regional precise execution to ensure successful delivery of transit permits, Right of Way constraints, traffic impacts, etc. facility projects, including capital improvements, capital • TAIT Architect:Extent of building needs, code maintenance, and facility modifications. Our team implications for improvements, New vs. Retrofit cost is well-versed in the City's Contract Task Order benefit, etc. (CTO) structure and the three project phases: • TAIT Fueling:Type of fuel source needed (gas/ Design Phase, Bidding and Award of Contract diesel/ev/hydrogen), regulation implications, cost Phase, and Construction Monitoring Phase. of replacement vs. maintenance, on-going cost and maintenance needs, space and circulation planning, To ensure consistent and reliable services, TAIT will etc. employ our proven 5-step project management protocol on each assigned contract which 2. Assign includes: Understand >Assign > Plan > Execute> TAIT assigns a Senior Project Manager to oversee each QA/QC. task order and designates a Project Engineer whose expertise aligns with the project scope. Additionally, for The following is a brief outline of our project transit infrastructure projects involving alternative fueling management approach and key components of each systems, TAIT assigns Ryan Bloom, EV Infrastructure step: Advisor, to oversee electric vehicle infrastructure planning 1. Understand and implementation, and Phil Clark, Hydrogen and Upon receiving a CTO from the the City, TAIT conducts Renewable Energy Systems Advisor, to provide expertise an initial review to assess project requirements. on hydrogen fueling and renewable energy integration. Our team researches existing conditions, including field, environmental, regulatory, and stakeholder For specialized disciplines,we engage our network considerations, to ensure we fully understand the project of experienced subconsultants for which we have scope.We coordinate with the City through meetings maintained the same bank of on-call consultants for and discussions to clarify objectives, expectations, and nearly the past decade. This targeted assignment limitations, ensuring alignment before moving forward. process with our proven team ensures that all aspects This initial step will be used to gain a full understanding of the project are effectively managed by qualified of the project needs, what areas of expertise will be professionals. demanded, and what are the items that may affect the design of the project. Key questions for each TAIT TAIT's ability to assign Civil, Architectural, and Fueling CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 8 TAIT & ASSOCIATES, INC. sVtLa ,oe ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES design to in house members will surely benefit the City on at TAIT. In order to ensure safety remains a focus, the broad list of project needs identified in this RFP. TAIT implements a mandatory, monthly, worksite safety meeting for all field personnel at the company. 3. Plan The safety meetings provide valuable opportunities Upon selection of the team and comprehension of for our associates to learn of the required job site the project needs, we will prepare and submit a clear safety measures and to continue their education and concise scope of work, project schedule, and fee and understanding of job site safety needs. Safety proposal that includes all necessary tasks to successfully responsibilities are also outlined by Managers, complete the contract. Key considerations during the Committee members, and associates based on category planning phase will include: and type of work. • funding source (local/state/fed.) • permit/doc. requirements, TAIT also implements annual health screenings for field • stakeholder requirements/needs, personnel in order to ensure associates are safe and • level of design detail desired, capable of being on site to perform duties. •stormwater quality requirements, • coordination and meeting needs, Identification and Mitigation of Potential Issues • overall scheduling needs. TAIT diligently works to maintain schedule by actively • Community coordination managing resources and workflows to address • Renderings & Presentations challenges as they arise. At the outset, we develop • Etc. detailed project schedules that include clear milestones, permitting requirements, and coordination timelines. 4. Execute If delays occur, TAIT promptly reassesses personnel Upon selection of the TAIT team and issuance of the assignments, reallocates resources, and adjusts notice to proceed,TAIT will implement the project plan workflows to maintain alignment with project objectives. with meticulous detail to ensure that all civil engineering design work is carried out with the highest standards of To mitigate the impact of delays,TAIT deploys strategies quality and efficiency. Our assigned project manager such as assigning additional staff, approving overtime, or will maintain open communication with the City and will involving senior-level experts to accelerate progress—all remain available and responsive to the City's needs without incurring additional costs to the the City. Regular throughout the life of the project.TAIT's execution of the team meetings provide a forum to evaluate progress, contract includes the following key items: identify potential risks, and implement corrective measures in real-time.These actions ensure the project Safety Policies and Procedure remains on schedule while maintaining quality and Job site and workplace safety is always top of mind alignment with the the City's goals. CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG.9 TAIT & ASSOCIATES, INC. ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES ZCF��O(fi,t,✓r Cost Control Quality Control is the responsibility of each and TAIT manages costs by developing accurate and every team member. It includes the selection of detailed estimates based on CAD-derived quantities and project team members who have demonstrated through recent local bid data. Our engineer's estimates include experience the ability to understand and apply the contingencies to accommodate potential construction project objectives to achieve a specific goal. It requires variability and ensure financial flexibility during bidding open and continuous communications between all team and execution. We use Deltek software to segment and members and the client. track design costs by task, enabling early identification of potential overruns and timely corrective measures. TAIT has developed internal design checklists. Design Accurate and detailed designs reduce construction costs checklists are used by our design team as a component by supporting competitive bidding.TAIT collaborates of our firm's QC process. closely with the City to align budgets, schedules, Timely Quality Control Reviews are provided. and project priorities, maintaining transparency and Before plans are submitted to outside parties and the accountability throughout the process. approving agency/agencies for review and approval, TAIT's QA/QC Manager or his designated QC team 5. Quality Assurance and Quality Control member conducts a thorough review to verify the quality, Program (QA/QC) constructibility and completeness of the submittal. A The ongoing and critical feature of our design process typical TAIT QA/QC Program includes the following is our Quality Assurance/Quality Control (QA/ steps: QC) Program. For Civil lead projects,Todd Broussard P.E., QSD/P, oversees TAIT's QA/QC Program. For 1. PM initiates the QC process at agreed upon project architecture, Randy Syphus oversees the program. milestones. 2. QA/QC Manager reviews the submittal with the TAIT's QA/QC Program focuses on the following four Project Manager (PM) to obtain project specific primary objectives: information and conducts a limited review on the • To ensure that a quality design has been provided by completeness of the submittal following our in-house design checklists 3. Review of the Submittal — Submittal is reviewed using • To verify that different disciplines and agencies have TAIT's internal checklists. Necessary corrections are been coordinated identified on the submittal which is returned to the • To verify that the proposed improvements are PM. constructible, and 4. QA/QC Manager and PM review the QC • To verify that a cost effective analysis approach was comments to set a course of action. Any proposed followed to achieve the client's goals Value Engineering (VE) measures are reviewed to determine the appropriate next step. TAIT utilizes a Total Quality Management approach. 5. The PM meets with the design team to monitor TAIT's philosophy is that quality control begins at day progress and verify design documents. one and does not end until the project is constructed. 6. Package is submitted to agency for review& approval. CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 10 ,�ro r TAIT & ASSOCIATES, INC. •'`' ""•,f ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES D. STAFFING TAIT affirms that all key personnel designated for this project will be available to the extent proposed for the duration of the contract. No individual identified as "key" to the project shall be removed or replaced without the prior written concurrence of the Authority.TAIT is committed to maintaining continuity in project staffing to ensure the successful execution of all assigned tasks. Resumes are included in the Appendix per the City's Q&As direction. LICENSES YEARS OF TIME WITH NAME/LOCATION CLASSIFICATION DESIGNATION / REGISTRATIONS EXPERIENCE FIRM Jacob Vandervis,P.E. Principal-in-Charge CA No.C46301 39 28 Santa Ana Office David Sloan,P.E. Lead Project Manager CA No.C82595 18 10 Santa Ana Office Todd Broussard,P.E.,QSD/P QA/QC Manager CA No.C57144 38 13 Santa Ana Office Dennis Pastier,P.E. Sr.Professional Engineer(Roadways) CA No.C46106 38 3 Santa Ana Office Samantha Wohlfarth,P.E. Professional Engineer(Utilities) CA No.C86126 13 13 Santa Ana Office Daniela Malott,P.E. Professional Engineer(Drainage/Water CA No.C86581 13 8 Santa Ana Office Quality) Michael Tran,E.I.T. Alternate Utilities Engineer -- 12 7 Santa Ana Office Ryan Hoskin,P.E. Alternate Drainage/W.Q.Engineer CA No.C84850 13 13 Santa Ana Office Michael Furlong,PLS Sr.Professional Surveyor CA PLS No.8899 46 6 Santa Ana Office Reese Brashear,LSIT Field Party Chief CA LSIT No.7868 22 22 Santa Ana Office Bill Duree Fuel Systems Specialist -- 41 34 Dallas Office Phil Clark Renewable Energy Business Development -- 15 2 Denver Office Advisor Ryan Bloom Electric Vehicle(EV)Infrastructure Advisor -- 15 1 Oklahoma Office Subconsultants f"" 1 TJW/Thomas Wheat,P.E. Sub-consultant/Traffic Engineering CA No.69467 -- -- SoCalGeo/Pablo Mantes Sub-consultant/Geotechnical Consulting -- -- -- CDPC/Jim Baldovin Sub-consultant/Landscape Architecture CA No.4176 -- -- NCM/Transystems/Mohan Char Sub-consultant/Bridge/Structural CA,57894 -- -- Engineering CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 11 0"': TAIT & ASSOCIATES, INC. �,.. -, - `N ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES �F'4urir;';s ORGANIZATION CHART LEADERSHIP ''''. , \ill Orilla. F � Jacob Vandervis David Sloan Todd Broussard Dennis Postler PE/QSD/P PE PE/QSD/P PE Principal-in-Charge Lead Project Manager QA/QC Manager Sr. Professional Engineer ENGINE RING RVEY = : ttk t ' I '4*.L4:71 G '( I 1: 7 q 84;41 • .4 / 4— „ Samantha Wohlfarth Daniela Malott Michael Furlong Dan Hinson Drew Ericsen Randy Syphus PE PE PLS Architect NACRB, LEED AP Sr.Architect,AIA, NCARB Professional Professional Sr. Professional Principal/ Sr.Project QA/QC Manager Engineer(Utilities) Engineer(Drainage) Surveyor Architect Manager FUEL' EV & HYDROGEN P. Bill Duree Phil Clark Ryan Bloom Fuel Systems Specialist Renewable Energy Business Electric Vehicle(EV) Development Advisor Infrastructure Advisor 1 SUBCONSULTANTS -„ , .,,,,via,,,,,,,,,,,-0,,,, y.,,,,, 1/4,,.,,,,,--,, Alw III SoCalGeo RA,NSYSTEM` SoCalGeo CDPC NCM/Transystems TJW Engineering Landscape Bridge/Structural Traffic Engineers Geotechnical P Engineers Engineers Architects CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 12 TAIT & ASSOCIATES, INC. ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES E. QUALIFICATIONS We are proud to bring our extensive knowledge of local jurisdictional requirements, having successfully collaborated with agencies throughout the region.This understanding allows us to navigate regulatory processes efficiently and anticipate potential challenges, ensuring smoother project delivery and full compliance with all applicable federal, state, and local regulations. Previous and Current On-Call Contracts: Los Angeles County Orange County On-Call Engineering Services On-Call Engineering Services • City of Bellflower • City of Placentia • City of Rancho Palos Verdes • City of Fullerton • City of Manhattan Beach • City of Irvine • City of Whittier • City of Lake Forest • San Gabriel Council of Governments • City of Newport Beach • City of Carson • City of Santa Ana • City of Gardena • City of Stanton • City of Lynwood • City of Yorba Linda • City of La Mirada • City of Laguna Hills • City of Hermosa Beach • City of Fontana • City of Seal Beach • City of Glendora On-Call Architectural-Engineering Services • OC Sheriff's Dept. On-Call Architectural-Engineering Services • OC Fire Authority • City of Diamond Bar Other San Bernardino & • On-Call Architectural Services, County of Orange Riverside County • On-Call Plan Checking, Land Development, Expedited Processing, OCPW/County of Orange • On Call Surveying, South Orange County On-Call Engineering Services • City of Chino Hills Community District • City of Norco On-Call Architectural-Engineering Services • City of Chino • County of Riverside CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 13 1 0. 7,3a TAIT & ASSOCIATES, INC. $' ,F°; 9 ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES TRANSPORTATION/ROADWAY • Newport Beach Corporate Yard IMPROVEMENTS • John Wayne Airport Restroom, County of Orange • Civic Center Assessment, City of Corona • El Toro Road and Median Improvements, City of • Silverado Library of the Canyons, County of Orange Lake Forest — David Sloan, PM*** • Norco Library, City of Norco • Jeronimo & El Toro Widening, City of Lake Forest — David Sloan, PM*** TRANSIT FUEL TANK& INFRASTRUCTURE • Dimension Dr., Civic Center Dr., & Portola Pkwy Rehab for City of Lake Forest—David Sloan, PM*** • Los Angeles County Metropolitan Transportation • Bonita Canyon and Ford Road Rehabilitation for City Authority Fuel Tank System Upgrades and of Newport Beach — David Sloan, PM Environmental Compliance • Campus Drive Pavement Rehabilitation, City of Irvine • Santa Clara Transportation Agency Dispenser — David Sloan, PM Replacements— Bill Duree, Fuel Systems Specialist • Portola Parkway Resurfacing Design, City of Lake • Riverside Transit Agency Bus Maintenance Facility — Forest — David Sloan, PM Bill Duree, Fuel Systems Specialist • Jacaranda Neighborhood Rehab & Sewer • Los Angeles World Airports Underground Storage Replacement for City of Fullerton — David Sloan, PM Tank Inspection • Citywide Street Resurfacing Project for City of • Metrolink/Southern California Regional Rail Stanton — David Sloan, PM Authority Locomotive Fueling System— Bill Duree, • Area 6 Slurry Seal and Overlay Project for City of Fuel Systems Specialist Diamond Bar — David Sloan, PM • Caltrans Replacement of AST and UST Systems • Mesa Drive Widening, City of Newport Beach — • OCTA Removal of USTs and Installation of Fueling David Sloan, PM Systems ***Includes transit-related elements ALTERNATE FUELING FACILITIES — CIVIL EV Charging • Suburban Retail Center EV Charging Station, • Tustin Metrolink Station Redevelopment, OCTA EVPassport— Ryan Bloom, EV Infrastructure Advisor • Orange County Sheriff Department Headquarters • Multi-Family EV Charging Stations, San Diego Security Measures — David Sloan, PM & Glendale, EVPassport— Ryan Bloom, EV • East Station Perimeter Wall Project, City of Santa Infrastructure Advisor Ana — David Sloan, PM • Office Workplace EV Charging Hub, Walnut Creek, • Baldwin Park City Yard Improvement, City of EV Passport — Ryan Bloom, EV Infrastructure Advisor Baldwin Park — David Sloan, PM • DC Fast Charging Interstate Depots, National • Silverado Library of the Canyons, County of Orange Electric Vehicle Infrastructure Program, Electric Era — • Orange County Animal Care Facility, County of Ryan Bloom, EV Infrastructure Advisor Orange Hydrogen Fueling • Tustin Family Campus, County of Orange • Hydrogen Consultant for SoCal Gas — Phil Clark, • Irvine City Hall UST Replacement, City of Irvine Hydrogen Fueling Consulting • William Wollett Aquatic Center, IUSD, City of Irvine • First Element Fuel Program Rollout • Pasadena, Burbank, Moreno Valley, McClennan FACILITIES— ARCHITECTURAL/ENGINEERING Park, Redwood City, Kettleman City, Oakland Hydrogen Fueling Training • Baldwin Park City Yard Improvement, City of Phil Clark, Hydrogen Fueling Consulting Baldwin Park CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 14 TAIT & ASSOCIATES, INC. ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES References of Work Performed Form (List 5 Local References) Comany Name: TAIT&Associates, Inc. 1. Name of Reference: Irvine Center Drive Pavement Rehab Project Address: 1 Civic Center Plaza, Irvine,CA 92606 Contact Name: Tim Callahan. PE Phone Number: (949) 482-8431 Email: tallahan@cityofirvine.org Dates of Business: 2023-202.4 2. Name of Reference: El Toro Road Median & Pavement Improvements Address: 100 Civic Center Dr. Lake Forest, CA 92630 Contact Name: —____ () -Erdman. E_ Phone Number: (949)28215231 Email: derdman@lakeforestca.gov Dates of Business: 2020-2024 3. Name of Reference: Be Well-Irvine Campus Address: 601 N. Ross Street, Second FL,Santa Ana, CA 92701 Contact Name: Zoila Finch PE Phone Number:(714)834-3766 Email: zoila.finch@ocpw.ocgov.com Dates of Business: 2020-Present 4. Name of Reference: Figueroa Street Pavement Rehabilitation Address: 701 E Carson Street, Carson, CA 90745 Contact Name: Gilbert Marquez, PE Phone Number: (310) 952-1700 Email: gmarguezPcarsonca.gov Dates of Business: 2023-2025 5. Name of Reference: Von Karman Avenue Pavement Rehabilitation Project Address: 100 Civic Center Drive, Newport Beach,CA 92660 Contact Name: Ben Davis, PE Phone Number:(949)644-3317 Email: BDavis@newpQrtbeachca.gov Dates of Business: 2023 CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 15 TAIT & ASSOCIATES, INC. ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES N7r,P' REFERENCE DESCRIPTIONS Irvine On-Call Engineering: Irvine Center Drive Pavement Rehab Project City of Irvine TAIT was selected by the City of Irvine to provide civil engineering and Reference Contact: surveying on the Irvine Center Drive Pavement Rehabilitation Project Tim Callahan,PE 1from Pacifica to Lake Forest Drive. Theproject limits include a total of 2 miles of Civic Center Irvine,CA 9260606 arterial roadway rehabilitation on Irvine Center Drive and a 3 lane arterial roadway with (949)482-8431 bike lanes extending through the City of Irvine. tcallahan@cityofirvine.org Client: City of Irvine TAIT has been on call with the City of Construction Costs: Irvine since 2014 and has completed Project Dates: Design:2023 several projects. Construction:2024 Key Personnel: PIC:Jacob Vandervis PM:David Sloan The project includes the design of pavement Overpass, and the identification and QA/QC:Dennis Postler rehabilitation strategies as well as the adjustment/protection of utility facilities PE:Chris Engelbach identification and replacement of non- throughout the project limits. Extensive ADA compliant curb ramps, sidewalk, coordination was conducted with the City Additional Projects: replacement of damaged curb and gutter, to verify that the pavement replacement Irvine Center Drive Pavement coordination with IRWD and Caltrans scenario is in line with the proposed and Rehabilitation for encroachment approvals at 1-405 revised grades. Campus Drive Roadway Improvement Project Underground Fuel Storage lank Removal CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 16 r/i "I TAIT & ASSOCIATES, INC. »,o ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES Lake Forest On-Call Engineering: El Toro Road Median & Pavement Improvements City of Lake Forest TAIT was selected by the City of Lake Forest to provide civil engineering, Reference Contact: surveying, and geotechnical engineering on the El Toro Median & Doug Erdman,PE Pavement Improvement Project from the 1-5 Freeway at the south to 100 Civic Center Dr. Marguerite Parkway at the north. The project limits included a total of 5 miles of Lake Forest,CA 92630 arterial roadway rehabilitation on Portola Parkway which is a 4 to 6 lane arterial roadway (949)282-5233 with bike lanes, middle turn lanes and intermittent medians. derdman@lakeforestca.gov Client: City of Lake Forest TAIT has been on call with the City CanstructianCasts:_— — of Lake Forest since 2015 and has $14million • completed multiple projects. Project Dates: Design:2020-2024 Construction:2025 Key Personnel: The project included the design of new, facilities. Plc:Jacob Vandervis landscaped medians between Jeronimo PM:David Sloan Road and Trabuco Road, as well as This project also included incorporation of QA/QC:Dennis Postler pavement rehabilitation along the entire the design improvements for the Jeronimo project limits. The project also included Road Widening project which was also Additional Projects: the identification and replacement of designed by TAIT and included right Portola Parkway Resurfacing non-ADA compliant curb ramps, sidewalk, of way dedication and retaining wall Citywide Traffic Signal replacement of damaged curb and gutter, design. This project will be phased for Upgrade Project signage and striping and the identification construction for the median improvements Packer Place linear Park and adjustment/protection of utility and Jeronimo. Drainage Improvements Mn, R,CI„ Ascension ivedianAcceleration Rw RA Lane Project PPLT Raffle Signal w&LOC VARIES VI&LOC VARIES CA:ALt po:[[ Improvements JOIN EX CUR"IERAC$LOT PAVE 1 CUNBJON E! z GUTTER I Glenn Ranch Road Rehab. R Z ---- f.S EEVELiN 4.5'ARNN 7.S.ARNN 1.5.IEVEUNO _-- ___ COURSE 0 l,, O- COURSE I -T- _ ' •t J tw Jeronimo�rEl Toro Widening __ 1 - -- 0*E PUNS FOR APROX E»' Dimension Drive, Civic Center PAV[YpIT row LOCATICNS TYP. SECTION-EL TORO ROAD Drive,6 Portola 1 arkway STA.117+00 TO STA.155+28 Rehabilitation Project NES CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 17 TAIT & ASSOCIATES, INC. ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES County of Orange On-Call Engineering: Be Well-Irvine Campus City of Irvine This complex offers a new kind of care for behavioral health services Reference Contact: in orange county providing community and client social support Zoila Finch PE services via education, rehabilitation, medication counseling, and case County of Orange,CEO Real management. Estate,Land Development County Administration South TAIT is the master civil engineer for the entire re-development working with the County 601 N.Ross Street,Second of Orange and design-firm Gensler. Tied together via a network of public open spaces FL,Santa Ana,CA 92701 inspired by the patients it serves, the featured buildings house not only outpatient services (714)834-3766 and medical clinics, but also gathering places for the community to learn and engage zoila.finch@ocpw.ocgov.com around mental health. Client: County of Orange TAIT has been on call with the Design Costs: County of Orange since 2010 and $b°°K • Project Dates: has completed several projects. 2020-Present Key Personnel: The scope of work for TAIT is currently serving as Master Engineer for the new Class-A PM:Jacob Vandervis Irvine campus. It is also expected to feature 24 crisis stabilization beds, as well as a 12 bed sobering station and residential substance use treatment beds for adolescents and Additional Projects: women who are pregnant or have young kids. KelloggDriveSideu'alk Gap - t Closure Project .. 7.1"4 y .,Ilp OCAnirnal Care Facility yid y • ° • S + .Sllverado Library of the ` r`r • _ Canyon - « rxa � Tustin Family Campus � *. �' Kellogg Drive Sidewalk Gap sir - Closure Project "" " -- Hall of Administration s . ro: �` tt El'faro Development-10(1 • " • mr Acres CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 18 iING7 4...,, ., TAIT & ASSOCIATES, INC. �'�� `` Eo;t ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES c,5 to O Carson On-Call En ineerin : t Figueroa Street Pavement Rehabilitation City of Carson TAIT was selected by the City of Carson to provide design engineering, Reference Contact: surveying, and geotechnical engineering services for Figueroa Street from Gilbert Marquez,PE 701E Stre et,Carson Carson Street to Lomita Boulevard.The project included nearly 2 miles of arterial collector Carson,CA roadway rehabilitation on Figueroa Street which is a 4-lane arterial roadway with raised (310)952-1700 and painted medians.The scope of work included field identification and design of over gmarquez@carsonca.gov 770,000 SF of AC Pavement Mill &Overlay, and over 184,000 SF of full-depth pavement Client: Digouts and Reconstruction. City of Carson Construction Costs: $8.3M TAIT has been on call with the Project Dates: Design:2023-2024 City of Carson since 2022 and has Construction:2024-2025 completed several projects. Key Personnel: PIC:Jacob Vandervis PM:Dennis Pastier QA/QC:David Sloan This project included surveying, civil to meet Americans with Disabilities Act PE:Aaron Richter engineering and geotechnical engineering (ADA) requirements, identification and Additional Projects: for 1.8 miles of an arterial collector adjustments/protections of existing utility roadway. The roadway rehabilitation facilities, signing &striping improvements, 213 Street Pavement Rehab methods included full-width grind and and tree removals and replacements based ARHM overlay, and full-depth roadway on safety hazards. Additionally, the project MLKJr.StreetPavement section removal and reconstruction where included permit coordination for a BNSF Rehab and Reconstruction needed. The project also included concrete Railroad crossing and application for work Lomita Boulevard Road pavement and cross-gutters reconstruction, within their right-of-way. Reconstruction and Drainage repair of damaged sidewalks, pedestrian Impts ramps, driveways and curbs&gutters c RA Central Ave/University Drive - �r-sr Tra�icSignallmpts tJ AO 4.S 15 w k lac YM25 t Ex O„E% MI„ aU It r<k la YumE Carson Street Left Turn Lanes t' �tlll�k MEIXA„CUM /' CUkk k I ouTlE ) „ED w orre CUtlElt 1 _ ARC ) Analysis IGAM 11F�M+ 2X MIN eur � EA.31DEkW1f Main Street Pavement Rehab TYPICAL SECTION : FIGUEROA ST. STA.10+00 TO STA.54+50 CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 19 r'' . •t TAIT & ASSOCIATES, INC. `r ¢"" ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES Newport Beach On-Call Engineering: Von Karman Avenue Pavement Rehabilitation Project City of Newport Beach TAIT was selected by the City of Newport Beach to provide civil Reference Contact: engineering and surveying on the Von Karman Avenue Pavement Ben Davis,PE Rehabilitation Project from MacArthur Boulevard to Campus Drive. The 100 Civic Center Drive, project limits included a total of 3,100 feet of arterial roadway pavement rehabilitation on Newport Beach,CA 92660 a 4-lane, divided arterial roadway. (949)644-3317 BDavis@newportbeachca. gov TAIT has been on call with the City of Cient: Cliyof Newport Beach Newport Beach since 2016 and has Construction Costs: completed several projects. $1.5million Project Dates: Design:2023 The project included surveying and and sidewalk, replacement of damaged Construction:2023 federally-funded civil engineering design curb and gutter, coordination with Key Personnel: in order to receive approvals through IRWD, the identification and adjustment/ PIC:Jacob Vandervis Caltrans Local Assistance. Pavement protection of utility facilities throughout PM:David Sloan rehabilitation strategies included a mixture the project limits, and signing & striping to QA/QC:Dennis Pastier of full-width and variable edge grind and include new bike lanes was also part of PE:Mel Anacion overlay improvements. Additionally, the the project scope. Additional Projects: identification and replacement of non- Newport Heights Alley ADA compliant curb ramps, driveways, Sewer Replacement Project "` s r' Newport Heights hash ---------- °' _ Transfer Station Grading _ aie* _ a cnr :rya Irvine Ave.Sidewalk Gap Closure Project II "„`, ral z. re._.., + Mariners Library Parking Lot t00. Harz 9.4i Expansion Project 1 \ -. ( Mesa Dr.Roadway Widening Old Newport Rd.Shoulder TYPICAL SECTION :VON KARMAN AVE. •.�� Improvement wc,warr+«:we.... 10+68,79 TO STA.12+75,58 NM.i"""""`"~r.. STA.24+29.37 TO STA.2601.15 r.Miftii6ti x+*«,. Bonita Canyon and Ford Road U0`""`" �`""` Resurfacing Project STA.31,05.96TOSTA.35+63.90 g roI STA 39+80.94 TO STA.40+88.10 CITY OF HUNTINGTON BEACH • MARCH 13, 2025 • PG. 20 TAIT & ASSOCIATES, INC. ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES APPENDIX-RESUMES Mr. Vandervis currently serves as a Vice President/Chief Operations Officer in TAIT's Corporate Office in Santa Ana. In addition to his management duties, he acts as the primary point of contact for several national retail and residential developers. Mr. Vandervis is a licensed civil engineer with over 39 years of experience with land development projects in the western United States. His areas of expertise include site design, grading design, drainage studies, water pollution control plans, erosion &sediment control plans, as well as street improvement plans. He is experienced in site design of all sizes for commercial development, involved in preliminary design to develop cost estimates &due diligence packages, as well as experienced in the entitlement phase of projects. His surveying experience includes the preparation of ALTA and topographic surveys, parcel maps, record of survey and legal descriptions. In addition, Mr. Jacob Vandervis, P.E., Vandervis has completed fuel tank upgrade programs for various major oil QSD/P company sites, done facility upgrades for utility clients and has been responsible Principal-in-Charge for entitlement, site design, utility coordination, plan approval, and construction administration on fueling projects. He is a certified Qualified SWPPP Developer (QSD), Certified Development, Design &Construction Professional (CDP) and Certified Retail Property Executive (CRX), Selected Projects: Education B.S. Civil Engineering Be Well-Irvine Campus, County of Orange, Project Manager, - California State 2020-Present University, Long Beach Directed the preparation of grading plans, utility plans, and civil engineering design for a Class-A behavioral health campus in Irvine, CA. The 20-acre Year of TAIT Team Enlistment campus features outpatient services, 24 crisis stabilization beds, a 12-bed sobering station, and residential treatment facilities. Coordinated with the County 1997 of Orange and design firm Gensler to integrate open spaces and community engagement areas. Total Experience 39 OC Animal Care Facility, County of Orange, Principal-in-Charge, 2016 Directed grading, utility, and stormwater management design for a $28 million, Certifications 10-acre redevelopment on the former USMC Tustin Air Station.The facility includes a 40,000 SF administration building, six dog kennels, cat housing, and Registered Professional stormwater bio-filtration basins. Coordinated with multiple agencies, including Engineer, Civil — CA, OR, the City of Tustin, OC Public Works, and the Department of Navy, to secure AZ, UT, NV, ND, WA, HI, approvals and meet construction schedules. &AK. Professional Engineer California No. C46301 CITY OF HUNTINGTON BEACH • MARCH 13, 2025 TAIT & ASSOCIATES, INC. ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES As a Project Manager, David is responsible for supervising staff at TAIT on the preparation of public and private development projects. David has performed and coordinated detailed designs on federally funded arterial roadways, conducted utility coordination for major relocations on high profile projects and conducted project management efforts on multiple projects throughout the Southern California region. David has designed and managed the construction for multiple projects in the southern California region and is an ideal candidate to manage this project for the City. David is an effective communicator and actively stays in contact with his clients throughout the life of his projects. David has also managed multiple public works construction projects and understands the methods and costs of construction. Selected Projects: David Sloan, P.E. Project Manager Baldwin Park City Yard Improvement Project, City of Baldwin Park, Project Manager, 2021-2023 Education As Project Manager, David provided in house services,including surveying,engineering, BS Civil Engineering — Tau architectural,and fuel station design,for improvements to their City Yard. Those improvements include a total gut and reconfiguration of the main Administration building,as well as Beta Pi Honor Society & Chi Epsilon, University of improvements to the warehouses and garage. Southern California Glenn Ranch Road Resurfacing Project, City of Lake Forest, Project BS Physical Science, Biala Manager, 2020-2021 As Project Manager, David provided civil engineering,surveying,and geotechnical engineering Year of TAIT Team Enlistment on the Glenn Ranch Road Resurfacing Project from Portola Parkway to El Toro. The project limits included a total of 1.6 miles of arterial roadway rehabilitation on Glenn Ranch Road which is a 2014 4-lane arterial roadway with middle turn lane and intermittent median for the full length. Total Experience Jacaranda Neighborhood Rehabilitation &Sewer Replacement Project, City of Fullerton, Project Manager, 2019-2020 18 As Project Manager,David provided civil engineering services for the Jacaranda Neighborhood Pavement Rehabilitation and Sewer Main Replacement Project. The project was located in o Certifications historic neighborhood in the City of Fullerton that included over a mile of residential roadway rehabilitation and 2,700 linear feet of sewer main replacement within the neighborhood Professional Engineer surrounding Jacaranda Place from the western cul-de-sac to Malden Avenue. California No. 82595 Campus Drive Pavement Rehabilitation Project, City of Irvine, Project Manager, 2017-2018 As PM, David provided civil engineering and surveying on the Campus Drive Rehabilitation Project from Michaelson Drive to University Drive. The project limits include a total of 4000 linear feet of arterial roadway rehabilitation and reconstruction on Campus Drive which is a 2 lane arterial roadway with bike lanes extending through the City of Irvine. The project includes the design of pavement rehabilitation strategies as well as the identification and replacement of non- ADA compliant curb ramps,sidewalk,replacement of damaged curb and gutter,reconstruction and re-grading of the low point of the roadway due to flooding and ponding issues, coordination with IRWD and UCI for right of way and wetlands protection,and the identification and adjustment/protection of utility facilities throughout the project limits. CITY OF HUNTINGTON BEACH • MARCH 13, 2025 ' '"" TAIT & ASSOCIATES, INC. ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES In addition to 17 years of private development experience, Mr. Broussard has over 21 years of municipal design and project management experience as Principal in Charge with the City of Huntington Beach Public Works Department, overseeing an annual Capital Improvement Program budget of approximately $25 million per annum. Project specific responsibilities included street improvements, wastewater, stormwater, and special projects outside of the public right of way for the City as detailed below. Selected Projects: Arterial Rehabilitation, Engineer of Record/Principal-in-Charge Engineer of Record and/or Principal in Charge of the rehabilitation of approximately 60 miles of arterial highways, including adjacent curb &gutter, sidewalk and street landscaping. Was an early proponent of emerging Todd Broussard, P.E., technologies, including the utilization of Full Depth Reclamation (FDR) QSD/P rehabilitation method, use of Hot Mix Rubberized Asphalt (HMRA), and Fiber QA/QC Reinforced Asphalt Concrete (FRAC). Residential Overlay, Engineer of Record/Principal-in-Charge Education Engineer of Record and/or Principal in Charge of the rehabilitation of approximately 150 miles of residential street pavement. Master of Public Administration, California Atlanta Street Widening Project, Principal in Charge State University Principal in Charge of the Atlanta Widening project,which utilized Federal Funding, requiring and approvals from both Caltrans and OCTA. The B.S. -- Civil Engineering, widening required the relocation of overhead utilities, and 8 mobile homes University of Louisiana, and their residents. The project required an "Order of Immediate Possession" Lafayette (Eminent Domain) proceedings in order to acquire the necessary right of way and therefore, coordination/meeting with both the City's and the property Year of TAIT Team Enlistment owner's attorneys. The project entitlements included a Mitigated Negative 2021 Declaration and Coastal Development Permit. Approvals from the State's Housing Community Development Department was also necessary as on-site 1989-1997 improvements fell under their jurisdiction. Total Experience Warner Avenue Gravity Sewer Replacement Project, Principal-in- Charge 38 Served as Principal in Charge overseeing consultant designed Warner Avenue Gravity Sewer Replacement Project. This project upsized the existing sewer main Certifications utilizing the micro tunneling method of construction. Professional Engineer California No. C57144 Alabama Storm Drain Upgrade Project, Engineer of Record/Principal- in-Charge Served as Engineer of Record and Principal in Charge of the Alabama Storm Drain project to upsize approximately 2,200 lineal feet of storm drains. The project utilized a Federal Community Development Block Grant to fund the construction and required a Coastal Development Permit. CITY OF HUNTINGTON BEACH • MARCH 13, 2025 TAIT & ASSOCIATES, INC. ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES Dennis Postler is Director of Public Infrastructure of TAIT&Associates' Engineering Division in Santa Ana, CA. He is responsible for supervising staff at TAIT on the preparation of public infrastructure projects. As a Project Manager, Dennis has been involved with local roadway and federally funded arterial roadways design and management, public utility design and f:. relocation,traffic design,and park development and design for over 38 years. In addition to managing and designing public capital improvement projects, Dennis has functioned as consulting city engineer to municipalities, has provided general city engineering services and managed plan reviews for developments, land division, stormwater,and final construction. He also provides budgeting assistance;facility planning;sanitary sewer, water main, and storm sewer master planning;special assessments assistance;and QA/QC review and construction management.These services enable Dennis and his staff to efficiently assist public clients with their engineering and public works needs by being an extension of their Dennis Postler, P.E., staff. His work for both the public and private sectors has allowed Dennis to gain invaluable Director of Public experience in understanding and appreciating what both sides bring to the table. Infrastructure/Sr. Professional Engineer Figueroa Street Rehabilitation, City of Carson, Project Manager, 2023-24 This project includes surveying and civil engineering for 18 miles of an arterial collector roadway The roadway rehabilitation methods include full-width grind and overlay, and Education full pavement replacement and reconstruction where needed.The project also included B.S. Civil Engineering — concrete reconstruction where needed The project also included concrete reconstruction, University of Minnesota repair of damaged sidewalks, driveways, curbs and gutters to meet Americans with Disabilities Act (ADA) requirements, signing and striping improvements,tree removal and Year of TAIT Team Enlistment replacement based on safety hazards. 2023 Las Palmas Area Street Rehabilitation, City of Fullerton, Project Manager, 2024 This project included surveying and civil engineering for a half mile of rural residential Total Experience collector full-depth pavement reclamation, three quarters of a mile of residential collector full-width grind and overlay and full pavement replacement where needed, and a half mile 38 of residential cul-de-sacs slurry seal with full pavement replacement where needed. The project also included concrete reconstruction, repair of damaged sidewalks,driveways and Certifications curbs&gutters to meet Americans with Disabilities Act(ADA)requirements,signing &striping improvements, and removal and replacement and CIPP lining of damaged sanitary sewer Professional Engineer California No. C46106 and storm drain utilities. Minnesota No. 22011 Wisconsin No. 28521-6 Whittier Parks & Parking Lot Improvements — Michigan, Kennedy&Guirado Michigan No.6201068766 Parks, City of Whittier, Project Manager,2023-24 This project included Survey and Civil Engineering services for modifications and improvements to three parks in the City of Whittier. The project consisted of parking lot rehabilitations and ADA parking and pedestrian improvements in all three parks. Specific improvements to each park included basketball court and fitness court construction, restroom removal,and site improvements for a pre-fab building addition. Services included Topographic Survey, Utility Notifications/Coordination, Demolition Plan, Utility Plan, Grading Plan, Horizontal Control and Signing/Striping Plans. In addition, Specifications, Cost Estimates, Bidding Support,and Construction Support were in included in the Scope of Services. CITY OF HUNTINGTON BEACH • MARCH 13, 2025 TAIT & ASSOCIATES, INC. ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES Ms.Wohlfarth has professional experience that includes the preparation of grading plans, water main replacement plans, storm drain plans and drainage reports,sewer plans, cost estimates and storm water management reports for public and private row developments throughout Southern California, Western p 9 Washington, and North Dakota. Her project experience also includes the preparation of storm water quality reports such as SWPPP, WQMP, SUSMP - and LID as mandated by the state and local municipalities. Ms. Wohlfarth has technical knowledge with multiple software programs includingAutoCAD 2009- )1„' r 9 P P 9 t 2018, Civil 3D, Land Desktop, Microstation, GeoPak, WWHM2012, RetainPro, and additional specialty programs. Selected Projects: Samantha A. Pipeline Management Program, FY2019-2020 Phase 1 Project Wohlfarth, P.E. Glendale Water& Power, Project Manager/Engineer, 2019-2020 Professional Engineer (Site/ TAIT was contracted to provide design build services with JDC for various Infrastructure) neighborhood water main replacement projects. The project required the replacement of approximately 11,535LF of existing ACP water pipe within 8 Education local streets,while working in residential streets and incorporating a design that would work with many existing utilities. The process included obtaining DDW B.S. Civil Engineering, approvals for many of the segments. Valparasio University Year of TAIT Team Enlistment Pipeline Management Program, FY2018-2019 Phase 1 Project Glendale Water& Power, Project Manager/Engineer, 2018-2019 2012 TAIT was contracted to provide design build services with JDC for the Pipeline Management Program, FY2018-2019 Phase 1 water main replacement project. Total Experience The project was located in residential streets in various areas of Glendale which required our team to develop construction documents that could accommodate 13 traffic while working in residential streets and a design that would work with many existing utilities. Certifications Professional Engineer Chino Quadrant III A, B, and C Water Line Replacement Project, City of California No. 861216 Chino, Project Manager/Engineer, 2017-2018 This City project required the replacement of approximately 8000LF of existing 6-inch ACP water pipe with new 8-inch PVC water pipe within 13 local streets for the City.The process included obtaining DDW approvals for 8 of the 14 segments. Hoover,Toll, Keppel Recycled Water Project, Glendale Water&Power, Project Manager/Engineer,2016-2017 TAIT was contracted to provide design build services with JDC for the recycled water project within the Glenwood residential neighborhood and surrounding schools.The project was located in the residential streets in an area of Glendale which required our team to develop construction documents that could accommodate traffic while working and a design that would work with many existing utilities. CITY OF HUNTINGTON BEACH • MARCH 13, 2025 ILI C. TAIT & ASSOCIATES, INC. c�oomrrca4``%f ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES Mrs. Malott has a strong civil engineering background with a water resources and surface water focus. Her engineering experience includes storm drain design, hydrology analysis, and hydraulics analysis and modeling. Prior to f ';L working for TAIT&Associates, she was a Civil Engineer at Michael Baker International for 4 years. Before working at Michael Baker International she interned for the Los Angeles County Department of Public Works. Her computer modeling background includes the application of Watershed Modeling System �- ---'` (WMS), Advanced Engineering Software (AES) for hydrologic/hydraulic analysis in Southern California, Water Surface Pressure Gradient (WSPGW) Software, XP-Solutions Storm Water and Wastewater Management Model (XP-SWMM), AutoCAD Civil 3D, ArcGIS, and the U.S. Army Corps of Engineers HEC-HMS (Hydraulic Modeling System), HEC-SSP (Statistical Software Daniela Malott, P.E. package), and HEC-RAS (River Analysis Software). Selected Projects: Professional Engineer (Drainage/WQMP) WQMP/BMP Design for Bristol Street Improvements and Civic Center Lz tiro Street Improvements, City of Santa Ana, Project Manager/Project iucao Engineer, 2020 M.S. Civil Engineering Mrs. Malott served as the Project Manager/Project Engineer, she provided client (Hydrology &Water coordination, scheduling tracking, reviewed internal scheudling and supported Resources), University of the City in a timely manner and under the budget to achieve the project goals. California, Irvine El Salvador Park Multipurpose Regional Basin, City of Santa Ana, B.S. Civil Engineering, Project Manager, 2020 California State Mrs. Malott supported Project Management, and led the team's efforts for the University, Long Beach Hydrology, Hydraulics and Water Quality Analysis and Calculations. Year of T tT Team Enlistment Dana Point Harbor Revitalization, City of Dana Point Harbor, Project 2017 Manager, 2018-Present Ms. Malott has provided stormwater technical design for the Master Plan Total Experience of Drainage for Planning Areas 1 and 2, supported the development of the Hydrology and Hydraulics Basis of Design Report and WQMP for Planning 13 Areas 3 and 4 for the Coastal Commission Project Application. Starting 2020, she has assisted as the Project Manager for the Commercial Core and Marina Certifications development portions of the DPH Revitalization Plan. As the Project Manager, Mrs. Malott has overseen the preliminary design of different aspects of the Professional Engineer project, and the construction documents design and development for the Phase 2 California No. C86581 of the Commercial Core Portion of the DPH Revitalization Plan. Additionally, Mrs. Malott has led a team of 10 Civil Engineering Designers to support the Projects efforts,while maintaining and providing coordination with the client and other subconsultants. Her organizational skills, civil design knowledge and experience, and communication abilities resulted in timely submittals and project reviews to achieve deadlines and project schedule, as well as to maintain project budget goals. CITY OF HUNTINGTON BEACH • MARCH 13, 2025 TAIT & ASSOCIATES, INC. yv ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES Mr. Furlong is a Land Surveyor licensed in the State of California with 46 years of experience, over 30 of those being in the Field on all types of Projects from Boundary Surveys to Construction Services with some of the largest listed below. More recently he has spent years providing Mapping Services preparing Tract Maps, Parcel Maps, Record of Surveys, Corner Records and Exhibits of all kinds as well as providing Support to Engineering and Field Support for the Survey Crews. Selected Projects: Public Works Related Projects • On-call Services for Caltrans District 7 East Contact Area providing Construction Staking and Topographical Surveys on various large widening and reconstruction Highway Projects including the 10, 110, 134 and 210 Michael Furlong, Freeways. P.L.S. • Topo and mapping of various rivers at bridge crossings along HWY 101, Sr. Professional Surveyor Santa Clara County. • SR 71 Segments 1 through 3 in Chino, 6 miles of new Freeway Construction. Equipment • 1-10 Segments 1 and 2 in Montclair and Ontario, 10 Miles of Freeway GPS-Trimble & Lieca, Total widening. Stations Trimble & Leica, • SR 30/210 Segments 4, 5 and 7 in Rancho Cucamonga and Fontana, 6 Data Collectors- Trimble, miles of new Freeway Construction. Leica &Allegro, Electronic • 1-10 in El Monte, 2 Miles of Freeway widening with 12 Undercrossing Levels, AutoCAD structures to be widened. • SR 60 in Moreno Valley, 8 miles of Freeway widening. Year of TAIT Team Enlistment 2019 Subdivisions • Coyote Canyon, a 400 Lot Development in North Fontana with extensive Total Experience Storm Drain Improvements. • Sunnymead Ranch a 2000 Lot Development in Moreno Valley. 46 • Infrastructure for Moreno Valley Ranch a large Development in Moreno Valley. Certifications • Many other Residential and Commercial Development Projects in Orange, CA P.L.S. No. 8899 San Bernardino and Riverside County. CITY OF HUNTINGTON BEACH • MARCH 13, 2025 TAIT & ASSOCIATES, INC. ss�'t ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES Z ' THOMAS J. WHEAT, P.E., T.E. Principal-in-Charge/Owner CAREER SUMMARY 1 Mr.Thomas J.Wheat, P.E.,T.E., is the owner and Principal of TJW. He has been 1N, involved in the traffic engineering profession for over twenty-six years managing and ttf` • designing traffic engineering and transportation planning related projects for both the public and private sectors. His versatile experience includes a wide variety of EDUCATION design and construction projects, and traffic engineering studies. This includes, B.S. (Civil Engineering)1995 traffic signals,traffic control,signing and striping,signal timing, ITS,traffic impact REGISTRATION studies,warrant analyses and traffic safety studies. Acting as an extension of staff, Professional Civil Engineer Mr.Wheat has represented agencies and cities at City Council meetings, Planning (CA)C69467 Commissions,Public Works Committees,and public outreach meetings. With expertise in traffic engineering, Mr. Wheat has also provided plan check services to Professional Civil Engineer (VA)33614 the cities of Canyon Lake, Perris,and San Jacinto in Riverside County as well as to the Public Works Department of Orange County. Professional Traffic Engineer(CA)TR2565 Leading the TJW team,TJW has had the opportunity to design miles of signing and striping plans and traffic control plans and over 45 traffic signalized intersections and ADDITIONAL SKILLS Contract Management roundabouts within the Orange County Great Park and Neighborhoods in the City of Irvine since 2012.Along with the design,TJW analyzed the capacity and efficiency of Project Management roundabouts surrounding Great Park's sports park. In addition to design work,Mr. Wheat has also prepared a variety of traffic engineering studies including traffic impact studies,trip generation studies, parking studies,safety studies, and warrant analyses,to name a few,for various clients and agencies throughout Southern California as well as for public agencies on the East Coast. Mr.Wheat also has substantial experience in the operations side of traffic signals where he has created timing plans for individual signalized intersections as well as signal systems by using modeling programs,such as Synchro and SimTraffic. He has had the opportunity to adjust and implement timing plans into individual field controllers along with a city's centralized signal system computer. RELEVANT EXPERIENCE • Citywide Traffic Signal Upgrades, Lake Forest,CA • Great Park Neighborhood Traffic Engineering Design, Irvine,CA • Willow Lane and Manzanita Lane Pedestrian Signal Warrant Review and Pedestrian Beacon Design,Thousand Oaks,CA • Eucalyptus Ave. and Auto Mall Dr. HAWK Signal Design, Moreno Valley,CA • US-395 and SR-18(Palmdale Road)Traffic Analysis and Off-Site Design, Victorville, CA CITY OF HUNTINGTON BEACH • MARCH 13, 2025 ° TAIT & ASSOCIATES, INC. off+ ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES RESUME Pablo Montes Project Engineer Professional Registrations Engineer in Training, June 2005 Nuclear Density Gauge Certification, December 2005 Education BS Civil Engineering, California State Polytechnic University, 2005 Experience Mr. Montes is involved with all phases of project coordination, scope definition, proposals, design and analysis, and report preparation. Mr. Montes' duties at Southern California Geotechnical include assistance in preparing of Geotechnical Investigations, drafting geotechnical plans, performing slope stability analyses, pile design, cost estimates, and supervising lab work. Mr. Montes' duties also include grading and earthwork observation and testing at construction sites as well as preparing compaction reports. Professional History Southern California Geotechnical, Inc. Yorba Linda, California Staff Engineer November 2005 to Present CITY OF HUNTINGTON BEACH • MARCH 13, 2025 TAIT & ASSOCIATES, INC. , ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES Resume cd Pc JIM BALDOVIN Principal Landscape Architect Jim is the founder and Principal Landscape Architect of Conceptual Design + Planning Company.A Landscape Architect with over 40 years of hands on . experience,Jim embodies CDPC's philosophy of'social environmentalism' and is responsible for the company's strategic planning and business development. He is actively involved in all aspects of project development including site planning, development of design concepts, quality control review and construction administration.Jim is always focused on the project requirements, program elements, sustainable environmental concerns Project Role and client needs.Jim's diverse background brings a unique point-of-view Principal Landscape Architect and approach to all of CDPC's projects. He is an advocate for the practice Years of Experience of Landscape Architecture and helps maintain industry professionalism by 40+ mentoring students and recent college graduates.The projects below are a Years with CDPC sampling of CDPC's experience with Public Works projects. 31 Project Highlights Registration L.A. County Shiela Kuehl Wellness Center I San Fernando, CA Landscape Architect Also known as the San Fernando Mental Health Center,this County of Los California 4176 Angeles design-build project,completed in 2019, is a new single-story mental Arizona 46496 health building.The 17,500 San Fernando mental health center is designed Colorado 1135 to support the youth of Los Angeles County diagnosed with mental illness in Hawaii LA18985 an inviting, community-oriented,safe atmosphere that promotes a sense of New Mexico 649 wellness. After a rigorous qualification/design competition process through Nevada 941 the County of Los Angeles' Department of Public Works,the SWA Architects Texas 3261 Team,which included CDPC, was selected. CDPC's role as the landscape Utah 10438291 architect included development of building entry plaza,central courtyard Washington 1451 patio, a setting for public art,ADA accessibility and overall landscape design. Education Michigan Avenue Traffic Circles I Santa Monica, CA BS Landscape Architecture, CDPC was part of the project team to create four new 400 square foot traffic California Polytechnic circles along Michigan Avenue in the City of Santa Monica.The traffic circles State University San Luis Obispo were constructed to slow traffic and beautify the street along Michigan Avenue in accordance with the Michigan Avenue Neighborhood Greenway Professional Affiliations Concept Plan. CDPC provided landscape design services for the intersections ASLA,AIA, BIA, CALA, ICSC including plant palette selection and irrigation construction drawings.Water Philanthropy efficient landscaping and irrigation compatible with City standards was utilized. Board Member,The Bourke Knight Way 8, Gould Avenue Streetscape I La Canada Flintridge Family Foundation Working in conjunction with the City of La Canada Flintridge and civil Lights for Literacy engineer,CDPC provided landscape design solutions to improve pedestrian Cal Poly,San Luis Obispo and vehicular traffic flow along a stretch of Knight Way and Gould Avenue Landscape Architect adjacent to Paradise Canyon Elementary School. Informational and public Mentoring Program outreach meetings were held to solicit input and feedback from residents and Cal Poly,San Luis Obispo the surrounding neighborhood regarding the widening project. Other services Alliance Foundation on this project include conceptual design and construction documents for the landscape treatment of the streetscape as well as accommodations for protection of the California Live Oaks. CITY OF HUNTINGTON BEACH • MARCH 13, 2025 TAIT & ASSOCIATES, INC. ON-CALL CIVIL ENGINEERING PROFESSIONAL CONSULTING SERVICES Resume Template FULL NAME (include credentials like PE, PLS, ° MOHAN CHAR, PE—BRIDGE DESIGN LEAD etc.) • PhD,Structural Engineering, University of Arizona, Tucson,Arizona, 1993 • MS,Structural Engineering,Memorial University EDUCATION j of Newfoundland,St.John's,Newfoundland, (degree,major,school) Canada, 1988 • BS,Civil Engineering, University of Madras, Chennai,India,1986 ... ..... .... LICENSES/REGISTRATIONS • Professional Engineer(Civil),CA,57894 (type,state,number) j_.. CERTIFICATIONS 1 • N/A YEARS OF EXPERIENCE ear started 3o years total, tt with TranSystems (y -- --- - -- QUALIFICATiONS OVERVIEW (Summarize overall experience.Discuss accomplishments and any written publications/standards. Include measurable/quantitative data[years in a certain discipline,largest project value,etc.]as much as possible.Include niche experience and/or specialty software knowledge/proficiency. Be concise and compelling.Ultimately,this will become a summary paragraph or two.) As an acclaimed project executive,Mohan's career,spanning over 3o years,has been marked by his collaborative approach to managing large and small multi-disciplinary teams.His leadership has been instrumental in guiding funding assistance(HBP, PNRS,TIGER,ATP), geometrics, traffic,structures,drainage/stormwater,hydraulic/scour,geotechnical, coordinating right-of-way and utilities,and identifying and incorporating solutions that balance environmental impacts and capital costs. His keen understanding of the decision- making process for each project development phase has allowed him to focus his team on fundamental design decisions,project risks,and critical path activities,ensuring successful project outcomes.Mohan's extensive experience has allowed him to work with a diverse range of clientele,from Caltrans and regional planning agencies to counties and cities;his broad portfolio demonstrates his adaptability and versatility and instills confidence in his I ability to cater to the unique needs of differing clients and projects,ensuring their success. PROJECT EXPERIENCE (Write each project in the order provided:responsibilities first,then project background) , Project Role,Project Name,Client,Location(City,State): Explain your responsibilities on the project in one to two sentences. Provide project background(cost,size,schedule,#of subs,etc.). I f { Project Manager/Structure Lead,Bridge Preventive Maintenance Program Plan Projects, Multiple Agencies:City of Rancho Santa Margarita,County of San Diego/Tulare/Kings/Kern, City of Huntington Beach,Caltrans,Multiple Cities CA CITY OF HUNTINGTON BEACH • MARCH 13, 2025 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 ad 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. �XHI�IT "B" of Fees 1HLLLENGE ,• U le Employee Classification Hourly Rate Q6-Engineering Assistant 95.00 18-Project Administrator 125.0Q 04-Engineering Designer I 165.00 10-Engineering Designer II 190.00 03-Project Engineer I 215.00 25-Project Engineer II 225.00 117-Senior Project Engineer 235.00 02-Professional Engineer/Licensed Surveyor 260.00 17-Senior Professional Engineer/Surveyor 270.00 52-Principal II 310.00 01 -Principal 295.00 15-Structural Engineer 285.00 05-Permit Expediter I 125.00 11 -Permit Expediter II 145.00 09-Project Coordinator 170.00 07-Surveyor 150.00 07-Surveyor(Prevailing Wage) 165.00 08-Senior Survey Specialist/Party Chief 195.00 08-Senior Survey Specialist/Party Chief(Prevailing Wage) 215.00 00-Two-man survey crew 345.00 00-Two-man survey crew(Prevailing Wage) 380.00 22-One Man Survey Crew with Robotics 220.00 13-Project Manager I 190.00 54-Entitlement Director 225,00 125-Assistant Project Manager 170.00 90-Project Manager If 215.00 The hourly rate for client authorized overtime and for representation at hearings and meetings after 6:00 p.m. will be invoiced at 1.5 times the posted rate. All rates are subject to annual CPI increases on January 1st of each year. Prevailing wage rates are subject to change according to predetermined rate increases. 2. Mileage,Travel and Per Diem Auto Mileage: IRS Rate plus 15 percent Air Travel and Auto Rental: Actual cost plus 15 percent Per Diem: Actual cost of lodging and meals, plus 15 percent 3. Materials and Supplies Office and CADD supplies are included in the hourly rates. Prints, plots and reproductions are charged at cost plus 15 percent from commercial blueprint companies. In-house reproduction charges are as follows: Prints Plots Color Plots Bond $.95/s.f. $.95/s.f. $6.00/s.f. Vellum 1.35/s.f. 1.65/s.f. 7.50/s.f. 4. Reimbursable Expenses Will be billed at cost plus 15 percent. Client will pay directly for all permit and agency fees; otherwise cost plus 15%. Subconsultant invoices will be billed at cost plus 15%. 5. Insurance Coverage General Liability: $2,000,000 Errors/Omissions: $1,000,000 California Workers'Compensation-Statutory Certificates of insurance coverage will be provided upon request. Fee Schedule:2024SQ Prevailing Wage TJW ENGINEERING,INC. STANDARD COMPENSATION SCHEDULE (Effective January 2025) Classification Hourly Rate Principal Principal Traffic Engineer/Planner $235.00 Senior Engineer/Planner.: $175.00 $200.00 Project Engineer/Planner $125.00-$175.00 Asst.Project Engineer/Planner $100.00,$150.00 Technician $100.00-$125.00 Administration .,. $85.00 $125.00 Aide $65.00-$85.00 GENERAL PROVISIONS OF AGREEMENT 1. The above schedule is for straight time. Overtime will be charged at 1.5 times the standard hourly rate. Hourly rates apply to work time as well as travel time and waiting time,which occur at meetings and public hearings. 2. Unless otherwise stated in the contract, project-related travel, reproduction, and supply costs are billed at cost. Mileage will be billed at prevailing standard mileage rate as determined by the IRS. Subcontractors and other project-related expenses will be billed at cost plus 15%. 3. Unless otherwise stated in the contract,invoice will be submitted monthly for work in progress and/or upon completion of TJW Engineering's (TJW) scope of work. Progress invoices are payable within 30 days of the invoice date or upon completion of the scope of work. Any unpaid invoice after 30 days shall incur a late fee service charge of the maximum interest rate allowed by law or two (2) percent per month whichever is less. 4. Client hereby agrees that the balance in a billing statement is correct and binding unless the client notifies the consultant in writing within fifteen (15) days of the date of billing and informs consultant of the alleged incorrect item. 5. All documents produced as a result of this agreement may be used by TJW Engineering(TJW)without consent from the client. 6. TJW makes no warranty as to its findings except that the work is performed using generally accepted methods. 7. Unless otherwise stated in the contract, the client agrees to limit TJW's liability to the client, due to professional negligent acts,errors,or omissions by the consultant,to the consultant's fee. 8. Any controversy or claim arising out of or relating to this contract, or the breach thereof, shall be settled by arbitration in accordance with the rules of the American Arbitration Association, and Judgment upon the award rendered by the arbitration may be entered in any court having jurisdiction thereof. 9841 Irvine Center Drive,Suite 200 ( Irvine,California 92618 I t:(949)878-3509 www.tjwengineering.com STANDARD FEE SCHEDULE (Prevailing Wage) PERSONNEL- CONSULTING &TESTING SERVICES A) Principal Engineers&Geologists $260.00/hr B) Senior Engineers&Geologists $210.00/hr C) Project Engineers&Geologists $185.00/hr D) Staff Engineers&geologists $175.00/hr E) Deputy Grading Inspector/Deputy Soils Technician $180.00/hr F) Technician $180.00/hr G) Laboratory Services $100.00/hr H) Drafting $115.00/hr I) Expert Witness&Depositions $550.00/hr J) Clerical $100.00/hr • Additional Copies(Reports) $55.00/ea • Additional Copies(Oversize Plans) $10.00/pg GEOTECHNICAL LABORATORY TESTING A) Visual Classification by Engineer/Geologist $6.00/ea B) Moisture Content(ASTM D-2216) $20.00/ea C) Density of Undisturbed Sample $20.00/ea D) Organic Content by Combustion(ASTM D-2974) $110.00/ea E) Atterberg Limits(ASTM D-423/429) $190.00/test F) Expansion Index EI(Expansion Index)Test(UBC Standard 18-2) $200.00/test G) Specific Gravity(ASTM D-854) $125.00/test H) Grain Size Analysis • Mechanical Analysis(Sand or Gravel) $105.00/test • Including Wet Wash over No.200 Sieve • $160.00/test • Hydrometer Analysis $135.00/test • Mechanical and Hydrometer Analysis(ASTM D-422) $250.00/test • Wet Wash over No. 200 Sieve Only(ASTM D-1140) $90.00/test • Sand Equivalent $110.00/test I) Maximum Density Determination(with Curve) • Standard Proctor(ASTM D-698/AASHTO T-99) $220.00/test • Modified Proctor(ASTM D-1557/AASHTQ T-180)4 inch Mold $220.00/test • Modified Proctor(ASTM D-1557/AASHTO T-180)6 inch Mold $260.00/test J) R-Value $300.00/test a. Cement Treated R-Value $385.00/test K) California Bearing Ratio-Per Point $300.00/test L) Unconfined Compression • Pocket Penetrometer $6.00/test • Full Unconfined Compression of Undisturbed Sample,with Curve $11Q.00/test M) Direct Shear(Including 3 Points)-Soil $400.0Q/test b. Cement treated Direct Shear $500.00/test N) Consolidation Testing(Including Curve) • Time Rate With Maximum 12.8 ksf Load $550.00/test • Single Point $150.00/test • Consolidation/Collapse,No Time Rate Data $190.00/test • Swell Percent and Pressure $190.00/test 0) Sulfates Only $70.00/test P) pH/Resistivity/Chlorides/Nitrates/Sulfates $240.00/test Q) Chlorides Only $105.00/test Note: Prices for geotechnical laboratory testing services not included above will be quoted upon request. NOTES • 1) Projects will be invoiced biweekly for services performed during the previous billing period.All invoices are due upon receipt,and late fees of 1.5%per month will be charged on all balances more than 30 days past due,not to exceed the maximum allowable under California state law. 2) All personnel services and time charged portal/portal. 3) Direct non-salary expenses for engineering and technical personnel charged at cost+15%. 4) The personnel billing rates are applicable to normal working hours;overtime rates are applicable for services in excess of 8 hours per day,performed outside the hours of 7 am to 6 pm,"as well as Saturdays,double time rates for Holidays,Sundays and Night work.Night work is defined as technician services initiated after 4 pm and/or which go beyond 8 pm.Overtime is billed at 130%of standard rates and double time is 200%of standard rates.Minimum monitoring fee 3 hours per trip. EFFECTIVE JANUARY 1,2024 ;,,,4,,,,,,,:;,::: . . Rate Schedule Role Rate Managing Principal $180.00 Jim Baldovin RLA 4176 Associate Principal $170.00 Matt Kohlenberger RLA 2207 Director of Pesign $160.00 Jennifer Frederick, License Pending Senior Landscape Architect $140.00 Masumi Ozawa RLA 3667 Gary Glandon RLA 3791 Landscape Architect $130.00 Arborist $130.00 Senior Project Manager $120.00 Erik Peterson Richard Ramirez Project Manager $110.00 Vianney Minjarez Vincent Rojas Job Captain $100.00 Kathleen Canta Senior Draftsperson $95.00 Marc Escobar Draftsperson $ 90.00 Jake Larkin Hector San Martin Jr. Draftsperson $ 80.00 Clerical $ 70.00 Denise Riches Sandra Milligan Chloe Smith conceptual design &planning company tB landscape architecture &land planning TRANSYSTEMS ogik, " ,. . ,. TranSystems (A Gannett Fleming TranSystems Company) Schedule of Hourly Rates for SPECIFIC PROPOSAL-West Offices "r:._ik; x .!eIas i.. •tiQA "; `w ,';er+ , 1.a,, a. k.'-.;':`�,•y�':; ,'.¢r'�g'i r, s':" Mx' .' d'� :�._. .., 'M° ".._' • ...'� r:::, ! a1-p,,r,. . ,.. , " ,,«.! tat M a Administrative Manager I 206.00 Administrator I 108.00 Administrative Manager II 243.00 Administrator II 157.00 Analyst I 135.00 Engineer I 157.00 Analyst II 173.00 Engineer II 189.00 Analyst III 238.00 Engineer III 260.00 Analyst IV 287.QQ Engineer IV 308.00 Analyst V 378.00 Engineer V 443.00 Architect I 157.00 Industry Specialist I 162.00 Architect II 189.00 Industry Specialist II 216.00 Architect III 270.00 Industry Specialist III 270.00 Architect IV 324.00 Industry Specialist IV 281.00 Architect V 432.00 Industry Specialist V 297.00 Civil Engineer I 168.00 Mechanical Engineer I 152.00 Civil Engineer II 216.00 Mechanical Engineer II 179:00 Civil Engineer III 324.00 Mechanical Engineer III 270.00 Civil Engineer IV 395.00 Mechanical Engineer IV 324.00 Civil Engineer V 454.00 Mechanical Engineer V 405.00 Construction Services I 130.00 Planner I 135.00 Construction Services II 173.00 Planner II 157.00 Construction Services III 238.00 Planner III 227.00 Construction Services IV 277.00 Planner IV 335.00 Construction Services V 297.00 Planner V 351.00 Construction Services VI 324.00 Structural Engineer I 168.00 Designer I 125.00 Structural Engineer II 200.00 Designer II 135.00 Structural Engineer III 324.00 Designer III 195.00 Structural Engineer IV 378.00 Designer IV 238.00 Structural Engineer V 432.00 Designer V 297.00 Technician I 108.00 Electrical Engineer I 152.00 Technician II 146.00 Electrical Engineer II 179.00 Technician III 162.00 Electrical Engineer III 195.00 Technician IV 222.00 Electrical Engineer IV 276.00 Technician V 243.00 Electrical Engineer V 324.00 Sub-contracted labor,material testing equipment,printing and technical photography,and all other direct job costs to be paid at cost. Vehicle mileage to be paid at the current IRS rate per mile. y The rates set forth on this initial Schedule of Rates shall be the rates provisions in effect from the date of this Agreement until December 31,2028,and with an optional year through December 31,2029. TranSystems will revise the Schedule of Rates annually.They will submit the revised Schedule of Rates,which shall automatically become effective with regard to this Agreement and the Services performed under this Agreement on January 1st of the next calendar year. lIf . "* -,5<•- 7 ` ,+.'"' ' .. ;c'* ...'n7.7.�•,'°^'^ ;. tia^..,";);11"-7,77,„'» ,. mot:'7:1":5:::,k..,77-1,' u, s �s $ ri . k?r ;'''.v,., .4.w".tc;d ^?'"' �:.. �.'^ ° �.^q r s d�u"' '^ '"�"",' ¢�' i r 5, v"'", � .�' L."�''-�.-r Revised 0212?/25 Page 1 of:1. Office Scheduto of Rates AC!R CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 08/21/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Accounts Team NAME: Scott&McCauley Insurance Agency PHONE (949)503-1953 FAX (NC,No,Ext): (NC,No): 2 Ritz Carlton Drive E-MAIL coi@smInsuranceagency.com ADDRESS: Suite 204 INSURER(SI AFFORDING COVERAGE NAIC rI Dana Point CA 92629 INSURER A, AXIS Surplus Insurance Company 26820 INSURED INSURER B: The Continental Insurance Company 35289 Tait&Associates,Inc INSURER C: Valley Forge Insurance Company 20508 701 N.Parkcenter Dr INSURER D: INSURER E: Santa Ana CA 92705 INSURER F: COVERAGES CERTIFICATE NUMBER: TAIT-MSTR-24-25 REVISION NUMBER: THIS IS TO CERI IFY 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 AODL SU0 POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMIDDNYYY) (MM!DDNYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCEDAMAGE TO R $ 2,000,000 CLAIMS-MADE X OCCUR PREMISES(aENTED occurrrence) $ 25,000 MED EXP(My one person) $ 5,000 A 5P002747.08-2024 09/01/2024 09/01/2025 PERSONAL 6ADVINJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JEC- n LOC PRODUCTS-COMP/OP AGG $ 2'000'000 OTHER: S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED 7034395486 09/01/2024 09/01/2025 BODILY INJURY(Per accidenl) $ _ AUTOS ONLY _ AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) _ $ UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 9,000,000 A X EXCESS LIAB CLAIMS-MADE SX002748-08-2024 09/01/2024 09/01/2025 AGGREGATE $ 9,000,000 DED RETENTION$ ,$ WORKERS COMPENSATION X STATUTE OTH- ER AND EMPLOYERS'LIABILITY Y I N ANY PROPRIETOR/PARTNER/EXECUTIVE < E.L.EACH ACCIDENT $ 1,000,000 OFFICERJMEMBEREXCLUDED? N/A 7034395505/7034395522 09/01/2024 09/01/2025 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Professional Liabil;ty A Contractors Pollution SP002747-08-2024 09/01/2024 09/01/2025 Per Claim $2,000,000 Per Claim $2,000,000 DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) RE:On-Call Civil Engineering,Surveying&Professional Consulting Services. The City of Huntington Beach,its officers,elected or appointed official employees,agents and volunteers are included as additional insured as respects to General Liability per attd0it lgt� n �t. p 0 ' i s apply per the attached. AAI' BV: MICHAEL J.VIGLIOTTA CITY ATTORNEY CERTIFICATE HOLDER CANCELLA ib 1 OF HUN I iNGTON BEACt I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street AUTHORIZED REPRESENTATIVE Huntington Beach CA 92648-0000 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Endorsement No. Effective Date: 09/01 2024@12:01 a.m.Standard Time at the address of the Named Insured Policy Number: SP00274T08.=2a24 Insured Name:Tait&;Assocates;lrc Issuing Company:AXIS Surplus Insurance Company Additional(Return)Premium:$0 If the Endorsement Effective Date is blank,then the effective date of this Endorsement is the Inception Date of the Policy. ADDITIONAL INSURED/PRIMARY COVERAGE INCLUDING COMPLETED OPERATIONS (CGL&CONTRACTORS POLLUTION COVERAGE) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies the Specialty Package Policy. In consideration of the premium charged,it is agreed that: SECTION III—WHO IS AN INSURED is amended to include as an Additional Insured the person or organization shown in the schedule below as respects Coverages A, 8 and D, but only for liability arising out of Your Work or Covered Operations performed by you or on your behalf for that Additional Insured and not due to any actual or alleged independent liability of said Additional Insured. This endorsement does not apply to Bodily Injury. Property Damage or Loss arising out of the sole negligence or willful conduct of,or for defects in design furnished by the Additional Insured. As respects the coverage afforded the Additional Insured,this insurance is primary and non-contributory where a written contract or written agreement in effect prior to any related Claim requires you to provide such coverage. When this insurance is primary and non-contributory,our obligations are not affected by any other insurance carried directly by such additional insured whether it is primary or excess coverage. However,regardless of the provisions above: We will not extend any insurance coverage to the additional Insured person or organization: (1) That is not provided to you in this Policy;or (2) That is broader coverage than you are required to provide to the additional Insured person or organization in the written contract or written agreement. This endorsement does not increase the Company's Limits of Insurance as specified in the Declarations of the Policy. SCHEDULE OF ADDITIONAL INSUREDS As required by written contract in effect prior to any related Claim SPP 0024(Ed.0612) Page 1 of 1 • Endorsement No. 7 Effective Date: 09/01/2024 @12:01 a.m.Standard Time at the address of the Named Insured Policy Number:SP002747-08-2024 Insured Name: Tait&Associates,Inc. Issuing Company:AXIS Surplus Insurance Company Additional(Return)Premium:$0 If the Endorsement Effective Date is blank,then the effective dote of this Endorsement is the Inception Date of the Policy. NAMED INSURED EXTENSION THIS ENDORSEMENT MODIFIES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided by the Specialty Package Policy In consideration of the premium charged, it is agreed that the entities in the following schedule are included as Named Insureds in Item 1.of the Declarations.The First Named Insured designated in Item 1.of the Declarations shall remain unchanged. SCHEDULE Tait Environmental Services,Inc. DBA Tait Environmental Management DBA Tait Environmental Systems DBA Tait Electric DBA Tait Range Services Havill Engineering TAIT Parkcenter Associates,LLC Environmental Services Properties,LLC The Tait Family Trust The K.Richard Tait and Kathryn A.Tait Living Trust Thomas F.Tait Family Trust RC Trade Center Associates,LLC Yellow Roof Development,LLC 2130 Orangewood,LLC 2021 4th Street,LLC Willow Springs Investments,a California general partnership Whitewater Group LLC HT Land Partners,LLC Hoime Development,LLC Tait Land,Inc. Tait Development,LLC SPP 0054 1210(Ed. Page 1 of 2 1 g it Endorsement No. 8 Effective Date: 09/01/2024 @12:01 a.m. Standard Time at the address of the Named Insured Policy Number: SP002747-08-2024 Insured Name:Tait&Associates, Inc. Issuing Company:AXIS Surplus Insurance Company Additional(Return)Premium:L0 If the Endorsement Effective Date is blank, then the effective date of this Endorsement is the Inception Date of the Policy. ENDORSEMENT-NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS THIS ENDORSEMENT MODIFIES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies the SPECIALTY PACKAGE POLICY. In consideration of the premium charged, it is agreed that in the event you or we cancel this Policy prior to the expiration date, we will endeavor to provide a thirty (30) day notice of such cancellation to certificate holders, provided that: 1. you are under an existing contractual obligation to notify such certificate holders when this Policy is cancelled;and 2. you have provided the following to us,either directly or indirectly,through your broker of record: a. The name of the entity shown on the certificate;and b. The address of such entity where notification may be mailed. We shall not provide a thirty(30)day notice if the cancellation is due to nonpayment of premium to us or to a finance company authorized to cancel the Policy. Such notice of cancellation will be provided via mail to the certificate holders. Proof that we have mailed the notice of cancellation, using the information provided by you, will serve as proof that we have fully satisfied our obligations under this endorsement. Such notice of cancellation is provided on an informational basis and solely to assist you in meeting your contractual notice requirements to such parties. Our failure to provide such advance notice to the certificate holder(s)will not extend any Policy cancellation date, negate any cancellation of the Policy, or grant, alter, or extend any rights or obligations under this Policy and we shall have no liability for failure to provide the notice herein. All other terms and conditions of the Policy shall apply and remain unchanged. SPP 0063(Ed.0117) Page 1 of 1 Endorsement No. 11 Effective Date: 09/01/2024 @12:01 a.m. Standard Time at the address of the Named Insured Policy Number:SP002747-08-2024 Insured Name: Tait&Associates, Inc. Issuing Company:AXIS Surplus Insurance Company Additional (Return)Premium:$0 If the Endorsement Effective Date is blank, then the effective date of this Endorsement is the Inception Date of the Policy. DESIGNATED CONSTRUCTION PROJECT(S)GENERAL AGGREGATE LIMIT ENDORSEMENT (GENERAL LIABILITY COVERAGE) THIS ENDORSEMENT MODIFIES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies the Specialty Package Policy. Schedule of Designated Projects: As required by written contract in effect prior to any related Claim A. Subject to paragraph E. below, for all damages under Coverage A, except damages because of Bodily Injury or Property Damage included in the Products-Completed Operations Hazard, to which this insurance applies and which can be attributed only to a single designated project shown in the Schedule above("Designated Project"): 1. A separate Designated Project General Aggregate Limit applies to each Designated Project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. This Designated Project General Aggregate Limit applies on a primary non- contributory basis where required by written contract in effect prior to any associated claim. 2. The Designated Project General Aggregate Limit is the most we will pay for the sum of all such damages and Loss,regardless of the number of: a. Insureds; b. Claims made or Suits brought;or c. Persons or organizations making Claims or bringing Suits. 3. Any payments made for such damages shall reduce the Designated Project General Aggregate Limit for that designated project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Project General Aggregate Limit for any other Designated Project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence and for Damage to Premises Rented to You continue to apply to a Designated Project. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Project General Aggregate Limit. SPP 0107(Ed.05 16) Page 1 of 2 B. For all sums which the insured becomes legally obligated to pay as damages under Coverage A to which this insurance applies and which cannot be attributed only to a single Designated Project shown in the Schedule above: 1. Any payments made for such damages shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Project General Aggregate Limit. C. When coverage for liability arising out of the Products-Completed Operations Hazard is provided, any payments for damages because of Bodily Injury or Property Damage included in the Products-Completed Operations Hazard will reduce the Products-Completed Operations Aggregate Limit, and shall not reduce the General Aggregate Limit or the Designated Project General Aggregate Limit. D. The provisions of SECTION IV — LIMITS OF INSURANCE AND DEDUCTIBLE not otherwise modified by this endorsement shall continue to apply as stipulated. E. Regardless of the number of locations or projects and any other circumstance or payments made under this Policy, including payments made for Claims covered under the General Aggregate, the Products Completed Operations Aggregate or any Pollution Aggregate as applicable, the total amount we will pay under this insurance policy for any and all project(s) designated within this endorsement shall be no more than the Designated Construction Project General Aggregate Limit shown below: Designated Construction Project General Aggregate Limit: $10,000,000 In the event that no dollar amount Is shown next to the Designated Construction Project General Aggregate Limit above, the Designated Construction Project General Aggregate Limit shall be $10,000,000. All other terms and conditions of this Policy remain unchanged. SPP 0107(Ed.05 16) Page 2 of 2 Endorsement No. 12 Effective Date: 09/01/2024 @12:01 a.m.Standard Time at the address of the Named Insured Policy Number:SP002747-08-2024 Insured Name:Tait&Associates,Inc. Issuing Company:AXIS Surplus Insurance Company Additional(Return)Premium:$0 if the Endorsement Effective Date is blank,then the effective date of this Endorsement is the Inception Date of the Policy. PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: SPECIALTY PACKAGE POLICY The following is added to SECTION VI, COMMON CONDITIONS, Paragraph 9, Other Insurance. It supersedes any provision to the contrary: Primary and Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your Policy provided that: (1) The additional insured is a Named Insured under such other insurance;and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. Includes copyrighted material of Insurance Services Office,Inc with its permission CG 20 01 04 13 SPP 200104(04 14) Page 1 of 1 Endorsement No. 17 Effective Date: 09%0112024@12:01 a.m.Standard Time at the address of the Named Insured Policy Number: SP002744.2664 02A Insured Name:Tait eAssoelates`.Inc Issuing Company:AXIS Surplus Insurance Company Additional(Return)Premium::$$dd if the Endorsement Effective Date is blank,then the effective date of this Endorsement is the inception Dote of the Policy. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: SPECIALTY PACKAGE POLICY SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)Of Covered Operations ;As:.re uired:<b written::contract in effect' rior.:toi;a a ted As.re:,uired b.<n±ritten:`contract`in effect :rior to ar :.�.:.�:.p...... ...v.:..... .............. ................... .......p.. ...:......._nv r.la... q Y.- ., .. . . .. . p . . .Y CIai,Fi�' related Clain Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section III — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for Bodily Injury, Property This insurance does not apply to Bodily Injury or Damage or Personal And Advertising Injury Property Damage occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions;or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs)to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed;or However: 2. That portion of Your Work out of which the 1. The insurance afforded to such additional injury or damage arises has been put to its intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law;and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. Includes copyrighted material of Insurance Services Office,Inc with its permission CG20100413 SPP 201013(02 14) Page 1 of 2 C. With respect to the insurance afforded to these whichever is less. additional insureds, the following is added to This endorsement shall not increase the Section IV—Limits Of Insurance: applicable Limits of Insurance shown in the If coverage provided to the additional insured is Declarations. required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable Limits of insurance shown in the Declarations; Includes copyrighted material of Insurance Services Office,Inc with its permission CG20100413 SPP 201013(02 14) Page 2 of 2 Endorsement No. Effective Date: 09101%2024@12:01 a.m.Standard Time at the address of the Named Insured Policy Number: SR002747=08=2024 Insured Name:fiWrigi6.64iiiiIii8 Issuing Company:AXIS Surplus Insurance Company Additional(Return)Premium:$0 if the Endorsement Effective Date is blank,then the effective date of this Endorsement is the Inception Date of the Policy. ADDITIONAL INSURED - LESSOR OF LEASED EQUIPMENT This endorsement modifies insurance provided under the following: SPECIALTY PACKAGE POLICY SCHEDULE Name Of Additional Insured Person(s)Or Organization(s): As;required,by,written:contract;in;effect:°prior;to:any;related'Claim Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section III — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, this insurance does not apply organization(s) shown in the Schedule, but only to any "occurrence" which takes place after the with respect to liability for Bodily Injury or equipment lease expires. Property Damage or Personal And Advertising C. With respect to the insurance afforded to these Injury caused, in whole or in part, by your additional insureds, the following is added to maintenance, operation or use of equipment Section IV--Limits Of Insurance: leased to you by such person(s) or organization(s). If coverage provided to the additional insured is However: required by a contract or agreement, the most we will pay on behalf of the additional insured is the 1. The insurance afforded to such additional amount of insurance: insured only applies to the extent permitted by 1. Required by the contract or agreement;or law; and 2. If coverage provided to the additional insured is 2. Available under the applicable Limits of required by a contract or agreement, the Insurance shown In the Declarations; insurance afforded to such additional insured whichever is less. will not be broader than that which you are This endorsement shall not increase the required by the contract or agreement to applicable Limits of Insurance shown in the provide for such additional insured. Declarations. Includes copyrighted material of Insurance Services Office,Inc with its permission CG 20 28 0413 SPP 2028 13(04 14) Page 1 of 1 Endorsement No. 2i"s Effective Date: 09%U1J2024@12:01 a.m.Standard Time at the address of the Named Insured Policy Number SP002747-08 2024 Insured Name:Tait:&Assocatesfnd Issuing Company:AXIS Surplus Insurance Company Additional(Return)Premium:$0 If the Endorsement Effective Date is blank,then the effective date of this Endorsement is the Inception Date of the Policy. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: SPECIALTY PACKAGE POLICY SCHEDULE Name Of Person Or Organization: As;requiredbywr1#ten: pntract;ln,effct;prtor to,any:r..elatedCfaim Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 12. Subrogation of Section VI--Common Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or Your Work done under a contract with that person or organization and included in the Products- Completed Operations Hazard.This waiver applies only to the person or organization shown in the Schedule above. Includes copyrighted material of Insurance Services Office,Inc with its permission CG 24 04 05 09 SPP 2404 09(0414) Page 1 of 1 'Policy: 7034395486 CNA63359XX CNA (Ed. 04/12) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS - This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE 4. An "employee" of yours is an "insured" A. Who Is An Insured while operating an "auto" hired or rented under a contract or agreement in that The following is added to Section II, Paragraph "employee's" name, with your permission, A.1., Who Is An Insured: while performing duties related to the 1. a. Any incorporated entity of which the conduct of your business. Named Insured owns a majority of the "Policy," as used in this provision A. Who Is An voting stock on the date of inception of Insured, includes those policies that were in this Coverage Form; provided that, force on the inception date of this Coverage Form but: b. The insurance afforded by this provision A.1. does not apply to any 1. Which are no longer in force; or such entity that is an "insured" under 2. Whose limits have been exhausted. any other liability "policy" providing "auto"coverage. B. Bail Bonds and Loss of Earnings 2. Any organization you newly acquire or form, Section II, Paragraphs A.2. (2) and A.2. (4) other than a limited liability company, are revised as follows: partnership or joint venture, and over which 1. In a.(2), the limit for the cost of bail bonds is you maintain majority ownership interest. changed from $2,000 to$5,000; and The insurance afforded by this provision 2. In a.(4), the limit for the loss of earnings is A.2.: changed from $250 to$500 a day. a. Is effective on the acquisition or C. Fellow Employee formation date, and is afforded only until the end of the policy period of this Section II, Paragraph B.5 does not apply. Coverage Form, or the next anniversary of its inception date, whichever is Such coverage as is afforded by this provision earlier. C. is excess over any other collectible insurance. b. Does not apply to: II. PHYSICAL DAMAGE COVERAGE (1) "Bodily injury"or"property damage" caused by an "accident" that A. Glass Breakage— Hitting A Bird Or Animal— occurred before you acquired or Falling Objects Or Missiles formed the organization; or The following is added to Section III, (2) Any such organization that is an Paragraph A.3.: "insured" under any other liability With respect to any covered "auto," any "policy"providing"auto"coverage. deductible shown in the Declarations will not 3. Any person or organization that you are apply to glass breakage if such glass is required by a written contract to name as repaired, in a manner acceptable to us, rather an additional insured is an "insured" but than replaced. only with respect to their legal liability for B. Transportation Expenses acts or omissions of a person, who qualifies as an "insured" under Section II — Who Is Section III, Paragraph A.4.a. is revised, with An Insured and for whom Liability Coverage respect to transportation expense incurred by is afforded under this policy. If required by you, to provide: written contract, this insurance will be a. $60 per day, in lieu of$20; subject to primary and non-contributory to insurance on which the additional insured is a Named b. $1,800 maximum, in lieu of$600. Insured. C. Loss of Use Expenses CNA63359XX Copyright,CNA Corporation,2000. Page 1 of 3 (Ed. 04/12) Includes copyrighted material of the Insurance Services Office used with its permission. Policy: 7034395486 CNA63359XX CNA (Ed.04/12) Section IiI, Paragraph A.4.b. is revised, with c. Physical Damage Coverage on a covered respect to loss of use expenses incurred by "auto" also applies to "loss" to any you,to provide: permanently installed electronic equipment a. $1,000 maximum, in lieu of$600. including its antennas and other accessories. D. Hired "Autos" d. A $100 per occurrence deductible applies The following is added to Section III. to the coverage provided by this provision. Paragraph A.: G. Diminution in Value 5. Hired "Autos" The following is added to Section III, If Physical Damage coverage is provided under Paragraph B.6.: this policy, and such coverage does not extend Subject to the following, the "diminution in to Hired Autos,then Physical Damage coverage value"exclusion does not apply to: is extended to: a. Any covered "auto"you lease, hire, rent a. Any covered "auto" of the private or borrow without a driver;and passenger type you lease, hire, rent or borrow, without a driver for a period of b. Any covered "auto" hired or rented by 30 days or less,while performing duties your"employee"without a driver, under related to the conduct of your business; a contract in that individual and "employee's" name, with your b. Any covered "auto" of the private permission, while performing duties related to the conduct of your business. passenger type hired or rented by your "employee"without a driver for a period c. The most we will pay for any one of 30 days or less, under a contract in "accident" or "loss" is the actual cash that individual "employee's" name, with value, cost of repair, cost of your permission, while performing replacement or $75,000, whichever is duties related to the conduct of your less, minus a $500 deductible for each business. covered auto. No deductible applies to c. Such coverage as is provided by this "loss"caused by fire or lightning. provision is limited to a "diminution in d. The physical damage coverage as is value" loss arising directly out of provided by this provision is equal to accidental damage and not as a result the physical damage coverage(s) of the failure to make repairs; faulty or provided on your owned "autos." incomplete maintenance or repairs; or the installation of substandard parts. e. Such physical damage coverage for d. The most we will pay for "loss" to a hired"autos"will: covered "auto" in any one accident is (1) Include loss of use, provided it is the lesser of: the consequence of an "accident" (1) $5,000;or for which the Named Insured is (2) 20% of the "auto's" actual cash legally liable, and as a result of value(ACV). which a monetary loss is sustained by the leasing or rental concern. III. Drive Other Car Coverage—Executive Officers (2) Such coverage as is provided by The following is added to Sections II and III: this provision will be subject to a 1. Any "auto" you don't own, hire or borrow is a limit of$750 per"accident." covered "auto" for Liability Coverage while E. Airbag Coverage being used by, and for Physical Damage The following Is added to Section III, Coverage while in the care, custody or control of,any of your executive officers,"except: Paragraph B.3.: The accidental discharge of an airbag shall not a. An "auto" owned by that "executive officer" be considered mechanical breakdown. or a member of that person's household;or F. Electronic Equipment b. An "auto" used by that "executive officer" while working in a business of selling, Section III, Paragraphs 13.4.c and B.4.d. are servicing, repairing or parking "autos." deleted and replaced by the following: CNA63359XX Copyright,CNA Corporation,2000. Page 2 of 3 (Ed. 04/12) Includes copyrighted material of the Insurance Services Office used with its permission. ' Policy: 7034395486 CNA63359XX CNA (Ed. 04/12) Such Liability and/or Physical Damage We waive any right of recovery we may have, Coverage as is afforded by this provision. because of j a ments we make for injury Y r Y or (1) Equal to the greatest of those damage, against any person or organization for coverages afforded any covered "auto"; whom or which you are required by written and contract or agreement to obtain this waiver from us. (2) Excess over any other collectible This injury or damage must arise out of your insurance. activities under a contract with that person or 2. For purposes of this provision, "executive organization. officer" means a person holding any of the You must agree to that requirement prior to an officer positions created by your charter, "accident"or"loss." constitution, by-laws or any other similar governing document, and, while a resident of C. Concealment, Misrepresentation or Fraud the same household, includes that person's The following is added to Section IV, spouse. Paragraph B.2.: Such "executive officers" are "insureds" while Your failure to disclose all hazards existing on the using ion,a covered "auto" described in this date of inception of this Coverage Form shall not provprejudice you with respect to the coverage afforded IV. BUSINESS AUTO CONDITIONS provided such failure or omission is not intentional. A. Duties In The Event Of Accident, Claim, Suit D. Other Insurance Or Loss The following is added to Section IV, The following is added to Section IV, Paragraph B.5.: Paragraph A.2.a.: Regardless of the provisions of Paragraphs 5.a. (4) Your "employees" may know of an and 5.d. above, the coverage provided by this "accident" or "loss." This will not mean policy shall be on a primary non-contributory that you have such knowledge, unless basis. This provision is applicable only when such "accident" or "loss" is known to required by a written contract. That written you or if you are not an individual, to contract must have been entered into prior to any of your executive officers or "Accident"or"Loss." partners or your insurance manager. E. Policy Period, Coverage Territory The following is added to Section IV, Section IV, Paragraph B. 7.(5).(a). is revised Paragraph A.2.b.: to provide: (6) Your "employees" may know of a. 45 days of coverage in lieu of 30 days. documents received concerning a claim or "suit." This will not mean that you V. DEFINITIONS have such knowledge, unless receipt of such documents is known to you or if Section V. Paragraph C. is deleted and replaced you are not an individual, to any of your by the following: executive officers or partners or your "Bodily injury" means bodily injury, sickness or insurance manager. disease sustained by a person, including mental B. Transfer Of Rights Of Recovery Against anguish, mental injury or death resulting from any of Others To Us these. The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: CNA63359XX Copyright,CNA Corporation,2000. Page 3 of 3 P P 9 (Ed. 04/12) Includes copyrighted material of the Insurance Services Office used with its permission. CNA Waiver Of Subrogation (Workers Compensation policy) h BLA ET, i 'l • .a ; ; . a ,ECOV,;• . �u • ; 41011 This endorsement changes the policy to which it is attached. It is agreed that Part One-Workers'Compensation Insurance G.Recovery From Others and Part Two-Employers'Liability Insurance H,Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations.(This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE-Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure.The amount is Blanket Waiver of Subrogation Percentage Charge%. All other terms and conditions of the policy remain unchanged. This endorsement,which forms a part of and is for attachment to the policy issued by the designated Insurers,takes effect on the Policy Effective date of said policy at the hour stated in said policy,unless another effective date(the Endorsement Effective Date)is shown below,and expires concurrently with said policy unless another expiration date is shown below. Form No:G-19160-B(11-1997) Policy No:7034395505/7034395522 Endorsement Effective Date:9/1/24 Endorsement Expiration Date:9/1/25 Policy Effective Date:9/1/24 Endorsement No: 1 ©Copyright CNA All Rights Reserved. , . CNA NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance,and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium,then notice of cancellation will be provided to such Certificate Holders at least 30 days in advance of the date cancellation is effective. If notice is mailed,then proof of mailing to the last known mailing address of the Certificate Holder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation,or impose any liability or obligation upon us or the Agent of Record. Form No:CC6802IA(02-2013) 1 Policy No:7034395505/7034395522 Policy Effective Date:9/1/24 Policy Page: 1 of 1 0 CNA All Rights Reserved. � iNGI07 CITY OF HUNTINGTON BEACH =C a;ieoi.,.• \ �F \ Lisa Lane Barnes I City Clerk July 22, 2025 TAIT &Associates, Inc. Attn: Jacob Vandervis 701 N. Parkcenter Drive Santa Ana, CA 92705 Dear Mr. Vandervis: Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and TAIT&Associates, Inc. for On-Call Civil Engineering & Professional Consulting Services, approved by the Huntington Beach City Council on July 1, 2025. Sincerely, l'hat€416fifillthr. Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach,CA 92648 I www.huntingtonbeachca.gov •. City of Huntington Beach tif INTER-DEPARTMENT COMMMUNICATION HUNTINGTON BEACH TO: Honorable Mayor and City Councilmembers FROM: Chau Vu, Director of Public Works DATE: July 1, 2025 SUBJECT: SUPPLEMENTAL COMMUNICATION FOR ITEM 13, FILE ID 25-396, APPROVE AND AUTHORIZE EXECUTION OF PROFESSIONAL SERVICES CONTRACTS FOR ON-CALL GENERAL CIVIL ENGINEERING AND PROFESSIONAL CONSULTING SERVICES WITH ANCHOR QEA, INC.; ARDURRA GROUP, INC.; AZTEC ENGINEERING GROUP, INC.; BOWMAN CONSULTING GROUP LTD.; CANNON CORPORATION; CWE; EEC ENVIRONMENTAL; GHD INC.; H W LOCHNER; HARRIS & ASSOCIATES, INC.; HDR ENGINEERING, INC.; HR GREEN PACIFIC, INC.; HUITT-ZOLLARS, INC.; KABBARA ENGINEERING; KREUZER CONSULTING GROUP; MICHAEL BAKER INTERNATIONAL, INC.; MICHAEL K. NUNLEY AND ASSOCIATES, INC.; MOFFATT & NICHOL; ONWARD ENGINEERING; PACIFIC ADVANCED CIVIL ENGINEERING, INC.; PROACTIVE ENGINEERING CONSULTANTS, INC.; PSOMAS; GLENN A. RICK ENGINEERING COMPANY; SA ASSOCIATES; STANTEC CONSULTING SERVICES INC.; TAIT & ASSOCIATES, INC.; AND TETRA TECH Please be advised that the attached PowerPoint presentation has been revised and updated, effective July 1, 2025. Should you have any questions or require additional information, please feel free to contact me. Thank you. c: City Clerk 1 ,,,,,,............, ,'" N111NGProfessional Services 0 *--.............. // Contracts for On-Call c ,••• �oRPORATF ••\cl ( �► ; General Civil Engineering & 7 - 1Professional ConsuLting• c, A �" . 'IsServices • - - - - • Department of Public Works ;01,4001006 - • l �_ •, t July 1 , 2025 •.0. - = - $ ') ••.4 !1/4.*;• p1•• 17, 19n1 0 F ••.......•- Ctv.0-'ii 0N 0 _ v TH r/ 1 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. 411,41.311. r*".,„‘i illi W"r 5 'ilk 4 ...:w s ` 1,7 t�...._. 3 /'f4. , ' +►. �'i ,, 'a`. ---- —-- •. ���\\ JI _� . j �y ci ; U �I�'ll�i �i. \ T `iZ I � , ir� ` . _� - -- °' 2n <I _CoLNri t ,,,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) 28 26 22 19 - �/� ��►� �� �NTING7- = - - - U 2021 2022 2023 2024 2025 414, In the last 5 years the City has issued over 100 task orders. '•:;: ;: °-•'sco�� �F�©LINTY 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 ii/0NT I NGT II , c ..•\ toRPCRgre41;. \ � � ''. ice.•_ � —•- In,,;711 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. ##' 6TING70 — II ff(. jopeRgrF .O.., ‹A °OUNTY Cam,// ,..„..,..,...A .\. X \or ' r " ' _ Recommendation Al \\ - ::,-;-,-_- . - ItA\ 4 - i IFS► Recommended Action: Authorize the Mayor and City Clerk to execute a not-to-exceed $2M contract with 27 firms for On- Call Civil Engineering& Consulting Services. Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, Inc.; Moffatt & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Rick Engineering Company; SA Associates; Stantec Consulting Services Inc; TAIT & Associates, Inc.; and Tetra ,i#•"�-- #/ — Tech. f1 A . I NGT0 — j Off(••.•\NOORPORAle°,••• n„\\ The on-call contract is not a guarantee of work as these services are on ; U _ , • _ an "as-needed" basis. , 'Q 1� • _ = 1 couNTY trIr ,1,..;rlrr 6,4 rr .4 -Wet adant Labor and Tee Fla eakil on iii Cifs oC Huntington Beach ' 'Newland Bus hard Project �r � ,our n-w-` Fee ScheduleProposal 134317n x."'le.' SLoo mneuteane. PIC wa 91.5344n :54 h ca.epr tlaaats PrgtrtP.t...r 0rp r e r f T''''" 'V?'" er Exam le T�ze�Y Sm6aa]/iwt�y plN S-,-.I fl'4 v0 121211 Slel? 11.,6a S13110 I I j7•n+-V;aajtll•a:l3-YOI.•'( yogi•Satmis 13 114242 •'O • Piton. ogatelaeu Meeutea Ian OS Meeks:II.f�Fdd Vila X2•33€I I 0134.=45410 s. ?toping N6�t,1(i} 4 L] 1 2 _ ! Otto et Mona....Prolix yO455tii„_ Se 91v 13 —•sv2a'4...TLCedete%:.vsgalRm\.eko3} I•• otn't.P-p.esa `,�Ja 1.5. :bait a,caaE t __LI __.__.. 0 ._. 4 so • -__ • _._.4 Sobta1.n,= u M Sri 11 J us O•, $• SS 40 Sr211 o or .:e.1.-. 1 'W12 1 21 Surveying.Pau 4.1 dote afield n24145-4114w52840450-5513A }1.';i' .__ _ Doreen bra,enl or.nor as[:a mos. .• I .... _. 541i6451151 J le R _......___._. m a •• •• 127.s8' so __._ >:•.%1• 11.5282 Prelaosl.Ea*stern 3 Pis laa w i!- -Fit. -.et.4271.1eillae...._... ___ ._.— t 1 24 _.44 13S1i �1'7.'•%: 3 3 -B=STa9pz r.+--or=F .c` 10 60 33".[C - --. 514.5]C is ..I1I'13.1223 iSi0-.ni5: RIY..I 12 .0 1,a•r J, �wxy.-eelavx..aors yQ arenln..rnx I 1f It uulf ,r '_c4Titoi3c�a-.__'' 53�. 24 3 120 - , .. SstaW T. 1; 15'i2 -. -_ 35.3I1 55 CW••1.i0.30•k+,l:urit 4 I 12 13.466 3en QA.sC t!,•.S,Ilmn' 4 4 St.1N )twit I tv tall 51a95ralCF+-Pbs-SF: aca.tTgo wT If a B lnfs. Carl. 5IL C 5558.254 452158545.4-13135.'3C.51:'311101a i0 - !A - .. --"" 32L06, 312 bit J7Ms14"•5:MNrap 111330 311.!RS 313 Ta[1,111'al3 ,Ynr:vr:O.sllnnaul; IS IC 513611 Sl a at 11e 514.51sa i i54'-ogin ...._. 2 2-- -_- 3 5..1:6 5f.?49 315 QACC r9:'.'Luis.eel, 34 1 III 1'n =Yr 5551 oral IBMs. 0 41 30 I31 J01 11l ". ...lel lt2... SO 516.449 43.610 519.184 $61.199 1,26A'9 10 SIn.204 3194.91 710/1 e1T 1 0' F' •or-z.•y-•1.. 4I Jell=Ccvaaeaa Yaw, 1 i' 13.04 42 CessElrimle i IOW.!.atopull I - 11.01. 5:.3_ 43 Tie`111105[E09[+f45- 1 C.r•.:i,,aryartll 6 i 416L0 S4m 44 Ca11?..,..i 1X'. ahslra;. 12 __ 51F:4' 45 8.8F3 Mu 536N 03.51s i6 QACX f:10r r 54554E11. 1 56.'33 seNetal Liams- C t1 t 25 66 04 lubtatal(51= 04 14441 S.'.'11 41,5 -.._19,134 S1,454 SO SOW isaAre TAY Homo be Ciaiob3- I 45 96 it* J4► 41• Ent 761el ta = Jtt2 __..22,461,._ ..._ ti 21,2R 63.930 44.314 toawgldTr (- 1M GN 2 11N UN 32643352 017J49lr MAN ror. .ES 113L1.1 L ILL 2 OR L\GINEERL''G WORK COVERED Ls.THE RFP S302.319 trlevr'5r o',- 1 e..a Am, a Tay oa m1ege5 MOO r one arare±'r.ao ayes a,• •r 24i 2 o�w 1 crry till rm.,.•rr:ela r.a•_03es1t Sr wan'cm.. yrcica n as a-2.32p ars aumwsren rum eweymrn,ame,rem.ele 1 Jllib Ccrlpan as Or eas Sr per re orator.^aly art 1s was. 4 RelY:apr telure4 4.a.J.alrpas r ade try Apes,atet 10'.renal µnot e1 a'e 0I2Iw to 32/111x3o lee to flats 6 Aa.acicel 1 No-Wi-o'e.la:.tua: a at0pate[ • NO"curt};t j.a......(1 It.:.CO.a'!d 160003 41 try a.>e 4 at.1 3,De 3504r1 a rr WIN l YJMrn5 r5 f10T11.^,2* I c:r�taex h u.r 14,144.9t ro.$a iao:anlr.Orly • N.CMS..%rolellt It Cxrlve41 neo•e6. • AD.A Ra1p,repro erte-2a,N1:be Ieerereb sing e1.a,aa16 plare. l0 AC 00r0a[e...er:'a I be a ton beal eel n1eaa^e4bw at..moan.0e.m1.r6111. INVOICE I Merest I?.m2s fl vo i e e C'tY Huntington Beach P moot NO 1220058007 7000 Main Si Swats Net BBa33 PC Be.193 Nolen(Manager Huntington Beach.CA 92640 Total this Invoice $9009.291 Pratw*renat aarwcae Prom January2a_2075 tit February 22 2021 Exa m ple Phase 1 Progect Managemem Task 1 I Project Management • Hours Rate Amount 3.00 260 52 841 56 i rotate 3.00 841 55 Labe!Total 441.58 i Total this Task S041.50 Task 1,2 Projaet Management Meetings Hours Rat* Amount 375 374,06 1403,73 3.00 280.52 841.59 1 75 170.00 297 50 I 50 131.79 965 43 Otals 16.00 3.530.22 Leber Total _- 3,930.22 Toga this Task - $3.$90.22 Total Ibis M1asa - $4.37T,75 Phase 9 Prelllunart Enyllneerkq Task 36 Gv11, Signing ana 51+ip00 Plans 135 r Hours Rate Amount 3.75 170_00 637.50 . • Totals 3 75 537.50 Leber Taint 037,10 Total this Task Z0:17.60 ._._......__.._.�_. Flail late penal ITIMMIC IIIIIIIIMINI Total tine Phase 563T.50 Budget Summery Consul Puw To-Cate Total Firlvgs 5.500 28 0 00 5.004.18 Budget 302,339,62 Budget Renewing 297.320_72 Total this Invoice $5.009.20 Q ..., 0‘.ice- N`.="' Questions? ,,„,_ I +�er f ,,► ,' t, 4 J., 1. ,.!...•3 ' ,,, , ....,._ AF ." '- . lin t ...i iiii-°'-. - - --4 �� , „nt(41....3.,4414_,.... - 4 - ' ' tom; r ...tip ..lit ..„ fi P i r -.w„ari" v y "" , ��` -.ems..L `�� yaw 1 „ ,\\ -T G ., T -,s. 0 ••• R P 0 Rq ••• \ Professional Services Contracts for On- General6„, 0. - - --T---- Civil Engineering and _' ' ''' "'” _ �___- -- __.,_ . Professional Consulting Services : S ____ _._ - . N Department of Public Works = - �,•• i July 1, 2025 ' - -.. O ) ••• l7:6)--- ,•° '•• <,Q /� ... 7, 190 :•••• ` IC0ONTN .;••••••- c ,//' -itop,..// 1642 BACKGROUND/NEED The Public Works Department(PW) needs civil engineering consultants to help with planning,designing,inspecting,and testing various improvement projects. To find qualified firms, PW issued a Request for Qualifications (RFQ). RFQ Overview • Covers multiple disciplines: bridge, environmental, ocean, storm drain, sewer, street, and water. • City previously had 27 on-call firms (2021-2025). • Planning to select 27 firms again through this RFQ. t ._. „ ,•R �� ��NTINGT , . ,..e i \ ',,, \ ,,+,:*. ,:47:1":- ,, hil . ' 0 A i 1 :Will"Wii F • '...... ,,%. . ' \ CAUNT`( �i /# ���.., i 1643 WHY / BENEFITS CIP Engineering Support • Includes diverse infrastructure projects needing civil engineering • External design reports or specialized studies for projects • Assists with grant applications , inspections , testing, and regulatory compliance }, On-Call Total Purchase Orders ;r,'.. (2021-2025) ,,f 2 8 k y' 26 ..,. 2 2 W. 1'•� `.' - 19 //oi*i L .. . ___ - I��*.NTI•NGT0kn ��P l0 + .v1 'or 0 ..... tORP OR.r'e....•( 1 ,"y i, cell ^ i�; M7 2021 2022 2023 2024 2025 i In the last 5 years the City has issued over 100 professional servi '••;Fe. , j09, �o�,ls _ . CUNf' CP/ contracts . ,/ 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 7,7 sl. Total CIP Budget (2021- 2025 ) Values are in millions i .....__ _ $60 4634 .,...' - .,:$M 41:.� . a .w r�.a.•a ,: 9 $35 M a //i N• T..... G 70� \4 r j ., .. . • *.t. 2021 2022 2023 2024 2(125 ` ,-1- , Li; S Z 1 . \ ' --� ••. -�".� ji s.:.:. . /1 • • ' • mites=c°UNT`( gilt 1645 j \ -1. N RECOMMENDATION rif � Recommended Action : Authorize the Mayor and City Clerk to execute a not-to-exceed $2M contract with 27 firms for On-Call Civil Engineering & Consulting Services . Anchor QEA, Inc . ; Ardurra Group, Inc . ; AZTEC Engineering Group, Inc . ; Bowman Consulting Group Ltd. ; Cannon Corporation; CWE; EEC Environmental ; GHD Inc . ; H W Lochner; Harris & Associates , Inc . ; HDR Engineering, Inc . ; HR Green Pacific, Inc . ; Huitt-Zollars , Inc . ; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International , Inc . ; Michael K. Nunley and Associates , #i '�� Ii 0NTING7 Inc . ; Moffatt & Nichol ; Onward Engineering; Pacific Advanced Civ 4d �r ............ or Engineering, Inc . ; Proactive Engineering Consultants , Inc . ; Psomas ; R '�• ;'-__.-___,-_ .._._s• 9 Engineering Company; SA Associates ; Stantec Consulting Services Inc ; TAIAZts ice\ ._ Associates , Inc . ; and Tetra Tech. \ �;•>�„ -, ,I : $ The on-call contract is not a guarantee of work as these services are:. CO(%NT`I CPS,# on i 1646 -`4 to � 0,0 'x x '4S, .. ,y t N �"-- �, .4t wz i Qu e s t I on s e . ' r'' yt r v 7'f,.y: 'R"t""s r t".pa.;.k.,« 4"i;.1/4 * 1 L 1 " Y •kk, • '•-:**.-i ..... ! ^ - ' .'' k I . , ,..v...,,,,,,„,._,.......,,,. -,;. .., ,. , \ to .�' q,. S .,,`eta:,4 ,pti Y V�L� • r s.' � 1,• 1. • ;` Y