Loading...
HomeMy WebLinkAboutEEC Environmental - 2025-07-01 hTINcr 2000 Main Street, F Huntington Beach, CA n 92648 � City of Huntington BeachAPPROVED 7-0 ouNri 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 �.�'�-CJ � Pe) powered by LegistarT^^ 94 f I File #: 25-396 MEETING DATE: 7/1/2025 and Professional Consulting Services"; and c B) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Ardurra Group, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and C) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and AZTEC Engineering Group, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and • D) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Bowman Consulting Group Ltd for On-Call Civil Engineering and Professional Consulting Services"; and * E) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Cannon Corporation for On-Call Civil Engineering and Professional Consulting Services"; and F) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and CWE for On-Call Civil Engineering and Professional Consulting Services"; and G) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and EEC Environmental for On-Call Civil Engineering and Professional Consulting Services"; and H) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and GHD, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and ▪ I) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and H. W. Lochner for On-Call Civil Engineering and Professional Consulting Services"; and * J) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Harris & Associates, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and K) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and HDR Engineering, Inc. for On-Call Civil City of Huntington Beach Page 2 of 6 Printed on 6/25/2025 powered by LegistarTM 95 File #: 25-396 MEETING DATE: 7/1/2025 Engineering and Professional Consulting Services"; and L) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and HR Green Pacific, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and M) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Huitt-Zollars, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and N) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Kabbara Engineering for On-Call Civil Engineering and Professional Consulting Services"; and O) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Kreuzer Consulting Group for On-Call Civil Engineering and Professional Consulting Services"; and ){F 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 CIE U) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Proactive Engineering Consultants, Inc. for City of Huntington Beach Page 3 of 6 Printed on 6/25/2025 powered by LegistarTM 96 File #: 25-396 MEETING DATE: 7/1/2025 On-Call Civil Engineering and Professional Consulting Services"; and CIE 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 increased workload demands arise. These contracts do not guarantee a minimum amount of work and are activated only through individual task orders. This approach offers both flexibility and cost efficiency, allowing the City to meet service needs without adding permanent staff. Each year, the City undertakes a Capital Improvement Program (CIP) involving various infrastructure projects that require engineering support. Given that numerous projects demand design work or specialized studies beyond the scope of internal City staff, engaging external expertise is crucial. This need extends to preparing grant applications, conducting environmental monitoring, performing inspections and testing, and ensuring compliance with federal and state regulations, all of which City of Huntington Beach Page 4 of 6 Printed on 6/25/2025 powered by Legistar"" 97 File #: 25-396 MEETING DATE: 7/1/2025 represent responsibilities exceeding current staff capacity. Procurement Process: To proactively address this anticipated workload, the City issued a Request for Qualifications (RFQ) on February 4, 2025, inviting firms to provide On-Call General Engineering and Professional Consulting Services. The RFQ covered a range of civil engineering disciplines, including bridge, environmental, ocean, storm drain, sewer, street, and water engineering. The submission of proposals followed the procedures outlined in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), which governs the selection of professional service providers. A total of thirty-seven (37) proposals were submitted in response to the RFQ. In compliance with the federal Brooks Act, California Senate Bill 419, and the HBMC, the Public Works Department convened a three-member evaluation panel. This panel, comprised of two representatives from Public Works and one from the Fire Department (Inspection Services), was responsible for reviewing and ranking the proposals based on the qualifications submitted. The Public Works Department consistently receives high-quality proposals for this and similar Requests for Qualifications (RFQs), resulting in a highly competitive selection process. In recent years, the Department has contracted with multiple firms specializing in civil engineering and currently maintains active agreements with twenty-seven (27) firms to deliver these essential services.. Following the review process, City staff recommend awarding on-call contracts to twenty-seven (27) firms that received the highest evaluation scores. These firms include: Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, Inc.; Moffatt & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Rick Engineering Company; SA Associates; Stantec Consulting Services Inc.; TAIT & Associates, Inc.; and Tetra Tech, Inc. Funding for these services will come from Public Works project and program budgets. The on-call contracts will only be utilized when project demands exceed available City staff resources. Each contract will be set at a not-to-exceed amount for a three-year term, with no guaranteed work. All expenditures under these contracts require City Council approval through the regular budget process. Environmental Status: Not applicable. Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Anchor QEA Professional Services Contract City of Huntington Beach Page 5 of 6 Printed on 6/25/2025 powered by Legistarr' 98 File #: 25-396 MEETING DATE: 7/1/2025 2. Ardurra Group, Inc. Professional Services Contract 3. AZTEC Engineering Group, Inc. Professional Services Contract 4. Bowman Consulting Group Ltd. Professional Services Contract 5. Cannon Corporation Professional Services Contract 6. CWE Professional Services Contract 7. EEC Environmental Professional Services Contract 8. GHD, Inc. Professional Services Contract 9. H. W. Lochner Professional Services Contract 10.Harris & Associates, Inc. Professional Services Contract 11.HDR Engineering, Inc. Professional Services Contract 12.HR Green Pacific, Inc. Professional Services Contract 13.Huitt-Zollars, Inc. Professional Services Contract 14.Kabbara Engineering Professional Services Contract 15.Kreuzer Consulting Group Professional Services Contract 16.Michael Baker International, Inc. Professional Services Contract 17.Michael K. Nunley and Associates, Inc. Professional Services Contract 18.Moffatt & Nichol Professional Services Contract 19.Onward Engineering Professional Services Contract 20.Pacific Advanced Civil Engineering, Inc. Professional Services Contract 21.Proactive Engineering Consultants, Inc. Professional Services Contract 22.Psomas Professional Services Contract 23.Rick Engineering Company Professional Services Contract 24.SA Associates Professional Services Contract 25.Stantec Consulting Services Inc. Professional Services Contract 26.TAIT & Associates, Inc. Professional Services Contract 27.Tetra Tech Professional Services Contract 28. PowerPoint Presentation City of Huntington Beach Page 6 of 6 Printed on 6/25/2025 powered by LegistarT'" 99 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND EEC ENVIRONMENTAL 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 EEC ENVIRONMENTAL, 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 ConsultingServices; and g g 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 John Shaffer who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 25-16466/380276 1 of 11 3. TERM; TIME QF PERFORMANCE Time''is of the essence of this Agreement. The services of CONSULTANT are to commence on d u Lj t ' , 205 (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." 25-16466/380276 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 herebyagrees g rees 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: 25-16466/380276 3 of 11 "CONSULTANT g 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 25-16466/380276 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 OW 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 bythis Agreement; the certificate shall: go g g q A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and 25-16466/380276 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 25-16466/380276 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: 25-16466/380276 7 of 11 TO CITY: TO CONSULTANT: City of Huntington Beach EEC Environmental ATTN: Director of Public Works Attn: John Shaffer 2000 Main Street 1 City Blvd. W, Suite 1800 Huntington Beach, CA 92648 Orange, CA 92868 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 25-16466/380276 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. 25-16466/380276 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 25-16466/380276 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 EEC ENVIRONMENTAL municipal corporation of the State of California B :/ Mayor Y Y/f vi f17 print name City Clerk ITS: (circle one)Chairman/Presidert<Ce D INITIATED AND APPROVED: B /Director of Public Works print name ITS: (circle one)Secretary/Chief Financial Officer sst: ecreta Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney COUNTERPART 25-16466/380276 I I 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 EEC ENVIRONMENTAL municipal corporation of the State of California ayor By: rt ir print name City Clerk k/12S ITS: (circle one)Chairman/PresidentNice President INITIATED AND APPROV D. AND By: Director of Public Works print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manag APPROVED AS TO FORM: City Attorney( COUNTERPART 25-16466/380276 11 of 11 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Provide On-Call Civil Engineering and Professional Consulting Services. If Consultant chooses to assign different personnel to the project, Consultant must submit names and qualifications of these staff to City for approval before commencing work. B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: See Attached Exhibit A C. CITY'S DUTIES AND RESPONSIBILITIES: 1. Furnish Scope of Work and provide a request for proposal for each project. 2. City shall issue a task order for each project based upon scope of services, work schedule, and fee proposal submitted. D. WORK PROGRAM/PROJECT SCHEDULE: A project schedule will be developed for each project assigned by the City. EXHIBIT A EXHIBIT A illIi EC 'l"III -� ENVIRONMENTAL -~ -�;= — t. Proposal For : III Ili On - Cal l ' � *. • q Civil Engineering , Professional „ Consulting Services N. ��; ,\Q Prepared For: City of Huntington Beach Q"`w Public Works Department _ 0/ � TINGT0� � ° �,t . - . A ,i A , i , ! N,, ,oa4�r c:,s • is ifi► Alt .?`-int..'" ` '�' ���aU C NTY �,i! yy i i I e March 13, 2025 ,,,,, e' r l OVA 4d* I- Vendor Application Form and Cover Letter Mr. Cody Hernandez City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Dear Mr. Hernandez, Consistency, responsiveness, and experience have been the foundation of EEC Environmental' s approach to civil engineering and consulting services in Southern California for thirty years. These qualities have resulted in EEC being a trusted partner for the City of Huntington Beach (City)and many other cities throughout Orange County and Southern California. EEC is please to present our Proposal for the City of Huntington Beach On-Call for Professional Civil Engineering Consulting Services. EEC has an established history working with the City through its NPDES efforts, Fats, Oils, Grease (FOG Program), methane and oil well abandonment, and stormwater commercial/industrial MS4 compliance inspections. Our team is looking to expand ourcurrent On-call Engineering Professional Consulting services with the City beyond g g Services and provide the same level of Civil Engineering services. General Civil Engineering, EEC is proposing on the Water/Sewer Storm Water Engineering, g g, and Environmental/Water Quality Services areas with the RFP. We understand that having a qualified team of consultants will allow us to successfully serve the City under this contract, and have added Calvada (Surveying), C-Below (Subsurface Exploration), and Krazan and Associates (Geotech)to our bench, and believe strongly this team will deliver for the City. We understand that the City has and will continue to undergo sewer upgrades and replacements to existing and new facilities, as well as aging and undersized trunk lines. In addition, we understand the City is actively engaged in complying with ever evolving NPDES/MS4 regulations where our team will be able to provide invaluable expertise. EEC understands that the City has ambitious storm drain goals, not only stipulated within its Storm Drain Master Plans, but with its trash amendment compliance efforts. In additional to underground utility improvements, the City is also engaged in street improvement and other capital improvement programs. While our team members have completed dozens of street improvement plans over the years, they typically have been associated with private development projects (street widening, turn lanes, etc.), EEC's team and experience is best suited to assist the City with miscellaneous projects and off-site improvement projects. Our expertise is in the areas of land development, planning level design, pump station design, PFAS treatment system design, grading plans for parking lots and building expansions,ADA updates,parks, improvement plan review, and other non-street improvement projects. Our support of the Huntington Beach Navigation Center is a perfect example of our relationship. EEC was involved in every step of this important project including site selection, environmental sampling and analysis, risk EEC Environmental 1 March 13, 2025 evaluation,engineering,regulatory negotiation,and most importantly,community outreach.The EEC project team has worked tirelessly with Oliver Chi and his team to move the project to completion based on solid technical facts, pragmatic solutions, creativity, and a willingness to do whatever was needed, whenever it was needed. This point brings us to responsiveness. Since EEC was founded more than 30 years ago, we knew we needed to set ourselves apart from the many environmental and engineering options in Southern California.We have always been extremely strong technically,but we understood that as important as knowing what to do, is being available to do it. EEC prides itself on always saying"yes". EEC has consistently proven we are that partner that will be there. The EEC professionals discussed throughout this Proposal have a wide variety of specialization and qualifications that are applicable to the services requested in the RFP,"Request for Proposal for On-Call Civil Engineering Professional Consulting Services," date February 4, 2025. Our proposed Project Manager is Joe Jenkins. Joe has been working directly with the City for years and has been a key member of the EEC team for over a decade.Joe works out of our headquarters in Orange, California,just a short drive to the Huntington Beach City Hall. This project will be solely managed out of this location and EEC will be the single point of contact and will work seamlessly with City staff.The Alternate Project Manager will be Will Shaffer,who also sits in our Orange, California office and is available to support the on-call in any capacity. Mr. Joseph Jenkins, QISP Mr. Will Shaffer, PE, QSD, QISP Project Manager Alternate Project Manager EEC Environmental EEC Environmental 1 City Boulevard West, Suite 1800 1 City Boulevard West, Suite 1800 Orange, California 92868 Orange, California 92868 (714) 667-2300 (714) 667-2300 iienkins@eecenvironmental.com wshaffer@eecenvironmental.com EEC greatly appreciates the opportunity to submit the Proposal and looks forward to your response. This Proposal will remain valid for a period of not less than 180 calendar e dar days s from the date of submittal. EEC has reviewed the City's Sample Agreement and Insurance Requirements. EEC takes no exceptions to the Sample Agreement, and is able to comply with the Insurance Requirements. Sincerely, EEC Environmental David Bernier, PG Vice President and Principal-In-Charge EEC Environmental 2 March 13, 2025 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW El CURRENT VENDOR Legal Contractual Name of Corporation: EEC Environmental Contact Person for Agreement: John Shaffer Corporate Mailing Address: 1 City Blvd. W. STE 1800 City, State and Zip Code: Orange, CA. 92868 E-Mail Address: jshaffer@eecenvironmental.com Phone: 714-667-2300 Fax: 714-667-2310 Contact Person for Proposals: John Shaffer Title:CEO E-Mail Address: jshaffer@eecenvironmental.com Business Telephone: 714-667-2300 Business Fax: 714-667-2310 Is your business: (check one) NON PROFIT CORPORATION [] FOR PROFIT CORPORATION Is your business: (check one) �-I CORPORATION LIMITED LIABILITY PARTNERSHIP INDIVIDUAL I I SOLE PROPRIETORSHIP PARTNERSHIP UNINCORPORATED ASSOCIATION 1 of 2 3 Names & Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone John Shaffer CEO 714-667-2300 Jim Kolk Principal Engineer 714-667-2506 Mark Zeko President 714-667-2303 David Bernier Vice President 714-667-2498 Federal Tax Identification Number: 33-0665828 City of Huntington Beach Business License Number: A292 1 77 (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 2/28/2025 `renewal pending) 2 of 2 4 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 / No • Ocean Engineering Yes /C) • Environmental/Water Quality '`�Ye / No 5 Table of Contents A Vendor Application Form and Cover Letter 1 B Background and Project Summary Section 7 C Methodology Section 9 D Staffing 14 E Qualifications 15 Appendix A—Resumes EEC Environmental 6 March 13, 2025 Background and Project Summary Section EC EEC has successfully completed 20+ projects alongside the City of Huntington ►imi Beach over the last decade. We are excited to build off our recent success and ENVIRONMENTAL continue to grow our relationship further. Through our existing engagements with the City, we have developed a comprehensive understanding of the City's needs and processes. EEC has conducted a wide variety of technical services including Food Service Establishment(FSE)Fats,Oils and Grease (FOG) inspections, industrial stormwater compliance inspections, Phase I & II Environmental Site Assessment, construction oversight, and methane site reviews in support of the Huntington Beach Fire Department, and stormwater inventory and condition assessments. This diverse array of projects has allowed us to meet multiple City team members and truly understand the most effective way to support Huntington Beach. EEC is poised and ready to deliver on three of the four requested Civil Engineering Service Areas in the RFP; Water/Sewer/Storm Water Engineering, General Civil Engineering, and Environmental/Water Quality. The Water/Sewer/Storm Water Engineering Service Area requests experienced engineers to be able to perform technical services on a short notice basis. For linear projects it will be necessary to be able to develop Plans, Specifications, and Estimates (PS&E) that are constructible, on-budget, permitted quickly, and reduce contractor RFI's and potential cost overruns. Success requires adept knowledge of the due diligence process and being able to perform field investigation services in parallel with desktop and in person research. Accurate information for existing conditions is the foundation for quality design. The EEC team has bene assemble to provide just that, from collecting surface information through surveying, to painting a clear picture of the underground landscape through potholing, borings, and other reconnaissance. We provide the City with a clear understanding of the existing condition prior to moving forward with a project. In addition to providing due diligence services, the City is looking for selected consultants to be proactive in coordinating project meetings and advancing projects through various milestones and workshops,assuring City staff that budgets, funding,and timing are all aligned for successful delivery and construction. While the consultant will be working under the City of Huntington Beach,projects often,and most likely will require engagement with agencies outside the City. These may include OCSAN, OC Public Works and Flood Control, Caltrans, and the Army Corps of Engineers. The General Civil Engineering Service Area requires an experienced Civil Engineering Firm to help drive Capital Improvement Projects. Typically,these projects involve surface improvements within the public right of way, including roadway rehabilitation, sidewalk replacement, curbs and gutters,as well as municipal parking lots and other site improvements. EEC is consistently designs projects with both the City Standards and Specifications EEC Environmental 7 March 13, 2025 1 as well as the Greenbook Standard plans and Specs for Public Works Construction. These types of projects may trigger construction and post construction stormwater compliance. EEC specializes in providing stormwater guidance at both the construction phase (SWPPP) and post construction phase (WQMP) of projects. We work with the municipality and contractor to ensure linear projects meet the requirements of the current stormwater regulations. For post construction EEC prefers to standardize BMP solutions with City maintenance staff to reduce variety across the BMP portfolio and increase operations and maintenance efficiencies and cost. The Environmental/Water Quality Service Area requires an ongoing expertise on the current and pending/ upcoming water quality regulations form the State Water Resources Control Board, as well as the USEPA. With the adoption of TMDL's, pollutant limits, and emerging pollutants of concern and lifetime chemicals, this task will rely on firms that have a broad-spectrum team. EEC excels when we can utilize our boots on the ground field teams to gather pertinent field work data,perform Phase I and Phase 2 site assessments as needed, and well as leverage our in-house environmental and geology professionals to uncover any potential impacts to a project. In addition to understanding past technical work,this task will require the development of new studies and reports to establish project scopes and budgets. Funding ultimately is one of the largest drivers for projects. EEC has a history of successfully helping municipal clients in Orange County identify,apply,win,and manage grant funding and grant programs. EEC Environmental 8 March 13, 2025 Methodology Section Implementation Plan In this section, EEC describes the proposed program and project implementation plan for the on-call civil engineering professional consulting services contract (RFP Categories A, B, and D). The implementation plan will be specific to the overall contract and individual task orders within the contract. Upon receipt of the intent to award the contract to EEC from the City, EEC will propose a meeting with the appropriate City technical and procurement personnel to: • Renew our mutually agreeable professional services agreement; • Discuss City of Huntington Beach program expectations for proposals, project procurement, program progress tracking and reporting,project execution, reporting, communication, invoicing, etc.; and • Discuss development of internal and external stakeholder engagement and communication plans. Program Progress Tracking and Reporting — EEC proposes to develop a progress tracking tool for the program's projects and project tasks. The tool will identify the proposed, active, and completed projects and their associated status, schedules, staffing, budgets, etc. EEC will develop the format of this progress report with the City. Progress reports are typically prepared using a Microsoft Excel spreadsheet and can be provided in varying levels of detail at the request of the City. Options to prepare progress reports in alternate formats are available including integration with software programs such as Smartsheet or Procore. Stakeholder Engagement - Based on our previous experiences with the City, the EEC Team understands that many of the City's projects involve coordination amongst internal city staff and departments and/or external stakeholders.The Huntington Beach Navigation Center is an excellent example of the type of external stakeholder coordination that is necessary on City projects and showcases EEC's ability to navigate this level of engagement. External stakeholders may include developers, businesses, residents, or regulatory entitles such as Caltrans, Orange County Transportation Authority (OCTA), Orange County Sanitation District(OC San), Orange County Water District (OCWD) the Department of Toxic Substance Control (DTSC), Regional Water Quality Control Board (RWQCB),the Orange County Health Care Agency (OCHCA) and/or other county agencies. On multiple public and private sector projects, the EEC Team has experience at coordinating negotiations and discussions EEC Environmental 9 March 13, 2025 between external stakeholders and the client. For example, EEC has been working hand-in-hand with the City of Santa Ana and OCWD to design and build multiple PFAS treatment systems for the City of Santa Ana. All relevant input, views, and communications from internal and external stakeholders are properly documented as necessary. We are also experienced in providing presentations or briefings to internal City stakeholders on technical or regulatory topics related to engineering or environmental projects to support the City's decision- making process, as well as providing support to or representing our clients at public hearings. The EEC Team is tuned into changes in regulatory requirements or emergent issues related to water quality, hazardous materials, related environmental matters, or Code changes (e.g., ADA or EV Charging). We evaluate how these changes or emergent issues may affect clients, including the City, so that proactive strategies can be developed. Client Satisfaction Quality Assurance-A quality assurance(QA)program will be implemented with quality control(QC)processes at every step of the project. This process includes periodic reviews at predetermined stages during the planning and execution phases. Joseph Jenkins, Project Manager, will ensure that all the required elements are effectively incorporated into the project and that routine verification is performed. All reports and presentations will be reviewed internally for content and format. Additionally, EEC has developed a formal QA program to ensure timely and efficient delivery of the tasks involved in a project. As part of the QA program, EEC will develop and implement a quality control plan(QCP). The QCP establishes the requirements of the project and includes technical areas of responsibility for each staff member. In addition, the procedures that will be employed to assess compliance with appropriate laws, regulations, policies, and technical review protocols will be identified. All work will be accomplished with adequate internal controls and review procedures to eliminate conflicts, errors, and omissions to ensure the technical accuracy of the work for the project. The QCP will include activities appropriate for managing the quality of the project based on the anticipated planning and complexity of the project features. Communication - Formal and informal meetings and frequent information transfer to the client are important elements of project control, quality, and success. An integral part of the EEC project management approach is frequent and timely client interaction. The project manager will meet regularly with the City to discuss project needs, plan work, review activities and progress, accept deliverables, and interact with other project participants. Financial Responsibility - We recognize that cost savings and cost control are important issues for the City. We strive to provide all our clients with cost effective strategies that begin in the planning stages of the project.During EEC Environmental 10 March 13, 2025 the initiation phase, we will discuss with the City their expectations with regard to budget and deliverables to develop a project strategy that meets or exceeds the budget expectation. In our experience, up front planning, building on similar project experience, and staff dedication to working efficiently are the most important ingredients to overall cost control on projects. We assign budgets and schedules for each component task and use Deltek Vision®to track direct project costs, indirect costs, labor,and subcontractors by project,task,and subtask. Standardized weekly reports are typically issued and reviewed by the project manager. Project Schedule Based upon EEC's previous experience with the City, and our understanding of the typical scope of work for civil engineering task orders under this On-Call contract, a sample project schedule is provided below: EEC Environmental 11 March 13, 2025 Task Name 02 03 04 01 02 03 Apr May Jun Jut Aug Sap Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep 1 C On•Call Civil Engineering Services Typical Project Schedule 2 _ Task 1-NTP I Project lOat9Q .. _ _......_ -.. 3 Notice a to Proceed O � i i � 4 Kick Off Meeting I . .,.. L . ii. - Task 2:Due Diligence --------.---i B Conduct Field Wok 7 I Due Diligence B Topographic Survey+Digital11 Delivery 4.-_.- 9 Geotechnical Investigation+ Report I f 10 Existing Information Research I 11 Will Serve Letters 12 Preparo Existing Condition Memo/ T City Touch Point i I i 13 -.'Task 3:Design Plans ... .:... ..__,-. .. :_.._.. 14 ..- 30%Design IE-`-.. J 15 30%Pulp _ _ _.. 16 I 30%Reports l 17 i 30%Milestone Meeting wiCity 18 •- 60%Design 19 _.- 60%Plans ' iii 11(1 — 20 60%Reports 21 60%Specifications&Estimates 22 60%Review 23 60%Milestone Meeting 24 - 90%Design '= 25 90%Plans _-.-.. .... 26 90%Reports 27 90%Specifications&Estimates 1 28 90%Review NISI -.-- 1 29 90%Milestone Mooting 30 ��100%DMfpn 31 100%Plans 32 100%Reports , 33 ...... 100%Specifications&Estimates i 34 100%Submittal 35 - Task 4:81d Package l a�.. I 36 Prepare Bid Package I i-- 1 - 37 R Pre-Bid Meeting - 38 Respond to Contractor RFrs l -- L t - _. 39 Sid Opening i i Film, I ._._.-I 39 ,,. . 40 T.)Task 5:Ggtudutiee Aokstnisirslait .-..»,..„,» 41 Respond to Contractor RFI's j I __ , _ - ( • ! 42 Punch Walk alltm i .-. 43 As-Built Drawings 11119 Ad . 45 i 46 ._..._....._...— __-- _,_.._.._- 47 EEC Environmental 12 March 13, 2025 Task Descriptions and City Staff Needs The EEC Team fully understands each of the tasks established in the Scope of Work. For Water/Sewer/Storm Water Engineering projects and Civil Engineering projects,EEC will require City staff to provide existing records such as as-builts drawings, previous Preliminary Design Reports (PDRs), etc. for review. EEC will request City staff assistance in selecting preferred pipe routing/corridors based on alternatives provided by EEC, and City staff participation in external stakeholder meetings, as project needs dictate. For the FOG and NPDES compliance inspections,EEC will require City staff to assist in prioritizing facilities for inspection,providing copies of inspection forms. Historically the City has conducted any follow-up inspections; however, EEC is capable of conducting these follow-up inspections as well. For additional tasks, the EEC Team will coordinate with the City staff personnel responsible for managing individual tasks. Prior to the start of each task, a kick-off meeting will be conducted to ensure that all personnel involved in the project have a full understanding of the project need and required deliverables. EEC Environmental 13 March 13, 2025 Staffing • J. frei s ip HUNTINGTON BEACH ,�; '�.e, PROJECT MANAGER �'v ' . g� Steve Bogart, PE, QSD \14,couurvcP�"a (City of Huntington Beach) `h PRINCIPAL ABC Jim Kolk, PE (EEC) ''t a P P S T w,ANAG h Joe Jenkins,QISP r ,. (EEC) EEC ENVIRONMENTAL SUBCONSULTANTS ASST.PROJECT MANAGER SURVEYING Will Shaffer,PE,QSD,QISP Saul Melgarejo,PLS ''• % kr (CALVADA) SR. PROJECT ENGINEER UNDERGROUND EXPLORE Brandon Willnecker,PE, C-BELOW . ( QSD,QISP -- GEOTECHNICAL SR ENVIRONMENTS MGR . f..0„ .1. ,PE/PG z g ERIC CLARK, PG,QISP (KRAZAN) FLOW MONITORING US3 EEC Environmental 14 March 13, 2025 Qualifications EEC ( City of Anaheim I On-call Engineering Services 12007 - Ongoing Team:Jim Kolk (Program Manager), Will Shaffer (Process Engineer), Brandon Willnecker (Civil Engineer),Joe Jenkins(Environmental Compliance) Project Contact:Keith Linker,PE;Principal Civil Engineer(714) 765-4141 EEC provides as-needed environmental engineering services across multiple scopes sill' ,q of work. EEC's staff have provided design and consulting services in the following p i areas: 41. p� r 0 • Sewer capacity analysis and sewer design manual development Z • Lenain pump station retrofit—Civil Engineering, grading,NPDES compliance v• Alley sewer upsizing combined with water quality improvements . C • • City trash amendment compliance—BioChar treatment and catch basin screening et0 . 41 • Modjeska Park regional stormwater capture—Post construction grant compliance, NNDED 't$ digital monitoring program, O&M optimization • Citywide stormwater fee generation planning • Regional Stormwater Capture project feasibility planning • Richfield and La Palma stormwater capture and infiltration flood relief project • State College storm drain project — repurpose abandoned sewer line for groundwater recharge and reduce inflow to county drainage facilities • District 27 drainage analysis • Prop 1 and Metropolitan Water District grant funding application support • Comprehensive citywide stormwater pump station evaluation EEC I Costa Mesa Sanitation District I WDR Compliance: FOG Program Management Services 12002-present Team:Jim Kolk(Program Manager);Joe Jenkins(Project Manager); Will Shaffer(Project Engineer) Project Contact:Scott Carroll; General Manager; (949) 645-8400 EEC has provided WDR and FOG Program support services to the District since 2002,including WDR and SSMP support,FOG program management and inspections, GIS support, CMMS support, and modeling services. Specific services have included } . FSE inspections, development of the City's FOG program • manual, and guidance on analysis of FSE contributions to sewer line hotspots and SSOs. During SSO events, EEC provides 7 '� support for follow-up source investigations and inspections, 11 corrective action tracking, and GIS development to aid in analysis of FSE and SSO relationships. EEC also assists the District with FSE plan review and variance/waiver requests, including site inspections, to verify site limitations or identify alternatives to preclude the need for a variance. In 2013, EEC audited the City's internal SSMP. EEC Environmental 15 March 13, 2025 EEC I City of Santa Ana I On-Call PFAS Treatment Design and Owner's PFAS Representative 12020 - Ongoing Team: Jim Kolk (Project Manager), Will Shaffer (Process Engineer), Brandon Willnecker (Civil Engineer) Project Contact: Cesar Barrera,PE;Deputy Public Works Director/(714) 647-3387 EEC is providing ongoing consulting services to Santa Ana as it E works with the Orange County Water District (OCWD) and their hingena consultants to design and install wellhead PFAS treatment for the `, City's impacted wells. EEC is providing comprehensive technical 1 •"•• and regulatory assistance to the Cityaddressinga variety of topics - -, I " G including: I ....e . ,lIS • Treatment system design peer review(Wells 27, 28, 31, 38, (. t•r , =ill" r �.•1, and 40). • Treatment system construction oversight services and owner's a1F'" `, inspections. • Treatment system commissioning and startup planning and support. • Comparison of Granular Activated Carbon (GAC) vs. Ion Exchange (IX)as viable treatment alternatives at each potentially impacted well site. • Evaluating capital costs vs. on-going O&M costs. • Evaluating rapid small scale column testing (RSSCT) and pilot testing results and the need for further pilot tests. • Water distribution system planning to balance groundwater production and water imports,while minimizing costs, to maintain a secure water supply. • Treatment system training for City engineers, operators, and maintenance staff. • PFAS waste disposal planning. • Pump to waste planning and OCFCD permit compliance planning. • Water quality sampling and UCMR5 compliance planning. • The impact of the State's PFAS Notification Levels (NLs) and Response Levels (RLs) on the City's groundwater supply. EEC I City of Dana Point I Flood Remediation — Multiple Locations 12022 Team:Jim Kolk(Project Manager),Joe Jenkins(Environmental Compliance) Project Contact: Werner Abrajano, PE; (949)248-3554 EEC staff worked with the City of Dana Point to prepare hydrology and drainage studies 1t� for three locations within the City that experienced consistent flooding during rain events. / 4� 46 Tasks included calculating 10-year through 100-year runoff rates and developing 2D k�Z models to visualize the flooding extents, then develop storm drain improvement plans, r i : %, 49 street improvement plans, and associated plans for construction. The designs effectively \ . .- remedied the floodingsituations and improved the safetyand qualityof like for motorists, �, - p .._. and residents within the City. 198 EEC Environmental 16 March 13, 2025 EEC I City of Huntington Beach I Navigation Center ESA 12020-2022 Team:David Bernier(Project Manager), Eric Clark(Environmental Investigation) Project Contact:Jim Merid;Environmental Specialist;(714) 374-1548 EEC was contracted by the City of Huntington Beach to ° complete a Phase I Environmental Site Assessment (ESA) for a property in Huntington Beach as a potential location for the Huntington Beach Navigation Center. The Phase I ESA determined that residual pesticides and lead may be present in � psi„ �' soil as a result of former agricultural and residential use. � "� � Additionally, buried materials and/or residual contamination in k , - soil was identified as a potential concern as a result of former use as a storage lot. This effort was followed by a Phase II ESA including a geophysical survey used to identify metal debris in the subsurface, and advancement of multiple soil borings for the collection of soil and groundwater samples. Laboratory analysis indicated that soil at the property was impacted with lead,pesticides,and hexavalent chromium but groundwater was not impacted. Early in the site investigation process, the Orange County Health Care Agency (OCHCA) was engaged to provide oversight to ensure that all work was completed in accordance with regulatory agency requirements. Technical reports were submitted to OCHCA for review and comment, resulting in determination of an asphalt cover (pavement) as a suitable protection for occupants of the proposed temporary tent structure serving as the Huntington Beach Navigation Center. EEC I Simon MissionViejol Fire Backflow (DCDA) Upgrades ti 202W0 Team:Jim Kolk(Project Manager), Will Shaffer(Project Engineer) Project Contact: Tim Wilson;President(626) 330-5803 EEC was chosen to provide Engineering and Design Services related to the request of the Moulton Niguel Water District (MNWD) to meet current district standards regarding the cross-connection protection devices currently serving multiple locations within the Shops at Mission Viejo. _ s4 • Conducted site visits to coordinate construction and to determine the exact depth and location of the underground a utilities as well as confirm the utilizes are installed according to the approved plans • Upgrade and relocation of 4 double check detector assemblies, 1 water meter, and 1 reduced pressure lo principle device per Moulton Niguel Water District specifications • Moulton Niguel Water District ordinance and letters review to determine amount of time necessary to bring all devices up to current district standards • Developed plumbing specifications to upgrade each backflow EEC Environmental 17 March 13, 2025 EEC I TTS Engineering' Pipeline Condition Assessment 12020 Team: Will Shaffer(Project Engineer) Project Contact: Casey Layton; Vice President(714) 840-6346 EEC has experience performing condition assessment and leak detection of active water mains utilizing several methods such as: • diameter of Statistical study, which includes assessingthe age and rof the system, and other data i corrosivity of soil, pressure the e o • External direct assessment including ultrasonic testing and =?' 40/ � T� potholing for visual examination • Y,° • In-pipe condition assessment utilizing CCTV and acoustic "' . equipment „ • EEC has performed condition assessments on 8, 10,and 12-inch active •< �' a , water mains identifying areas of concern,pipeline defects, air pockets, corrosion (internal and external) and leakage, while providing detailed reports and technical memorandums including remaining useful life analysis modeling, mapping, and recommendations for immediate repairs and long term remediations. EEC Environmental 18 March 13, 2025 References of Work Performed Form (List 5 Local References) Comany Name: EEC Environmental 1. Name of Reference: City of Santa Ana Address: 215 S Center St, Santa Ana, CA 92703 Contact Name: Cesar Barrera, PE Phone Number: 714-647-3387 Email: cbarrera@santa-ana.org Dates of Business: 2008 - present 2. Name of Reference: City of Ontario Address: 1333 S Bon View Ave, Ontario, CA 91761 Andy Marquez Phone Number: 909-395-2683 Contact Name: Email: amarquez@ontarioca.gov Dates of Business: 2022 - present 3. Name of Reference: City of Huntington Beach Address: 2000 Main St, Huntington Beach, CA 92648 Steve Eros 714-536-5531 Contact Name: Phone Number: Email: Steve.Eros@surfcity-hb.org 2017 - present Dates of Business: 1Name of Reference: City of El Segundo 350 Main St, El Segundo, CA 90245 Address: Contact Name: Lifan Xu Phone Number: 310-524-2368 Email: lxu@elsegundo.org Dates of Business: 2018 -present 5. Name of Reference: The City of Anaheim Address: 200 S. Anaheim Way, Anaheim CA Contact Name: Keith Linker, PE Phone Number: (714) 765-4141 Email; klilnker@anaheim.net Dates of Business: 2018 - Present (Ongoing) APPENDIX A PROJECT TEAM RÉSUMÉS EC ii"10 Assessment/Remediation Wastewater Stormwater \A� Litigation Support Regulatory Compliance ENVIRONMENTAL Technology/GIS JOSEPH JENKINS, QISP Project Regulatory Specialist • Joseph has performed more than 4,000 inspections of food service establishments (FSEs) for compliance with fats, oils, and grease (FOG) control programs, including those of the Costa Mesa Sanitary District, City of Santa Ana, City of La Habra, City of Anaheim, and Irvine Ranch Water District. Joseph has also conducted thousands of industrial pretreatment and stormwater inspections of industrial and commercial facilities. Joseph manages and schedules EEC's FSE inspection programs and provides training and quality - control/quality assurance of EEC's FOG inspectors. Joseph is also EEC's lead auditor for sewer system management plan (SSMP) audits. To date,Joseph has conducted internal SSMP audits for the Costa Mesa Sanitary District, City of La Habra, City of Buena Park, City of Santa Ana, and City of Anaheim. Joseph has assisted in the development of multiple stormwater programs for both industrial and municipal clients. As a QISP (Qualified Industrial Stormwater Practitioner), Joseph has conducted multiple ERA evaluations under California's Stormwater Industrial General Permit. Joseph assists industrial clients daily with developing their stormwater monitoring programs, including sample location and parameter identification, training staff on sampling techniques, and managing data on the Water Board's SMARTS database. He has also conducted thousands of stormwater inspections of industrial and commercial facilities for compliance with NPDES stormwater discharge requirements. Joseph manages and schedules EEC's inspection programs and provides training and quality control/quality assurance of EEC's inspectors. Joseph holds a Bachelor of Science in Business Administration from York College in Nebraska; a certificate in Environmental Management from the University of California, Irvine, Extension; a certificate as a Grade I Environmental Compliance Inspector through the California Water Environment Association; and a certificate as a QISP. Joseph also maintains certification in OSHA 40-hour HAZWOPER training and in the Pipeline Assessment and Certification Program. EXPERIENCE FOG Inspector, FOG Inspection Programs for Multiple Cities and Sewer Agencies I Statewide,CA • Serves as the lead FOG inspector in support of multiple cities and sewer districts including IRWD. • Completed thousands of FSE inspections in support of agencies' FOG control programs and has achieved a high rate of compliance for those FSEs. Senior Staff, FOG Control Consulting for Various Municipalities I Nationwide • Assists EEC's project managers to provide support for FOG control consulting services ranging from ordinance and permit development, grease interceptor sizing and installation requirements, sewer line characterization, inspection and enforcement procedures,sanitary sewer overflow response procedures,and database and GIS management. Senior Staff, FOG Control Program Manual Development, Baltimore County I Baltimore, MD • Developed the FOG Control Program Manual for the Baltimore County FOG Control Program. • Manual included procedures for inspecting FSEs, requirements for installation of grease control devices, and FSE educational materials that were created by EEC, including best management practices. Corporate Office—Tel (714)667-2300 I Fax (714)667-2310 I One City Boulevard West I Suite 1800 I Orange,CA 92868 Mid-Atlantic Office—Tel:(410)263-2234 I Fax (410)266-8660 1200 Harry S Truman Parkway I Suite 330 I Annapolis,MD 21401 eecenvironmental.com x�it JOSEPH JENKINS, QISP 2 ENVIRONMENTAL EXPERIENCE (CON.) Lead Trainer,SSO Prevention and Response Program,City of San Gabriel I San Gabriel,CA • Trained City of San Gabriel staff on prevention of and response to SSO. • Training consisted of a classroom instruction session that reviewed State and City monitoring and reporting requirements, proper response procedures, and proper volume calculation methods.Training also entailed field training sessions during which varying volumes of water were spilled and trainees practices containing the spills, estimating the volume of spilled water, and completing reporting forms. Compliance Inspector, NPDES Inspections and Program Management,Cities of Santa Ana and Anaheim I Orange County,CA • Performed hundreds of NPDES inspections for the City of Anaheim and the City of Santa Ana. • Currently manages the monthly NPDES inspection program and trains inspectors on the proper inspection procedures. Compliance Inspector, NPDES Inspections and MS4 Program Management,Various California Cities,Southern California • Performed hundreds of NPDES inspections for the City of Anaheim, City of Santa Ana, City of El Segundo, and City of Huntington Beach. • Currently manages the monthly NPDES inspection program and trains inspectors on the proper inspection procedures. Lead Auditor,SSMP Internal Audits for Various Municipalities I Nationwide • Assists EEC's project managers to provide support for conducting internal audits of SSMPs. • Reviews SSMP-related documentation and conducts interviews of municipality staff members. • Completes technical report documents specifying important findings and recommendations. Stormwater Program Development,SWPPP Updates and Monitoring Plan Implementation, Hehr International I Los Angeles,CA. • Performed updates for the facility's SWPPP • Developed Stormwater Monitoring Plan • Conducted training for stormwater sampling and BMP implementation Hehr International,SWPPP and Site Map Revisions I Los Angeles,CA. • Conducted a comprehensive review and update of the SWPPP to comply with the requirements of the 2015 Industrial General Permit. • Ensured that the monitoring and reporting requirements met the 2015 IGP, accurate storage of materials and implemented BMPs were reflected,and that spill response and maintenance activities were documented. • Revised the facility site map accurately to reflect storage of materials, sampling locations, flow directions, and implemented structural BMPs. • Assisted with uploading the SWPPP to the State's SMARTS database. Conducted training for the employees on the SWPPP elements and IGP requirements. Elevated Response Actions(ERAs), Multiple Industrial Clients, Southern California • Performed ERA Evaluations identifying NAL exceedances and sources. • BMP implementation. • SWPPP updates. • SMARTS data management. • Employee sample procedure training. Small MS4 Permit Program Management,SWPPP Updates and Monitoring Plan Implementation, March Air Reserves Base I Moreno Valley,CA. • Conducted Storm Event Sampling • Developed Stormwater Monitoring Plan • Completed Required Reports per Permit Requirements ASSESSMENT/REMEDIATION { WASTEWATER/STORMWATER I LITIGATION SUPPORT REGULATORY COMPLIANCE I TECHNOLOGY/GIS \� mE K JOSEPH JENKINS, QISP 3 ENVIRONMENTAL EXPERIENCE (CON.) Project Manager/Lead Inspector, Industrial Pretreatment Program,City of El Segundo I El Segundo,CA • Developed and implemented industrial pretreatment program for the City • Permitted categorical industrial users • Performed Industrial Waste Surveys • Conducted inspections for industrial users • Conducted and managed enforcement actions • Completed Annual Pretreatment Program Reports for submittal to local Regional Water Quality Control Board ASSESSMENT/REMEDIATION I WASTEWATER/STORMWATER I LITIGATION SUPPORT REGULATORY COMPLIANCE I TECHNOLOGY/GIS EC Assessment/Remediation % Wastewater/Stormwater Au/ Litigation Support Regulatory Compliance ENVIRONMENTAL Technology/GIS Will Shaffer brings a common-sense approach to complicated engineering problems. He has extensive civil and environmental engineering experience across a vast array of disciplines including site development, utility design, stormwater compliance and LID/BMP design, industrial wastewater pretreatment, environmental compliance, emerging contaminants/PFAS,vapor intrusion mitigation systems,and ADA design. By supplementing his engineering expertise with his comprehensive knowledge of surveying and construction management, he is able to manage projects from conception, through design and permitting, to completion of construction. Will is a registered professional engineer in CA, MD, and 18 other states. He is a California Qualified SWPPP Developer (QSD) and a Qualified Industrial Stormwater Practitioner (QISP). Will is a member of the American Society of Civil Engineers (ASCE), the President of the Loyola Marymount University Council for Industry Partnerships, and maintains an OSHA 40-Hour HAZWOPER certification. Will Shaffer, EXPERIENCE PE, QSD, QISP Civil Engineer Record I SA Recycling' Nationwide • Engineer of record for various site improvements at multiple locations including Project Engineer II site regrading,scale installations, new buildings,drainage improvements,site electrical upgrades, and other projects. Years of Experience 2-Acre Rental Facility Redevelopment I United Rentals I San Bernardino,CA • 15 • Optional Sentence highlighting key component/technical skill in project. Office Location • Peer review of civil construction documents for accuracy and constructability • Orange, CA with specific focus on stormwater detention and infiltration gallery. Specialties • Construction management services including contractor management and • Site Development coordination,on-site representation during construction,and facilitate RFI • Utility Design response. • Stormwater Compliance Grading and Drainage Design I Spohn Ranch Skate Parks I Los Angeles,CA • LID/BMP Design • Grading and drainage and stormwater LID/BMP design for multiple skate parks. • Industrial Wastewater • Design and construction administration of cost-effective stormwater Pretreatment management systems. • PFAS • Design includes hydrologic and hydraulic models with Hydrology& Hydraulic Education (H&H)calculations package for submittal. • B.S., Civil Engineering, LMU, Owners PFAS Representative I City of Santa Ana I Santa Ana,CA CA, 2013 • Providing ongoing expert consulting services related to groundwater PFAS Registrations & Certifications contamination in the Orange County groundwater aquifer. • QSD/QISP • Peer review of PFAS treatment system(wellhead and centralized) Preliminary • OSHA 40-Hour HAZWOPER Design Reports (PDRs), design scopes of work, construction documents, and • PE in CA, MD, and 18 other specifications. • Training seminars for City staff including certified operators. states • Distribution system planning before, during, and after treatment system • ASCE Member buildout. • President of LMU Connecting Industry Partners (CIP) Corporate Office—Tel:(714)667-2300 I Fax:(714)667-2310 I One City Boulevard West I Suite 1800 I Orange,CA 92868 Mid-Atlantic Office—Tel:(410)263-2234 I Fax:(410)266-8660 1200 Harry S Truman Parkway I Suite 330 I Annapolis,MD 21401 eecenvironmentai.com 10 _ Assessment/Remediation EC i Wastewater Stormwater Litigation Support Regulatory Compliance ENVIRONMENTAL Technology/GIS Jim is an engineer with over 25 years of project management experience. He has extensive expertise in wastewater/sewer system program support, including sewer system capacity analysis, sanitary sewer overflow (SSO) reduction program development and data management, industrial wastewater pretreatment program development,stormwater compliance,collection system condition assessment and characterization,fats, oils,and grease (FOG) program development, and geographic information system (GIS) / database integration. Jim routinely manages projects with complex regulatory compliance issues related to state enforcement,consent decrees,and compliance audits.Jim holds a Bachelor of Science from San Jose State University. He maintains professional certification in Sanitary Sewer Overflow Reporting from the California Water Environment Association. Jim Kolk, EXPERIENCE Sewer Capacity Study I City of Costa Mesa I Costa Mesa,CA Principal Engineer • Performed data analysis to identify sewer capacity limited and vulnerable pipelines across entire sewer district. Years of Experience • Oversight of dry/wet weather flow studies including site selection, meter • 25 installation,and data processing. Office Location • Oversight of flow model development and integration with asset management • Orange, CA GIS with spatial analysis. Specialties Pretreatment Program Development I Various Municipalities I Nationwide • Wastewater/Sewer Systems • Manage pretreatment program assessment,development,and implementation • Sewer System Capacity of key program elements, including legal authority review/development, Analysis industrial waste survey screening and local limits SSO Reduction Program development/implementation. • • Prepare program manuals and procedures/guidelines for industrial user Development inspection,sampling,and enforcement activities. • Stormwater Compliance • GIS Software Commercial and Industrial WW Treatment I Various Clients I Statewide,CA • Database Integration • Routinely hired by commercial and industrial clients to assess,design,and Education develop effective,economical solutions for wastewater treatment systems. • Projects include enhancements to aeration system to increase efficiency, • B.S., Industrial Engineering, digester systems to reduce sludge disposal costs,and lift stations and San Jose State University, interceptors to address odors/corrosion. CA, 1990 Registrations & Certifications Sewer Collection System Consulting I Various Municipalities I Nationwide • Sanitary Sewer Overflow • Routinely hired by municipalities for sewer collection system condition Reporting Certification from assessment and SSO reduction program development and implementation. California Water • Provide expert FOG control consulting services ranging from ordinance, permit Environment Association and fee allocation development,grease interceptor sizing and installation requirements, inspector and enforcement SOPs, and database and GIS management. • Development of data analysis protocols to optimize sewer maintenance frequencies with SSO risk management. Corporate Office—Tel:(714)667-2300 I Fax:(714)667-2310 I One City Boulevard West I Suite 1800 I Orange,CA 92868 Mid-Atlantic Office—Tel:(410)263-2234 I Fax:(410)266-8660 1200 Harry S Truman Parkway I Suite 330 I Annapolis,MD 21401 eecenvironmental.com 9 �` Assessment/Remediation ■ Wastewater/Stormwater ` EC ;��- Litigation Support Regulatory Compliance ENVIRONMENTAL Technology/GIS Brandon Willnecker has over two and a half decades of expertise leading projects and applying sustainable common-sense approaches to technical challenges. His experiences across the private and public sectors land includes f due diligence and entitlements, design, management, construction, and post construction lifecycle optimization. In addition to projects,Mr.Willnecker is well versed in current and pending Water Quality Regulations/Requirements and has professional experience in Southern California, as well as nationally. His focus is on listening to clients and understanding their goals, resulting in successful ` projects. Mr.Willnecker believes that projects do not end when construction is complete and is focused on ensuring long lasting success through optimizing post-construction user and owner experiences,operation and maintenance,and compliance activities. EXPERIENCE Brandon Willnecker, Engineering& Design I UniFirst I Fresno,CA PE, QSD, QISP • Project Manager overseeing the entitlement, preliminary engineering,and final engineering design process. Senior Engineer/ • Requires extensive offsite street widening along entire frontage with transitional impacts outside the property limits. Project Manager • Integration into master planned water quality and drainage facilities Years of Experience As Needed Engineering/NPDES I City of Anaheim I Anaheim,CA • 27 • Providing as-needed engineering support for multiple Public Works programs Office Location and projects. • Services include drainage design review, NPDES and WDR permit compliance, • Orange, CA sewer master planning review, FOG program development, and drainage Specialties design review. • Design & Management • Grant funding research and management • Construction & Life Cycle • Project review management for RFP scope generation • Water Quality Regulations Education Skylinks Stormwater Capture Project* I City of Long Beach I Long Beach,CA • Project Manager overseeing 30%conceptual design through 60%,90%, and • B.S., Civil Engineering, 100%final design phases. University of Dayton, OH, • Dry and Wet Weather diversion project involving pump stations, manmade 1997 wetland conveyance and treatment, underground storage and infiltration and Registrations & Certifications storage. Total storage capacity equal to 14.0 acre-feet. • PE CA, OH, AK, AZ • Relocation of 12"diameter Long Beach Water District reclaimed water line. • QSD/QISP Lower Peters Canyon Regional Park* I Orange County Parks I North Tustin • Member of American Area,CA Society of Civil Engineers • Project Manager for an improvement project within a Regional Park for the (ASCE) installation of a 6-stall restroom facility,updated trailhead,sewer lift station,and • Member of California utility installations under an existing OC Flood Control District improved Spillway. Stormwater Quality • Project required coordination with the Division of Dams, Irvine Ranch Water Association (CASQA) District,Southern California Edison,and OC Parks and Flood. The project is highlighted by the utilization of horizontal directional drilling methods to install a private sewer force main,domestic water service,and electrical ductwork, under an existing improved flood control spillway. Corporate Office—Tel:(714)667-2300 I Fax:(714)667-2310 I One City Boulevard West I Suite 1800 I Orange,CA 92868 Mid-Atlantic Office—Tel:(410)263-2234 I Fax:(410)266-8660 1200 Harry S Truman Parkway I Suite 330 I Annapolis,MD 21401 eecenvironmental.com 7 vtik BRANDON WILLNECKER, PE,QSD,QISP ENVIRONMENTAL State College Boulevard Regional BMP Feasibility Study* I City of Anaheim I Anaheim,CA • Project Manager for the completion of the feasibility study and preliminary design phases for a regional infrastructure repurposing project. • The City of Anaheim, in coordination with the Orange County Sanitation District,took ownership of two miles of abandoned 39"-42"diameter sewer pipe,with the intention of repurposing it for stormwater water diversion,treatment,storage,and infiltration. • The system is intended to reduce stormwater deficiencies in a nearby Orange County Flood Control box culvert. • Project infiltrates dry and wet weather volumes of runoff into the ground for groundwater recharge • Provide long term geographically specific rainfall/runoff data for single family residential land uses in the City of Anaheim. Regional BMP Credit Study* I City of Anaheim I Anaheim,CA • Assisted in conceptualizing and developing the framework for implementing a Regional Best Management Practices(BMP) Credit Study • The purpose of the study was to arrive at a methodology for both,tracking watershed water quality management plans, and providing a financial model to track"credit generator" projects as they would come online. • Project elements included reviewing total watershed quality requirements and the impacts of existing WQMP's on the system,and how they impacted both available credits,future credits,and pricing as credits are purchased and future credit generator systems came online. • The deliverables included a template calculation spreadsheet and a detailed presentation for City staff. • Project challenges included understanding and working with the City Finance department to determine financial management throughout various City departments, as well as developing the methods and frequency for credit pricing adjustments. • Opportunities in the future for the program include the encouragement by the city to deliver additional regional stormwater capture systems that will provide watershed level compliance for public projects,with a pathway to offering credits to private developments. Bikepath O,P,Q* I Orange County Public Works I Orange County,CA • Managed the preparation of a multi-mile HEC-RAS study for existing and proposed conditions along the proposed Bikepath O,P,Q project. • The project entailed the construction of a paved bikepath along the top banks of Coyote Creek.Two bridge undercrossings were proposed and Artesia Boulevard and Valley View Street that altered the existing concrete channel cross section. • Evaluated the undercrossings 1,000 feet upstream and downstream of the bridges for impacts to channel water surface elevations and velocities. • Coordinated with Orange County,the Los Angeles County Flood Control Districts,and the Army Corps of Engineers. • Challenges included gaining concurrence across the various agencies on the acceptable flow rates to use for the analysis, as well as developing HEC-RAS methodology for the handrailed cantilever solution proposed at one of the undercrossings. Wagon Wheel Creek Rehabilitation* ( Orange County Parks I Wagon Wheel,CA • Project Manager.Assisted in field walk and condition assessment for a failed stepped wall system. • Collected streambed material samples and assisted geomorphological experts in determining sediment transport. • Completed short and long term repair plans for failed creek wall system.Completed scour and sediment transport analysis. Coordinated with USACOE and completed required permits. Avenue 64 Roadway Project* I City of Pasadena I Pasadena,CA • Managed the stormwater and water quality design for round about intersection improvement project in the City of Pasadena. • Conceptualization of a round-a-bout at the intersection of three roadways within a residential area of the City. • There was no existing storm drain infrastructure at the intersection and the proposed design required capturing and treating runoff prior to surface flowing across the proposed round-a-bout and creating hazardous roadway conditions. • Proposed solution required designing catch basins to accept multiple upstream watersheds along steeply slopes streets and conveying underground and down-road to gutter based bubblers. Assessment/Remediation 'i iEC Wastewater/Stormwater i�� Litigation Support Regulatory Compliance ENVIRONMENTAL Technology/GIS ERIC CLARK, PG, QSD, QISP Sr. Project Geologist tip? s Mr. Eric P. Clark is a Senior Project Geologist/Manager I at EEC Environmental, a professional service firm specializing in groundwater well condition assessments, site investigation, remediation, of complex soil, soil vapor, groundwater contamination issues, and stormwater compliance. With a comprehensive background spanning 16 years within the environmental industry, Eric has cultivated expertise as a specialist adept in oversight of complex groundwater investigations, assessments, and implementation of remedial strategies. He has effectively overseen and directed extensive field investigations encompassing hydrogeologic evaluations, subsurface site characterizations, and remediation initiatives. These projects involved engagement with clients, regulatory bodies and the public outreach, alongside proficient management of subcontractors and team members. Mr. Clark holds a Bachelor of Science in Geology from California State University Fullerton. He is a registered professional geologist in California (PG #9365). In 2016, Mr. Clark received his QISP (QISP#621), certification and in 2020 he obtained his QSD (QSD# G00936) certification and maintains an OSHA 40-Hour HAZWOPER certification and MSHA Part 48 Certification. He has continued to become a stormwater compliance specialist. EXPERIENCE Project Geologist,Phase II Environmental Site Assessments,Fourtune 500 Companies I CA • Management and development of scope, schedule, and budget for multiple Phase II ESAs across California and through the Unites States. Skilled in coordinating multidisciplinary teams, ensuring regulatory compliance, and delivering high-quality reports on time and within budget. Expertise includes subsurface investigations, soil and groundwater sampling, vapor intrusion analysis, and collaboration with stakeholders to develop actionable remediation strategies. Adept at navigating California's environmental regulations and driving projects to successful completion." Project Geologist for Design-Build UST Removal and Replacement,Crater Lake National Park I Mazama Village I OR • Manage scope, schedule, budget, implementation, and intergovernmental agency coordination for the removal and replacement of one UST on behalf of the Concessions service provider on behalf of the National Parke Service. • Removal of one 15,000 gal gasoline USTs. • Installation of one 15,000 gasoline UST,delivery system, leak detection,and dispenser. Project Manager,Major Petroleum Companies I Various Sites,California • Managed scope, schedule, and budget for three Valero Refinery/Terminal facilities with petroleum hydrocarbon contamination. • Managed production of project reports and agency correspondence, including groundwater monitoring and sampling reports, operation and maintenance summaries, discharge compliance reports,groundwater/soil/soil gas assessment work plans, pilot testing plans,conceptual site models,and closure requests. Project Geologist, Environmental Remediation and Assessments,The Irvine Company I Various Sites,CA • Manage scope,schedule,and budget for ongoing remediation,and groundwater monitoring and sampling. • Coordinated with local regulatory agencies regarding investigation and remediation implementation, permitting, and site compliance. Corporate Office—Tel (714)667-2300 I Fax:(714)667-2310 I One City Boulevard West I Suite 1800 I Orange,CA 92868 Mid-Atlantic Office—Tel:(410)263-2234 I Fax:(410)266-8660 1200 Harry S Truman Parkway I Suite 330 I Annapolis,MD 21401 eecenvironmental.com ,_ t11rks ERIC CLARK, PG,QSD,QISP 2 ENVIRONMENTAL • Manages several Soil Vapor Extraction and Duel Phase Extraction remediation systems for soil, soil vapor, and groundwater cleanup. Project Geologist,Environmental Remediation and Assessments,The Irvine Company I Various Sites,CA • Manage scope,schedule,and budget for ongoing remediation,and groundwater monitoring and sampling. • Coordinated with local regulatory agencies regarding investigation and remediation implementation, permitting, and site compliance. Manages several SVE and DPE Remediation systems for soil,soil vapor,and groundwater cleanup. Project Geologist,Well Condition Assessment Mountain Pass Mine I Shadow Valley I Mountain Pass,CA • Project manager for the development and oversight of evaluation of the Shadow Valley well field servicing the facility.The purpose of this assessment was to evaluate the status and condition of each production well on the well network. The assessment included using several downhole geophysical tools and cameras in remote site within the Mojave Desert to determine the condition of each well. Project Geologist,Gallade Chemical I Santa Ana,CA • Oversight of the Semiannual Groundwater monitoring and sampling program consisting of a network of 42 wells. • Responsible for ensuring Gallade Chemical met the compliance standards set forth in the Industrial General Permit. • Management of the operation and maintenance of the onsite four stage clarifier. • Provided oversight of Gallade Chemicals stormwater program. • Provided Stormwater sample collection training. • Performed Annual/Monthly Stormwater BMP inspections. • Prepared facility's Annual report. • Stormwater compliance monitoring and SMARTs Data Entry Person(DEP). Project Geologist,Aluminum Precision Products I Various,CA • Facilities designated QISP. • Oversight of the development,installation,and monitoring of the SWPPP best management practices. • Conducted facility Exceedance Response Action(ERA)inspections/pollutant source assessments. • Prepared/developed Standard Operating Procedures outlining best practice stormwater collection methods for various collection types. • Provided onsite stormwater collection training to multiple facility samplers. • Preparation of multiple SWPPPs, Level I and Level II ERA reporting,and SMARTs database custodian. Project Manager, Environmental Remediation and Assessments, Prudential Orval Supply I Van Nuys,CA • Technical review of remediation system operation and performance. • Coordinate field technicians to perform maintenance and operation of the remediation systems. • Forecast remedial progress and associated costs. Project Geologist,Valero Refinery, Marine Terminal,Asphalt Plant,and Olympic Tank Farm I Wilmington,CA • Project lead for the development and implementation of several facility storm water monitoring programs and revamping of SWPPPs form multiple facilities. • Preparation of several ERA Level I and II reports,and associate action plans. • Preparation of a Monitoring and Reporting Plan/Quality Assurance Project Plans for multiple facilities. • Acting facility Data Entry Person. Project Geologist,Westlake Wellbeing Properties, LLC I Westlake Village,CA • Oversight of the Ozone / GAC dewatering treatment system, monthly sampling, quarterly reporting, and project management related to the National Pollutant Discharge Elimination System(NPDES)permit. • Management of the operation and maintenance of the onsite remediation system. Project Geologist, Douglas Emmett Management, LLC I Los Angeles,CA • Oversight of the monthly sampling, quarterly reporting, and project management related to the National Pollutant Discharge Elimination System(NPDES)permit at six facilities. • Management of the operation and maintenance of several onsite remediation system. ASSESSMENT/REMEDIATION I WASTEWATER/STORMWATER I LITIGATION SUPPORT REGULATORY COMPLIANCE I TECHNOLOGY/GIS I CAL VADA SURVEYING, INC. Saul Melgarejo Jr., PLS Survey-80%Availability Mr. Melgarejo has worked in the field of land surveying since June of 2006, in the capacity of Project Manager for the Environmental Division and has managed projects for some of the industry's largest clients such as CH2MHill, TRC and Arcadis. He is experienced in topographic mapping, boundary survey,environmental compliance and analysis as well as High-Definition Laser Scanning. Mr. Melgarejo's educational background is well rounded to include photogrammetry, highway engineering, public land surveys, vector dynamics, fluid mechanics, hydraulic engineering, water supply engineering, structure analysis and geotechnical engineering. He has a BS in Civil Engineering, Geospatial Emphasis from California State Polytechnic University, Pomona. In Mr. Melgarejo's present capacity as Environmental, Topographic/Aerial Survey Project Manager he is responsible for CAD team oversight, QA/QC, Management and Technology development, project coordination, supervision, and delivery. He is also responsible for finalizing all project control including aerial targets. Professional Credentials • B.S., Civil Engineering, Geospatial Emphasis, California State Polytechnic University, Pomona-2008 • Professional Land Surveyor in California#9807 Relevant Experience • South Coast Water District-Mission Hospital Pipeline Improvement,Laguna Beach,CA—Project Surveyor • South Coast Water District-Water Operations Victoria Warehouse Project,Dana Point,CA—Project Surveyor • Orange County Sanitation District,FE 18.13 Redhill Relief Sewer,Santa Ana,CA—Project Surveyor • Golden State Water Company,Clearview Reservoir and Pump Station Replacement,Tustin,CA—Project Surveyor • Irvine Ranch Water District,Siphon Improvements Phase II,Irvine,CA—Project Surveyor • City of Anaheim,Knollwood Circle Sewer Improvement Project,Anaheim,CA—Project Surveyor • City of Anaheim,Alameda AvenuelAladdin Avenue—Brookhurst Street to Crescent Avenue,ADA and Sewer Upgrades,Anaheim,CA—Project Surveyor • City of Anaheim, Underhill Avenue and North Shakespeare Street and SR-57 Freeway Crossing,ADA and Sewer Upgrades,Anaheim,CA—Project Surveyor • City of Anaheim,Muller Street to Lincoln Avenue,Anaheim,CA—Project Surveyor • City of Anaheim,Survey of McFadden Avenue Lift Station 21 Project,Anaheim,CA—Project Surveyor • City of Anaheim,Survey of La Palma Avenue(West of East Street),Anaheim,CA—Project Surveyor • City of Anaheim,Survey of Alley East of Anaheim Boulevard from Wilhelmina Street to Alberta Street, Anaheim,CA—Project Surveyor • City of San Juan Capistrano,Topographic Survey of Public Right-of-Way,San Juan Capistrano,CA—Project Surveyor • City of Fontana,Fontana Safe Routes to School GapClosure,Fontana,CA— Surveyor • ProjectY City of Fontana,Northeast Del Rosa ADA Ramps(H15116,H15117,and H15032),Highland,CA—Project Surveyor • San Bernardino County, San Manuel Water Line and Tank Project,San Bernardino County,CA—Project Surveyor • Inland Empire Utilities Agency(IEUA),Haven Avenue Regional Sewer System Repair Project No.EN20056, Ontario,CA—Project Surveyor • Otay Water District,870-1 Reservoir Floating Cover and Liner Replacement,Otay Mesa,CA—Project Surveyor • City of Los Angeles,Department of Public Works,Bureau of Engineering,Task Order Solicitation 1:Complete Streets—La Brea Avenue from Coliseum Street to Adams Boulevard, Los Angeles,CA—Project Surveyor 12 _ Kraz an David R. Jarosz II I Vice President of Engineering EDUCATION Experience BS,Civil Engineering,CSU Fresno 1996 Vice President of Engineering Services - Krazan &Associates Mr. Jarosz has over 20 years of experience in geotechnical LICENSE/REGISTRATION engineering, testing and inspection, construction management, and environmental investigations. He is the Regional Manager of our Registered Civil Engineer:CA Registered Geotechnical Engineer: Central and Northern California operations. Mr.Jarosz has a Bachelor CA of Science in Civil Engineering and is a Registered Civil Engineer and Registered Geotechnical Engineer in California. He has provided project oversight for geotechnical engineering and construction YEARS OF EXPERIENCE testing and inspection projects for industrial facilities, schools, hospitals, wastewater treatment plants, bridges and culverts, sewer 24+ lines,embankments,service stations,commercial developments,and landfills. Mr.Jarosz has experience in many geotechnical engineering applications including shallow and deep foundation investigations, AFFILIATIONS slope stability, pavement design, soil suitability and availability American Society of Civil Engineers assessment, soil-cement treatment and soil-lime stabilization, as well as field and laboratory soil testing. Mr. Jarosz will be responsible for project management, engineering Areas of Expertise: overview, and review of general earthwork specifications, and can be Project Management Geotechnical Engineering reached at (559) 348-2200. Investigations Soil Mechanics/ Properties PROJECT EXPERIENCE: Pavement Design Slope Stability Evaluations • Tulare Waste Water Treatment Plant,Tulare Septic System Design • Fresno Yosemite International Airport Taxiway B Material Testing and Inspection Rehabilitation, Fresno Deep Foundation Design and Inspection • Generals Highway, Sequoia National Park • Highway 99 Fairmead, Madera County • Route 180 East (Caltrans Contract#06-293304) • Route 180 West (FCTA 1010b-3) • Whitesbridge Widening, Kerman • Jensen Avenue, Sanger • Crescent Meadow Road, Sequoia-Kings National Park • Visalia City Airport Runway Rehabilitations, Visalia • Reedley Airport Taxiway and Widening, Reedley • Community Regional Medical Center, Fresno • Fresno County New Morgue, Fresno With Offices Serving the Western United States 215 W Dakota Avenue • Clovis,CA 93612 • (559) 348-2200• Fax: (559)348-2201 • www.krazan.com 13 EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. EXHIBIT "B" .f 1 fit,... EC ,...... ENVIRONMENTAL 2025-2028 Fee Schedule PERSONNEL CHARGES Travel The charge for all time required for the performance of Vehicles used on project assignments will be the Scope of Work, including office, field and travel charged at$125 per day. Mileage is billed at the time, will be billed at the hourly rate according to the current rate established by the Internal Revenue labor classifications set forth below: Service plus mark up. Per Diem is billed at a cost of $95 per day (except in high cost markets, which will Labor Classification Hourly Rate adhere to GSA rates). Airfare, lodging, rental cars and associated expenses are billed at cost plus Jr. Staff Engineer/Geologist/Scientist $ 165 15%. Staff Engineer/Geologist/Scientist $ 200 Sr Staff Engineer/Geologist/Scientist- I $ 220 Field Equipment Sr Staff Engineer/Geologist/Scientist- II $ 235 Field Equipment is billed at standard unit costs. Project Engineer/Geologist/Scientist- I $ 255 Rate schedules are available upon request. Project Engineer/Geologist/Scientist- II $ 265 Project Engineer/Geologist/Scientist- Ill $ 280 Subcontractors and Reimbursables Sr Project Engineer/Geologist/Scientist- I $ 290 The costs of subcontractors, materials, equipment Sr Project Engineer/Geologist/Scientist- II $ 310 rental and costs incurred will be charged at cost Principal Engineer/Geologist $ 340 plus 15%. Principal $ 340 Project Assistant $ 155 Other Project Charges Technician $ 160 The cost of additional report reproduction and Drafter $ 175 special project accounting will be billed as Sr Technician $ 180 appropriate. Plotting plans are charged by size, Compliance Inspector $ 180 black and white or color, and by the number of Technician GIS/Technology $ 155 Analyst GIS/Technology $ 175 Sr Analyst GIS/Technology $ 190 Shippingand Postage Specialist GIS/Technology $ 200 Shipping charges include couriers and the postage Sr Specialist GIS/Technology $ 220 necessary will be charged at cost plus 15%. Supervisor GIS/Technology $ 240 Director/GIS Technology $ 255 Interest Charges Construction Technician $ 140 Interest on late payments will be charged at the rate Construction Field Supervisor Construction $ 160 of 1.5% per month. Manager $ 175 Sr Construction Manager $ 215 Payment Terms Technical Editor $ 155 Net 30 days applies to all work performed and Emergency response will be charged at a rate of 1.5 invoiced unless superseded by a specific executed times the standard hourly rate. contract. An administration fee of 3.5% will be added to any invoice wherepayment is made by When EEC Staff appear as expert witnesses at court trials, mediation, arbitration hearings and depositions, their time will be charged at 2.0 times the standard rate. Communication/Administration Fee: All time spent preparing for such trials, hearings, and A communication/administration fee of 4%will be depositions, will be charged at the standard hourly rate. added to all invoices. This Fee Schedule is valid for the entire initial agreement term. This Fee Schedule may be adjusted for follow-on renewal periods. CAL VADA SURVEYING INC DVBE • MBE • SBE• CERTIFIED PROFESSIONAL LAND SURVEYING Prevailing Wage Rate Schedule (2024) Item Description Unit Unit Price Field Support Field Survey Crew & Equipment(Prevailing Wage)* Hour $375.00 Round Trip Travel Time & Costs Hour $160.00 Office Support Principal Hour $265.00 Director Surveying/Professional Land Surveyor Hour $225.00 Senior Project Manager Hour $190.00 Project Surveyor Hour $175.00 GPS Post Processing Hour $165.00 Survey Technician Hour $160.00 Drafting/AutoCAD Technician Hour $125.00 Accounting / Clerical Hour $87.00 Reimbursable Costs In-House Reproductions Cost+ 15% Printing and Materials Cost+ 15% Parking and Tolls Cost+ 15% Express Mail,Courier,Next Day Service Cost+ 15% Special Sub-Consultant Services (GPR, etc.) Cost+ 10% Miscellaneous Services Per Diem(when required) Day Per GSA Schedule Consultation in Connection with Litigation Hour $450.00 Transportation(per 2024 IRS Mileage Rate) Mile $0.655 Overtime and Saturday Rates Hour 1.5 times Hourly Rate The hourly rate increase 3% per year to cover cost of living. Also a 10% mark-up will be added to any sub-consultants utilized to cover project management and administration costs.Hourly rates good for 2024. *4 or 8 Hour Minimum A /�n/� Armando D.DuPont,Professional Land Surveyor 7780 CAIVAlA 411 Jenks Circle,Suite 205,Corona,CA92878 DVBE • MBE • SBE • CERTIFIED SURVEYING, INC. www.calvada.com I www.inro@calvada.con ( .t 951.280.9960(NI 951.280.9746(I) PROFESSIONAL LAND SURVEYING Rate Schedule Kr; zan GENERAL FEE SCHEDULE FOR PROFESSIONAL & TECHNICAL SERVICES Professional Principal Engineer $175.00/hr. Registered Senior Engineer $155.00/hr. Professional Geologist $145.00/hr. Project Engineer/Manager $115.00/hr. Project Geologist $115.00/hr. Certified Asbestos Inspector/Manager $85.00/hr. Environmental Specialist $85.00/hr. Staff Professional $85.00/hr. Technical—Prevailing Wage Senior Engineering Tech— ICC Certified Inspector $145.00/hr. Soils Technician —Earthwork Observation & Testing $135.00/hr. Special Inspector—Concrete, Masonry and Structural Steel $135.00/hr. Environmental Technician $135.00/hr. Technician— Sample Pick-ups, Travel Charge $60.00/hr. Administrative Administrative Support $65.00/hr. Word Processing/Reproduction $65.00/hr. Expert Witness Testimony Consultation, Preparation for Court, Expert Witness—Principal Engineer $375.00/hr. Consultation, Preparation for Court, Expert Witness—Registered Senior Engineer $290.00/hr. Court Appearance/Deposition $290.00/hr. Stand-By at Office (Waiting to be Called to Court) $290.00/hr. Page 2 of 10 22 1�U71E1TY SYSTEMS SCIENCE & SOFTWARE Utility Systems Science &Software Rate Sheet 2024-2025 Terms and Conditions CLASSIFICATION HOURLY BILLING RATE ENGINEERING & DESIGN Associate Engineer I 85.00 Associate Engineer II 88.00 Engineer I 125.00 Engineer II 145.00 Engineer III 155.00 Senior Engineer 185.00 Project Engineer 185.00 PROJECT CONTROL Clerical (field) 65.00 Clerical (office) 65.00 Scheduler 125.00 Project Manager 185.00 INSTALLATION Electrician 135.00 Electrician Foreman 145.00 Instrument Test Tech 165.00 Overtime is charged on all classifications, excluding Project Manager and Consultant, at the Hourly Billing Rate x 1.5. The Project Manager and Consultant are charged at the Hourly Billing Rate for all hours worked. Authorized hours worked over eight (8) hours per day, or over forty (40) hours per week, will be invoiced at the Hourly Billing Rate x 1.5. Time and Material Contracts: US3 will invoice all contract and change order costs on a biweekly basis. Project mobilization or initialization will be (35%); Summaries of actual man-hours charged by employee will be provided to support the invoice totals. Expenses, materials, supplies, reprographic services, equipment, facilities and subcontracts will be invoiced per the conditions stated above. Lump Sum or Fixed Price Contracts: US3 will invoice all contract and change orders based on an agreed upon percent complete of a predetermined contract price breakdown on a monthly basis. 23 L Ac�® DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 6/23/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed, If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT GMGS Risk Management& Insurance Services PHONE Dani Rembleski FAX 6201 Oak Canon, Suite 100 (AIC.No.E■q: 949-559-6700 Irvine, CA 92618y ADDRESS: danirlijgmgs.com _ INSURER(S)AFFORDING COVERAGE NAIC N www.gmgs.com OB84519 INSURER A: Greenwich Insurance Company 22322 INSURED INSURER B: Indian Harbor Insurance Company 36940 EEC Environmental INSURER c: Insurance Company of the West 27847 dba: Environmental Engineering &Contracting, Inc. — One City Boulevard West, Suite 1800 INSURERD: Orange CA 92868 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 85887932 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP �^ LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER IMMIDD/YYYY) (MMIDD/YYYY) LIMITS A / COMMERCIAL GENERAL LIABILITY GEC3002766 5/24/2025 5/24/2026 EACH OCCURRENCE $1,000,000 CLAIMS-MADE ✓ OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) S 100,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY I/ fi LOC PRODUCTS-COMP/OP AGG S 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY AEC0068948 5/24/2025 5/24/2026 COh1BIN EO SINGLE LIMIT S (Ea accident) 1,000,000 ANY AUTO BODILY INJURY(Per person) $ AUTOS ONLY ✓ SCHEDULED BODILY INJURY(Per accident) $ HIRED ✓ AUTOS ONLY ✓ AUTOS NLY PROPERTY er accede DAMAGE S -- UMBRELLA LIAB _ OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE S DED RETENTIONS $ C WORKERS COMPENSATION WSD 5066761 03 5/24/2025 5/24/2026 s/ STATUTE EROH AND EMPLOYERS'LIABILITY ANYPROPRIETORrPARTNER/EX£CUTIVE YIN E.L.EACH ACCIDENT S 1,000,000 OFFICER/MEMBER EXCLUDED? I Y J NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S 1,000.000 If yes,describe under ----'-�' DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S 1,000,000 B Pollution Liability PEC0068954 5/24/2025 5/24/2026 Each Poll Occurrence$5,000,000 B Professional Liability PEC0068954 5/24/2025 5/24/2026 Each Prof Liab Claim$5,000,000 $10,000,000 Aggregate DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES(ACORD 101.Additional Remarks Schedule,may be attached it more space is required) All operations of the named insured subject to the terms and conditions of the policies. APPROVED AS TO FO This certificate may be relied upon only if the certificate addendum referred to herein is attached hereto. By: _ MICHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION All Operations SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Huntington Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2000 Main Street ACCORDANCE WITH THE POLICY PROVISIONS. Huntington Beach CA 92648 AUTHORIZED REPRESENTATIVE Griff Griffith ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 85887932 125-26 A/G/U/87/Po11/E60 I Exc1:XS I Dani Reobleski 16/23/2025 11:42:15 AM (PDT) I Page 1 of IC AGENCY CUSTOMER 1D: LOC#: AE D® ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED GMGS Risk Management&Insurance Services EEC Environmental dba:Environmental Engineering&Contracting,Inc. POLICY NUMBER One City Boulevard West,Suite 1800 Orange CA 92868 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE:Certificate of Liability Insurance(03/16) HOLDER:City of Huntington Beach ADDRESS:2000 Maln Street Huntington Beach CA 92648 As respects General Liability coverage, The City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers are added as Additional Insured-State or Governmental Agency - Permits or Authorizations per CG20101219 & CG20371219 and CG20121219 attached, and this insurance is primary per XIL4240605 attached. As respects Automobile Liability coverage, The City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers are added as Additional Insured per XIC4111013 attached, and this insurance is primary per CA04491116 attached. As respects Workers' Compensation coverage, a Waiver of Subrogation is hereby included per WC990634 attached. ACORD 101(2008101) ®2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ADDENDUM 85887932 125--26 A/G/U/N/Poll/E&0 I Eac1:XS I Dani Rembleski 16/23/2025 11.42:15 AM (PDT) I Page 2 of 10 POLICY NUMBER: GEC3002766 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations City of Huntington Beach, it's offices, elected or All Locations as required per written contract. appointed officials, employees, agents and volunteers Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — 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. Your acts or omissions;or 1. All work, including materials, parts 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. CG 20 10 12 19 OO Insurance Services Office, Inc., 2018 Page 1 of 2 85881932 125-26 A/G/U/F7/Poll/E60 1 Excl;XS 1 Dann Rembleski 16/23/2025 11;42:15 AM (PDT) 1 Page 6 of 10 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we . applicable limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or Page 2 of 2 ©Insurance Services Office, Inc., 2018 CG 20 10 12 19 85887932 125-26 A/G/U/S/Poll/E60 I Exo1:XS I Dani 8embleski 16/23/2025 11:42:15 AtI (PDT) I Page 7 of 10 POLICY NUMBER: CEC3002766 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations City of Huntington Beach, it's offices, elected or All Locations as required per written contract. appointed officials, employees, agents and volunteers Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — 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 is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the"products-completed operations hazard". 1. Required by the contract or agreement; or However: 2. Available under the applicable limits of 1. The insurance afforded to such additional insurance; insured only applies to the extent permitted by whichever is less. law; and This endorsement shall not increase the 2. If coverage provided to the additional insured is applicable limits of insurance. 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. CG 20 37 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 1 658879,32 125-26 A/G/UR9/Po11/EEO I Esc1:X8 I Dani Remb)eski 16/23/2025 11:42:15 Ai! (PDT) I Page 9 of 10 ENDORSEMENT# This endorsement, effective 12:01 a.m., 06-19-2025,forms a part of Policy No. GEC3002766 issued to ENVIRONMENTAL ENGINEERING & CONTRACTING INC. DBA EEC ENVIRONMENTAL by Greenwich Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY INSURANCE CLAUSE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS COVERAGE PART It is agreed that to the extent that insurance is afforded to any Additional Insured under this policy,this insurance shall apply as primary and not contributing with any insurance carried by such Additional Insured, as required by written contract. All other terms and conditions of this policy remain unchanged. XIL 424 0605 ©,2005, XL America, Inc. 85887932 125-26 A/G/U/W/Po11/Ed0 I Exc1:XS I Da,i Rcmbleski 16/23/2025 11,42:15 AM (PDT) I Page 10 of 10 POLICY NUMBER: GEC3002766 COMMERCIAL GENERAL LIABILITY CG20121219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: City of Huntington Beach, it's offices, elected or appointed officials,employees, agents and volunteers Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 2,This insurance does not apply to: include as an additional insured any state or a. "Bodily injury", "property damage" or"personal agency or subdivision or political and advertising injury" arising out subdivision shown in the Schedule, subject to the of operations performed for the federal following provisions: government, state or municipality; or 1. This insurance applies only with respect to b. "Bodily injury" or "property damage" operations performed by you or on your behalf included within the "products-completed for which the state or governmental agency or operations hazard". subdivision or political subdivision has issued a permit or authorization. B. With respect to the insurance afforded to these additional insureds, the following is added to However: Section III—Limits Of Insurance: a. The insurance afforded to such additional If coverage provided to the additional insured is insured only applies to the extent permitted required by a contract or agreement, the most we by law;and will pay on behalf of the additional insured is the b. If coverage provided to the additional amount of insurance: insured is required by a contract or 1. Required by the contract or agreement; or agreement, the insurance afforded to such additional insured will not be broader than 2. Available under the applicable limits of that which you are required by the contract insurance; or agreement to provide for such additional whichever is less. insured. This endorsement shall not increase the applicable limits of insurance. CG 2012 12 19 ©Insurance Services Office, Inc.,2018 Page 1 of 1 85887432 125-26 A/G/U/W/Poll/E1.0 1 Excl:XS I Dani Rembleskl 16/23/2025 11:42:15 All (PDT) I Page 8 of 10 POLICY NUMBER: AEC0068948 XIC 411 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM A. COVERED AUTOS LIABILITY COVERAGE,Who Is An Insured, is amended to include as an "insured" any person or organization you are required in a written contract to name as an additional insured, but only for"bodily injury" or"property damage"otherwise covered under this policy caused, in whole or in part, by the negligent acts or omissions of: 1. You,while using a covered"auto";or 2. Any other person, except the additional insured or any employee or agent of the additional insured, operating a covered"auto"with your permission; Provided that: a. The written contract is in effect during the policy period of this policy; b. The written contract was signed by you and executed prior to the"accident" causing"bodily injury" or"property damage"for which liability coverage is sought; and c. Such person or organization is an "insured" solely to the extent required by the contract, but in no event if such person or organization is solely negligent. B. The Limits of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event shall the Limits of Insurance set forth in this policy be increased by the contract. C. General Conditions,Other Insurance is amended as follows: Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether such insurance is primary, excess, contingent or on any other basis unless the contract specifically requires that this policy be primary. All terms, conditions, exclusions and limitations of this policy shall apply to the liability coverage provided to any additional insured,and in no event shall such coverage be enlarged or expanded by reason of the contract. All other terms and conditions of this policy remain unchanged. XIC 411 1013 ©2013 X.L.America, Inc. All Rights Reserved. Page 1 of 1 May not be copied without permission. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 8588,932 125-26 A/G/U/N/Poll/E6o I EXc1:XS I Daai Rembleski 16/23/2025 11:42:15 A41 (PDT) I Page 3 of 10 EEC Environmental AEC0068948 COMMERCIAL AUTO CA 04 4911 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALER S COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance B. The following is added to the Other Insurance Condition in the Business Auto Coverage Form Condition in the Auto Dealers Coverage Form and and the Other Insurance—Primary And Excess supersedes any provision to the contrary: Insurance Provisions in the Motor Carrier This Coverage Form's Covered Autos Liability Coverage Form and supersedes any provision to Coverage and General Liability Coverages are the contrary: primary to and will not seek contribution from any This Coverage Form's Covered Autos Liability other insurance available to an "insured" under Coverage is primary to and will not seek your policy provided that: contribution from any other insurance available to 1. Such "insured" is a Named Insured under such an"insured"under your policy provided that: other insurance;and 1. Such "insured"is a Named Insured under such 2. You have agreed in writing in a contract or other insurance;and agreement that this insurance would be 2. You have agreed in writing in a contract or primary and would not seek contribution from agreement that this insurance would be any other insurance available to such primary and would not seek contribution from "insured". any other insurance available to such "insured". CA 04 49 11 16 ©Insurance Services Office, Inc.,2016 Page 1 of 1 85887932 125-26 A/G/U/N/Poll/EM7 I Eacl:X5 1 Pant I5embleski 16/23/2025 11:42:15 MI (PDT) 1 Page 4 of 10 • WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 34 (Ed. 8-00) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - BLANKET We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us). The additional premium for this endorsement shall be 2% of the total California Workers' Compensation premium otherwise due. Schedule Person or Organization Job Description ANY PERSON/ORG ALL CA OPERATIONS WHEN REQUIRED BY WRITTEN CONTRACT Policy Number: WSD 5066761 03 Insured: EEC Environmental Endorsement Effective: 5/24/2025 Coverage Provided by: Insurance Co of the West Countersigned by: Issue Date: WC 99 06 34 (Ed. 8-00) 85887932 125-26 A/G/U/19/Poll/E&O I Excl:XS I Dani Rembleski 16/23/2025 11.42:15 AIR (PDT) I Page 5 of 10 I ,01%\ATINGT — CITY OF.. _ HUNTINGTON BEACH (1 ti ;:x ;dam;t; , , cGGNTV Vt,'0°�'' Lisa Lane Barnes I City Clerk July 18, 2025 EEC Environmental Attn: John Shaffer 1 City Blvd. W, Suite 1800 Orange, CA 92868 Dear Mr. Shaffer: Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and EEC Environmental for On-Call Civil Engineering & Professional Consulting Services, approved by the Huntington Beach City Council on July 1, 2025. Sincerely, _ 444416 Aillitr. Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov �� CICity of Huntington Beach ' INTER-DEPARTMENT COMMMUNICATION HUNTINGTON BEACH TO: Honorable Mayor and City Councilmembers FROM: Chau Vu, Director of Public Works 772 DATE: July 1, 2025 SUBJECT: SUPPLEMENTAL COMMUNICATION FOR ITEM 13, FILE ID 25-396, APPROVE AND AUTHORIZE EXECUTION OF PROFESSIONAL SERVICES CONTRACTS FOR ON-CALL GENERAL CIVIL ENGINEERING AND PROFESSIONAL CONSULTING SERVICES WITH ANCHOR QEA, INC.; ARDURRA GROUP, INC.; AZTEC ENGINEERING GROUP, INC.; BOWMAN CONSULTING GROUP LTD.; CANNON CORPORATION; CWE; EEC ENVIRONMENTAL; GHD INC.; H W LOCHNER; HARRIS & ASSOCIATES, INC.; HDR ENGINEERING, INC.; HR GREEN PACIFIC, INC.; HUITT-ZOLLARS, INC.; KABBARA ENGINEERING; KREUZER CONSULTING GROUP; MICHAEL BAKER INTERNATIONAL, INC.; MICHAEL K. NUNLEY AND ASSOCIATES, INC.; MOFFATT & NICHOL; ONWARD ENGINEERING; PACIFIC ADVANCED CIVIL ENGINEERING, INC.; PROACTIVE ENGINEERING CONSULTANTS, INC.; PSOMAS; GLENN A. RICK ENGINEERING COMPANY; SA ASSOCIATES; STANTEC CONSULTING SERVICES INC.; TAIT & ASSOCIATES, INC.; AND TETRA TECH Please be advised that the attached PowerPoint presentation has been revised and updated, effective July 1, 2025. Should you have any questions or require additional information, please feel free to contact me. Thank you. c: City Clerk 4,,,,,,„,,,,r,..„ i" ,,AT I N G i4/n'veb. Professional Services Contracts for On-Call • 1. o • e), � __ _ __ _ _ _, •, General Civil Engineering & :--' ,-- • \ Professional Consulting ,,,,el • col - ' 111 _ _ _ A L •% s Services __ � , Department of Public Works ____ _ i1I _ 1� mot' ;00iNialthire.- : ? _ 4 July 1 , 2025 ••• ,cFB P:�'• Q -v •0 0 C P o c U NTH( ii:// Background / Need The Public Works Department (PW) needs civil engineering consultants to help with planning, designing, inspecting, and testing various improvement projects. To find qualified firms, PW issued a Request for Qualifications (RFQ). RFQ Overview • Covers multiple disciplines: bridge, environmental, ocean, storm drain, sewer, street, and water. • City previously had 27 on-call firms (2021-2025). • Planning to select 27 firms again through this RFQ. I „ ti� - �- ` fi NT I N o 0 �a ^ rt ;id ii I �( pRPORj •ti.1.1414 44 0 � •NC gFQ �� - ..• i i,ICIII$. 111 '} 1\ S U• ;Cs <_ la o ,-_ • Q1 , fii. -( , . 0UNf4 0�ii1 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) ff, OATIN6T���/}".. 2021 2022 2023 2024 2025 • , \ ••• == 0 Q In the last 5 years the City has issued over 100 task orders. �?G '••:;;; •••'�� lI -COUNTY ##' 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 \ TINGT \ •.•NtOAPORA7E•O••••• 1 - •.F`• RUNTY \ii" 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. 0ji1 NTIN = I' o`. ••\NtORPORgTF'•. ��\� 4k4?� �,., .� ice.• t G0UNT N �;ii� ..„,..,,,L\____:\,,N. , %,,,,,ss.st.,.:,,1 iti •i r '_ Recommendation _ ,7 c, . -„ \-tA i f\ , (5t )\,i------ ,,,,,,,,,, Recommended Action: Authorize the Mayor and City Clerk to execute a not-to-exceed $2M contract with 27 firms for On- Call Civil Engineering & Consulting Services. Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, 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. f Cr-�vTINGT The on-call contract is not a guarantee of work as these services are on % U; _ __ _ z__ s an "as-needed" basis. ‘o :> -=` - - Q‘� �yam=.- -- _.�=__ :& 1 16, COUNT`1 t�ii1 ,,, c..Dto �. -Detailed Labor and Tee Breakdown '�' City of Huntington Beach 4 . Newland Bushard Project -'`-:•,. - Pee Schedule Propo s a l _�_am r� 4u6 M6r41aroe in[ CIA Qr rro3e01 Seder Mejerr 11,430 mer tune. rtAi Taal A..Jitl Fer 34af•er stoner !Matta!.s6.r a a t� rr F:.pea lt'FP"g NE NM IIIMMIIIM MN NMI T.ate. Y.a..1 E xa m Le , ,'A,'a+v: 34,45 }.c vJ a6B4 310 Q pUsk 1 ; u :' i lr is w ,u.a,i ace[:, 4 ,u a46 4s`Pi Prance 00334 11 Crewe ri.�t 0 'vL-ev_'1 r.Caves Fie4d 12.6 Mast!r 4 Lywe Develo[rdcr amps N douse.4, 4 4 11 SG SW Osatestdes 13 -soc=�+ .Pr.tabu..,'mscaLIV 2ZcF.4 1_..... 1_.'i4 I ate...1,..,0, 1 Sa 244 1} :evacr act-_- 1 S2.241 • 4 .__..__68 4 • 4 4I1s1CSAF(S). 36472 II Aft }ta.6'' 04 se se 91 r11 a16 4.10 1M • 6» D 1 1.F.ran Fa.s.d ter Sedea:arm flaw.,?:co-:S..a.eras n,119Y.-m.area ant rao 994:99..1 _ • • • 0 • 4 201,1o1a1 BSI= Y •• 44 • le et-.... S27.34- SO 127.33- Tete! Praftelavaa Engem-me •ottect _ J▪s ]1 e.--. -a0t t+ ct r-._:r:c' _-_ a_J _ :14:323 ratan ern :..a.m{'1 slilf-aa .,46rav'ir_,a-:.scry'.az- 12 IS SJ STU e P rem Paacmi 7As�T�'.�':S'Ti ,_ .. 94 23 'Ts 532 3 S C6'.1 F.Irate 13 V•Se,LoIrfl __..._ 34..'}2 3I."1_ a 9 12 ie 4[ -,wa .lnric ins-.ens a: _. WIN >I6'r. ., a 3 10 1.9.mesa rdS4gxi r4a:far, m�o r..error a ___.,. _ S6 43 0'I2 0:0 64 -2 IL Ca-1 Sir.;ea 5019 4 FIms'00.4 Su0asal`. ;6 40 60 521.E 3 12 4178 SW,tort,3.2aled2 SI1'00 311.'141 r It TOCtatrai SVOC'+•-- IX,.Stmmn) 3a 40 SJ344 11447, 414 t_ter Ela iaa-e-SOP 17i iraeit —. ._.. .___� 2 4 1 52454 -24,44 313 OACS 191' 5ahcaea:: 311.1'0 222 2,Pu Spar ore MON.= B i1 2c. 1i1 JOI 111 solvmtal SS)- Se SL 56613 519134 353.194 SFS.`P SO 1.312C4 1101-31 Tag,4 •--- -- asa0.aaw,....,.- 41 Deaym Caieaeaa]6aaia. 1 13..24 42 Cos,E:mauve OW.Salmcip I .. NOBS S,1?. 43 To_'".ut N 5LecLectreei:2107%a 1.2111611. a r 5105a - 14 0 44 Card :6r: 17C'r>ar::aseoui 12 32 C4 g1.,4- 45 1172 Mu 110J`.6xftorml; id 0.14,2 f:Hi,S962i2l? - 6 SE.-35 Seeded Hems- 0 12 0 26 66 64 5a61o813S)= t0 54409 52.344 54.1-e SP.A% SONG Sur 56p}0• lee 6"P T4Yntms Iw Cla .- 0 60 66 940 266 460 11F! TS UI(5)ly CbS1$cNs6o 25*2 22,441 L USO Mtn 63.230 44.314 .........--- Amster r ailed dratted(by Iyraem ssl� 16r Oft9% 12p MI420s ..--- ._...-----....--- 4.IrLlari5l --- -- 5234.014 WON' 570,414 TOIAL ES Il1IAIL FEE IOR L':GIYEEItL\C;R ORK CU1'ERED PS THE RFP 53{12.139 P•ma16rt34 a Mate an,N,Tay no re.egrs arm e^.0 wale.a Waya0a}'XCtrn 6.5M r'a2r4 2 L`5 Aril PV4.1*'rn:ala it,--:anoesir.a,.are A..nz a,a any maw aura tat= a 5130 at ao-dafpa-.sO ta101pnr,mops.str..yn_,•svaw r9:xrac CC 9 41111 C 6F'162n at a41-6aa 4r lror+a aCGCTc'aft art nai645. 4 1}e:hapr reaurs3 Ere a clulgea a ate t.,Apar:y arts.*V...after apvc.'i se t4aleu to addax»lee to limo 6 laaotltc. 9 No Urt-Y-r a,4,4941=r a,6't0yeoe0' e N6'IA",.;51C s.-1.r'-1,0It4.AA'44 N.B;aNa I,y-o)',OCA.car Oe amee a ream saglre'o ro 1643241405 t N4 see.a.rm.ru tbra M a1LY4r.%r 20.15204.98'O.Nr wo.orgo Orly. 9 Ne:2Ra64 ralM:2r Cscrin20a1000305. 9 AAA,R.rq irlpe s6e'a NO Ot 109,4 ea Yprq aaaoar1 plan., ID AC Curt seam or,2110eaJr',afarett.:uss ee too ata,3ata1Ww446m1 an6m. Wren 1r.2o2s ' nvoi City of MvrtmgK�n Beach P*oscl No 1224055007 ce JOOG Mazn Si imams via. 06633 PC Bo.1FY0 Protect Manager Huntington Beach,CA 02640 Total this Invoice 05.009.281 PksrCriSbas itenorrearneres prateselonal Services from Janua J6 - February 77„2023 Exa m p le Pnase 1 P, ecl Matta gemen Tasty 1 l Protect Mana9ement Hours Rau Amount 300 200 57 541 55 Totals 3 00 Ba l 56 Labor TOIa1 041.5$ Total this Task $041.60 Task 1,7 Project ktanagamcnt Mooting* Hours Rata Amount 375 374,06 I4O273 3.40 280.52 531.59 1 75 170 00 797 50 7.SD 13575 99643 Walt 16.00 3,530.22 Labor Total 3,430,22 Total this Task $3.530.22 Total this Phase $4.371..78 Phase 5 Prelim a y En0,neeuIn Task 3$. 0 Al.SI3t in$an7 Striping Praia i35°.s1 Rows Rate Amount 3.75 170_00 517.50 rotas 3 T3 537 50 Labor Total 63T.50 Total this Taek $437.50 raoocMMIMMIMB Mese loot pawed 111.11111111. Total this Phase $627A0 Bw&ge18unu.flaky Current Pnot Tu-0ate Total Feelings 5.0001 28 000 5.0E9 e9 Budget 342.339 02 Budget Pen.mrrlrreg 207.320_22 Total Ibis Invoice 05,1 � F iit''' sa + IH.,I‘',-?.t!t'_‘:s;\,a ts 4 Ii l, :1 —,.ice E��,� 1 s� ' ✓ g'tf'M . _� _ _ .. �S:0`, • 4 i" fir' i . .L i y r/ ful .' c •. y F € • t,^ It# -.r4 .` ra• ."--‘:::;1."- . Ci. (11) 0 4a cn a) 3 �,af/.rrr.rrp.ne ,, �f N N G a ',ft • .,.••••• • ,, ••• OppR •.• 63 Professional Services Contracts for On- Generalkk Civil Engineering and __ __ __ rN r i c ,i rl;, -: _ _____________ _ _ ___,_ _ __ / • Professional Consulting Services ,_ -----, . _ _ — - . 1 _. -- _ _ , is- Department of Public Works , , .6794,9----,- , ,= - �� • t July 1, 2025 • -- _ _-- - ,_ _L --- .4' AS ) •••:e8 ' .�' 0•••; 7,•1.9.0;:•••• ••• • A'S I t #0 u iiiiw, N T�( 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 21 on-call firms (2021-2025). • Planning to select 27 firms again through this RFQ. // N ,I/ NTINGT 11 1""Z k ,tgill \ ; _ f• °�•,.--0011POR4i 0... V' \.., ,1 ,.., ` WM. �9 1 yNT\ il 1643 WHY / BENEFITS CIP Engineering Support • Includes diverse infrastructure projects needing civil engineering • External design reports or specialized studies for projects • Assists with grant applications , inspections , testing, and regulatory compliance On-Call Total Purchase Orders (2021-2025) ,' 28 =p E 26 22 1 19 , a Ilk I RPOR ••• •V NI, .. . , Ilfx; s 20�1 2022 2023 2024 2d25 -'fat v In the last 5 years the City has issued over 100 professional servi ••••.;fe. , j0,,;°-•'t�o�ol� • contracts . ....ice �°UNTY 0\,#1# 1644 WHY / BENEFITS . CIP Project Support •Projects may include up to 25% in on-call consulting support services for design/construction support •In the last 5 years the value of CIP projects is $238 million •This equates to approximately $60 million in fees for professional Total CIP Budget (2021- 2025 ) Values are in millions fr .; - _ $60 $63 12 $41 -- e�����.. ` $35 ���\NTINGT <. . _ _ i/ s` •••,,6OPPORArep..• \ i• 'iy• 2021 2022 2023 2024 2025 • 1U= . . • r 1645 )‘:\ \,,,, , _za. tut_ _1,_--__)-*, ,. RECOMMENDATION -)\,,, ,h—)(C':j•a:‘z , . • ,,,, _, fóJ R; 1 Y 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 , fA''"r"�� Inc . ; Moffatt & Nichol ; Onward Engineering; //,\" ....NGTO4i+ Pacific Advanced Civi. � � Engineering, Inc . ; Proactive Engineering Consultants , Inc . ; Psomas ; R'0 Engineering Company; SA Associates ; Stantec Consulting Services Inc ; TAIIrl :c' 1 Associates , Inc . ; and Tetra Tech . o -- -- ' 1 •• The on-call contract is not a guarantee of work as these services are_ COuNTY C /// on 1646 =r ,� pi \- "'r , t, t• 'a�'Yy. "si....„..,. .. ..,,o_.,.14.1.A. • � :.'nest • on 4, .rt Y+7,1:' } t•"Sys 4 4*.?'� :.. . f. 1 R i I _ -.. - •a-. _ •P"'„�--."'ram="'-s � ,. � ,4 or: ;1,:•t, filo, :...... ...,--,,.,,,,:,, i sr,},ram r�'t.ti•i �. i.�i7�•, 1 nr • ,.' . , I ,t:,- .- . .y .. g , wi 4:1:s 1 n?i:PYt.t ; s r..'r '} ' 1 � �sitt , -• • � �� • -w`�,,— •l �1► ` 1647