Loading...
HomeMy WebLinkAboutCannon Corporation - 2025-07-01 r.� 2000 Main Street, Huntington Beach,CA f _ 92648 City of Huntington Beach APPROVED 7-0 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: 8. 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 'I / )014a&�,� powered by LegistarTM J/�/CnJ• 94 File #: 25-396 MEETING DATE: 7/1/2025 and Professional Consulting Services"; and • B) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Ardurra Group, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and c C) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and AZTEC Engineering Group, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and • D) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Bowman Consulting Group Ltd for On-Call Civil Engineering and Professional Consulting Services"; and E) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Cannon Corporation for On-Call Civil Engineering and Professional Consulting Services"; and F) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and CWE for On-Call Civil Engineering and Professional Consulting Services"; and G) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and EEC Environmental for On-Call Civil Engineering and Professional Consulting Services"; and * H) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and GHD, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and • I) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and H. W. Lochner for On-Call Civil Engineering and Professional Consulting Services"; and • J) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Harris & Associates, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and K) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and HDR Engineering, Inc. for On-Call Civil City of Huntington Beach Page 2 of 6 Printed on 6/25/2025 powered by LegistarT'" 95 File #: 25-396 MEETING DATE: 7/1/2025 Engineering and Professional Consulting Services"; and L) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and HR Green Pacific, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and M) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Huift-Zollars, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and N) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Kabbara Engineering for On-Call Civil Engineering and Professional Consulting Services"; and 0) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Kreuzer Consulting Group for On-Call Civil Engineering and Professional Consulting Services"; and • P) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Michael Baker International, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and • Q) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Michael K. Nunley & Associates, Inc. for On- Call Civil Engineering and Professional Consulting Services"; and • R) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Moffatt & Nichol for On-Call Civil Engineering and Professional Consulting Services"; and S)Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Onward Engineering for On-Call Civil Engineering and Professional Consulting Services"; and T) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Pacific Advanced Civil Engineering, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and U) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Proactive Engineering Consultants, Inc. for City of Huntington Beach Page 3 of 6 Printed on 6/25/2025 powered by Legistar" 96 File #: 25-396 MEETING DATE: 7/1/2025 On-Call Civil Engineering and Professional Consulting Services"; and V) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Psomas for On-Call Civil Engineering and Professional Consulting Services"; and W) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Glenn A. Rick Engineering Company for On- Call Civil Engineering and Professional Consulting Services"; and X) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and SA Associates for On-Call Civil Engineering and Professional Consulting Services"; and Y) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Stantec Consulting Services Inc. for On-Call Civil Engineering and Professional Consulting Services"; and Z) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and TAIT & Associates, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and y 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 LegistarT"" 97 File #: 25-396 MEETING DATE: 7/1/2025 represent responsibilities exceeding current staff capacity. Procurement Process: To proactively address this anticipated workload, the City issued a Request for Qualifications (RFQ) on February 4, 2025, inviting firms to provide On-Call General Engineering and Professional Consulting Services. The RFQ covered a range of civil engineering disciplines, including bridge, environmental, ocean, storm drain, sewer, street, and water engineering. The submission of proposals followed the procedures outlined in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), which governs the selection of professional service providers. A total of thirty-seven (37) proposals were submitted in response to the RFQ. In compliance with the federal Brooks Act, California Senate Bill 419, and the HBMC, the Public Works Department convened a three-member evaluation panel. This panel, comprised of two representatives from Public Works and one from the Fire Department (Inspection Services), was responsible for reviewing and ranking the proposals based on the qualifications submitted. The Public Works Department consistently receives high-quality proposals for this and similar Requests for Qualifications (RFQs), resulting in a highly competitive selection process. In recent years, the Department has contracted with multiple firms specializing in civil engineering and currently maintains active agreements with twenty-seven (27) firms to deliver these essential services.. Following the review process, City staff recommend awarding on-call contracts to twenty-seven (27) firms that received the highest evaluation scores. These firms include: Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, Inc.; Moffatt & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Rick Engineering Company; SA Associates; Stantec Consulting Services Inc.; TAIT & Associates, Inc.; and Tetra Tech, Inc. Funding for these services will come from Public Works project and program budgets. The on-call contracts will only be utilized when project demands exceed available City staff resources. Each contract will be set at a not-to-exceed amount for a three-year term, with no guaranteed work. All expenditures under these contracts require City Council approval through the regular budget process. Environmental Status: Not applicable. Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Anchor QEA Professional Services Contract City of Huntington Beach Page 5 of 6 Printed on 6/25/2025 powered by LegistarTm 98 File #: 25-396 MEETING DATE: 7/1/2025 2. Ardurra Group, Inc. Professional Services Contract 3. AZTEC Engineering Group, Inc. Professional Services Contract 4. Bowman Consulting Group Ltd. Professional Services Contract 5. Cannon Corporation Professional Services Contract 6. CWE Professional Services Contract 7. EEC Environmental Professional Services Contract 8. GHD, Inc. Professional Services Contract 9. H. W. Lochner Professional Services Contract 10.Harris & Associates, Inc. Professional Services Contract 11.HDR Engineering, Inc. Professional Services Contract 12.HR Green Pacific, Inc. Professional Services Contract 13.Huitt-Zollars, Inc. Professional Services Contract 14.Kabbara Engineering Professional Services Contract 15.Kreuzer Consulting Group Professional Services Contract 16.Michael Baker International, Inc. Professional Services Contract 17.Michael K. Nunley and Associates, Inc. Professional Services Contract 18.Moffatt & Nichol Professional Services Contract 19.Onward Engineering Professional Services Contract 20.Pacific Advanced Civil Engineering, Inc. Professional Services Contract 21.Proactive Engineering Consultants, Inc. Professional Services Contract 22.Psomas Professional Services Contract 23.Rick Engineering Company Professional Services Contract 24.SA Associates Professional Services Contract 25.Stantec Consulting Services Inc. Professional Services Contract 26.TAIT & Associates, Inc. Professional Services Contract 27.Tetra Tech Professional Services Contract 28. PowerPoint Presentation, City of Huntington Beach Page 6 of 6 Printed on 6/25/2025 powered by LegistarTM' 99 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND CANNON CORPORATION 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 CANNON CORPORATION, a California Corporation hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to provide On-Call Civil Engineering & Professional Consulting Services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and • CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Gary Solsona 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. 25-16466/378854 1 of 11 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on j\,A \ , 20 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than three (3) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed Two Million Dollars ($2,000,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "13." • 25-16466/378854 2 of 11 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: 25-16466/378854 3 of 11 "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance 25-16466/378854 4 of 11 policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and 25-16466/378854 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 25-16466/378854 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 patentor 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: 25-16466/378854 7 of 11 TO CITY: TO CONSULTANT: City of Huntington Beach Cannon Corporation ATTN: Director of Public Works Attn: Gary Solsona 2000 Main Street 16842 Von Karman Avenue, Suite 150 Huntington Beach, CA 92648 Irvine, CA 92606 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the 25-16466/378854 8 of 11 context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any,present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 25-16466/378854 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 25-16466/378854 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, CANNON CORPORATION CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California 4 „ , P P „;;.Z' ---Alt,"...-•-............•c 3 By. Arl ayor Mich-Q�. �on President CEO � M A rh�� print name tote. I ITS: (eb , o, )ChairmanCesidaYVice President City Clerk Pj2S— A INITIATED AND PP O D• By: Lawrence P. Kraemer,Vice President, Secretary print name Director of Public Works ITS: (circle one4ecretar)Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: -City Attorney e t' 25-16466/378854 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 Cover Letter Cody Hernandez March 13, 2025 City of Huntington Beach Public Works Department 2000 Main Street Huntington Beach, CA 92648 Subject: On-Call Civil Engineering Professional Consulting Services Dear Mr. Hernandez: The City of Huntington Beach (City) has a tremendous responsibility to provide and maintain critical and essential infrastructure for its residents. The City needs a team that will listen attentively, respond quickly, and work diligently on each project, regardless of the size or scope. This qualified list will allow the City to reduce response time and to meet project needs as they arise. A dependable team should have experience in public works projects, technical expertise, and a history working with Southern California cities and counties. The consultant's work product must also have the necessary attention to quality assurance/quality control to contribute to the success of the City's Capital Improvement Program. The Cannon Team offers a comprehensive solution to fulfill City requirements, encompassing a broad range of services, such as engineering evaluations, studies, master plans, hydraulic modeling, surveying, preliminary designs, final designs, code compliance reviews, design/constructability reviews, permitting, construction cost estimates, construction management and inspection, plan check review, and more. Our experience in managing on-call contracts and waterworks projects throughout Southern and Central California positions us as a dependable partner for the diverse needs of the City. We have recently completed similar design projects, such as the Santa Clarita Valley Water Agency Deane Zone Tank Pump Station, City of Ventura Mound Well Nos. 2 and 3, and City of Anaheim Rio Vista Street and Lincoln Avenue Pavement Rehabilitation, as well as numerous construction management and inspection projects. We are confident that our expertise, commitment to excellence, and past successes make us the ideal choice to address your diverse project needs. We look forward to the opportunity to further discuss how our team can seamlessly integrate with the City to achieve mutual success. Proposed Disciplines: Sincerely, A. Water/Sewer/Storm Water Engineering B. General Civil Engineering �r Statements: Gary olsou ,* PE, QSD Director, Public Infrastructure This proposal price will remain valid for 1& 42 Von Karman Avenue, Ste. 150, Irvine, CA 92606 a period of no less than 180 days from submittal. of sum da te ate m 949.777.1580 909.234.7857® i the GaryS@CannonCorp.us Main Office Where Projects will be *Authorized to bind firm. Managed: 16842 Von Kaman"Avenue, Suite 150,Irvine,CA 92606 Cannon REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW 0 CURRENT VENDOR Legal Contractual Name of Corporation: Cannon Corporation Contact Person for Agreement: Gary Solsona, PE, QSD Corporate Mailing Address: 16842 Von Karman Ave., Suite 150 City, State and Zip Code: Irvine, CA 92606 E-Mail Address: GaryS@CannonCorp.us Phone: 949.777. 1580 Fax: 949.753.0775 Contact Person for Proposals: Gary Roepke, PE Title:Senior Principal Engineer E-Mail Address: GaryR@CannonCorp.us Business Telephone: 310.382.5129 Business Fax: 310.664.8877 Year Business was Established: 1976 Is your business: (check one) 1 I NON PROFIT CORPORATION n FOR PROFIT CORPORATION Is your business: (check one) O CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP n UNINCORPORATED ASSOCIATION Cannon Names & Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Michael Cannon, PE President 805.544.7407 Larry Kraemer, PE Secretary 805.503.4542 Bob Stets General Counsel 805.459.2014 Karen Morris Chief Operations Officer 805.503.4524 Gary Solsona, PE, QSD Dir. Public Infrastructure 949.777. 1580 Federal Tax Identification Number: 77-0246249 City of Huntington Beach Business License Number: A31 0856 (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 7/31 /2025 Cannon References of Work Performed Form (List 5 Local References) Comany Name:Cannon Corporation 1. Name of Reference: City of Whittier Address: 13230 Penn Street, Whither, CA 90602 Contact Name: Philip Wang Phone Number:561.567.9504 Email: pwang@cityofwhittier.org Dates of Business:2017 - Present 2. Name of Reference: City of Gardena Address: 1717 West 162nd Street, Gardena, CA 90247 Contact Name: Kevin Kwak Phone Number: 310.217.9643 Email: kkwake.cityofgardena.org Dates of Business:2019 - Present 3. Name of Reference: City of Fullerton Address: 303 W. Commonwealth Ave., Fullerton, CA 92832 Huang Name: Gar Phone Number: 714.738.6300 Email: GarH@ci.fullerton.ca.us Dates of Business: 2018 - Present 4. Name of Reference: Suburban Water Systems Address: 1325 N. Grand Avenue, Suite 100, Covina, CA 91724 Contact Name: Jorge Lopez Phone Number: 626.543.2518 Email: jlopez ar7,swwc.com Dates of Business: 2011 - Present 5. Name of Reference: City of Anaheim Address: 200 S Anaheim Blvd, Suite 276, Anaheim, CA 92805 Contact Name: Lori Ishigo Phone Number: 714.765.4113 Email: Llshigo@anaheim.net Dates of Business: 2017 - Present Cannon References of Work Performed Form (List 5 Local References) Comany Name:Cannon Corporation continued 1. Name of Reference: City of Anaheim Address: 200 S Anaheim Blvd, Suite 276, Anaheim, CA 92805 Contact Name: Megan Hajimomen Phone Number: 714.765.5100 x5818 Email: mhajimomenRanaheim.net Dates of Business: 2017 - Present 2. Name of Reference: City of Ventura Address: 501 Poll Street, Room 120, Ventura, CA 93001 Contact Name: Mark Garcia Phone Number: 805.654.4749 Email: mgarcia@ci.ventura.ca.us Dates of Business: 2013 - Present Cannon Disciplines of Civil Engineering Services Application Form *Circle all that apply* Civil Engineering Service Area Bidding? Y/N (circle) • Water/Sewer/Storm Water Engineering / No • General Civil Engineering Yes / No • Ocean Engineering Yes / No • Environmental/Water Quality Yes / No Cannon Background and Summary 1.-D3o Project Understanding We understand that the City of Huntington Beach (City) Is seeking qualified firms to provide professional services for a variety of projects and programs on an as-needed or "on-call" basis. Selected firms will enter into a Professional Services Agreement and may be requested to submit task order proposals for specific projects or programs as the need for services arises. Task order fees will be based on the hourly rates provided by the firm submitted in response to the RFQ. Types of Services Needed Water Pipeline Design: Engineering services to design potable water pipelines, including size determination, Cannon is submitting for: hydraulic calculations, material selection, and A. Water/Sewer/Storm Water Engineering corrosion protection. Plans will include profiles, cross- B. General Civil Engineering sections, and separation and utility requirements. A. Water/Sewer/Storm Water Engineering Wells, Reservoirs, and Booster Stations: Design services for potable water production infrastructure, The City requires professional engineering support for including wells, reservoir rehabilitation, booster pump water, sewer, and stormwater infrastructure projects. stations, pressure control stations, and metering Services under this category may include: facilities. Hydraulic calculations and site evaluations PS&E Preparation: Preparation of Plans, will support these designs. Specifications, and Estimates (PS&E) for water, sewer, Master Plan and Financial Plan Updates: Updates to and stormwater infrastructure. the potable water and wastewater master plans are Surveying and Geotechnical Evaluations: Surveying necessary to integrate system data, assess capacity, and geotechnical assessments to provide accurate site and plan for future infrastructure needs. A financial data for design. plan update will be developed to support budgeting and funding strategies. Preliminary Design Reports (PDRs): Development Wastewater System Design: Engineering services of Preliminary Design Reports to document design assumptions, evaluate alternatives, and provide are needed for the design of wastewater pipelines, lift stations, force mains, and sewer rehabilitation. recommendations. Hydraulic calculations and material specifications will Construction Support Services: Support during be included in the design process. construction to address RFIs, review submittals, and stormwater System Design: Engineering support provide inspections. for stormwater infrastructure, including channels, Utility Coordination and Permitting: Coordination pipelines, and pump stations. Assistance with grant with utilities and regulatory agencies to streamline applications to secure funding for storm drain approvals, secure permits, and address potential improvements. conflicts. This includes verifying existing utility locations through potholing. On-Call Civil Engineering Professional Consulting Services Cannon 2 B. General Civil Engineering NPDES reports, WQMPs, and SWPPPs. Construction The City requires civil engineering and surveying support will be required, along with record drawings services to support a rangenfrastructure projects may of capital improvement in mylar and .dwg formats. Geotechnical engineering projects. Public works i may be required as part of specific projects. include rehabilitation and improvements to roads, Surveying Services:The consultant will provide alleys, bridges, curbs, gutters, sidewalks, and parking surveying services, including horizontal and vertical lots within the public right-of-way and city-owned control, design and topographic surveys, aerial properties. The consultant will provide design, surveys, boundary surveys, and centerline surveys. engineering, and administrative services, including Additional tasks include preparing legal descriptions, project controls, planning, QA/QC, change control, subdivision map reviews, title report reviews, and and risk management. construction staking for public works projects. Bridges, Street Improvements, and Parking Lots: The consultant must have knowledge of APWA's The consultant will develop PS&E packages for street GreenBook and City standards. Work will be rehabilitation, widening, realignment, and City facility performed in coordination with City staff, monitoring site work, including parking lots and ADA compliance. compliance with applicable regulations and project Responsibilities include preparing and reviewing requirements. ry r..,. P$ 3'' yrtt a P r ti u* a g . 4 M( ,.: y vrx4 ° %° �$u , * � r �znz �a a �ck.$ e' a ` v l a e• — r -- Y Y�e; +i "e ` + ti� e � ` I..Ry , at Ai k « ..s'® t '''w e ah"° " j a c° + ,," , `lf r' d y , d K1 e ary , ° e-�". + w..+,i�Y• y^t Cam,,." ,L m 11 1 ot `. si c c 4 i � t ,,t /1. { 'ia 4 '� fir+ ' '4i t..— �1�i1�, ,v at_:.�,,,olio g `r�; 1q� 4*s ,*. , F Y4 5 i a ' " '"'"*",, y- .. �+,' .-4 4� 4x •a_ ';'mow 27 , ,. • Cannon 3 On-Call Civil Engineering Professional Consulting Services Sample Scope Of Work Deliverables: The following scope of work is a sample for a recent • Project File project. It describes our typical approach to defining • Monthly Project Progress Reports scopes and implementing a civil engineering design or • Monthly Progress Meeting Agendas and Minutes water project for the City. Phase 2. Preliminary Engineering Once provided with a specific project, a description Records Research and Utility Coordination of each task will be provided. Our scope of the design stage usually consists of the following phases: Project Upon receipt of Notice to Proceed, we will research Management, Preliminary Engineering, Environmental and obtain readily available record drawings and other Clearances, Construction Plans, Specifications and data pertinent to the scope of work (to facilitate the Estimate, and Engineering Support Services during preliminary design). We will mail initial and second Construction. utility notifications to utility companies requesting Phase 1. Project Management copies of their maps, plans and/or sketches of their existing and/or proposed facilities. Utility letters sent Project Administration and responses received will be recorded in a utility This service includes organizing, coordinating, and correspondence log that will be made available for review, as requested, by City staff. We will send out controlling the quality of the necessary personnel and subconsultants. We will provide monitoring and a final utility notice with approved plans, a tentative reporting of the status of the budget, schedule, and pre-construction meeting date, a tentative schedule action item progress for the task items as well as date for construction, and we will maintain a utility create and maintain a project file. Additionally, we log to track responses to notices. have included the following items as part of this task: Deliverables: • Record keeping and file management • Compiled Existing Records • Accounting • Utility Coordination Log, Notices & • Budget monitoring and control Correspondence Project Kickoff Meeting Soils Investigation We will orchestrate and attend a project kickoff We will retain the services of our subconsultant meeting with appropriate personnel from the geotechnical engineer to prepare a soils evaluation City. The meeting agenda will focus on project report for the project.The report will include, but understanding, team involvement, project constraints, not be limited to, recommendations for pavement and the anticipation of design development structural section, pipe bedding and backfill impediments. This meeting will also include a project requirements, suitability of existing soils for use in introduction, review of background information after trench backfill, and design data needed for and project scope, and an overview of the project shoring and bracing. Other important information schedule. This meeting represents a key opportunity gathered will be depth to groundwater (if applicable) for representatives from the City to steer the and thickness of the existing pavement section. This consultant team and further clarify critical elements evaluation will provide valuable information for of the project scope. prospective contractors bidding the construction phase of the project. Progress Meetings Before initiating the subsurface exploration, we will This service includes coordination and attendance coordinate with Underground Service Alert (USA) for with City staff for the progress meetings.This scope underground utility coordination and determination includes preparation of meeting agenda and meeting of other subsurface feature locations with potential to minutes. be impacted by coring/boring operations. On-Call Civil Engineering Professional Consulting Services Cannon 4 We will provide hand auguring in each core and use report will be used exclusively by the City to form the a ring-lined barrel sampler (ASTM D 3550) to obtain geotechnical basis of the design of the project and the soil samples below the existing paving section. In preparation of plans and specifications. each core, the thicknesses of asphalt concrete and aggregate base will be measured and recorded. Bulk During construction and as-needed, we will be soil samples of subgrade soils will be obtained from available to provide quality control services, including the hand auger cuttings. soil compaction testing, observation of excavations, placement of fill soils, and laboratory materials testing Soil samples will be tested in the laboratory to of proposed construction materials. evaluate a variety of soil properties, including in-situ moisture, grain size, maximum density versus Deliverables: optimum moisture, and resistance to deformation • Draft and Final Geotechnical Investigation Report under repeated loading (R-value). Trained technicians will complete the laboratory testing in accordance Survey Services with American Society for Testing and Materials or other applicable standards at their laboratory. Horizontal, Vertical and Right-of-Way Control The team will assess geologic conditions based We will establish project horizontal control based upon a review of geologic literature, maps, aerial upon record information and Orange County GPS photographs, and the field/laboratory data. We monuments found at or near the project. The will identify and discuss impacts upon pavement vertical control will be based upon Orange County resulting from geotechnical/geologic conditions in benchmarks relative to the North American Vertical the pavement recommendations report, which will Datum of 1988. Right-of-way (ROW) on submittal address the following: drawings will be compiled from available record information found during the research process (such • Encountered subsurface conditions as City records and APN maps). The search for and • Preparation of the site before construction the measurements of found monumentation will • Grading criteria, including soil stabilization, as extend from the re-established street centerlines to needed the individual property corners within the areas of potential construction derived from the project RFP. • PCC and HMA pavement design criteria based The field survey data will be analyzed and compared upon City-provided traffic index (TI) to those bearings and distance as provided by the • Observation and testing record data per the recorded maps on file with the County Surveyor's Office. Said comparison of record For street rehabilitation or reconstruction projects, data versus measured data will characterize the final we will evaluate data developed and formulate adjusted and accepted right-of-ways for project limits. recommendations for new pavement structural design. This will include options for pavement Site Topography replacement, as well as pavement rehabilitation, where feasible, to include but not necessarily be Field Locations & Elevations limited to: overlay, inlay, full depth reclamation and • We will obtain ground specific field locations and cold-in-place recycling. We assume that 10- and elevations in accordance with the project RFP 20-year traffic indexes will be provided by the City for within the defined mapping limits. Said areas will use in our pavement design analysis. include the existing roadways, concrete walkways, ADA ramps, driveways, curbs, gutters, cross gutter, The geotechnical recommendations will comply with visible surface utilities, and finish pavement. the considerations of local standards and 1803.1 Limits of field topography are from Back of Walk through 1803.6,J104.3, and J104.4 of the 2019 CBC, to Back of Walk. as they apply to this project, as well as common • Noticeable asphalt patch work geotechnical engineering practice in this area under similar conditions at this time. It is our intent that the • Measuring the depths of manholes to flow lines and manhole material On-Call Civil Engineering Professional Consulting Services Cannon 5 • Measuring the depths of water valves to top of survey from the base maps, note existing conditions nut that may affect the design, note access concerns/ • Measuring the depths of catch basins to flow lines traffic control concerns, note potential utility issues and opening width and other construction challenges and collect a photo-document log of the project site. From the data Compile Topographic Survey Map collected during our field review, the project's existing We will prepare a detailed Topographic Survey Map CAD base mapping will be updated. Final base map in AutoCAD Civil 3D based upon the ground locations will be provided to the City before starting design. and elevations within the defined mapping limits in Deliverables: accordance with the ALTA/NSPS Land Title Surveys 2016 mapping requirements for the project specified • Field Notes & Photos area. Said mapping will include: • Base Map (before starting design) 1. A scale of 1' = 20'; Phase 3. Preliminary Design 2. One (1.0') foot Contours; Preliminary Design Report 3. Fifty (50') foot spot elevations; With the topographic survey, record data boundary information, and geotechnical evaluation from the 4. Hardscape areas & sidewalk paths; previous tasks, we will prepare a preliminary design report evaluating the proposed alternative alignments 5. Identification of visible field located utilities and include the following: and existing utilities as discovered by means of project research. • A summary of each design element defining current roadway and/or utility deficiencies and 6. Plotted Cross Sections of existing roadways on recommended alternatives for resolving the 25' intervals. deficiencies The topographic survey work will include submitting • Analysis of potential alternatives including certified payrolls to the California Department of feasibility and construction impacts Industrial Relations (DIR) and a copy submitted to the • Preliminary Design Drawings that will include City, submitted with invoice for this item of work. sufficient information to verify that the overall design concept will meet the needs of the City Deliverables: We will submit a draft of the Preliminary Design • Field topographic survey in AutoCAD and PDF Report and will attend one meeting with the City format to review and discuss the results. We will then • DTM of existing surface features incorporate the City's comments and finalize the report before proceeding with the tasks. Field Investigation and Data Collection Phase 4. Construction Plans, Utilizing the topographic survey, we will prepare base Specifications and Estimate (PS&E) maps in Microstation, which will include dimensions, 30%, 60% and 100% PS&E street names, north arrow, scale, match lines, street centerline, existing R/W, stationing, location of Plans: We will prepare a title sheet, typical sections surface topographic features from R/W to R/W, and detail sheets, plan and profile (at 1"=40' scale), location of surface and subsurface utilities. design cross sections, signing and striping, median planting and irrigation (at 1"=20' scale, double Upon completion of base map preparation, we will stacked). perform a field review within the project limits to confirm completeness/accuracy of the topographic On-Call Civil Engineering Professional Consulting Services Cannon 6 Specifications: We will prepare technical specifications documents and technical specifications. Electronic based upon the boiler plate supplied by the copies of all drawing files of the Final Construction City. Described bid items required by the plans Documents will be submitted to the City, ready for or otherwise needed to accomplish the project bidding. construction in the General Provisions and include Phase 5. Engineering Support them in the Contractor's bid list. Reference Special Provisions to the SSPWC Greenbook (latest edition), Services during Construction Caltrans or other appropriate specifications. A bid Bid Assistance schedule will also be prepared which will be broken out into sufficient tasks to assist in evaluating the bids We will provide services during the bid stage by and preparing progress payments. City will furnish responding in writing to Contractor's questions. It the front-end contract and insurance documents, as is understood that the City will receive all questions well as a reduced set of drawings will be included to and issue the responses to the Contractor to properly complete the specification package. control the flow of information. Assist the City in the issuance of addenda to the bid package. This consists Estimate: An Engineer's Opinion of Probable of making design changes necessary to address Construction Costs will be developed in accordance clarifications. Other design changes, such as those with City's requirements and based on the itemized for the Contractor's preference, are not anticipated. quantity take-off from the contract documents.The Changes in the overall design concept are not estimates will incorporate recent relevant bid prices, anticipated. Attend pre-bid meeting (if requested). If price quotes from equipment vendors as necessary requested, we will review all bids for irregularities and and will reflect the most recent trends in construction conformance with the bid documents. If requested, pricing. we will also check Contractor references to make recommendations for contract award. QA/QC Reviews: Before milestone submittals for City plan check review, an experienced/independent Construction Support in-house team, led by our QA/QC Manager, we will perform a thorough review of said documents to Pre-Construction Meeting: We will attend the pre- confirm their quality, clarity, constructability and that construction meeting, as requested by City Staff, and all the project goals are being met. Deliverables will will respond to questions received during or after the be prepared with engineering practices that address meeting. required standards and guidelines. Documents Review of Submittals:The Contractor's submittals/ submitted to the City are independently checked and shop drawings will be received by the City and back-checked.The review process will include a 2nd transmitted to Cannon for review. Shop drawing thorough "back check" review of all recommended reviews will be completed within three working days corrections. of receipt. Final PS&E—Ready for Bid Response to RFIs: We will provide responses to Based on the finalized project design issues resolved requests for information submitted by the Contractor. during the preceding tasks, we will prepare and Clarification drawings will be prepared and submit a Final Construction Documents Bid package. distributed, as required. This submittal package will contain complete As-Built Drawings Construction Plans via PDF or on permanent drawing medium (Mylar film) and an Opinion of Probable Contractor and City's construction representative Construction Costs.The plans will incorporate City's redline drawings will be used for preparation of review comments, and provide construction level electronic as-built drawings. We will draft revision designs and technical specifications sufficient for final clouds around construction revisions, and will submit project approvals. Bid documents will be prepared a bond and a PDF copy of the final as-builts for the in the City's standard format, including contract City's records. On-Call Civil Engineering Professional Consulting Services Cannon 7 Methodology ----E- 0 Although our approach to a specific task order varies right staff to a given task. Cannon's communication depending on the scope, Cannon understands that a procedures include the following: successful project begins with team selection and an effective scoping meeting. Document Control:The document control plan specifies procedures for documenting, transmitting, Our project manager will evaluate the project scope and storing communication items for the project, to select the most qualified team members. Upon including meeting minutes, correspondence, submittals, and filing of hard copies and electronic receiving the notice-to-proceed, we will schedule a kick-off meeting to establish project expectations, files. Adherence to document control plan lines of communication, assumptions, scope, schedule, requirements will confirm quality and speed up and budget. project delivery. Before initiating a task order, Cannon will complete a checklist that includes a list of project By meeting with City Staff early in the process, we will deliverables and submittal formats. determine project elements such as design criteria, engineering standards, project constraints, schedule Progress Reporting:The Cannon team will provide the requirements, and potential coordination with other City's Project Manager with a monthly status report. projects within the area.This information will be used This report will include project management status, by the Cannon Team to develop a concise and detailed work accomplished during the reporting period, scope of work, schedule, and budget for each project. work to be completed during the following reporting period, budget and schedule status, potential out-of- Project Management Plan (PMP) scope items, and issues and concerns raised during the reporting period. Successful completion of projects will require a well- conceived management and control plan, based Communication Plan: Recognizing that effective 1 on past successful strategies. Cannon's PMP will project communication is the key component for include special emphasis on project communications a successful project, our team will focus on clearly procedures, preparation of the scope of work, and defining project team communications. Mr. Solsona the submittal process. Upon notice-to-proceed (NTP), will be the point-of-contact for the City's Project and before initiating work, our team will prepare and Manager and team communication. submit a PMP for the City's review. A project communication plan will be developed as The specific elements of the PMP can be categorized part of the overall PMP. This communication plan into three key areas: Progress Reporting Systems, will include a list of contact information for each Cost/Design Schedule Control, and QA/QC. These team member, their role, and their responsibilities elements are detailed as follows: for the project. The project communication plan will be monitored closely. At each project development Progress Reporting Systems team (PDT) meeting, the team will discuss Our Project manager will have a proactive successes and areas of improvement for the team's communication style, and will be available to the communication with the City, and we will proactively City's Project Manager. This accessibility, combined look for opportunities to improve the project team's with our understanding of the City's needs, generates communication. a team that is ready to mobilize quickly and assign the a .���.�p .r At wt le ram.".a 3 _ On-Call Civil Engineering Professional Consulting Services Cannon 8 Cost Control/Design Schedule Control To conduct the project control effort, Cannon will use Upon receipt of the NTP, our team will develop Microsoft Office software for project management a work breakdown structure (WBS) program to scheduling and cost control. Microsoft Project will monitor the project budget and schedule. Cannon's be used to establish the master project schedule in accounting system is designed to assist the Project accordance with the agreed-upon work breakdown Manager and financial managers in efficiently structure, so that the schedule can be integrated into monitoring project costs. Project cost sheets will discrete work elements for budgeting and monitoring be available weekly for the Project Manager and purposes. The master project schedule will provide will show labor and indirect costs by task. This essential information necessary to determine the information, and a detailed estimate of physical project's critical path and to report the project's progress made during each reporting period, will be status. used to prepare status reports and update an earned Community Outreach value report. The project will be reviewed at each project milestone or bi-monthly. We will establish a community outreach program with informative, collaborative, and research-driven Our Project Management team will conduct monthly engagement to define the community's goals. This project schedule reviews to identify potential supports decision-making and strategizing during deviations and formulate a plan of action to reduce preliminary design to minimize construction impacts impacts to the schedule. Schedule updates will and business disruptions. We will consider alternative Our phasing, such as nightwork. We will proactively for review. g CityStaff op g be made available to community of the construction Project Manager will use an action item checklist notify the impacted co y as a management tool to track the responsibilities schedule, including flyer distribution and posting on of Cannon Team project personnel. Each item will the City's website and social media. identify the responsible individual and the due date. Typical community concerns involve construction Completion will be tracked and compared to the duration and impacts of frontage improvements, such baseline schedule; slippage will be identified, and as noise, dust control, and vehicle and pedestrian corrective actions taken to restore the schedule access. We will reference our database of typical to original forecasted completion dates. Cannon is questions and responses to anticipate what may committed to preparing projects for the City that are be asked. Our public outreach services including not only technically successful, but fiscally responsible meetings, charrettes, technical training, and surveys. as well. Accordingly, project expenditures will be We can provide the following for this project: tabulated and monitored on a weekly basis, with . Community outreach to achieve multi party discussion for taking corrective action on the baseline engagement across diverse demographics and budget, as required. needs. • Graphic visualization materials for workshops. • Post-workshop design development and reporting. w, y „ w^ ,,,..sa.„..:.,. �?..�„ fir'"^^: On-Call Civil Engineering Professional Consulting Services Cannon 9 Quality Assurance/Quality Control Program Cannon is committed to providing the City with the best possible product, on schedule and within budget. To Overview of Cannon's accomplish this, we use a Quality Assurance/Quality Control Quality Assurance/ Quality Control Program (QA/QC) Program that is organized to accommodate the specific needs and requirements of each task order. Our QA/ Review WPR Design Checklist QC Engineer for this contract is Larry Kraemer, PE. Cannon's QA/QC program is generally divided into three phases: NI 1. Design Team Review.This review is provided by members Prepare Draft Work Product of the project team as the work progresses. Prior to the start of design work, an analysis is made to determine the technical requirements, needs, and requirements of the Team Review of Draft Work Client;jurisdictional requirements; and fiscal constraints Product Using WPR Checklist or schedule requirements of the project. At this time, specific quality control requirements and internal review 'ir procedures are established. Team Returns Work 2. Independent Peer Review. This review is conducted at Product to PM various project phases (preliminary, 60%, and 100%) by design personnel who are outside of the regular project design team. Peer review consists of a detailed Prepare Final Work review of project work products. This process involves r — — — + Product the assignment of senior personnel, including principals, to provide detailed, independent reviews of the work 1 being completed. The selection of senior personnel 1 for this task is based on professional expertise, specific i Review Team Checks Final knowledge of similar projects, and years of experience. I Work Product Using WPR ii The detail reviewer's responsibility will include the Checklist and Comments evaluation of overall project concept at the preliminary I I phase; verification of the adequacy of the design to achieve the project goals; evaluation of possible design i alternatives; review of QA/QC by the design team; 1 ir review of the project for constructability; and contractor L — If not complete... If complete... review. Recommendations made by the independent reviewer are made directly to the project manager, who is responsible for evaluating the recommendations and implementing changes, as required. The reviewer's Provide to Client/ comments will be documented and recorded along Agency for with the designer and project manager's response to Review/Approval comments. 3. Review of Sub-consultant Deliverables (when applicable).This review is conducted by Cannon's project manager because of their knowledge of the entire project's scope and how each discipline relates to each other. This review is also conducted at various project phases, including the preliminary, 60%, and 100% and will be done prior to submitting the complete deliverable to the City.This review includes: evaluation of the overall project concept at preliminary phase; verification of the adequacy of the design to achieve the project goals; evaluation of possible design alternatives; and review of the project for constructability. After receipt of review comments, the sub-consultant incorporates the comments or provides justification for a different design direction. The sub-consultant then provides revised plans to the project manager along with the original comments and proper responses that follows our QA/QC plan format. On-Call Civil Engineering Professional Consulting Services Cannon 10 1 Sample Project Schedule City of Gardena Redondo Beach Blvd Arterial Improvements JN 945 Schedule Updated 7/6/23 ID Task Name Duration Start Finish trl2t0 22a 0 t3' 0 t4 .' ajl 2023 Crf 2023 C't3.2?23 0 4 3 .11 2024 Ac1AviJun Jul1AucISe, Oct1NoviDec Jan AIMay1Jun JulAua1Sep Oc1NoviDec .an I Feb 1 1 Design Schedule 90.6 wkit Mon 6/9/22 Wed 1/31/24 1/31 2 —*City Issues Notice to Proceed*** 0 days Mon 5/9122 Mon 5/9/22 519• 3 Kick-off Meeting 1 day Mon 5/9/22 Mon 5/9/22 IV 4 . Monthly Meetings --------------.----65.2 iirkiWeif10i12/22—Wiiif 111664 5 - PRELIMINARY ENGINEERING PHASE ---60A`461-----------l"tiiiiiii-----------fhliiiii Mr— ' ,IIMIP"3 6 Records Research 2 via Tue 5/10/22 Mon 5/23/22 CI 7 Utilty Coordination#1 (map request) 2 wksi Tue 5/10/22 Mon 5/23/22 ETD e Topo Survey 9 wir. Tue 5/10/22 Mon 7/11/22 9 - Base Sheet Preparation 4 wkiti Fri 7/15/22 Thu 8/11/22 03318///1 io Prelim Engineering Research and Field 114wksi Tue 5110/22 Mon 8/15/22 FISIMENIMI i Investigation 11 Prepare and Submit Draft PDR 10.8 wks Tue 8116/22 Fn 10/28/22 TMIIIII-4. 12 City Review of Draft PDR 32.2 wks Mon 10/31/22 Mon 6/12/23 13 Prepare and Submit Final PDR I 3.3 wks Tue 6/13/23 Wed 7/5123 ir 14 City Approves Final PDR 1 day Thu 7/6/23. Thu 7/6/23 ... ..........________................ ........................ . ..... 15 .FINAL ENGINEERING DESIGN PHASE . so wks Thu 7/6/23 Wed 1/31/24 1/31 16 Prepare and Submit 65%PS&E 7 wks Thu 7/6/23 Wed 8/23/23 11/2103._4. 17 City Review of 65%PS&E 3 wks Thu 8/24/23 Wed 9/13/23 le Public Outreach#1 2 day• Thu 9/28/23 Fri 929/23 19 Public Outreach#2 0 daysi Wed 10/4/23 Wed 10/4/23 • 29 Prepare and Submit 95%PS&E 6 wkisr Thu 9/14/23 Wed 10/26/23 1.1.1.1./25 21 Utilty Coordination#2 2 wksi Thu 10/26/23 Wed 11/8/23 22 City Review of 95%PS&E 4 wkal Thu 10/26/23 Wed 11/22/23 23 Public Outreach#3 0 daysi Wed 12/6/23 Wed 12/6/23 • . w 24 Public Outreach#4 o days; Wed 12/13/23 Wed 12/13/23 • 25 Prepare and Submit 100%/Final PS&E 3 wI Thu 11/23/23 Wed 12113/23 14113 26 City Review of 100%PS&E 3 wksi Thu 12/14/23 Wed 1/3/24 27 Public Outreach#5 0 days Mon 1/15/24 Mon 1/15/24 4 26 Public Outreach#6 0 days Mon 1/22/24 Mon 1/22/24 : 29 City Approves Final PS&E,ready for bidding 4 wits Thu 1/4/24 Wed 1/31/24 1=10,r31 39 Utilty Coordination(Final) ' 0 days Wed 1/31/24 Wed 1/31/24 • SUMMARY iiiiiiiiiaiaiiiiiiiiiiin Inactive Task . Inactive Summary 1.0------V Manual Summary Rolluo 11.11111M Finish-only 3 Updated.Thu 7/6/23 Task iiilEitialligin Inactive Took I 1 Manual Task ONINIMINM. Manual Summary ‘Pal• Milestone • Inactive Milestone 0 Duration-only ----. .., Start-only C On-Call Civil Engineering Professional Consulting Services Cannon 11 Staffing �o Organizational Chart Key Personnel o� (l�Q� „........r Our key personnel will be available �41, ",_ ` '':w`A for the duration of the required t"s -- I- 1 services. .9 + � �, . +Z�r L?cF T. .'tf\(.O,'I We acknowledge that no person . COuNT' ',1 designated as "key" will be Principal-in-Charge removed or replaced without priorI. George Jurica, PE -9 written concurrence of the City. Resumes are provided in the Project Manager QA/QC Manager Appendix. Gary Solsona, PE, QSD 1 Larry Kraemer, PE ;;I) General General Civil Engineering Water/Sewer I Storm Engineering Task Manager Task Manager Gary Solsona, PE, QSD ID Gary Roepke, PE ,P Anthony Severy, PE J. Eric Porkert, PE Feldro Esperanza, PE Michael Kielborn, PE, LEED AP Andy Rowe, PE Amando Garza, PE Karena Diep, EIT Tina Kuah, PE Kaitlin Grabiec, EIT Gary Solsona, PE, QSD Ally Grijalva, EIT Kaitlin Grabiec, EIT Nick Settevendemie, EIT Foster Campbell, EIT Patrick Lopez Maria Murillo Engineering Support Services Geotechnical LOR Survey KDM Meridian Instrumentation /Controls John Leuer, GE , ' Richard Maher, PLS ,4-- Mehdi Ahmadi, PEO Andrew Tardie, GE Patrick Earl, PLS David Noellsch, CSE Robert Markoff, CEG In-House Support Survey Construction Managers and Hydrogeology Thomas Harder Bob Chanley, PLS Resident Engineers and Associates Burl Steude, PLS Josh Knoefler, PE Thomas Harder, PG, CHG , ' Michael Petrovich, PE Georgie Aronson Structures Mathew Hutchinson Marshall Pihl, SE Construction Inspectors Hooman Tavallali, SE Robert Estrada, CPII Environmental/CEQA HDR Mossad Rizkalla Lucy Jaramillio, EIT l' Electrical Engineering Bud Nance Derek Romer, PE Alex Maestre, PE Mechanical Engineering Robert Campbell-Taylor, PE On-Call Civil Engineering Professional Consulting Services Cannon 12 Table 1 below details our key personnel's years of experience, professional licensing, and role on projects.. Table 1 - Key Personnel Experience, Licensing, and Roles Name Years Licensing Job Role Project Manager Gary Solsona, PE, QSD 23 Professional Civil Engineer, CA No. 68420 / General Civil Qualified SWPPP Developer/Practitioner No. 23466 Engineering Task Manager Principal-in- George Jurica, PE 50+ Professional Civil Engineer, CA No. 26564 Charge Larry Kraemer, PE 37 Professional Civil Engineer, CA No. 44813 QA/QC Manager Water/ Sewer/ Gary Roepke, PE, 50+ Professional Civil Engineer, CA No. 48693 Storm Engineering Task Manager Lucy Jaramillo, EIT 11 Engineer-In-Training (EIT) California, No. 166938 Environmental Professional Civil Engineer, CA No. 34996 John Leuer, GE 35 Geotechnical Professional Geotechnical Engineer, CA No. 2030 Professional Geologist, CA No. 6512 H dro eolo Thomas Harder, PG, CHG 36 Certified Hydrogeologist, CA No. 588 y g gy Richard Maher, PLS 35 Professional Land Surveyor, CA No. 7564 Survey r M i»1 30 , .4 •C{ R� C. me awa a'r ...,. °k' �r-e�e ,.CU i14 `sgi ^h� � �r+.+*�. � }� �_:`"°°`� �� nsa.�:.,_.«s.a*:.ww.+ia. °"' 1 _+ .+u ! 1 .. �INce.+,LS; !'-'� y r --•-•1 w f }l 4 y fie, 4kt .t7 1/2+: P ,h .. M .•ti�0 i TVss 3 ,14; On-Call Civil Engineering Professional Consulting Services Cannon 13 Qualifications Cannon Corporation- Providing Reliable Responsive Solutions since 1976 Firm Profile As a full-service engineering design, construction Team Statistics management and inspection, and surveying firm, Cannon takes pride in the ability to offer clients 100+ 200+ 40+ a complete range of services. Our commitment to providing clients Reliable Responsive Solutions, cumulative years of years of design design whether the project scope is expansive or more on-call contracts experience engineers specialized, spans 49 years. Our proposed key staff are not just experts with During that time, we have worked with many cities, water, stormwater, and sewer systems, but also have counties, and agencies to maintain secure and a long history teaming on general civil engineering dependable water systems; make streets safer and projects that have enabled them to fine-tune their more pedestrian and bicycle friendly; and construct collaboration and coordination to deliver successful buildings and facilities that are structurally sound. projects on time and within budget. These characteristics have been an integral part of the infrastructure improvement projects we have Experience Counts completed throughout California. Cannon offers relevant expertise in the following Our multidisciplinary team of over 150 professionals areas: includes the following: 1 , • Registered Civil, Structural, Mechanical, and "� �°"" • - . I —. 1- Electrical Engineers ,. f -u. 1411( • Licensed Land Surveyors and Survey Technicians w , („�"` . - . . • Caltrans Certified Construction Managers and Inspectors Water Pipelines and Water Wells and Pump • Instrumentation and Controls (SCADA) Specialists Conveyance Systems Stations Office Locations Services for the City will be provided primarily from �d our Irvine office with support from our other offices, if ., —="'.=- needed. Cannon office locations include the following: � � Irvine Los Angeles Pavement Rehabilitation ADA Ramps, Curb, Gutter, 16842 Von Karman Ave. 11900 W Olympic Blvd. and Sidewalks Suite 150 Suite 530 Irvine, CA 92606 Los Angeles, CA 90064 , ''. i 949.753.8111 t2 310.664.1166 m Ventura San Luis Obispo "} 60 S California St reet 1050 Southwood Dr. , ' " IIIIkl Suite 401 San Luis Obispo, CA 93401 Ventura, CA 93001 -2 805.544.7407 Stormwater Engineering Street Improvements, , i, 805.503.4590 Parking Lots, and Bridges �1 On-Call Civil Engineering Professional Consulting Services Cannon 14 Firm Capabilities: In-House Services and Specialties fa 4 Water Resources ATransportation Construction rrl. Survey Management .cal • Reservoirs,Tanks,Wells • Streets & Highways • Complete Project and • 3D Laser Scanning and • Pipelines • Pavement Rehabilitation Contract Management Modeling • Pump/Booster Stations • Road Widening and Diet • Inspection and Testing • Boundary Surveys • Valving and Enclosures • Roundabouts • Constructability Reviews • Right-of-Way Surveys • Potable/Recycled Systems • Intersections • Value Engineering • Construction Surveys • Wastewater Treatment • Bridges, Culverts, and • Submittal and RFI Review • Construction Staking • Stormwater,Groundwater Retaining Walls • Bid Review, Preparation, • Easements and Legal Quality, and Flood Control • Bicycle/Pedestrian Evaluation, and Descriptions • Storm Water Pollution Facilities Administration • Topographic Surveys Prevention Plans • Multi-Use Pathways/Trails • Contract Review • As-Built Certification • Grading and Drainage • Green/Complete Streets • Resident Engineering • ALTA Surveys • Erosion/Sediment Control • Bioswales • Claim Resolution • Subsidence/Settlement • Capital Improvement • Low Impact Development • Quality Assurance Monitoring Program Development • Sidewalk Gap Closures • Coordination and • Parcel and Tract Maps • System Master Planning • Safe Routes to School Community Outreach • Aerial Mapping and Modeling • Traffic Control • Labor Compliance • Subdivision Mapping • Regulatory Compliance • ADA Compliance • Federal Funding • Centerline Ties • O&M Studies • Cost Estimating Compliance • Flood Zone Certificates • Watershed Studies • Funding Administration • Document Control • Dedications and • Feasibility Studies • Drainage Studies/Reports • Photo and Video Abandonment • Hydrology and Hydraulics • Hydrologic, Hydraulic, Documentation • GPS Surveys • Fire Flow/Pressure Tests and Floodplain Analysis • Project Reports • Monumentation • Permitting • Street Lighting • Change Order • Legal Description • Condition/Capacity • Permit Processing Management Preparation Assessments • O&M Manuals • CPM Scheduling • Land Area Calculations jrParks and L Electrical Automation Structures Facilities Engineering •• and Controls • Parks • Master Planning • SCADA and HMI • Evaluation/Assessment • Public Buildings • Low, Medium, and High Development • Tenant Improvement • Multi-modal Voltage Distribution • PLC Programming • New Structures Transportation Facilities Systems • Control Panel Fabrication • Repair of Damaged or • Stadiums • Power Systems Analysis - UL 508A Panel Shop Deficient Structures • Landfills and Waste and Modeling - Heat Load Calculations • Pile and Pier Cap Recycling • Arc Flash Analysis - Uninterpretable Power Condition Surveys • Plan Check • EV Charging Solutions Supplies • Capacity Based Design • Seismic Retrofits • Recloser Studies - Analyzer Panels • ASCE 41 Seismic Retrofits • Cost Estimating • Motor Control Systems - Factory Acceptance • Material Certification • ADA Compliance • Emergency Backup Solar/ Testing • Submittal Review • Site Inspections Generator Power Systems - VFD Integration and • Testing Results Review • Staff Augmentation • Emergency/Standby Programming • Concrete Mix Design • Utility Master Planning Power Systems - Emergency Shutdown Review • Feasibility and • Electrical Specifications Systems • Welding Report Review Entitlement • Electrical Coordination • Instrument Calibration, • Working Drawing Review • Regulatory Permitting • Cost Estimates Troubleshooting, and • Seismic Force Assistance • Energy Efficiency Studies Maintenance Development • Agency Communication • Title 24 Calculations • Start-up and • Wind Force and Consultation • Construction Commissioning Support Determination • Stormwater and Management • Site Acceptance Testing • Special Loads/Application Floodplain Management • Bid Assistance • Process Control • 3D Design and Analysis • Backbone Infrastructure, • On-Site Observation Troubleshooting/Analysis • Building Permit Utilities, and Roads • Record Drawings • Control System Training Acquisition • Dry Utility Coordination • O&M Manual Review • System Documentation • As-Constructed Drawings On-Call Civil Engineering Professional Consulting Services Cannon 15 Similar Projects/Contracts General Civil Engineering Services This project's proposed street improvements generally Rio Vista Street and consist of AC pavement rehabilitation (uniform 2" grind Lincoln Avenue Pavement and overlay) with localized digouts, adjustment of Rehabilitation manholes and utility covers to final pavement grade, PCC Anaheim, California repair of damaged curb and gutter, sidewalk, driveways, cross gutters, restriping, and replacement of pavement ' "- s markings within the project limits. �p,.v k ""H _ `: `.fir.."' 4 .L�y3T y�- v The project included drainage improvements to address Project Highlights° flooding of the existing cross gutter at the intersection of � • AC pavement rehabilitation � e„- .�:; ry' Wagner Avenue and Marjan Street, and localized ponding (grind and overlay) ..._ _ along the southerly curb of Wagner Avenue from Marjan • Curb, gutter, sidewalk and = Street to the knuckle east of Marjan Street. Also involved — dri a- • - N,.; , " obtaining an approved Caltrans encroachment permit for � ' 8M ,; '" �: the proposed sewer improvements at the intersection of Start/End:September 2023 - December 2024 Rio Vista Street and Lincoln Avenue. Key Project Team Members Contact: Megan Hajimomen, Associate Civil Engineer • Gary Solsona, PE, QSD Project Manager City of Anaheim • Karena Diep, EIT Civil Project Engineer 200 S. Anaheim Blvd., Mailstop#276,Anaheim, CA 92805 • Kaitlin Grabiec, EIT Civil Design Engineer 'lir 714.765.5100 x5818 mhajimomen@anaheim.net This project aimed to significantly improve roadway Manhattan Beach Boulevard conditions, safety, and aesthetics, while also enhancing Roadway and Bike the functionality of transportation infrastructure for Improvements all users, including pedestrians, cyclists, and motorists. Redondo Beach, California The objective of the project was to enhance roadway infrastructure and safety through a comprehensive suite of improvements. Project Highlights • Roadway grinding and asphalt resurfacing • Restriping and median modifications "` , :;e• . ,>_` ° y ` i "„ .• F+ : • Addition of Class II bike lanes " �^^*"" " , ; a te. • Traffic signal modifications at Manhattan Beach , ' � p Boulevard and Dow Avenue " w • New dedicated westbound U-turn pocket on - _ a I I r Manhattan Beach Boulevard between Gibson Place and McBain Avenue Start/End:July 2020- October 20 3` '"; ', ` "" • ADA curb ramp upgrades • Curb, gutter, crossgutter, and sidewalk repairs I<ey Project Team Members Contact: Daniel Gruezo, PE Civil Engineer • Gary Solsona, PE, QSD - Project Manager City of Redondo Beach • Karena Diep, EIT Civil Project Engineer 415 Diamond Street, Redondo Beach, CA 90277 • Kaitlin Grabiec, EIT Civil Design Engineer fp 310-318-0661 x2279 Daniel.Gruezo@Redondo.org On-Call Civil Engineering Professional Consulting Services Cannon 16 The City of Gardena (City) wanted to replace existing Artesia Boulevard Arterial medians along Artesia Boulevard, from Western Avenue Improvements to Vermont Avenue, with a new decorative hardscape Gardena, California paving solution. Based on prior discussions with City staff, the Cannon Team evaluated and presented four paving solutions to the City: grouted river cobble, exposed ,. i concrete, concrete unit pavers, and staining/sealing the .. ', ''` , , existing stamped concrete. The City subsequently decided j ,Dajtor, ;;,a 1 to move forward with the "cobblestone" paving solution, - a_ which Cannon incorporated into the final design plans, specifications, and cost estimate. Our team prepared Project Highlights a design study to convey the proposed limits of add or • Federally Funded $500K Project deducted hardscape for City direction. Following approval • ADA Compliant Sidewalks Fu, of the conceptual design direction, Cannon completed revisions to the previously submitted 95% design plans, • Asphalt Rehabilitation „ -4_ ,. 6 —. specifications, and estimate. This consisted of the street =° improvement plans and landscape demolition plan, Start/End: March 2019 -June 2024 irrigation plan, planting plan, technical specifications, and cost estimate. Key Project Team Members Contact: Kevin Kwak, PE Assistant Public Works Director • Gary Solsona, PE, QSD Project Manager City of Gardena 1717 West 162nd Street, Gardena, CA 90247 • Karena Diep, EIT Civil Project Engineer 310.217.9643 kkwak@cityofgardena.org Wastewater/Sewer/Stormwater Engineering City of Anaheim has on-going Citywide Sanitary Sewer Brookhurst and Broadview Improvement Programs/Projects to address capacity and Street Sanitary Sewer operational deficiencies under existing conditions which Improvements include replacement and/or rehabilitation of undersized Anaheim, California and/or deteriorated sewer mains. Cannon provided , ; ..:', 4 _ engineering services for the condition evaluation, the Z+ '� - Y- ° ` % capacity analysis, and to develop feasible alternatives to ; - T z "' . ', .� tt .�� remove and replace/upsize existing sewer mains at three 01 ill . ... •' • \. ' �� ••14 Pit locations in the City. *irk, ji • Brookhurst/Broadview: The existing 8-inch sewer Project involved condition a I� main was abandoned and the 10 sewer laterals were evaluation, capacity analysis, and y! y'it I% diverted to the existing parallel 8-inch sewer along feasible alternatives. it las It., 1 %, it the easterly side of Brookhurst Street, which was 'I ,, 'W ' ..•:.'- ` "' , I, ., i 1 i lowered along Brookhurst. The Broadview street Start/End:July 2023 - April 2024 rtil. till project addressed similar sanitary sewer capacity w—., .-i deficiencies in the 10" VCP sewer main in Broadview .Z,' .. wt � i .k�#' 11' Street. I<ey Project Team Members • Gary Solsona, PE, QSD Project Manager Contact: Lori Ishigo Associate Engineer • Larry Kraemer, PE Principal-in-Charge City of Anaheim • Michael Kielborn, PE Civil Engineer 200 S. Anaheim Blvd., Ste. 276, Anaheim, CA 92805 • Tina Kuah, PE Civil Engineer S' 714.765.4113 ext: 5826 Llshigo@anaheim.net On-Call Civil Engineering Professional Consulting Services Cannon 17 The City of Fullerton needed to complete street, water, San Juan Water Main and sewer improvements along seven streets within Replacement, Sewer Main the San Juan Community. Improvements consisted of Improvements, and Street pavement reconstruction via full depth reclamation Reconstruction Project with cement; reconstruction of raised median (due to Fullerton, California upheaving of tree roots); repair of broken/damaged r �. ��,-M portland cement concrete curb and gutter (rolled . ,,, r ';° and standard); cross-gutters and driveway aprons; 4,,, • :�` :.,. , a . replacement and upsizing of existing water mains to 8" � PVC; reconnecting existing water services; and removal ) " ‘ ' ' 0 ' and replacement of the existing 8" VCP sewer main. Cannon provided civil engineering design services for plans, specifications, and estimate (PS&E) construction � documents. The Cannon Team also provided topographic Project completed street,water, survey, geotechnical investigation, utility coordination, and sewer improvements along utility potholing services, and pre- and post-construction seven City streets. monumentation preservation services for the project. 4' ',-;---• -- '•1t } Survey services included topographic survey, cross Start/End:January 2019 - October 2021 ' sections, right-of-way establishment, construction ' staking, and monument perpetuation for one mile of I<ey Project Team Members residential streets. • Gary Solsona, PE, QSD Project Manager Contact: Gar Huang Project Manager • George Jurica, PE Principal-in-Charge City of Fullerton • Anthony Severy, PE Civil Engineer 303 W. Commonwealth Ave, Fullerton, CA 92832 • Michael Kielborn, PE Principal Engineer s 714.738.6300 GarH@ci.fullerton.ca.us Deane Zone Tank, Pump Station As part of the Skyline Ranch Project, SCV Water needed and Disinfection Facility to install new facilities for the Deane Pressure Zone, including a 2.08 MG tank, pump station, and disinfection Santa Clarita, California facility. The graded pad for the pump station was located along Skyline Road,just north of Sierra Highway. The . . 4 ,'� ,.,., ,, access road to the site included intake and discharge ..40.E ` water piping, a storm drain, grading, and paving. Cannon .., , ' . provided engineering, design, and construction document ` 6A 1 preparation for the project. Our design accommodated 0 the construction of the future 2.08 MG tank, as well as s , .►'' the Nimbus/Skyline Pump Station, and the disinfection ' building on-site.The pump station, which was housed in a concrete masonry unit block building included three < �� � ' — — — - ,, , 850 gallon-per-minute pumps and a 20-inch suction pipe ,. ., „ c>-,>„. and 16-inch discharge pipe to the Deane Tank. Our design Start/End: February 2021 August 2022 for the new building accommodated the disinfection � :,,, °4',,, ...,'°°�` system components for both current and future needs. We connected the new on-site facilities to the off-site Key Project Team Members infrastructure provided by the developer, Pardee Homes. • Eric Porkert, PE Project Manager • Gary Roepke, PE QA/QC Engineer Contact:Orlando Moreno Project Manager • Tyler Fallon, EIT Civil Engineer Santa Clarita Valley Water Agency • Alex Maestre, EE Electrical Engineer 26521 Summit Cir., Santa Clarita, CA 91350 Tie 661.714.5942 ;-.: omoreno@scvwa.org On-Call Civil Engineering Professional Consulting Services Cannon 18 The City of Ventura needed to replace wells No. 2 and Design, Equipping, and Related No. 3 to increase discharge from the mound groundwater Site Work for Mound Well basin. Cannon worked alongside the hydrologist to Nos. 2 and 3 prepare well siting studies. We prepared separate plans Ventura, California and specifications for equipping the wells with pumps and motors, discharge header piping, transmission mains, pump-to-waste discharge lines, electrical equipment, ,, I -7 controls, SCADA, and site work for construction. Cannon completed access studies for well drilling and maintenance and provided perspectives of the final well Cannon prepared well siting enclosure. We coordinated with City staff regarding the studies and coordinated the final location of the well enclosures, electrical equipment, and locati "`with City staff. on-site equipment. To reduce disruption to County of Ventura operations, the selected well site was located in the corner of a parking lot screened by existing trees. Start/End:January 2018 - December 2021 Mound Well No. 3 included the valves and piping to be an Aquifer Recharge and Supply well that allowed the City to Key Project Team Members inject recycled water into the mound basin for future use. • Gary Roepke, PE Project Manager Cannon incorporated these additional components. • Michael Kielborn, PE Civil Engineer Contact: Mark Garcia, Project Engineer • Anthony Severy, PE Civil Engineer City of Ventura • Tina Kuah, PE Hydraulic Analyst 501 Poli St., Room 120,Ventura, CA 93001 • Derek Romer, PE Electrical Engineer m 805.654.4749 ` mgarcia@ci.ventura.ca.us The City of Ventura's (City) Dover and Weymouth Ventura Pierpont Neighborhood stormwater pipelines and pump stations were built in 1970 Stormwater Lift Stations to mitigate flooding along the Pierpont Bay neighborhood. Ventura, California In addition to stormwater runoff mitigation, the reinforced concrete pump stations also serve as public access points for the beach.The pump stations had reached the end of • i i '-i i grl �r E �. their service life and showed signs of deterioration. ��, �' - - .,.- _ ,. 16. i t a • - !_. +* , ,, Cannon was selected to provide design services for the � .; 4:: • A; pump station upgrades.The four pumps sizes and types ', , included three 4,100-gpm mix flow pumps and one 1,600- "� gpm submersible pump with a lift of 17 feet. Cannon =4a41. ; r -.PC analyzed the pumping requirements and designed two identical stormwater pump stations that included structural k upgrades; new electrical Southern California Edison service; and Americans with Disabilities Act access to the beach. The design includes survey, civil, electrical, mechanical, Start/End: August 2022 - October 2022 structural, and SCADA.The goal of the project is to increase 1 the efficiency of the pump stations and provide structures Key Project Team Members and pumping plants that will weather the Pacific Ocean • Gary Roepke, PE Project Manager storm long into the future. • Eric Porkert, PE QA/QC Engineer Contact: Robert Hearne, PE Civil Engineer • Larry Kraemer, PE Principal-in-Charge City of Ventura • Derek Romer, PE Electrical Engineer 501 Poli St., Room 120,Ventura, CA, 93001 • Tina Kuah, PE Project Engineer 805.654.7721 rhearne@cityofventura.ca.gov On-Call Civil Engineering Professional Consulting Services Cannon 19 Additional Well Projects Spotlight Cannon has extensive experience supporting municipalities with well rehabilitation, upgrades, and new construction. The table below highlights some of Cannon's relevant well projects. Our support services include civil, mechanical, electrical, and automation systems as well as construction management. Vim` Project Name ��`�` <51 ee6 ,v •c,, ,, a• Ventura Mound Wells 2 and 3 ✓ ✓ ✓ J J ✓ City of Lakewood Well 28 ✓ ✓ J ✓ Santa Maria Well 15 ✓ ✓ ✓ J J ✓ City of Tulare Wells 4-3 and 4-5 ✓ ✓ ✓ ✓ ✓ J ✓ City of Nipomo Eureka Well ✓ ✓ ✓ ✓ ✓ ✓ Ventura Golf Course Well 7 ✓ ✓ ✓ ✓ J ✓ Crescenta Valley Water District Well 16 ✓ ✓ J J J J Crescenta Valley Water District Well 2 ✓ J City of Vernon Well 45 ✓ ✓ ✓ J J J J City of Delano Well 28 and 29 J ✓ ✓ J J ✓ ✓ City of Delano Wells 30-33 ✓ ✓ ✓ ✓ ✓ J J Los Angeles County Well 4-45 ✓ ✓ ✓ ✓ J ✓ ✓ Los Angeles County Well 4-46 ✓ ✓ ✓ ✓ ✓ J ✓ Los Angeles County Well 4-47 ✓ J J J J ✓ ✓ Los Angeles County Well 4-77 J J J ✓ ✓ ✓ ✓ Los Angeles County Well 4-66 ✓ ✓ ✓ ✓ J ✓ ✓ Los Angeles County Well 4-73 J ✓ J J J J J Los Angeles County Well 4-74 ✓ ✓ ✓ ✓ ✓ J ✓ Los Angeles County Well 4-80 ✓ J ✓ ✓ J J J Los Angeles County Well 4-81 J ✓ J ✓ J J ✓ Los Angeles County Well 4-88 J ✓ J J J ✓ ✓ City of Simi Valley Wells 31 C and D ✓ ✓ ✓ ✓ ✓ ✓ J City of Simi Valley Well 32A I J I I I I I City of South Pasadena Wilson Well J J J ✓ ✓ Robinson Ranch Golf Course Well #1 ✓ ✓ ✓ ✓ ✓ J J MBMI Cobblestone Well J J J J ✓ LA County Fire Camp 14 Well 4 and 5 ✓ ✓ J ✓ ✓ J ✓ LA County Fire Camp 19 Well 3 ✓ ✓ ✓ ✓ J ✓ ✓ a a- u 4,y h � v On-Call Civil Engineering Professional Consulting Services Cannon 20 Appendix Resumes Resumes Gary Solsona, PE, QSD Project Manager/General Civil Engineering Task Manager Mr. Solsona has 23 years of civil engineering experience in public works design, consisting of award-winning roadway widening, street rehabilitation and intersection improvements; sound wall and retaining wall design, preparation of traffic control plans and project study reports, and is recognized in the industry as an ADA design specialist. His proactive approach is carried out seamlessly through project management, engineering design development, t 4 and construction support services to public agencies throughout Southern California and he has a proven track record in providing innovative, cost- saving, and sustainable solutions (such as alternative pavement rehabilitation methods, including full depth reclamation and cold-in-place-recycling) on Professional Registration numerous street improvement projects for major arterials and residential • Civil Engineer, California, streets. No. 68420 • Qualified SWPPP Jamboree/ Main Intersection Improvement Project, 1-405 NB On-Ramps to Developer—Practitioner Kelvin, Irvine, California:This contract with the City of Irvine was to improve #234666 the intersection of Jamboree Road and Main Street to mitigate the future Education deficient level of service by adding a fifth northbound and a fifth southbound lane on Jamboree Road between the 1-405 northbound on/off-ramps and • Bachelor of Science, Civil Kelvin Avenue. The Land Surveying services on this project included GPS and Engineering, California Boundary control, boundary and right-of-way analysis, detailed topographic State Polytechnic mapping of all infrastructure and improvements, aerial topographic mapping, University, Pomona, right of way acquisition legal descriptions, plats, and exhibits, and existing California cross section creation. Mr. Solsona served as Project Manager. Professional Affiliations • Member—ASCE, ACEC Artesia Boulevard Arterial Improvements, Gardena, California:The City and APWA of Gardena wanted to replace existing medians along Artesia Boulevard, from Western Avenue to Vermont Avenue, with a new decorative hardscape • Past Board Member paving solution. Based on prior discussions with City staff, the Cannon Team — Filipino American (including subconsultant BGB Design Group) evaluated and presented four Society of Architects and paving solutions to the City. Our team prepared a design study (exhibit) to Engineers convey the proposed limits of added or deducted hardscape for City direction. Following approval of the conceptual design direction, Cannon completed revisions to the previously submitted 95% design PS&E. Mr. Solsona served as Project Manager. Select Relevant Experience • Brookhurst Street Sanitary Sewer Improvement Project, Anaheim, California • Concrete Street Pavement Reconstruction, Newport Beach, California • Redondo Beach Boulevard Arterial Improvements, Gardena, California • Manhattan Beach Boulevard Resurfacing, Redondo Beach, California • Cerritos Avenue Sidewalk Gap Closure, Anaheim, California • Jamboree and Main Improvements, Irvine, California • City of Long Beach Pedestrian Access Curb Ramps, Long Beach, California • 4th Street Improvements— Phase II, Santa Monica, California On-Call Civil Engineering Professional Consulting Services Cannon George Jurica, PE Principal-in-Charge Mr. Jurica has more than 50 years of experience as a Project Engineer, Project Manager, and Principal-In-Charge, with relevant experience encompassing $� . planning, design, and construction of major public works infrastructure ' °" and facility projects. He has extensive experience working on public agency projects throughout Southern California. Cerritos Avenue Sidewalk Gap Closure, Anaheim, California:This project is located on Cerritos Avenue from Euclid Street to approximately 600 feet east of Euclid Street. The project consists of constructing a five-foot-wide, ADA compliant sidewalk adjoining the back of curb, with no parkway along Professional Registration the north and south sides.The work will also include the construction of • Civil Engineer, California, block walls and fences that will be relocated or reconstructed as part of the No. 26564, Arizona No. project. The new sidewalk will eliminate the need for pedestrians to walk 27191, Colorado No. along the side of the road or on a dirt path. Cerritos is designated as a four 18563,Texas No. 55430 lane secondary arterial by the County's Master Plan of Arterial Highways with Education average daily traffic of 9,400 vehicles per day. The sidewalk along Cerritos east • Master of Business of Euclid Street ends abruptly.The existing pathway consists of an unpaved Administration, dirt path. This sidewalk project will provide safer and better access for the Construction school children and pedestrians in general. Mr. Jurica served as Principal-in- Management, University Charge. of Denver, Denver, Colorado Select Relevant Experience • Bachelor of Science, Mr. Jurica served as Principal-in-Charge on the following projects: Engineering, University of California, Los • San Juan Water Main Replacement, Sewer Main Improvements, and Street Angeles, California Reconstruction Project, Fullerton, California Professional Affiliations • City of Long Beach Pedestrian Access Curb Ramps, Long Beach, California • Board Member—ACEC, • Newport Beach Concrete Street Pavement Reconstruction, Newport Orange County Beach, California • Board Member—APWA, • City of Lake Forest ADA Access Ramp and Sidewalk Improvements, Lake Southern California Forest, California Chapter • Jamboree and Main Intersection Improvement Project, I-405 NB Awards On-Ramps to Kelvin, Irvine, California • APWA, Southern • Cerritos Avenue Sidewalk Gap Closure, Anaheim, California California, 2013 California • Shoemaker Bridge Replacement, Long Beach, California Private Sector Leader of the Year • Engineering Design Services for Pavement Rehabilitation Projects, San • ASCE, Los Angeles, 2003 Juan Capistrano, California Outstanding Civil Engineer • Crystal Canyon Road Drainage and Pavement Rehabilitation Project, in the Private Sector Eastern Orange County, California • Jeffrey Road/Portola Parkway Infrastructure Improvements, Irvine, California • Portola Parkway Infrastructure Improvements, Irvine, California • Portola Parkway, Portola Springs, and Modjeska Project, Irvine, California • On-Call Civil Engineering Services and Land Surveying Services, Rancho Palos Verdes, California • LINK US/ LA Metro Union Station, Los Angeles, California On-Call Civil Engineering Professional Consulting Services Cannon ii Larry Kraemer, PE QA/QC Manager Mr. Kraemer has more than 37 years of design experience with civil, water resource, and environmental engineering projects within both the public and ;:. private sectors. He has served as a senior engineer for complex engineering 000014; . � projects dealing with water resources, wastewater, transportation, schools, ffi ,a and land development. As Director of Cannon's Public Infrastructure division, his duties and responsibilities include technical oversight of master planning, preliminary design, detailed design and construction documents, construction contract administration and management for a wide variety of essential systems, including water distribution, sewage collection and treatment, local Professional Registration streets, and engineered and natural drainage systems. Mr. Kraemer is adept at managing challenging or complex projects due to his astute troubleshooting • Civil Engineer, California, skills, keen attention to detail, and innovative approach for efficient design. No. 44813 Education Select Relevant Experience • Master of Science, Civil Mr. Kraemer has served as QA/QC Manager on the following projects: Engineering—Water Resources, California • Manhattan Beach Boulevard Resurfacing Improvements, Redondo Beach, State University, Long • California Beach, California • Pier B West Expansion Sewer Lift Station, Port of Long Beach, California • Bachelor of Science, • Airport Avenue Complete and Green Street Improvements Santa Monica, Agricultural Engineering, California Polytechnic • California State University, San Luis • City of Santa Monica Olympic Water Transmission Main, Santa Monica, Obispo, California California Professional Affiliations • Santa Monica Water Main Replacement, Santa Monica, California • American Society of Civil • San Juan Area Water Main Replacement, Sewer Main Improvements, and Engineers Street Reconstruction Project, Fullerton, California • American Water Works • Murphy Reservoir Replacement Project, Whittier, California Association • Cornell Pump Station Evaluation, Las Virgenes Municipal Water District, • American Public Works California Association • GSWC-Bradshaw Water Treatment Plant Nitrate Removal System, Barstow, • California Water California Environment Association • Mound Well Nos. 2 and 3 Design, Equipping, and Related Site Work, • Water Environment Ventura, California Federation • Ventura Street Water Main Replacement, Ojai, California • WaterReuse Association • Institute for Sustainable Infrastructure On-Call Civil Engineering Professional Consulting Services Cannon iii Gary Roepke, PE Water/ Sewer/ Stormwater Engineering Task Manager Mr. Roepke has more than 50 years of professional experience in a wide variety of civil engineering projects. He has been the project manager for municipal, industrial, commercial, and military facility projects involving lift stations for water systems, including treatment, supply, transmission, and distribution systems; pumping stations for drainage and flood control systems; wastewater collection and pumping systems; and construction administration, inspection, and start-up. Many of these projects included analysis of the existing lift station and pumping requirements, including studies, reports, and design of lift stations and pump stations to meet those requirements.These Professional Registration projects have consisted of both new construction and upgrades to existing Registered Civil Engineer, facilities. • California, No. 48693 Engineering Design and Construction Management Services for the Murphy Education Reservoir Replacement Project, Whittier, California: Cannon was selected to • Bachelor of Science, Civil provide engineering design services to evaluate the needs at Zone 577 and Engineering, Iowa State design a Prestressed, partially buried reservoir. The project includes hydraulic University, Ames, Iowa modeling of Zone 577 and temporary improvement design so that Zone Professional Affiliations 577 will stay in service while the Murphy Reservoirs are being replaced. The • American Water Works project included structural design, electrical and instrumentation design, and Association civil design along with geotechnical investigation, and CEQA documentation. • American Public Works Mr. Roepke served as Project Manager. Association Ventura Pierpont Neighborhood Stormwater Lift Stations,Ventura, • Association of Water California: Mr. Roepke served as Project Manager. Cannon was selected Agencies of Ventura to provide design services for the pump station upgrades.The four pumps County sizes and types included three 4,100-gpm mix flow pumps and one 1,600- • Southern California Water gpm submersible pump with a lift of 17 feet. Cannon analyzed the pumping Utilities Association requirements and designed two identical stormwater pump stations that • American Society of Civil included structural upgrades; new electrical Southern California Edison Engineers service; and Americans with Disabilities Act access to the beach. The design • City and County Engineers includes survey, civil, electrical, mechanical, structural, and SCADA. The goal Association of the project is to increase the efficiency of the pump stations and provide structures and pumping plants that will weather the Pacific Ocean storm long into the future. Select Relevant Summary Mr. Roepke served as Project Manager, QA/QC Engineer, or Civil Senior Engineer on the following projects: • Pier A Pump Station No. 28 Rehabilitation Project, Port of Long Beach, California • Design, Equipping, and Site Work: Mound Well Nos. 2 and 3, Ventura, California • Cornell Pump Station, Las Virgenes Municipal Water District, Calabasas, California • Nutmeg Water Distribution Tank Rehabilitation, Morro Bay, California • 15 MG Zone 1 Reservoir Coating and Improvements Project, Irvine, California On-Call Civil Engineering Professional Consulting Services Cannon iv Founded in 1917 in Omaha, Nebraska, HDR is a 100 percent employee-owned 17)/ corporation. We have been a part of the Southern California business landscape since 1973. Locally, HDR has more than 500 professionals who specialize in planning and engineering disciplines, including transit/rail, roadway/highway, transportation planning and traffic, structures, environmental, architecture and construction management services, and we are supported by over 11,500+ employee owners in over 200 locations worldwide. t Lucy Jaramillo, EIT Corrosion Project Manager Ms.Jaramillo has over 10 years of experience performing and managing • field surveys, design services, and construction support services focusing on cathodic protection, corrosion control, industrial coatings, and condition •..y. �.i assessment of water and wastewater facilities including pipelines, reservoirs, and reinforced concrete structures. She has developed rehabilitation designs and performed contractor submittal reviews during construction. She has conducted field surveys consisting of soil corrosivity studies, industrial coating "¢ " inspections, condition assessments of reinforced concrete structures, internal Professional Registration and external corrosion condition assessments of pipelines, and cathodic • Engineer-In-Training (EIT) protection surveys on pipelines and reservoirs. California, No. 166938 Licenses and Certifications Select Relevant Experience • Construction Project Ms. Jaramillo has served as Project Manager on the following projects: Management Certificate • City of Huntington Beach Cathodic Protection System Improvements, —California State Huntington Beach, California University, Dominguez Hills (Expected June • City of Huntington Beach Annual Survey Pipeline Condition Assessment, 2025) Huntington Beach, California. Education • Bachelor of Science— Chemical Engineering, California Polytechnic University, Pomona On-Call Civil Engineering Professional Consulting Services Cannon v multi-disciplinary staff of LOR Geotechnical Group, Inc., has a p y qualified and experienced licensed professionals who hold registrations in the State of California. 11 IF Our laboratory is currently approved by the California Department of Transportation (Caltrans). Our firm has provided geotechnical engineering services for over three thousand projects within southern California. Among the types of geotechnical engineering services provided are; pavement rehabilitation design including complete removal and replacement, inlay/overlay, pulverization, asphalt recycling, subgrade stabilization, specialized design to minimize section thickness without minimizing the integrity of the section, slope stability analysis, liquefaction analysis, pipeline excavation and construction design, and best management practice storm water infiltration testing and design. ,�e , " John Leuer, GE Geotechnical Mr. Leuer has over 35 years of professional experience in the geotechnical and civil engineering field. In this time, Mr. Leuer has developed an extensive knowledge of the many geotechnical considerations involved in construction in the southern California area. Mr. Leuer is highly experienced in all aspects of soil and foundation engineering for a wide variety of projects ranging from multi-story commercial and industrial structures to several thousand acre planned community developments. Mr. Leuer has substantial experience coordinating projects for many City, County, and State agencies as well as in Professional Registration the public sector, gaining a reputation for being responsive to client's needs • Civil Engineer, California, while providing strong technical expertise. No. 34996 • Geotechnical Engineer, Select Relevant Experience California No. 2030 Mr. Leuer has served as Principal-in-Charge on the following projects: Education • Preliminary Soil and Infiltration Feasibility Investigation and Pavement • Bachelor of Science, Civil Structural Section Design, Proposed Oak View Elementary School Engineering, Cal State Neighborhood Street Improvements, Huntington Beach, California University, Northridge, California • Subsurface Soils Investigation, Ball Road Sewer Improvements, Beach Boulevard to Knott Avenue, Anaheim, California • Subsurface Soils Investigation, Citywide Sanitary Sewer Improvement Program, Anaheim, California • Subsurface Soils Investigation and Pavement Structural Section Design, Webster Avenue and Ball Road Sanitary Sewer Improvements, Anaheim, California. • Subsurface Soils Investigation, Anaheim Sewer Improvements, Basin Area La Reina Circle and Lincoln Avenue, Anaheim, California On-Call Civil Engineering Professional Consulting Services Cannon vi Thomas Harder& Co. (TH&C) is a full-service hydrogeological consulting company with extensive expertise in the siting, design, construction management, and r- testing of municipal water wells. Thomas Harder has more than 34 years of hydrogeological consulting experience and is a recognized expert in municipal well design and construction. He has developed and implemented effective designs and managed the construction for more than 100 successful large-diameter, high- capacity municipal water wells in California. TH&C's mission is to provide clients with sound hydrogeologic analysis and technical expertise for developing effective and sustainable water resource solutions. Thomas Harder, PG, CHG Hydrogeologist , For more than three decades, Mr. Harder has been providing technical rare direction for municipalities and private interests to develop sustainable groundwater resources for the economy and well-being of the residents of California. From j ro recharge groundwater projects in the Mojave Desert to basin g p management and adjudication in southern California to the modeling and management of banking operations in the Kern Water Bank, Mr. Harder has played a key role in providing the technical support needed to guide decisions for basin managers. His expertise spans a wide range of hydrogeological Professional Registration disciplines, including regional groundwater basin analysis, sustainable • Professional Geologist, yield, artificial recharge, groundwater management, groundwater models, California No. 6512 contaminant hydrogeology, and water wells. • Certified Hydrogeologist, California No. 588 Select Relevant Experience Education Mr. Harder has served as Hydrogeologist on the following projects: • Master of Science, • Hydrogeological Services for the Destruction of Well 7 and Construction of Geology—Hydrogeology, Well 7A—City of Fullerton, Fullerton, California California State • Hydrogeological Services for the Drilling, Construction, and Testing of La University, Los Angeles, Jolla Well No. 3—Golden State Water Company, Placentia, California. California • Armstrong Well 2—Golden State Water Company, Lakewood, California • Bachelor of Science, Geology, Polytechnic • Gage 29-2R, City of Riverside, San Bernardino, California University- Pomona, • Gobernadora Multi-Use Basins Well Field Design and Construction (Two California Wells) —Santa Margarita Water District, Rancho Mission Viejo, California • Grand Avenue Well —Three Valleys Municipal Water District, Claremont, California On-Call Civil Engineering Professional Consulting Services Cannon vii KDM Meridian has a proven track record of providing comprehensive surveying and (11) map checking services for public agencies across Southern California. Our licensed KDM surveyors and technical experts bring extensive experience in subdivision map reviews, MERIDIAN boundary analysis, right-of-way verification, and compliance with municipal and state regulations. KDM is located approximately 12 miles from the City's Public Works Department. Richard Maher, PLS Survey Map Check Richard C. Maher, a Professional Land Surveyor (PLS) registered in California, is the President and founding member of KDM Meridian, a leading Land Survey & Mapping firm established in 2000. With 35 years of experience in ` , land surveying and civil engineering, he has worked with over a hundred local, county, and state agencies, as well as utility districts. His expertise includes GPS, LiDAR scanning, conventional land surveying, map checking, right-of-way I engineering, annexations, construction staking, design topographic surveys, aerial control networks, legal descriptions, boundary surveys, and records of Licenses and Certifications surveys. Committed to innovation, Richard stays at the forefront of industry • Professional Land Surveyor, advancements in technology, hardware, and software, ensuring KDM Meridian California No. 7564 continues to lead in land surveying and mapping services. Education • California State Select Relevant Experience University, Fullerton: Mr. Maher has served as Surveyor on the following projects: Various Coursework, Civil • City of Huntington Beach Oak View Streetscape Improvement Project, Engineering Huntington Beach, California • University of California, • City of Fullerton On-Call Surveying Services, Fullerton, California Riverside Extension: • City of Laguna Beach Ongoing On-Call Surveying Services, Laguna Beach, Certificate, GPS Technology California • City of Oceanside Comprehensive Surveying Services, Oceanside, California • City of Ontario On-Call Surveying Services, Ontario, California. On-Call Civil Engineering Professional Consulting Services Cannon viii 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" Cannon 2025/2028 Fee Schedule CIVIL STRUCTURAL continued Senior Consultant $312 Sr.Project Designer $140 Prinicpal In Charge $302 Design Engineer $156 Senior Principal Engineer II $283 Sr.CAD Tech $135 Senior Principal Engineer $272 INSTRUMENTATION&ELECTRICAL ENGINEERING Principal Engineer $250 Director,Automation&Electrical $286 Senior Associate Engineer $234 Sr.Principal Engineer $270 Associate Engineer $216 Principal Engineer $239 Senior Project Engineer $204 Sr.Associate Engineer $218 Project Engineer $180 Associate Engineer $198 Senior Principal Designer $192 Sr.Project Engineer $182 Principal Designer $177 Project Engineer $177 Lead Designer $159 Sr.Principal Designer $176 Senior Project Designer $166 Principal Designer $160 Project Designer $154 Sr.Project Designer $148 Design Engineer $166 Electrical Design Engineer $160 Senior CAD Tech $135 Principal Automation Specialist $208 CAD Tech $125 Sr.Automation Specialit $198 Senior Plan Check Engineer $189 Automation Associate Engineer $198 Plan Check Engineer II $185 Automation Project Engineer $177 Plan Check Engineer II $149 Automation Design Engineer $159 Dry Utility Coordinator I $185 Lead Automation Specialist $192 Grant Funding Manager II $187 Automation Specialist $177 Grant Funding Manager I $172 Sr.Automation Technician $166 MECHANICAL Lead Automation Technician $172 Department Manager,Energy $248 Automation Technician $137 Sr.Principal Engineer $234 Engineer Technician $133 Principal Engineer $218 I&E Services Coordination $125 Sr.Associate Engineer $208 Inside Wireman(PW) $245 Associate Engineer $192 Comm&System Tech(PW) $245 Sr.Project Engineer $182 Comm&System Installer(PW) $245 Project Engineer $168 Telecommunications Technician(PW) $245 Sr.Principal Designer $192 SURVEYING Principal Designer $175 Three-Man Field Crew(PW) $565 Lead Designer $158 Two-Man Field Crew(PW) $411 Sr.Project Designer $148 One-Man Field Crew(PW) $229 Project Designer $140 Crew Member $0 Design Engineer $158 Two-Man HDS Crew $369 Sr.CAD Tech $135 Director,Survey $253 STRUCTURAL Senior Land Surveyor $242 Sr.Principal Engineer $239 Associate Land Surveyor $226 Principal Engineer $229 Land Surveyor $214 Sr.Associate Engineer $208 Survey Technician V $192 Associate Engineer $198 Survey Technician IV $182 Sr.Project Engineer $182 Survey Technician III $172 Project Engineer $172 Survey Technician II $160 Sr.Principal Designer $159 Survey Technician I $149 Principal Designer $144 Survey Assistant $130 On-Call Civil Engineering Professional Consulting Services Cannon 1 r PLANNING/LANDSCAPE ARCHITECTURE FORENSICS Associate Landscape Architect $192 Expert Testimony(Deposition/Trial) $546 Senior Landscape Architect $208 Expert Testimony(Deposition/Trial) $432 Landscape Architect $144 Expert Testimony(Deposition/Trial) $312 Planner III $154 Research&Investigation $369 Planner II $144 Forensics Engineer III $343 Planner I $132 Forensics Engineer II $312 Landscape Designer II $132 Forensics Engineer I $284 Landscape Designer I $125 Forensics 2-Man Survey Crew $432 Project Designer IV $133 Forensics Survey Tech III $346 Project Designer III $125 Forensics Survey Tech II $310 Project Designer II $120 Forensics Survey Tech I $286 Project Designer I $114 Office Administrator $185 Architect Senior Associate $234 TECHNICAL SUPPORT ' Planning Assistant I $125 Senior Consultant $312 CONSTRUCTION MANAGEMENT Engineering Assistant IV $135 Director,Construction Management $242 Engineering Assistant III $130 Principal Construction Manager $242 Engineering Assistant II $125 Principal Construction Engineer $231 Engineering Assistant I $120 Sr.Construction Manager $229 Proposal Coordinator/Technical Writer IV $135 Construction Manager $203 Proposal Coordinator/Technical Writer III $130 Sr.Resident Engineer $234 Proposal Coordinator/Technical Writer II $124 Resident Engineer $218 Proposal Coordinator/Technical Writer I $120 Assistant Resident Engineer $182 CADD Manager $142 Assistant Resident Engineer II $182 Information Systems Manager $142 Assistant Resident Engineer II $172 Information Systems Admin II $139 Office Engineer/Doc Control III $154 Information Systems Admin I $135 Office Engineer/Doc Control II $144 Office Engineer/Doc Control I $133 Construction Inspector III $158 Construction Inspector II $153 Construction Inspector I $131 Construction Coordinator II $136 BCI Construction Inspector/Prevailing Wage(PW) $175 On-Call Civil Engineering Professional Consulting Services Cannon 2 FYZ Fee Schedule HDR Rate Schedule From$/HR To $/HR Sr. Engineer Mgr/Sr. Project Manager $ 280 $ 355 Sr. Corrosion Engineer $ 275 $ 335 Project Manager $ 185 $ 270 Construction Inspector $ 185 $ 250 Corrosion Engineer $ 180 $ 250 Corrosion EIT $ 120 $ 150 Corrosion Technician $ 115 $ 135 On-Call Civil Engineering Professional Consulting Services Cannon 3 r LORGEOTECHNICAL GROUP, INC. Soil Engineering ♦ Geology ♦ Environmental FEE SCHEDULE OCTOBER 2024 SERVICES Geotechnical Engineering LOR Geotechnical Group,Inc.provides geotechnical engineering services,including: preliminarygeotechnical investigations, foundation investigations, percolation feasibility investigations, liquefaction evaluation investigations, as well as grading observation materials testing services. Geological LOR Geotechnical Group,Inc.provides geological services,engineering geology investigations,seismic setting studies,slope stabilityinvestigations,liquefaction susceptibility investigations,hydrology/water resource studies, and bedrock rippability evaluations. Environmental LOR Geotechnical Group, Inc. provides, environmental site assessments, underground storage tank investigations and remediation investigations,groundwater monitoring systems,soil and groundwater sampling and analysis, and environmental studies for property transfers. All costs for Geotechnical Engineering, Geological, and Environmental Services are based on the site and investigative parameters requested. FEES The hourly personnel charges and laboratory test unit rates are as follows: Personnel Charges-Hourly Principal Engineer. $360.00 Project Engineer/Geologist $200.00 Staff Engineer/Geologist. $170.00 Soil Technician/Deputy Inspector(Field or Laboratory) '. $125.00 Soil Technician/Deputy Inspector(Prevailing Wage) 1,2 $160.00 Soil Technician/Deputy Inspector(CBA) 1,2 $170.00 Drafting. $115.00 Clerical $100.00 Laboratory Testing Charges -Unit Costs CT 202: Sieve Analysis (Soil). $130.00 CT 202: Sieve Analysis(Aggregate) $170.00 CT 202:#200 Sieve Wash. $80.00 CT 205: Crushed Particle Analysis $170.00 CT 206 Specific Gravity+Absorption of Coarse Aggregate $135.00 CT 207: Specific Gravity+Absorption of Fine Aggregate. $180.00 CT 211: LA Rattler. $305.00 CT 213: Organic Impurities $100.00 CT 217: Sand Equivalent. $145.00 CT 217: Sand Equivalent-QC. $160.00 CT 226: Moisture Content. $40.00 CT 227: Cleanness Value. $160.00 CT 229: Durability Index Fine/Coarse $315.00 CT 235: Percentage of Flat and Elongated Particles in Coarse Aggregate. $120.00 CT 301: R-Value. $425.00 CT 305: Swell $120.00 6121 Quail Valley Court ♦ Riverside,CA 92507 ♦ (951)653-1760 A (951)653-1741 (Fax) ♦www.lorgeo.com On-Call Civil Engineering Professional Consulting Services Cannon 4 CT 307: Moisture Vapor Susceptibility. $215.00 CT 308 &CT 366:Asphalt Concrete Density&Stability/Rubberized. $265.00/$325.00 CT 308:Asphalt Concrete Density/Rubberized. $160.00/$230.00 CT 309:Asphalt Concrete Theoretical Ma>amum Density. $215.00 CT 329:Asphalt Moisture . $45.00 CT 366:Asphalt Concrete Stability/Rubberized. $240.00/$305.00 CT 382:Asphalt Extraction &Gradation $315.00 CT 382: Slurry Extraction . $195.00 CT 521: Concrete Cylinder Compressive Strength $45.00 CT 523: Beam Cylinder $95.00 Concrete&Beam Cylinder Hold $15.00 ASTM D6913/7928: Mechanical Analysis. $265.00 ASTM D1557: (Modified)/ASTM D698: (Standard) Proctor(4") $230.00 ASTM D1557: (Modified)/ASTM D698: Proctor(6"or Cal-216). $265.00 ASTM D2434: Permeability $485.00 ASTM D2435: Consolidation. $290.00 ASTM D5333: Collapse Potential. $240.00 ASTM D2216: Moisture Content $40.00 ASTM D221/D2937: Moisture/Unit Weight(Ring). $50.00 ASTM D2974: Organic Matter Test $110.00 ASTM D4318: Atterberg Limits $265.00 ASTM D4829: Expansion Index. $230.00 ASTM D3080: Direct Shear. $325.00 CT 3910 Wet Track Abrasion $200.00 Soluble Sulfate: (Test Kit SF-1). $100.00 110%field supervision and equipment/vehicle charge will be added to all field services. 2 Rate based on current State determined prevailing wage rates as of the date of this document.Adjustments to our rates may be necessary based on the actual State determined prevailing wage rates at the time of our work. TERM S Reimbursable Expenses Outside services performed by others and direct costs expended on the clients behalf are charged at cost plus twenty percent. These expenses include rental of drill rigs, bulldozers, backhoes, travel and subsistence, permits, reproduction costs, etc. Travel Time Travel time required to provide professional or technical services will be charged atthe appropriate hourly rates. Overtime An overtime rate of 1.5 times the standard rate will be used for time in excess of 8 hours per day and Saturdays. An overtime rate of 2.0 times the standard rate will be added for work on Sundays,official company holidays, and on all work in excess of 12 hours per day. Prepayments A retainer of fifty percent of the total fee is required for all field studies.The balance of the fee must be paid at the time the report is released to the client. Billing Billings will be provided periodically and will be classified by fee categories set forth above or as given by proposal. Terms of Payment Invoices rendered for professional services are due upon presentation.A service charge of 1.5 percent,per month, may be charged on accounts not paid within thirty days to cover additional processing and carrying costs.Any attorney's fees or other costs incurred in collecting any delinquent account will be paid by the client. On-Call Civil Engineering Professional Consulting Services Cannon 5 Standard Billing Rates 12025 Staff Hourly Rate Principal Hydrogeologist $240 Associate Hydrogeologist $210 Senior Hydrogeologist/Geologist/Geoscientist $180 Project Geoscientist $155 Staff Geoscientist $135 Field Technician $100 Graphics $110 Clerical $90 For public hearings, depositions and court appearances requiring qualifications and services as expert witness, the Principal Hydrogeologist will be billed at the hourly rate of$480/hr, plus travel expenses and subsistence as described below. Billing for depositions, court appearances, and administrative hearings will include an 8-hr minimum. Travel mileage for personal vehicles will be charged at the rate allowed by current IRS guidelines. Current guideline is 70 cents/mile. Subsistence expenses, including food and lodging, will be reimbursed at the actual cost. Thomas Harder&Co. 1 Groundwater Consulting On-Call Civil Engineering Professional Consulting Services Cannon 6 KDM MERIDIAN SII,Wylrq M4i,11 j, r. KDM Meridian Fee Schedule Version Code: v.250307_PWR Professional Services Schedule Category Hourly Rate Principal $240 I Project Manager $225 I Project Surveyor $210 Senior Survey Technician $175 Survey Technician $145 1 Clerical/Administration/Technical Aide $ 95 Expert Witness $500 Survey Crew(1-person) $280 Survey Crew(2 persons) $380 Survey Crew(3 persons) $480 Reimbursables Schedule Category Rate Rental of Special Equipment or Special Supplies Cost+5% Subconsultants Cost+5% Agency Fees Actual Cost Airfare Cost+5% Per Diem(Meals&Lodging) GSA Published Rates Miscellaneous Fee Schedule Terms Fee Schedule Terms and Conditions A minimum of 4 hours per day will be charged for survey crews and expert witness services. Over-time will be charged at 1.35 times the regular rate. I Double-time will be charged at 1.75 times the regular rate. The above rates shall be charged portal to portal(time spent on project site plus travel time)excluding meal breaks. 1340 Reynolds Ave I Suite 110 Irvine,CA 92614 www.KDMMeridian.com - 1 - On-Call Civil Engineering Professional Consulting Services Cannon 7 ,„ ,,4 CORD® DATE(MM/DDIYYYY) A CC CERTIFICATE OF LIABILITY INSURANCE 7116/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME; Venbrook Insurance Services Venbrook Insurance Services PHONE FAX 6320 Carioca Avenue, 12th Floor (A/C.No.Ext);_ 818-598-8900 LAIc Ito: 818-598-8910 Woodland F ills, CA 91367 A DRESS: INSURER(S)AFFORDING COVERAGE NAIC$ www.venbrook.com CA Lic No.0080832 INSURER A: Continental Insurance Company A XV 35289 INSURED INSURER B: Hartford Casualty Insurance Company A+XV 29424 Cannon Corporation 1050 Southwood Drive INSURER C: Beazley Insurance Company,Inc.A XV 37540 r San Luis Obispo CA 93401 INSURER D: INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: 86253512 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 ISSUEO 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. I EXP LTR TYPE OF INSURANCE INSD,DDL SwVD POLICY NUMBER (UBR MMIDDY/YYYfl IMMILDDY I LIMITS A / COMMERCIAL GENERAL LIABILITY ✓ 7039996776 9/1/2024 9/1/2025 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE ✓ OCCUR PREMISES Ea occurrence) $100,000 ✓ Contractual Liability MED EXP(Any one person) S 15,000 PERSONAL&ADV INJURY 51,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 52,000,000 POLICY ✓ JECT LOC PRODUCTS-COMPIOP AGG S 2,000,000 OTHER: S A AUTOMOBILE LIABILITY BUA 7040001609 9/1/2024 9/1/2025 COhIBINED SINGLE LIMIT $ ✓ (Ea accident) 1,000,000 ✓ ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTOS ✓ HIRED NON-OWNED PROPERTY AUTOS ONLY ✓ AUTOS ONLY (Per accidenDAA1AGE ✓ Comp/Coll De uct ble$1,000 $ A ,/ UMBRELLA LIAB ✓ OCCUR CUE 7040002176 9/1/2024 9/1/2025 EACH OCCURRENCE $9,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $9,000,000 DEO ✓ RETENTION$10,000 $ B WORKERS COMPENSATION 72 WE OL6H1H 9/1/2024 9/1/2025 �/ PER H STATUTE ER AND EMPLOYERS'LIABILITY YIN — ANYPROPRIETORIPARTNER1EXECUTP/E E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBEREXCLUDED7 N N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1.000.000 If yes,describe under DESCRIPTION OF OPERATIONS belmv E.L.DISEASE-POLICY LIMIT S 1,000,000 C Professional/Pollution Liability C27737240601 9/1/2024 9/1/2025 $5,000,000 Per Claim/$5,000,000 Aggregate Deductible: $100,000 Each Claim incl exp A Equipment Leased Borrowed or Rentec 7039996776 9/1/2024 9/1/2025 $125,000 Limit;$1,000 Deductible A Contractors Equipment-Scheduled 7039996776 9/1/2024 9/1/2.025 $534,309 Limit;$2,500 Deductible DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) RE:Cannon project number 250220 City of Huntington Beach APPROVED AS TO FORM "SEE ATTATCHED ADDENDUM"` MICHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION 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 Karen Smith ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 86253512 12f-25 GL/AL/1•:C/UN/PL 1 Isabella Saldivar 17/16/2025 7:26,05 All (PDT) 1 Page 1 of 9 CNA CNA PARAMOUNT Blanket Additional Insured- Owners, Lessees or Contractors with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part,but only with respect to liability for bodily injury,property damage or personal and advertising injury caused in whole or in part by your acts or omissions,or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract;or B. in the performance of your work subject to such written contract,but only with respect to bodily injury or property damage included in the products-completed operations hazard,and only if: 1. the written contract requires you to provide the additional insured such coverage;and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition,or 10-01 edition of CG2010,or under the 10- 01 edition of CG2037;or B. additional insured coverage with"arising out of'language;or C. additional insured coverage to the greatest extent permissible by law; then paragraph I.above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part,but only with respect to liability for bodily Injury,property damage or personal and advertising injury arising out of your work that Is subject to such written contract. Subject always to the terms and conditions of this policy,including the limits of insurance,the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract;or B. a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury,property damage,or personal and advertising injury arising out of: A. the rendering of,or the failure to render,any professional architectural,engineering,or surveying services, including: 1. the preparing,approving,or failing to prepare or approve maps,shop drawings,opinions, reports,surveys, field orders,change orders or drawings and specifications;and 2. supervisory,inspection,architectural or engineering activities;or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS,the Condition entitled Other Insurance is amended to add the following,which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: CNA75079XX(10-16) Policy No:7039996776 Page 1 of 2 Effective Date:09101/2024 Insured Name: Cannon Corporation Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 06253512 12A-25 GL/AL/WC/UA/PL I Isabella Saldivar 17/16/2025 7;36:05 041 (PDT) I Page 3 of 5 Cannon Corporation CIIA Business Auto Policy {"f1C)OI',C?t11C'.Ilt ' EXTENDED COVERAGE ENDORSEMENT - BA PLUS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILTY COVERAGE A. Who Is An Insured The following is added to SECTION II, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an insured under any other liability "policy" providing auto coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) Bodily injury or property damage caused by an accident that occurred before you acquired or formed the organization; or (2) Any such organization that is an insured under any other liability "policy" providing auto coverage. 3. Any person or organization that you are obligated to provide Insurance where required by a written contract or agreement is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. 4. An employee of yours is an insured while operating an auto hired or rented under a contract or agreement in that employee's name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings SECTION II, Paragraphs A.2.a.(2) and A.2.a.(4) are revised as follows: 1. In a.(2), the limit for the cost of bail bonds is increased from $2,000 to $5,000, and 2. In a.(4), the limit for the loss of earnings is increased from $250 to $500 a day. C. Fellow Employee Form No: SCA 23 500 0 10 11 Policy No:BUA 7040001609 Endorsement Effective Date:09/01/2024 Policy Effective Date:09/01/2024 Endorsement No: Policy Page: 1 of 5 Underwriting Company:Continental Insurance Company A XV ' Copyright CNA All Rights Reserved. Includes copyrighted material of the 86253512 124-25 GL/AL/sc/UM/PL i Isabella Saldivar INi6fReC5$AP4ic`esOffia,IIrfL=J°u$e'tf%With its permission. Cannon Corporation Business Auto Policy CNA EnciorsemenC 3. This coverage does not apply while there are spare or reserve autos available to you for your operations. 4. If loss results from the total theft of a covered auto of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under the Physical Damage Coverage Extension. G. Hired "Autos" The following is added to SECTION III. Paragraph A.: 5. Hired Autos If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered auto you lease, hire, rent or borrow without a driver; and b. Any covered auto hired or rented by your employee without a driver, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one accident or loss is the actual cash value, cost of repair, cost of replacement or $75,000 whichever is less minus a $500 deductible for each covered auto. No deductible applies to loss caused by fire or lightning. d. The physical damage coverage as is provided by this provision will be limited to the types of physical damage coverage(s) provided on your owned autos. e. Such physical damage coverage for hired autos will: (1) Include loss of use, provided it is the consequence of an accident for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as is provided by this provision G.e.(1) will be subject to a limit of $750 per accident. H. Airbag Coverage The following is added to SECTION III, Paragraph B.3. The accidental discharge of an airbag shall not be considered mechanical breakdown. I. Electronic Equipment SECTION III, Paragraphs B.4.c and B.4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered auto also applies to loss to any permanently installed electronic equipment including its antennas and other accessories d. A $100 per occurrence deductible applies to the coverage provided by this provision. J. Diminution In Value The following is added to SECTION III, Paragraph B.6. Subject to the following, the diminution in value exclusion does not apply to: a. Any covered auto of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and Form No: SCA 23 500 D 10 11 Policy No:BUA 7040001609 Endorsement Effective Date:09/01/2024 Policy Effective Date:09/01/2024 Endorsement No: Policy Page:3 of 5 Underwriting Company:Continental Insurance Company A XV o Copyright CNA All Rights Reserved. Includes copyrighted material of the S6253512 1 24-25 GL/AL/5:C/UM/PL I r.sabP2ia Saldivar I IHsdfAP'�7Sefi/16e fl'ff e, Jbith its permission. • Cannon Corporation NABusiness Auto Policy t nclomeme►►i a. 45 days of coverage in lieu of 30 days V. DEFINITIONS SECTION V. Paragraph C. is deleted and replaced by the following: Bodily injury means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these Form No: SCA 23 500 D 10 11 Policy No:BUA 7040001609 Endorsement Effective Date:09/01/2024 Policy Effective Date:09/01/2024 Endorsement No: Policy Page:5 of 5 Underwriting Company:Continental Insurance Company A XV ®Copyright CNA All Rights Reserved. includes copyrighted material of the 86253512 I 24-25 GL/AL/kC/Uid/PL I Isabella Saldivar I l{yr(tF3A'cv5af6iae cffia,�IrPd. u3eif vRiith its permission. 011oATIN s T�— CITY OF ti= -1 HUNTINGTON BEACH . _ . , \ �� Lisa Lane Barnes I City Clerk August 1, 2025 Cannon Corporation Attn: Gary Solsona 16842 Von Karmen Avenue, Suite 150 Irvine, CA 92606 Dear Mr. Solsona: Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and Cannon Corporation for On-Call Civil Engineering & Professional Consulting Services, approved by the Huntington Beach City Council on July 1, 2025. Sincerely, 14-4164t6 Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov • in City of Huntington Beach et INTER-DEPARTMENT COMMMUNICATION HUNTINGTON BEACH TO: Honorable Mayor and City Councilmembers FROM: Chau Vu, Director of Public Works DATE: July 1, 2025 SUBJECT: SUPPLEMENTAL COMMUNICATION FOR ITEM 13, FILE ID 25-396, APPROVE AND AUTHORIZE EXECUTION OF PROFESSIONAL SERVICES CONTRACTS FOR ON-CALL GENERAL CIVIL ENGINEERING AND PROFESSIONAL CONSULTING SERVICES WITH ANCHOR QEA, INC.; ARDURRA GROUP, INC.; AZTEC ENGINEERING GROUP, INC.; BOWMAN CONSULTING GROUP LTD.; CANNON CORPORATION; CWE; EEC ENVIRONMENTAL; GHD INC.; H W LOCHNER; HARRIS & ASSOCIATES, INC.; HDR ENGINEERING, INC.; HR GREEN PACIFIC, INC.; HUITT-ZOLLARS, INC.; KABBARA ENGINEERING; KREUZER CONSULTING GROUP; MICHAEL BAKER INTERNATIONAL, INC.; MICHAEL K. NUNLEY AND ASSOCIATES, INC.; MOFFATT & NICHOL; ONWARD ENGINEERING; PACIFIC ADVANCED CIVIL ENGINEERING, INC.; PROACTIVE ENGINEERING CONSULTANTS, INC.; PSOMAS; GLENN A. RICK ENGINEERING COMPANY; SA ASSOCIATES; STANTEC CONSULTING SERVICES INC.; TAIT & ASSOCIATES, INC.; AND TETRA TECH Please be advised that the attached PowerPoint presentation has been revised and updated, effective July 1, 2025. Should you have any questions or require additional information, please feel free to contact me. Thank you. c: City Clerk ''' INVW GProfessional Services Al/v\\\\ %16 rsees... D , • °en O •. // Contracts for On-Call c ••• \v4• R P RA TFO•��� \ ..• __ •, General Civil Engineering & -- - P• c, \ rofessional ConsuLting _ ,,,,i/r+%sir Services� z — - VP ____ - _ • % - Department of Public Works ileolialOgifir_ / / • _ - - • t July 1 , 2025 f 0$ F •...1, 19 Ar C D •••• \< UNTN t ,## 1 Background / Need The Public Works Department (PW) needs civil engineering consultants to help with planning, designing, inspecting, and testing various improvement projects. To find qualified firms, PW issued a Request for Qualifications (RFQ). RFQ Overview • Covers multiple disciplines: bridge, environmental, ocean, storm drain, sewer, street, and water. • City previously had 27 on-call firms (2021-2025). • Planning to select 27 firms again through this RFQ. at li. iip . . . , h- t /I O`• ••�NGORPOflATf'0�• 7. .�V \ a .<11, ...ter ' 4 , 4 to \ i =__11NTY C' If Why/ Benefits CIP Engineering Support • Includes diverse infrastructure projects needing civil engineering • External design reports or specialized studies for projects • Assists with grant applications, inspections, testing, and regulatory compliance • Task orders are issued in compliance with Municipal Code section 3.03 On-Call Total Task Orders (2021-2025) - 28 26 19 MN . ' � INGT n 111111 �� /� O( •\N�pRPORAre �V •F � 2021 2022 2023 2024 2025 -=—-:, ; In the last 5 years the City has issued over 100 task orders. � CF•. ., 0 1 COU � NTY or 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 6`- $35 I1 �� TIN GT 00 , oCI ` \NCO AT�•••�AF 2024 2025 U _ _ _ _ i x i ` \-j72. �a--rw►�' Q _OUNTV C��i'I 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. f� NTING7 - v 0 < ORA7;ptcp‘ �‘V**.:14- =c01JNTY ,#1 . &t- Recommendation ,.. \ , 42_ ;1 .-- ' ,,,A , 7 a 0 \ - -- , ,,,,,, , I1 ` i , _. IAA► 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 ii0��4" Tech. �0 � TINGTp� AD ,414 .1'.. O'(•.•-�-----RgTf4'�.�. VFW\� l• •\.. The on-call contract is not a guarantee of work as these services are on `� `_ _ _ _ an "as-needed" basis. o; -_=' .z,_ Q • C \ � • P ��UNTY ��/i -Detailed 1.Abe I and Fee Breakdown tti City of Huntington Beach ic"'Y- "e'; 'Newland Bus loard P1'0.1.0Ct Fee Schedule ProposaL9^z.mc.. auo L•o4aan4n 1 � n. amme h+111 s.li l nl,j D.4ee Suslgh T.Ita ldhelylr Itaef5m T•el.rilnpnaar !1(spew Fap In ll.ppm[ — Total PfoJeaf Fee _ Exam le ' �� _ pt 4a»5N 513a 4 f _ t, . 51740 I FYI 11't. t 1 R '' 1ttlYw ?"a'^ naaC `.I-Sr, 52S'04 P'ea�V ersm Neer.sl R.ekOS:w[e—u.._I1.Cn v'.e',i Wfl 3•.aennr I:r l:c NPAR Pfcp0 1,laacnr.a: 4 L22 3344e i2 CoCow.Gamma Sl eamMaeoq,til i S Prot.%Adak33p eter+y( 1Y�.3[1E�4� ._ a ..-.1.244 14 Prep,. [ s,s,44 L s [ ''.,'In 4 --- —.. 0 0 _... e Si3.112141410) .STY $l aaa 310_eV 1.3 Se 41 ar. I.i l.le LSO 430 anew's:10454-444 Ina and - .• • 0 0 I Ii `•. 33" a tis Si * it -... So "_....Sc ...12".13' 31 S2•.534 Im143 Prslisieare IaPl••m6 31 se. Jcvs-sance [ I 24 24 53 - s a 33S.aSt4Tn u3c t .-eiacr,- ._._. 33 ea 53.104 -S 73 3- L@.Py>L4.,¢C:51A..a'ln,= 'i I,.1 - I.I. 40 3•f 35 ..x.7,._o na lrnt:1.cma:ilr.30 Lrua..Lev-rtI 12 16 sa fa6 3' SS.r Pln.,Z319 3�6mra�C� 24 _. p atdrW 3 b ...a1 T•tale ror ',rawer) 8 13 13.3df a al ��Ai,.0 •,.Sn NI:C=4. .0 4 MIN me H 1 li ...MO - a3o6Garr..iJtrV3 - 24 '� - - 3 11 Cal.S-A-"o3 u l:mptis Plena.,`SC".Cuz¢mart.: 14 41 - +0 _<— 52L Sr 3 12 3312-5 4 t,06',E,,A19rat, S1a,760 SI I'C if 3 I 3 Tacigrns Spada¢. s,YY.54 IG:) _4 44 31.330 1144, 3 13 cesths®sie i90'. u'S—» 2 4 I 1reJ36 -----33.345' 315 AACC(90';l ts.Id. }i I 311.136 322.33<r' '3404af10 l[OOSa I if 20 III l01 131 ... SoYial IS)— I6 5144011 66.610 E19.154 533393 333,349 Sc 519,544 1196.'31 4▪1 bevy Cs:xaeas Mew, 0 ._ 33.414 43 Cear Era:ern l 522'..n00003i - S S1A32 32.33 43 3331CS el 51.011c ryas- 1b1'_3,hof elf 6 3 31020 _ 14 44 Ca-S?:ua.lfi`.11.4hr_al. 12 31 60 511.14' 4 3 PA'3 Pura 114.'.CoL a1 53.523 33.52Z 46 QACC l:1d'.Swa,ac Y) 12 6 16.'31 Sabtetal Home— 6 12 0 14 66 N Suaianl 151- 44 ..._.-W.609 32.ta4 $4 ''6 10.2.34 SLAM SO SF.g50 S.3t•a'S Toad Bean be C'3es naca- 6 e* isto360 di Llll Tafel 15)0*C1a}11Gcaena= 33'2 22444 LI0 L3.361 63.U0 {fib{ Pramal5r of Tm..LHacalod(br bens))— 143 64Y 44a Ilea11N t1N refitiborSSS= 4254152 117731I muss TO IAL is IIISLA I FEE FOR EN GI NEERE\G WORK COVERED to;THE RFP $302.339 a6aur•Ifa4.E .lees all b.Tay na 1F'Ines M.''—la"racer I:mann rom 13 5 u .'1 �c Y�� 3 ray w is psalnVer:ale ccax,Iaax lr Ain. : a9-3x c-. a.law^_l as as-arc p ara.anawncn raps stray ran,_ a.razrx We I JSiay Ce^Ipar In nt:ant r LV r'c X•Lerc."aly n'aa@ad. 4 ladasal@r legur031 an.'a change]r ale Of Ayr:r after 904 as 20 4p'1@.a 44a 0Lniacx lv and.1era aoa so tier.a Aaaacl4.1a 3 So'4td-O-eaa avaua:.;..a 5-:GV4•e: e 10'aarr 50 4 '-„Cl .'Lana.1"a 311:422:0'Pr;yr 1220.tat Or)0,Wl w rrnan@llflen"0*•.r.104111S1,'Y4, g.cc. :,c aar a 15 aa c 7 a 1gr-.nw....N0 rty. S 3 '_]trans e Cann::Sr l oro C sent oss41 no a140. S A)).Pam lrlprer_rleete all-1:4 icer:+ae 1 35 af413a16 part 1: ACLlul.ce rearrart'a-I be 4.n'3 awl wIT:ca.4 NE.•.i=i lend Wile.Won*:and al INVOICE I nvoice _______ Match 17,2025 Ow Beach Prong Na. 1220058007 2000 ^.41a:n 51 tnvniao Non 56033. PC Box 100 Pralco(Monger Huntington Beach,CA 52840 Rota!this Invoice S5.009.281 11e linislonznents Promcetenal sn 6nne ng10_Janu9N 26.2025 tnt FobrtlarV 21.2025 ' Exa m e Phase 1 Praeet41ana0emenl Task 1.1 Project Management 1 Hours Rate Amount 3.00 280.52 841.50 Totals 3.D0 541_55 - Labor Toll* 641.56 - Total this Task $041.06 Task 1,2 Project Mane gomont t icatinga ' Hours Rata - -Amount - ' -- • - 370 374.06 1,402.73 . 3.00 280.52 841.58 1.75 170,00 297.50 • - • 7.50 131.79 988.43 - - Totals 16.03 - 3,830.22 Labor Total 3,530.22- - " • - Total Mils Task 93.530.22 ' -- -Total lb IS Phase S4,311.73 -' -- Phase 3 Preliminary Endineerhep - -- - - Task 3,5 -Ci.il,Signing and Striping Plans(35%) . Hours Rate Amount 3.75 170_05 937_50 - Totals 3.75 637.50 Labor Teta) 537,50 - Total thla Ta ells $537.50" 'T,sistize on Roe tem/palnrxt Total this Pilate S637.50 Budget 8ununaty Cursont P1ior To-bate Taal ParI 8 5.03528 0.00 5,009.28 Budget 302,339.83 [Budget Remaining 207.320_72 Total this Invoice $5,009,20 Questions? , , r, 1. ; q., . r 'ij., ���` - '::die iiww. e:... Imo -' — _ i1J,-1 •IUrsil•J'-{ i R r $ It II piclP` �.. -- `` ! \\ Cc • . .., tepastib..., e•-•- 2q5- INGr 0 •..• (RPORA ••.• Professional Services Contracts for On- \ , _ •• Call %. -17 \ General Civil Engineering and , •• _ ; s Professional Consulting Services _ _ _ _ - _ _ Department of Public Works / � • V July 1, 2025 4r,k, U', 7, 19 0::•o• yeses*CA 0NT`( cO' 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. I a s . '41! .,f /� 00l/ NT I N G 7- A ' t • A% ' , i. \ 1M. • S ° .} t ..il `C( '.• 1 P \ i' " » COUNTY c ,i i 1643 WHY / BENEFITS CIP Engineering Support • Includes diverse infrastructure projects needing civil engineering • External design reports or specialized studies for projects • Assists with grant applications , inspections , testing, and regulatory compliance Fr . On-Call Total P2025) se Orders ' (2021 V2 2 8 + 1 26 irs01 .,i 4f w-.,- 19 `q rtV.- ' i�i elo 7.0.' 10 ` it .: r Q�..•_,NtOPPORArEO•••,•`./5: \ pA 1 . f � '' 1k c� : a%Til t _ impot �'r. 2021 2022 2023 2024 2025 ; • In the last 5 years the City has issued over 100 professional servi �°•.;;8.,, m °:•���o �1 contracts . ; c0UNTy CP,#/� 1644 WHY / BENEFITS CIP Project Support •Projects may include up to 25% in on-call consulting support services for design/construction support •In the last 5 years the value of CIP projects is $238 million •This equates to approximately $60 million in fees for professional oir Total CIP Budget ( 2021- 2025 ) Values are in millions $60 $63 $41 $35 �� �vNTINGT� • 2021 2022 2023 2024 2025 _ '.' ; Lj � al�w� • CpUNTY t • #' 1645 RECOMMENDATION Recommended Action : Authorize the Mayor and City Clerk to execute a not-to-exceed $2M contract with 27 firms for On-Call Civil Engineering & Consulting Services . Anchor QEA, Inc . ; Ardurra Group, Inc . ; AZTEC Engineering Group, Inc . ; Bowman Consulting Group Ltd. ; Cannon Corporation; CWE; EEC Environmental ; GHD Inc . ; H W Lochner; Harris & Associates , Inc . ; HDR Engineering, Inc . ; HR Green Pacific , Inc . ; Huitt-Zollars , Inc . ; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International , Inc . ; Michael K. Nunley and Associates , efA""r#1 " 0NT I N G T Inc . ; Moffatt & Nichol ; Onward Engineering; Pacific Advanced Civi d �`� .....••••••... 4i •, • �\N�OPPORAf •.•.•(51 Engineering, Inc . ; Proactive Engineering Consultants , Inc . ; Psomas ; R ' ••� Engineering Company; SA Associates ; Stantec Consulting Services Inc ; TAIi1ri; ____ 's = Associates , Inc . ; and Tetra Tech . do 's=>__ ` ` ! QI ie eV The on-call contract is not a guarantee of work as these services are_ CO(vi %NTY GP�'//on 1646 . , . . . . .'',.,,,,,,:,,,f,-:•;:"1"."'.-, ,..,-"' .--.4_, 44;44,......,,, *....-70°-, _ . '•. =.. .‘,;,,i;.,,,,,•.',. .— - ,•,,t,,r, -_—;-•,`'.- . s. ,.._,..---; ,. ---,,,'..--,,,, - ,'-'-',.':-.,-1,;:;'-; .---;-....- i.,.....r... .1.,..,,......',. •. Al.,.;,..., ,. :,,,.;;...”',..•,>.=„7., , - •..4,.,y.A•i e'i-, ,-,.., ''''''1,...;' •, ' I ., . Quest ions . „,„...,:„..,.,......„....,,..,.. ,..,,,,‘•: „ ,, ..„..,•..:..•.,,..,.„: ,.....,,,,,„:„.._ .., . ,,,••, „:.,,......„,... . ,... • . . , .. • • '‘ii.. /a.. 1 . .• ., )'' lli ' liella ffiqformihkiii il ,..... -4.. , ..... .._,_,:.........,... , ., _ ... , _,... ,,,._,.......,..;..,,...,, \ , ... , ''''\ ...„. ... • .,. ,„-__ , -Y.1 -at,• ,::. ,011..; ii.,ii.4';,..-,.',.,,, *,:ift...;,1. . •.... ik'''... -'427.*JIA'''.' 'i'.2,k'7....k.,!.ti::::•!!:...,g, -s:•-_,_•••-• =--ili-",..k,ii re---it-4.4, .,,,...., . . ‘;----44,--.7--)-•"..rT. ,t, - •,, • - . ' .,.. 7::1.-• ..4 N,,,,—..,-*•;_ir' •„2,.: 4..,Ak,t. . : . ....., - :., ',. '.‘"•..';,•••,.- ,.,..,,.;.,. , .. ..' ..-:‘ Ic•-,_.-:,- A.. , -0,.,71k:. , :, - ..i, .. : \411 10p; 1 .6.:''fi.,7-. - ,. -. .• •, -. ,. , -...,...,,i ' •-•u. • :•:. • - -.." . p„.A.••- i. ; * .' . " -' .... ., -"Q••eV 0 I • i . -101:-.. ---.7'1-7--- ....7.;,..-- '-`‘,.,z,.:- --7• •-. ,...4. -,. -e-7 ' — „4,,,_":th"`14-..c.... '" •••• - .4,4' • • • AP- 1 ,— -01• .",itik" .- ' ,-...1t-3 ' - - , •'., , +Ilk . ,.,.. .. " •••asto , .,.• , . =„.. . :. .. . - • - :,,,• . .. .•.• ..'.''-''.,-..'..i. :-!„-•,..:2,1:,,-1: i'vci,44..,,ri.9tv.,c,r,'...i;"- ,:_...,:,..:-.:4:.-,-!-;,..s.:,.,;, .'‘....4,.....;:,..t., , • .: .. .--• • , -