HomeMy WebLinkAboutAgenda Packet_07222019A G E N D A
MEETING OF THE CITY COUNCIL
Monday,July 22,2019 ~7:00 PM
City Council Chambers
211 Eighth Street
Seal Beach,California
THOMAS MOORE
MAYOR
Second District
SCHELLY SUSTARSIC
MAYOR PRO TEM
Fourth District
JOE KALMICK
COUNCIL MEMBER
First District
MIKE VARIPAPA
COUNCIL MEMBER
Third District
SANDRA MASSA-LAVITT
COUNCIL MEMBER
Fifth District
This Agenda contains a brief general description of each item to be considered.No action or discussion shall be taken on
any item not appearing on the agenda,except as otherwise provided by law.Supporting documents,including agenda
staff reports,and any public writings distributed by the City to at least a majority of the Council Members regarding any
item on this agenda are available for review at City Hall in the City Clerk's Office located at 211 Eighth Street,Seal
Beach,California,Monday through Friday,between the hours of 8:00 a.m.and 5:00 p.m.or contact the City Clerk,
at (562)431-2527.
City Council meetings are broadcast live on Seal Beach TV3 and on the City's website www.sealbeachca.gov).Check
the SBTV3 schedule for rebroadcast of —meetings are available on-demand on the website (starting 2012).meeting
In compliance with the Americans with Disabilities Act of 1990,if you require disability -related modification or
accommodation to attend or participate in this meeting,including auxiliary aids or services,please call the City Clerk'
s office at (562)431 -2527 at least 48 hours prior to the meeting.
CALL TO ORDER
PLEDGE OF ALLEGIANCE
COUNCIL ROLL CALL
APPROVAL OF AGENDA &WAIVER OF FULL READING OF RESOLUTIONS
ORDINANCES
By motion of the City Council this is the time to notify the public of any
changes to the agenda and /or rearrange the order of the agenda.
PRESENTATIONS /RECOGNITIONS
•Introduction of New Police Officers
•Introduction of New VIP Members
ORAL COMMUNICATIONS
At this time members of the public may address the Council regarding any items within
the subject matter jurisdiction of the City Council.Pursuant to the Brown Act,the Council
cannot discuss or take action on any items not on the agenda unless authorized by law.
Matters not on the agenda may,at the Council's discretion,be referred to the City Manager
and placed on a future agenda.
Those members of the public wishing to speak are asked to come forward to the
microphone and state their name for the record.All speakers will be limited to a period
of five (5)minutes.Speakers must address their comments only to the Mayor and entire
City Council,and not to any individual,member of the staff or audience.Any documents
for review should be presented to the City Clerk for distribution.
Oral Communications
CITY ATTORNEY REPORT Craig A.Steele,City Attorney
CITY MANAGER REPORT Jill R.Ingram,City Manager
COUNCIL COMMENTS
General Council Member comments and reporting pursuant to AB 1234.
COUNCIL ITEMS –None
CONSENT CALENDAR
Items on the consent calendar are considered to be routine and are enacted by a single
motion with the exception of items removed by Council Members.
A.Approval of the June 10,2019 City Council Minutes -That the City Council
approve the minutes of the Special City Council Budget Workshop held on June
10,2019.
B.Approval of the June 24,2019 City Council Minutes -That the City Council
approve the minutes of the Regular City Council meeting held on June 24,2019.
C.Demands on City Treasury (Fiscal Year 2019)–July 22,2019 -Ratification.
D.Demands on City Treasury (Fiscal Year 2020)–July 22,2019 -Ratification.
E.Monthly Investment Report –June 30,2019 -Receive and file.
F.Approve and Authorize the City Manager to execute an Agreement with
Southern California Edison to replace High-Pressure Sodium Vapor
(HSPV)Street Lights with Light Emitting Diode (LED)Street Lights -That
the City Council adopt Resolution 6932:1.Approving and authorizing the City
Manager to execute an agreement with Southern California Edison for LS-1
Option E,Energy Efficiency Light Emitting Diode Fixture Replacement Rate;
and,2.Authorizing the City Manager to execute any additional documents
related to the Agreement.
G.Professional Services Agreement to Utiliworks Consulting,LLC.,for
Advanced Water Metering Infrastructure Project Assessment and Plan -
That the City Council adopt Resolution 6933 approving and authorizing the City
Manager to execute a professional services agreement with
UtiliWorks Consulting,LLC.In the amount of $116,014 for the Annual City-wide
Water Meter Replacement CIP Project WT1904.
H.Professional Services Agreements for On-Call Traffic and Transportation
Engineering Services,Professional Engineering Services and
Professional Inspection Services
-That the City Council adopt Resolution 6934:
1.Authorizing the City Manager to execute a professional services agreement
and Addendum No.1 with W.G.Zimmerman Engineering,Inc.,in the amount
of $240,000 to provide On-Call Traffic and Transportation Engineering
Services for a three-year term;and,
2.Authorizing the City Manager to execute a professional services agreement
and Addendum No.1 with Iteris,Inc.in the amount of $240,000 to provide On-
Call Traffic and Transportation Engineering Services for a three-year term;
and,
3.Authorizing the City Manager to execute a professional services agreement
with GHD,Inc.in the amount of $300,000 to provide On-Call Professional
Engineering Services for a three-year term;and,
4.Authorizing the City Manager to execute a professional services agreement
with Stantec Consulting Services,Inc.in the amount of $300,000 to provide
On-Call Professional Engineering Services for a three-year term;and,
5.Authorizing the City Manager to execute a professional services agreement
with Kreuzer Consulting Group in the amount of $300,000 to provide On-Call
Professional Engineering Services for a three-year term;and,
6.Authorizing the City Manager to execute a professional services agreement
with Tait &Associates,Inc.in the amount of $300,000 to provide On-Call
Professional Engineering Services for a three-year term;and,
7.Authorizing the City Manager to execute a professional services agreement
with EXP U.S.Services,Inc.in the amount of $300,000 to provide On-Call
Professional Engineering Services for a three-year term;and,
8.Authorizing the City Manager to execute a professional services agreement
and Addendum No.1 with NV5,Inc.in the amount of $240,000 to provide On-
Call Professional Inspection Services for a three-year term;and,
9.Authorizing the City Manager to execute a professional services agreement
with Interwest Consulting Group,Inc.in the amount of $240,000 to provide On-
Call Professional Inspection Services for a three-year term;and,
10.Authorizing the City Manager to execute a professional services
agreement with Ardurra Group,Inc.dba AndersonPenna Partners,Inc.in the
amount of $240,000 to provide On-Call Professional Inspection Services for a
three-year term;and,
11.Authorizing the City Manager the option to execute a professional service
agreement amendment to extend any or all of the agreements up to two (2)
additional one-year terms after its original term.
I.Notice of Completion for 15 1st Street Roof Repair Project -That the City
Council adopt Resolution 6935:1.Accepting the 15 1st Street Roof Repair
Project by Garland/DBS,Inc.in the amount of $78,919 (Project No.BG1808);
and,2.Directing the City Clerk to file a “Notice of Completion”with the Orange
County Clerk-Recorder within fifteen (15)days from the date of acceptance and
to release retention in 35 days.
J.Notice of Completion for 2018 Environmental Cleanup Program Project
CIP SD1901 -That the City Council adopt Resolution 6936:1.Accepting the
2018 Environmental Cleanup Program Project CIP SD1901 by G2 Construction,
Inc.in the amount of $153,263;and,2.Directing the City Clerk to file a “Notice
of Completion”with the Orange County Clerk-Recorder within fifteen (15)days
from the date of acceptance and to release retention in 35 days.
K.Professional Services Agreement with Superior Pavement Markings,Inc.,
for Pavement Marking Maintenance Services -That the City Council adopt
Resolution 6937:1.Approving and authorizing the City Manager to execute a
professional services agreement with Superior Pavement Markings,Inc.,in the
amount of $160,000 to provide Pavement Marking Maintenance Services for a
three-year term;and,2.Authorizing the City Manager to administratively approve
and execute an amendment to extend the professional service agreement for
up to two (2)additional one-year terms,in the amount of $55,000 for each one-
year extension.
L.Renewal of License Agreement for Use of Public Parking Between the City
of Seal Beach and Grace Community Church -That the City Council adopt
Resolution 6938 authorizing the City Manager to execute a Parking Agreement
with Grace Community Church.
M.Dixon Resources Unlimited On-Call Parking Support Services -That the City
Council adopt Resolution 6939 approving a Professional Services Agreement
with Dixon Resources Unlimited (Dixon)in an amount not to exceed $45,000 for
on-call services relating to parking,and authorizing the City Manager to execute
the agreement.
N.Professional Services Agreement with ClearSource Financial Consulting
for a Cost Allocation Plan and Cost Recovery Schedule (Fees)-That the City
Council adopt Resolution 6940 approving and authorizing the City Manager to
execute a professional services agreement with ClearSource Financial
Consulting in an amount not to exceed $32,300.
O.Annual Sand Berm Construction and Removal Contract -That the City
Council adopt Resolution 6941:1.Awarding and authorizing the City Manager
to execute a construction contract to Crew,Inc.in the amount of $379,982;and,
2.Authorizing the City Manager to approve contract changes in the cumulative
amount of $38,000.
P.Public Works Agreement with Streetlight Restoration Specialists,Inc.for
Main Street Streetlight Restoration Project -That the City Council adopt
Resolution 6942:1.Awarding and authorizing the City Manager to execute a
public works agreement with Streetlight Restoration Specialists,Inc.,in the
amount of $88,000 for the Main Street Streetlight Restoration Project.2.
Authorizing the City Manager to approve additional work requests in connection
with the Project in the cumulative amount of $8,000.
Q.Agreement with CivicStone,Inc.to Administer the Community
Development Block Grant (CDBG)Leisure World Bathroom Accessibility
Program -That the City Council adopt Resolution 6943 approving a professional
services agreement with CivicStone,Inc.(“CivicStone”)for the administration of the
FY 2019-20 Community Development Block Grant (“CDBG”)Leisure World Bathroom
Accessibility Program
ITEMS REMOVED FROM THE CONSENT CALENDAR
PUBLIC HEARING –None
UNFINISHED /CONTINUED BUSINESS –None
NEW BUSINESS
R.Approval of the Annual Special Taxes for Community Facilities District No.
2002-01 “Heron Pointe”-That the City Council adopt Resolution 6944
approving the Fiscal Year 2019-20 special tax levy for Community Facilities
District No.2002-01 “Heron Pointe”.
S.Approval of the Annual Special Taxes for Community Facilities District No.
2002-02 “Seal Beach Blvd/Lampson Ave.Landscape Maintenance District”
-That the City Council adopt Resolution 6945 approving the Fiscal Year 2019-20
special tax levy for Community Facilities District No.2002-02 “Seal Beach
Blvd/Lampson Ave.Landscape Maintenance District”.
T.Approval of the Annual Special Taxes for Community Facilities District No.
2005-01 “Pacific Gateway Business Center”-That the City Council adopt
Resolution 6946 approving the Fiscal Year 2019-20 special tax levy for
Community Facilities District No.2005-01 “Pacific Gateway Business Center”.
ADJOURNMENT
Adjourn the City Council in memory of Richard Davies to Monday,August 12,2019 at
5:30 p.m.to meet in closed session,if deemed necessary.
Agenda Item: A
AGENDA STAFF REPORT
DATE:July 22, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Gloria D. Harper, City Clerk
SUBJECT:Approval of the June 10, 2019 City Council Minutes
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council approve the minutes of the Special City Council Budget
Workshop held on June 10, 2019.
BACKGROUND AND ANALYSIS:
This section does not apply.
ENVIRONMENTAL IMPACT:
There is no environmental impact related to this item.
LEGAL ANALYSIS:
No legal analysis is required for this item.
FINANCIAL IMPACT:
There is no financial impact for this item.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
5
5
2
RECOMMENDATION:
That the City Council approve the minutes of the Special City Council Budget
Workshop held on June 10, 2019.
SUBMITTED BY: NOTED AND APPROVED:
Gloria Harper Jill R. Ingram
Gloria D. Harper, City Clerk Jill R. Ingram, City Manager
ATTACHMENTS:
A. Minutes
Seal Beach, California
June 10, 2019
The City Council met in a Special City Council Budget Workshop – General
Fund/Capital Improvement Projects (CIP) at 5:33 p.m. in the City Council Chambers.
Mayor Pro Tem Sustarsic led the Pledge of Allegiance.
ROLL CALL
Present: Mayor Moore
Council Members: Varipapa, Kalmick, Massa-Lavitt, Sustarsic
Absent: None
City Staff: Jill R. Ingram, City Manager
Patrick Gallegos, Assistant City Manager
Chief Joe Miller, Seal Beach Police Department
Chief Joe Bailey, Marine Safety/Lifeguard
Victoria L. Beatley, Director of Finance/City Treasurer
Steve Myrter, P.E., Director of Public Works
Steven Fowler, Interim Director of Community Development
Gloria D. Harper, City Clerk
Alayna Hoang, Finance Manager
PUBLIC COMMENTS
Mayor Moore opened public comments. Speakers: Jerry Moreland, Matthew Carb,
Robert Goldberg, Elizabeth Kane, Jim Brady, Bruce Bennett, Joyce Ross-Parque and
Carla Watson. Mayor Moore closed public comments.
CITY MANAGER REPORT
City Manager Jill Ingram gave an overview of the proceedings for tonight’s meeting and
called on Public Works Director Steve Myrter to provide the CIP presentation.
BUDGET WORKSHOP
Director of Public Works Steve Myrter provided the 2019-2020 Capital Improvement
Project (CIP) Budget PowerPoint presentation and answered questions.
Mayor Moore requested that the discussion focus on City-wide Technology and Main
Street Revitalization.
Council Members asked questions, offered comments, discussed and received
clarification regarding City-wide Technology and Main Street Revitalization.
Mayor Pro Tem Sustarsic moved, second by Mayor Moore to accept the condensed
version of the Main Street Revitalization Project revising the budget from $1,000,000 to
$510,000.
Mayor Moore recessed the Budget Workshop at 6:45 pm to reconvene after the Regular
City Council meeting at 7:00 pm.
Mayor Moore reconvened the Budget Workshop at 8:15 pm.
ROLL CALL
Present: Mayor Moore
Council Members: Varipapa, Kalmick, Massa-Lavitt, Sustarsic
Absent: None
City Staff: Jill R. Ingram, City Manager
Patrick Gallegos, Assistant City Manager
Chief Joe Miller, Seal Beach Police Department
Chief Joe Bailey, Marine Safety/Lifeguard
Victoria L. Beatley, Director of Finance/City Treasurer
Steve Myrter, P.E., Director of Public Works
Steven Fowler, Interim Director of Community Development
Gloria D. Harper, City Clerk
Alayna Hoang, Finance Manager
Mayor Moore requested that the discussion continue with the City-wide Technology
component.
Assistant City Manager Patrick Gallegos gave a brief overview of the City-wide
Technology project, suggested phasing in the security upgrades and responded to
questions.
Council Members asked questions, offered comments, discussed and received
clarification regarding the City-wide Technology project. Mayor Moore suggested
decreasing the $60,000 for Security upgrades to $8,700 and approve $150,000 for an
Information Technology (IT) Consultant for a comprehensive assessment for a
recommendation on the website. Mayor Moore also suggested the removal of $20,000
for the IT plan as the comprehensive assessment will include an IT plan.
Chief Joe Miller provided a brief overview and background on the body cameras, in car
video, audio and any redactions associated with the use of the body cameras and the
fixed License Plate Readers (LPRs).
Assistant City Manager Patrick Gallegos gave a brief overview of the Technology
projects for the Police Department and responded to questions.
City Attorney Steele reported that state law requires a Privacy Policy for use of LPRs.
Mayor Moore requested more information about the Marine Safety Tower Computer
Aided Design (CAD) system.
Chief Joe Bailey gave a brief overview about the CAD system and Electronic Patient
Care Reports (ePCR) and responded to questions.
City Manager Jill Ingram gave an overview of the General Fund presentation and called
on the Director of Finance/City Treasurer Victoria Beatley to provide an overview.
Director of Finance/City Treasurer Victoria Beatley summarized the following: Mayor’s
recommended reductions; proposed changes based on the Mayor’s recommended 10%
reductions; and staff’s recommendation.
City Manager Jill Ingram reassured Council about the level of detail staff have gone
through in an effort to fine tune the budget. Additionally, she suggested staggering the
hiring of the funded positions at three-fourth of the year to achieve some initial cost
savings, with the exception of hiring a Community Development Director and a full-time
Mechanic. She maintained the importance of leaving the option to hire an Executive
Recruiter as an additional resource in the event there is a vacancy, which would allow
the City to recruit and compete for candidates with the expertise needed to fill the
vacancy.
Council Members asked questions, offered comments, discussed and received
clarification regarding the General Fund Summary and Capital Improvement Projects
(CIP) Draft Budget. A dialogue ensued between Finance Director/City Treasurer Victoria
Beatley, Deputy Public Works Director/Engineer Iris Lee and Recreation Manager Tim
Kelsey.
Mayor Moore requested that staff review the Supplemental Communication submitted
by Elizabeth Kane. City Manager Jill Ingram and Finance Director/City Treasurer
Victoria Beatley agreed to review the information and meet with Elizabeth Kane.
Finance Director/City Treasurer Victoria Beatley assured Council that additional
changes and recommendations can be made at the June 24, 2019 public hearing.
City Attorney Craig Steele informed Council that the City can make changes to the
budget at the public hearing.
Mayor Moore questioned whether the street sweeping schedule for the 100-block and
Ocean Avenue could be adjusted from two times per week to one time per week. City
Manager Jill Ingram informed Council that the idea has been evaluated and will be
evaluated further and addressed at a later time.
Mayor Pro Tem Sustarsic requested additional information on eliminating the mailing of
the quarterly Recreation guide; and questioned the $8,000 Election costs in the City
Clerk’s budget. A dialogue ensued between Mayor Pro Tem Sustarsic and Finance
Director/City Treasurer Victoria Beatley.
Finance Director/City Treasurer Victoria Beatley asked clarifying questions regarding
adjustments to be made to the budget. A dialogue ensued between Mayor Moore and
Finance Director/City Treasurer Victoria Beatley.
City Manager Jill Ingram suggested that staff take the directions from tonight’s meeting
and bring that information back to the Council at the June 24, 2019 public hearing.
City Attorney Craig Steele informed Council that changes can be made to the budget at
the public hearing.
Council Member Varipapa thanked and commended staff for their hard work on the
budget; and suggested a new budget schedule for next year as well as an update on
current year’s budget with expenditures to date as early as April.
Council Member Kalmick concurred with Council Member Varipapa’s recommendations
and suggested adding workshops to include the public involvement.
Mayor Pro Tem Sustarsic and Council Member Massa-Lavitt also concurred with
Council Member Varipapa and Kalmick’s recommendations.
Mayor Moore concurred with Council Members recommendations and requested that
additional components to be added to next year’s budget process.
Finance Director/City Treasurer Victoria Beatley presented the model line chart versus
bar chart along with the inflators requested by Mayor Moore.
PUBLIC COMMENTS
Mayor Moore opened public comments. Speakers: Jim Brady, Bruce Bennett and
Elizabeth Kane. Mayor Moore closed public comments.
ADJOURNMENT
Mayor Moore adjourned the meeting at 10:00 p.m. to Monday, June 24, 2019 at 5:30
p.m. to meet in closed session, if deemed necessary.
Gloria D. Harper, City Clerk
City of Seal Beach
Approved:
Thomas Moore, Mayor
Attested:
Gloria D. Harper, City Clerk
Agenda Item: B
AGENDA STAFF REPORT
DATE:July 22, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Gloria D. Harper, City Clerk
SUBJECT:Approval of the June 24, 2019 City Council Minutes
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council approve the minutes of the Regular City Council meeting
held on June 24, 2019.
BACKGROUND AND ANALYSIS:
This section does not apply.
ENVIRONMENTAL IMPACT:
There is no environmental impact related to this item.
LEGAL ANALYSIS:
No legal analysis is required for this item.
FINANCIAL IMPACT:
There is no financial impact for this item.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
5
5
3
RECOMMENDATION:
That the City Council approve the minutes of the Regular City Council meeting
held on June 24, 2019.
SUBMITTED BY: NOTED AND APPROVED:
Gloria D. Harper Jill R. Ingram
Gloria D. Harper, City Clerk Jill R. Ingram, City Manager
Prepared by: Dana Engstrom, Deputy City Clerk
ATTACHMENTS:
A. Minutes
Seal Beach, California
June 24, 2019
The City Council met in regular session at 7:02 p.m. in the City Council Chambers.
MOMENT OF SILENCE
Mayor Moore observed a moment of silence in remembrance of the following three
Police Officers: Los Angeles Police Department Officer Esmeralda Ponce Ramirez, Los
Angeles Sheriff Deputy Joseph Solano, and Sacramento Police Officer Tara O’Sullivan.
Council Member Varipapa led the Pledge of Allegiance.
ROLL CALL
Present: Mayor Moore
Council Members: Varipapa, Kalmick, Massa-Lavitt, Sustarsic
Absent: None
City Staff: Craig Steele, City Attorney
Jill R. Ingram, City Manager
Patrick Gallegos, Assistant City Manager
Chief Joe Miller, Seal Beach Police Department
Chief Joe Bailey, Marine Safety/Lifeguard Department
Victoria L. Beatley, Director of Finance/City Treasurer
Steve Myrter, P.E., Director of Public Works
Steven Fowler, Interim Director of Community Development
Gloria D. Harper, City Clerk
APPROVAL OF AGENDA & WAIVER OF FULL READING OF RESOLUTIONS AND
ORDINANCES
Mayor Pro Tem Sustarsic moved, second by Council Member Kalmick to approve the
agenda.
AYES: Varipapa, Kalmick, Massa-Lavitt, Moore, Sustarsic
NOES: None
ABSENT: None
ABSTAIN: None
Motion carried
City Clerk Gloria D. Harper read into the record that seven (7) communications were
received after the posting of the agenda regarding various agenda items that were
distributed to City Council and made available to the public.
PRESENTATIONS / RECOGNITIONS
Run Seal Beach Grant Awards
ORAL COMMUNICATIONS
Mayor Moore opened oral communications. Speakers: Kelly Sandahl, Joyce Ross-
Parque, and Robert Goldberg. Mayor Moore closed oral communications.
CITY ATTORNEY REPORT
City Attorney Craig A. Steele stated that prior to this meeting the City Council met in
closed session to discuss employment negotiations as listed on the agenda. City
Council heard a report from staff and took no reportable action.
CITY MANAGER REPORT
City Manager Ingram directed Police Chief Joe Miller to provide an update on the Police
Services Study. Chief Miller indicated the week of August 19-22, 2019 a community
workshop will take place to go over the results of the study.
COUNCIL COMMENTS
Council Member Varipapa had no comments.
Council Member Kalmick provided an Ocean Place update. He indicated that staff has
advised him that the Park is on schedule and the grading should be completed by the
end of July with the development of the Park immediately following.
Mayor Pro Tem Sustarsic reported she attended a community meeting at the Seal
Beach Tennis Center and thanked Sergeant Julia Clasby for educating the residents on
emergency preparedness. Additionally, she attended an Orange County Register of
Voters meeting and provided information on Vote Centers per the 2016 Voters Choice
Act. More information is available at OCvote.com.
Council Member Massa-Lavitt reported that she attended an Orange County Sanitation
District (OCSD) meeting where they went over their architectural drawings for their new
administration building. Additionally, she provided a Vector Control update regarding
Citrus Disease indicating citrus fruit should not be moved from one location to another
to avoid spreading disease around the County.
Mayor Moore thanked Sergeant Nick Nicholas for Coffee with a Cop in District Two. He
reported that he attended the League of California Cities conference. Mayor Moore
requested that the City discuss the idea of starting an innovation team comprised of one
employee from each department at the next Strategic Planning meeting.
COUNCIL ITEMS
There were no Council items.
CONSENT CALENDAR
Council Member Massa-Lavitt moved, second by Mayor Pro Tem Sustarsic, to approve
the recommended actions on the consent calendar.
A. Approval of City Council Minutes - That the City Council approve the minutes of
the Special City Council Budget Workshop – Capital Improvement Projects (CIP) held
on June 5, 2019.
B. Approval of City Council Minutes - That the City Council approve the minutes of
the Regular City Council meeting held on June 10, 2019.
C. Demands on City Treasury (Fiscal Year 2019) – June 24, 2019 - Ratification
D. Monthly Investment Report – May 31, 2019 - Receive and file.
E. Agreement to Transfer Property or Funds for FY 2015-2016 Homeland Security
Grant Program (“HSGP”) Purposes - That the City Council adopt Resolution 6925,
approving the Agreement to Transfer Property or Funds for FY 2016 Homeland Security
Grant Purposes; and that the City Manager authorize to execute the agreement on
behalf of the City of Seal Beach any actions necessary for the purpose of obtaining
federal financial assistance provided by the Department of Homeland Security and sub-
granted through the State of California, and the County of Orange.
F. Datto Cloud Service Support - That the City Council adopt Resolution 6926
authorizing the City Manager to enter into a professional services agreement with
Synoptek Services for Datto Cloud Service Support.
G. Notice of Completion for 2018 Annual Concrete Repair Program Project CIP
ST1802 - It is requested that the City Council adopt Resolution 6927: 1. Accepting the
2018 Annual Concrete Repair Program Project CIP ST1802 by Golden State
Constructors, Inc. in the amount of $38,093.50; and 2. Directing the City Clerk to file a
“Notice of Completion” with the Orange County ClerkRecorder within fifteen (15) days
from the date of acceptance and to release retention in 35 days.
H. Agreement with Municipal Water District of Orange County for Water Loss
Control Shared Services Participation - That the City Council adopt Resolution 6928
authorizing the City Manager to execute an Agreement with Municipal Water District of
Orange County (MWDOC) for water loss control shared services participation.
I. Extension of Agreement for Interim Police Chief - That the City Council adopt
Resolution 6931 approving the First Amendment to the Agreement with Joe Miller to
continue to perform the services of Interim Chief of Police for a limited additional time.
AYES: Varipapa, Kalmick, Massa-Lavitt, Moore, Sustarsic
NOES: None
ABSENT: None
ABSTAIN: None
Motion carried
PUBLIC HEARING
J. Adopt the Operating Budget and 5-Year Capital Improvement Program (CIP);
Approve the CIP Budget for FY 2019-2020; Set the Appropriations Limit for Fiscal
Year 2019-2020; and Authorize Appropriations by Fund - Resolution 6929 adopting
the Fiscal Year 2019-2020 Operating Budget and 5-Year Capital Improvement Program;
approving the Capital Improvement Program budget for Fiscal Year 2019-2020; setting
the Appropriations Limit for Fiscal Year 2019-2020 and authorizing appropriations by
fund.
City Manager Ingram introduced Director of Finance/City Treasurer Victoria
Beatley, who gave a brief overview of the changes in the proposed budget and
answered questions.
Mayor Moore opened the Public Hearing. Speakers: Joyce Ross-Parque and Robert
Goldberg. Mayor Moore closed the Public Hearing.
Council Member Kalmick moved, second by Council Member Massa-Lavitt, to adopt the
Fiscal Year 2019-2020 Operating Budget and 5-Year Capital Improvement Program;
approving the Capital Improvement Program budget for Fiscal Year 2019-2020; setting
the Appropriations Limit for Fiscal Year 2019-2020 and authorizing appropriations by
fund.
AYES: Varipapa, Kalmick, Massa-Lavitt, Moore, Sustarsic
NOES: None
ABSENT: None
ABSTAIN: None
Motion carried
K. Adopt the Amended and Restated FY 2019-2020 Cost Recovery Schedule - That
the City Council hold a public hearing and adopt Resolution 6930 establishing new fees
and charges for goods, services, and facilities provided by the City and amending and
restating the FY 2019-2020 Cost Recovery Schedule.
Director of Finance/City Treasurer Victoria Beatley introduced Senior Accounting
Technician Michelle Marquez, who provided an overview of the Cost Recovery
process and answered questions.
Mayor Moore opened the Public Hearing. Speaker: Robert Goldberg. Mayor Moore
closed the Public Hearing.
Council Member Massa-Lavitt moved, second by Council Member Kalmick adopt
Resolution 6930 establishing new fees and charges for goods, services, and facilities
provided by the City and amending and restating the FY 2019-2020 Cost Recovery
Schedule.
AYES: Varipapa, Kalmick, Massa-Lavitt, Moore, Sustarsic
NOES: None
ABSENT: None
ABSTAIN: None
Motion carried
UNFINISHED / CONTINUED BUSINESS
There was no Unfinished/Continued Business items.
NEW BUSINESS
L. Cannabidiol (CBD) Based Businesses - Discussion Item
City Manager Ingram introduced Interim Director of Community Development
Steve Fowler, who provided detailed information regarding cannabis plant uses,
codes, and CBD related business options and responded to questions.
City Attorney Craig Steele provided clarification on enforcement, codes, and
regulations.
There was consensus of the Council to leave the code as is.
M. Study Session - On-Call Professional and Maintenance Services
City Manager Ingram introduced Director of Public Works Steve Myrter, who gave
a comprehensive presentation regarding streamlining the process to increase
efficiencies and responded to questions. There was consensus of the Council to
move forward with on-call professional services and agreements will be brought
back to Council at the July 22, 2019 City Council meeting for consideration.
ADJOURNMENT
Mayor Moore adjourned the City Council meeting at 9:39 p.m. to Monday, July 22, 2019
at 5:30 p.m. to meet in closed session, if deemed necessary.
______________________
Gloria D. Harper, City Clerk
City of Seal Beach
Approved: ___________________________
Thomas Moore, Mayor
Attested: ______________________
Gloria D. Harper, City Clerk
City of Seal Beach
Fiscal Year 2019
Warrant Listing for Council Meeting July 22,2019
Approve by Minute Order Demands on Treasury:
Warrants-A/P: 11357- 11503 597,148.45 Year-to-Date: $ 36,668,056.78
Orange County Fire Authority 1,364,966.25
1,962,114.70
Payroll: Year-to-Date: $ 13,757,146.44
Payroll Direct Deposit 344,160.14
Payroll State&Federal Taxes 90,195.00
Payroll PERS 87,615.20
City of Seal Beach Flex Spending 1,017.68
Total Payroll: 522,988.02
Note: Year-to-date amounts are actual cash disbursements and do not reflect actual expenditures
due to year-end accruals.
Respectfully sub '• - .y:--
FA
y
A 07. 1 Z -20I
Victoria L.Beatley Date
Director of Finance/City Treasurer
City of Seal Beach Accounts Payable Printed:07/12/2019 14:20
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11357 Check Date: 06/20/2019
Vendor: 714 714 Collision Center Inc
1588 Body&paint work to lifeguard unit#510 05/31/2019 2,324.99
Check Total: 2,324.99
Check No: 11358 Check Date: 06/20/2019
Vendor: ABB05 Charles Abbott Associates, Inc
59722 Services May 2019 05/31/2019 1,000.00
Check Total: 1,000.00
Check No: 11359 Check Date: 06/20/2019
Vendor: AGUILAR Robert Aguilar
W18662 5-19 to 6-1-2019 Payroll 06/18/2019 55.41
Check Total: 55.41
Check No: 11360 Check Date: 06/20/2019
Vendor: AQUA01 Aqua-Metric Sales Company
INV0073866 15 each,3/4"SL SRII direct read meter 05/30/2019 1,465.40
Check Total: 1,465.40
Check No: 11361 Check Date: 06/20/2019
Vendor: ARA01 Aramark Services,Inc.
2006084000 Inmate Meals-March 2019 03/27/2019 652.12
2006084000 Inmate Meals-April 2019 04/24/2019 306.48
2006084000 Inmate Meals-May 2019 05/22/2019 752.34
Check Total: 1,710.94
Check No: 11362 Check Date: 06/20/2019
Vendor: ARA05 Aramark Uniform Services
534277418 Scraper Mat 05/30/2019 44.14
534277419 Scraper Mat 05/30/2019 34.07
534277419 Scraper Mat 05/30/2019 34.07
534277418 Scraper Mat 05/30/2019 44.13
Check"Total: 156.41
Check No: 11363 Check Date: 06/20/2019
Vendor: bad06 Badger Meter Inc
S1113687.0 Two(2)each,Badger 4"LF 1000 bronze to 06/05/2019 3,115.90
S1113687.0 Two(2)each,Badger 4"M600 TS/W touch 06/05/2019 238.65
Check Total: 3,354.55
Check No: 11364 Check Date: 06/20/2019
Vendor: BARATIE Vanessa Roddy
W18363 Reimb Safety Shoes/Repl Ck 10607 04/18/2019 161.61
Check Total: 161.61
Check No: 11365 Check Date: 06/20/2019
Vendor: BATO6 Battery Systems Inc
4939423 Battery 05/22/2019 111.18
Check Total: 111.18
Check No: 11366 Check Date: 06/20/2019
Vendor: BAY08 Bay Hardware
344080 Pail Bucket/Gripper Clip/Felt Pads 05/18/2019 40.50
344405 PVC PIpe/Screws/Bolts/Wet Cement 06/09/2019 15.84
344406 Chain 06/09/2019 52.20
344288 Spackle 06/02/2019 6.35
344318 Paint 06/04/2019 52.47
344368 Bell Reducer/Galvanized Nipple 06/06/2019 13.19
344323 Paint 06/04/2019 44.30
344429 Blue Tape/Gray Spray/Knit Cover 06/10/2019 27.97
344360 Batteries/Marking Paint/Bristle Brush 06/06/2019 67.45
344363 Marking Spray/Safety Vest 06/06/2019 70.39
344320 Turkish Towels 06/04/2019 9.23
344344 Key Cutting/Stamping/Plunger 06/05/2019 50.97
344294 Screws/Nuts/Bolts/Anchors 06/03/2019 27.19
344308 Water Seal Spray 06/04/2019 17.40
344347 Detailer Spray 06/05/2019 43.46
344354 Key Cutting 06/05/2019 2.51
344311 Frog Tape 06/04/2019 24.90
344386 Lightweight Step Stool 06/07/2019 50.01
Page 1
City of Seal Beach Accounts Payable Printed:07/12/2019 14:20
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
344285 Pledge/Simple Green 06/02/2019 23.63
343953 Credit/Drawer Lock-Orig Inv 343950 05/11/2019 67.58
343950 Max Drawer Lock 05/11/2019 70.29
Check Total: 642.67
Check No: 11367 Check Date: 06/20/2019
Vendor: BEN11 TASC-Client Invoice
11531125 Services May 2019 06/07/2019 150.00
Check Total: 150.00
Check No: 11368 Check Date: 06/20/2019
Vendor: CATO3 Catalina Channel Express
G0113908 7-I 1-19Jr Guards Catalina Transportation 04/29/2019 2,950.00
G0113907 7-9-19 Jr Guards Catalina Transportation 04/29/2019 7,375.00
G0113911 7-10-19Jr Guards Catalina Transportation 04/29/2019 7,375.00
Check Total: 17,700.00
Check No: 11369 Check Date: 06/20/2019
Vendor: CEN12 Century Paving Inc
17089 Pavement restoration for 13881 Thunderbi 05/21/2019 4,900.00
17130 8th Street Beach Lot striping 05/30/2019 6,950.00
Check Total: 11,850.00
Check No: 11370 Check Date: 06/20/2019
Vendor: CER15 Cerritos College
141 Services May 2019 06/03/2019 275.00
Check Total: 275.00
Check No: 11371 Check Date: 06/20/2019
Vendor: COL34 Colorado Bankers Life
634606 Services 5-7 to 5-21-2019 06/05/2019 20.00
Check Total: 20.00
Check No: 11372 Check Date: 06/20/2019
Vendor: COL36 CMY
6.14.2019 Services 6-10 to 6-14-2019 06/14/2019 3,854.80
Check Total: 3,854.80
Check No: 11373 Check Date: 06/20/2019
Vendor: COLLISON Brian Collison
233020-02 Instructor Pay 5-6 to 6-5-2019 06/11/2019 780.00
Check Total: 780.00
Check No: 11374 Check Date: 06/20/2019
Vendor: COM34 Community Senior Serv.Inc
5.31.2019 Services May 2019 05/31/2019 5,000.00
Check Total: 5,000.00
Check No: 11375 Check Date: 06/20/2019
Vendor: COM46 Commercial Aquatic Services
119-2534 Services May 2019 05/31/2019 2,236.06
Check Total: 2,236.06
Check No: 11376 Check Date: 06/20/2019
Vendor: COR23 CORODATA
RS4504165 Services May 2019 05/31/2019 309.64
Check Total: 309.64
Check No: 11377 Check Date: 06/20/2019
Vendor: COR27 Corporate Business Interiors
49325 Seat assembly,delivery&installation 06/04/2019 153.71
Check Total: 153.71
Check No: 11378 Check Date: 06/20/2019
Vendor: COU32 County of Orange
SH53271 AFIS Services June 2019 06/03/2019 1,004.00
Check Total: 1,004.00
Check No: 11379 Check Date: 06/20/2019
Vendor: COU32 County of Orange
SH53317 OCATS services Mat 2019 06/06/2019 1,273.33
Check Total: 1,273.33
Page 2
City of Seal Beach Accounts Payable Printed:07/12/2019 14:20
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11380 Check Date: 06/20/2019
Vendor: CRO17 Crosstown Electrical&Data In
3982-002 SB Comprehensive Park Mgmt.\SB Compreh 05/30/2019 9,550.00
Check Total: 9,550.00
Check No: 11381 Check Date: 06/20/2019
Vendor: DAP01 Dapeer,Rosenblit&Litvak,LL
15977 Services 5-7 to 5-31-2019 05/31/2019 92.90
Check Total: 92.90
Check No: 11382 Check Date: 06/20/2019
Vendor: DEK02 Dekra-lite
ARINV-5005 "Open House"over the street banner inst 05/31/2019 393.84
Check Total: 393.84
Check No: 11383 Check Date: 06/20/2019
Vendor: DELOS Delta Motor Company
22122 Rebuild Navy Pump Station motors(three) 05/08/2019 4,641.50
Check Total: 4,641.50
Check No: 11384 Check Date: 06/20/2019
Vendor: DEPART Department of Justice
378295 Services May 2019 06/05/2019 448.00
Check Total: 448.00
Check No: 11385 Check Date: 06/20/2019
Vendor: DOS03 Dossier Systems
43725 Services 7-2 to 10-1-2019 05/15/2019 1,656.00
43600 Additional Licensing Thru 7-1-2019 05/28/2019 479.17
Check Total: 2,135.17
Check No: 11386 Check Date: 06/20/2019
Vendor: FED01 Fed EX
6-576-574- Shipping 06/07/2019 65.39
Check Total: 65.39
Check No: 11387 Check Date: 06/20/2019
Vendor: FIE04 Fieldman,Rolapp&Associates
24696 Financial forecast model-May 2019 06/10/2019 1,623.52
Check Total: 1,623.52
Check No: 11388 Check Date: 06/20/2019
Vendor: FOR09 Robin Forte-Lincke
W18661 TV Origination Services-Paymnt#24 06/17/2019 1,453.50
Check Total: 1,453.50
Check No: 11389 Check Date: 06/20/2019
Vendor: FRO02 Frontier Communications
7148911483 Services 6-7 to 7-6-2019 06/07/2019 50.66
5625988624 Services 6-10 to 7-9-2019 06/10/2019 209.23
5625984514 Services 6-10 to 7-9-2019 06/10/2019 113.95
2090946840 Services 6-10 to 7-9-2019 06/10/2019 42.98
5621560001 Services 6-8 to 7-7-2019 06/08/2019 56.80
Check Total: 473.62
Check No: 11390 Check Date: 06/20/2019
Vendor: GRA08 Grainger
9176100932 One(1)each,2RAY 1 Fan blade 05/15/2019 57.01
9179601829 Ten(10)boxes,Nitrile gloves for beach 05/17/2019 57.86
9175943977 Ten(10)each,Mobile polyrex em,motor 05/14/2019 111.47
9176100932 One(1)each,motor 3/4 HP 05/15/2019 236.13
9176100924 One(1)each,carrying case for multimet 05/15/2019 48.93
9176100924 One(1)each,Fluke 117-multimeter 05/15/2019 233.79
9176100932 One(1)each,5/8 hex hub 05/15/2019 9.10
Check Total: 754.29
Check No: 11391 Check Date: 06/20/2019
Vendor: GRA28 GraybaR
9310443677 Phones for lifeguard towers 06/04/2019 632.27
9310345275 Cords for tower phones 05/29/2019 30.34
Check Total: 662.61
Page 3
City of Seal Beach Accounts Payable Printed:07/12/2019 14:20
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11392 Check Date: 06/20/2019
Vendor: GUEVARA Janice Guevara
W18459 Rental Security Deposit Rec 515586 06/11/2019 500.00
Check Total: 500.00
Check No: 11393 Check Date: 06/20/2019
Vendor: HAZO1 Suzy Hazard
242068-01 Instrucrtor Pay 4-9 to 6-5-2019 06/11/2019 1,773.20
Check Total: 1,773.20
Check No: 11394 Check Date: 06/20/2019
Vendor: HDLO1 Hinderliter,del Llamas&Asso
0031492-IN Services Sales Tax 2nd Quarter 06/07/2019 1,070.57
Check Total: 1,070.57
Check No: 11395 Check Date: 06/20/2019
Vendor: HOM01 Home Depot Credit Services
H0647-1032 50 Gal Wave Cut/Drive Tamper 05/30/2019 298.51
H0647-1026 15 1st St Bldg Renovate Proj\15 1st St 05/24/2019 65.85
Check Total: 364.36
Check No: 11396 Check Date: 06/20/2019
Vendor: HUE02 Mariam Huelskamp
242090-02 Instructor Pay 4-1 to 6-5-2019 06/11/2019 3,295.50
Check Total: 3,295.50
Check No: 11397 Check Date: 06/20/2019
Vendor: JCLO1 JCL Traffic Services
100456 No Parking Signs 06/05/2019 239.25
Check Total: 239.25
Check No: 11398 Check Date: 06/20/2019
Vendor: JIM03 Jung Jea Jim
W18458 Rental Security Deposit/Rec 527252 06/11/2019 500.00
Check Total: 500.00
Check No: 11399 Check Date: 06/20/2019
Vendor: KLIO1 Klimczak Group
211061-03 Services 5-3 to 6-7-2019 06/11/2019 954.20
Check Total: 954.20
Check No: 11400 Check Date: 06/20/2019
Vendor: KLING01 Kling Consulting Group Inc.
38900 Geotech Review-Feb 2019 02/28/2019 300.00
38832 Geotech Review-Jan 2019 01/31/2019 800.00
Check Total: 1,100.00
Check No: 11401 Check Date: 06/20/2019
Vendor: MIS07 Mission Paving and Sealing Inc
9626 Bike lane striping on Ocean Ave 06/03/2019 4,500.00
Check Total: 4,500.00
Check No: 11402 Check Date: 06/20/2019
Vendor: MOB05 Mobile Mini,LLC-CA
9006466934 Services 6-6 to 7-3-2019 06/06/2019 479.79
9006466933 Services 6-6 to 7-3-2019 06/06/2019 479.79
Check Total: 959.58
Check No: 11403 Check Date: 06/20/2019
Vendor: MOS05 Most Dependable Fountains,Inc
1NV56038 Two(2)each,Mushroom PB push button 05/30/2019 171.76
INV56038 One(1)each,E-clips 05/30/2019 5.50
1NV56038 Ten(10)each,400 WOB valve 05/30/2019 759.70
Check Total: 936.96
Check No: 11404 Check Date: 06/20/2019
Vendor: NAF01 NAFCO
44354 Merchant Parking Passes 05/23/2019 1,008.94
Check Total: 1,008.94
Check No: 11405 Check Date: 06/20/2019
Vendor: NAT27 National Emblem,Inc.
383679 Detention Services rockers 06/04/2019 183.02
383680 Property&Evidence rockers 06/04/2019 151.04
Page 4
City of Seal Beach Accounts Payable Printed:07/12/2019 14:20
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
383680 Chaplain rockers 06/04/2019 151.04
383680 Recors Supervisor rockers 06/04/2019 151.05
383680 Analyst rockers 06/04/2019 151.04
383680 Court Services rockers 06/04/2019 151.04
383679 Records Services rockers 06/04/2019 183.02
383679 Traffic Services rockers 06/04/2019 183.01
Check Total: 1,304.26
Check No: 11406 Check Date: 06/20/2019
Vendor: NatBusFu National Business Furniture
MK525937 Office furniture for sub station as per 06/07/2019 3,369.04
MK525937 Installation 06/07/2019 530.00
Check Total: 3,899.04
Check No: 11407 Check Date: 06/20/2019
Vendor: OFF10 OFFICETEAM
53632306 Services Ending 6-7-19/Tegeler 06/11/2019 580.00
53632306 Services Ending 6-7-19/Tegeler 06/11/2019 580.00
Check Total: 1,160.00
Check No: 11408 Check Date: 06/20/2019
Vendor: OFF11 Office Solutions Business Prod
I-01584376 Tray/Paper/Clips/Envelopes 05/31/2019 109.05
1-01584193 Laundry Soap 05/31/2019 48.80
1-01577525 Folders/Pens/Binders 05/17/2019 9.79
I-01585574 Binders/Folders 06/04/2019 154.07
1-01581484 Paper 05/24/2019 109.13
1-01580494 Knives 05/23/2019 16.83
1-01585253 Bookcase 06/04/2019 244.69
1-01584777 Folders 06/03/2019 32.47
Check Total: 724.83
Check No: 11409 Check Date: 06/20/2019
Vendor: OPEO2 Opengov,Inc.
INV-001728 Services 6-5-19 to 6-4-2020 06/05/2019 10,862.50
INV-001728 Services 6-5-19 to 6-4-2020 06/05/2019 987.50
Check Total: 11,850.00
Check No: 11410 Check Date: 06/20/2019
Vendor: ORI03 Original Waterman,Inc.
NO S62379- Jr.Lifeguard uniforms 06/06/2019 21,929.94
NO S62379- Pool Lifeguard uniforms 05/30/2019 1,661.24
NO S62379- Beach Lifeguard uniforms 05/30/2019 1,196.97
Check Total: 24,788.15
Check No: 11411 Check Date: 06/20/2019
Vendor: PAR19 Parkeon Inc.
IV 110358 SB Comprehensive Park Mgmt.\SB Compreh 05/29/2019 315.00
Check Total: 315.00
Check No: 11412 Check Date: 06/20/2019
Vendor: PER22 Performance Pipeline Technolog
10377 Large guzzler vacuum truck for sewer 05/21/2019 2,587.50
Check Total: 2,587.50
Check No: 11413 Check Date: 06/20/2019
Vendor: PORAC PORAC LDF
543774 Services May 2019 06/05/2019 40.50
Check Total: 40.50
Check No: 11414 Check Date: 06/20/2019
Vendor: PRI17 The Printery,Inc.
125688 Business License Masters 06/03/2019 290.06
Check Total: 290.06
Check No: 11415 Check Date: 06/20/2019
Vendor: PSY01 Psychological Consulting Assoc
523666 Services-SW/KO 05/31/2019 800.00
Check Total: 800.00
Page 5
City of Seal Beach Accounts Payable Printed:07/12/2019 14:20
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11416 Check Date: 06/20/2019
Vendor: RFD01 R.F.Dickson Co.,Inc.
2509753 Services May 2019 05/31/2019 9,565.46
Check Total: 9,565.46
Check No: 11417 Check Date: 06/20/2019
Vendor: RHFOI R.H.F.INC.
74218 Recertification UX029627 05/28/2019 85.00
74217 Recertification UX019696 05/28/2019 85.00
Check Total: 170.00
Check No: 11418 Check Date: 06/20/2019
Vendor: RPW RPW Services,Inc.
15230 Rodent Control May 2019 05/31/2019 1,095.00
Check Total: 1,095.00
Check No: 11419 Check Date: 06/20/2019
Vendor: SAK02 Sakaida Nursery Inc
16667 Ann Street Tree Planting Prog\Ann Stre 05/31/2019 193.95
Check Total: 193.95
Check No: 11420 Check Date: 06/20/2019
Vendor: SATO2 Satellite Tracking of People L
STPINV0006 Services May 2019 05/31/2019 403.00
Check Total: 403.00
Check No: 11421 Check Date: 06/20/2019
Vendor: SCE01 Southern Calif.Edison
2332131176 Services 5-14 to 6-13-2019 06/14/2019 6,510.71
2214337602 Services 5-14 to 6-13-2019 06/14/2019 28.87
2311180533 Services 5-14 to 6-13-2019 06/14/2019 2,659.09
2024028599 Services 5-10 to 6-11-2019 06/12/2019 1,771.45
2231367996 Services 5-14 to 6-13-2019 06/15/2019 1,183.27
2345128151 Services 5-15 to 6-14-2019 06/15/2019 10.26
2415765056 Services 3-5 to 6-12-2019 06/15/2019 370.09
2353878846 Services 5-13 to 6-12-2019 06/13/2019 137.27
2361696818 Services 5-13 to 6-12-2019 06/13/2019 193.70
Check Total: 12,864.71
Check No: 11422 Check Date: 06/20/2019
Vendor: SCFOI SC Fuels
1436553-IN Dyed Diesel 05/30/2019 891.12
Check Total: 891.12
Check No: 11423 Check Date: 06/20/2019
Vendor: SECO2 Sectran Security,Inc.
19060422 Services June 2019 06/01/2019 497.13
Check Total: 497.13
Check No: 11424 Check Date: 06/20/2019
Vendor: SOUI I Southern Counties Lubricants L
397610 Olympus Blue Def 05/29/2019 85.64
Check Total: 85.64
Check No: 11425 Check Date: 06/20/2019
Vendor: syn05 SYNOPTEK
1158474 1 Standing Desk ProPlus 30-inch 05/28/2019 336.85
1158473 1 Warranty Renewal for Dell EqualLogic S 05/28/2019 2,500.69
1158826 (5)0365 Government G3 Licenses($17 per 05/31/2019 85.00
Check Total: 2,922.54
Check No: 11426 Check Date: 06/20/2019
Vendor: THO17 Thomson Reuters—West
840370219 Services May 2019 06/01/2019 331.00
Check Total: 331.00
Check No: 11427 Check Date: 06/20/2019
Vendor: TIM04 Time Warner Cable LLC
0213294061 Services 6-10 to 7-09-2019 06/10/2019 629.99
0260410061 Services 6-10 to 7-09-2019 06/10/2019 120.57
Check Total: 750.56
Page 6
City of Seal Beach Accounts Payable Printed:07/12/2019 14:20
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11428 Check Date: 06/20/2019
Vendor: 1JB*00314 Jon Allen
Refund check 06/17/2019 413.80
Check Total: 413.80
Check No: 11429 Check Date: 06/20/2019
Vendor: UNDO1 Underground Sery Alert Sc
18dsbfee29 CA State Regulatory Costs 06/01/2019 103.71
520190649 Services May 2019 06/01/2019 109.00
Check Total: 212.71
Check No: 11430 Check Date: 06/20/2019
Vendor: UNI21 United Rentals Northwest,Inc.
162856322- Tread Cleaning Plate 05/09/2019 219.33
Check Total: 219.33
Check No: 11431 Check Date: 06/20/2019
Vendor: UN132 Uniform Depot,Inc.
4199 Outfit two new Explorers for the summer 05/29/2019 218.56
Check Total: 218.56
Check No: 11432 Check Date: 06/20/2019
Vendor: VAL05 Valverde Construction,Inc.
17020 Provide work on T&M for identified sink 05/31/2019 12,545.32
Check Total: 12,545.32
Check No: 11433 Check Date: 06/20/2019
Vendor: VER18 Verizon Wireless
9831238199 Services 5-2 to 6-1-2019 06/01/2019 110.32
9831238199 Services 5-2 to 6-1-2019 06/01/2019 45.97
9831238199 Services 5-2 to 6-1-2019 06/01/2019 148.64
9831238199 Services 5-2 to 6-1-2019 06/01/2019 171.65
9831238199 Services 5-2 to 6-1-2019 06/01/2019 45.97
9831238199 Services 5-2 to 6-1-2019 06/01/2019 18.38
9831238199 Services 5-2 to 6-1-2019 06/01/2019 45.97
9831238199 Services 5-2 to 6-1-2019 06/01/2019 45.97
9831238199 Services 5-2 to 6-1-2019 06/01/2019 45.97
9831238199 Services 5-2 to 6-1-2019 06/01/2019 22.98
9831238199 Services 5-2 to 6-1-2019 06/01/2019 137.91
9831238199 Services 5-2 to 6-1-2019 06/01/2019 401.46
Check Total: 1,241.19
Check No: 11434 Check Date: 06/20/2019
Vendor: VOLO2 United Volleyball Supply LLC
118508 Beach Volleyball Nets 05/20/2019 849.10
Check'total: 849.10
Check No: 11435 Check Date: 06/20/2019
Vendor: VON DER Cheryl Von der Hellen
244010-02 Instructor Pay 5-6 to 6-5-2019 06/11/2019 798.00
Check"total: 798.00
Check No: 11436 Check Date: 06/20/2019
Vendor: WES77 West Marine Products Inc./We
004545 Hose Kit/Lube 06/11/2019 83.91
002106 Light Dry Bag 05/30/2019 214.66
Check Total: 298.57
Check No: 11437 Check Date: 06/20/2019
Vendor: YUM Yume Gardens LLC
22639 Turtle food for city pond 05/29/2019 70.69
Check'Iotal: 70.69
Check No: 11438 Check Date: 06/20/2019
Vendor: cea City Employees Associates
PR Batch 13 6 2019 SBMMA Dues-CEA 06/19/2019 73.84
Check Total: 73.84
Check No: 11439 Check Date: 06/20/2019
Vendor: CIT48 SBSPA
PR Batch 13 6 2019 SBSPA Dues(CEA) 06/19/2019 161.56
Check Total: 161.56
Page 7
City of Seal Beach Accounts Payable Printed:07/12/2019 14:20
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11440 Check Date: 06/20/2019
Vendor: ICMA Vantagepoint Transfer Agents 302409
PR Batch 13 6 2019 457 City Contribution 06/19/2019 3,274.32
PR Batch 13 6 2019 457 Plan Employee Con 06/19/2019 18,471.94
PR Batch 13 6 2019 457 City Contribution 06/19/2019 1,293.85
Check Total: 23,040.11
Check No: 11441 Check Date: 06/20/2019
Vendor: OCE01 O.C.E.A.
PR Batch 13 6 2019 OCEA Dues 06/19/2019 255.32
Check Total: 255.32
Check No: 11442 Check Date: 06/20/2019
Vendor: OCSDI Orange County Sheriffs Depart
PR Batch 13 6 2019 Case No 18WCSC01899 06/19/2019 184.00
Check Total: 184.00
Check No: 11443 Check Date: 06/20/2019
Vendor: PMA Seal Beach Police Management Association
PR Batch 13 6 2019 PMA Dues 06/19/2019 360.00
Check Total: 360.00
Check No: 11444 Check Date: 06/20/2019
Vendor: POA01 Seal Beach Police Officers Assoc
PR Batch 13 6 2019 POA Dues 06/19/2019 1,300.00
Check Total: 1,300.00
Check No: 11445 Check Date: 06/20/2019
Vendor: SBMSMA SBMSMA
PR Batch 13 6 2019 SBMSMA Dues 06/19/2019 34.62
Check Total: 34.62
Check No: 11446 Check Date: 06/20/2019
Vendor: USB US Bank Pars 6746022400
PR Batch 13 6 2019 PARS Employer Portion 06/19/2019 974.30
PR Batch 13 6 2019 PARS Employee Portion 06/19/2019 4,646.81
Check Total: 5,621.11
Date Totals: 220,513.88
Check No: 11447 Check Date: 06/27/2019
Vendor: AND23 Anderson Penna Partners,Inc.
7430 Ocean Place-May 2019 06/07/2019 31,324.80
Check Total: 31,324.80
Check No: 11448 Check Date: 06/27/2019
Vendor: ATHOI A-Throne
0000585789 Services 6-21 to 7-18-2019 06/21/2019 336.17
0000585790 Services 6-21 to 7-18-2019 06/21/2019 371.48
Check Total: 707.65
Check No: 11449 Check Date: 06/27/2019
Vendor: BAY08 Bay Hardware
848148 Key Cutting/Stamping 06/19/2019 168.79
344490 Epoxy 06/12/2019 5.86
344467 Female Hose Bib 06/11/2019 20.34
344287 Wire/Eye Bolts/Screw Hooks 06/02/2019 64.22
Check Total: 259.21
Check No: 11450 Check Date: 06/27/2019
Vendor: BEL12 Beljajev Law Group
W18150 Over Payment FY 19/20 Bus License 06/19/2019 10.00
Check Total: 10.00
Check No: 11451 Check Date: 06/27/2019
Vendor: BES1O Best Buy
3881531 video camera and assesories for JG progr 06/14/2019 1,099.43
Check Total: 1,099.43
Check No: 11452 Check Date: 06/27/2019
Vendor: BLOO1 David Bloom, MD
5.31.2019 Services May 2019 05/31/2019 1,000.00
Check Total: 1,000.00
Page 8
City of Seal Beach Accounts Payable Printed:07/12/2019 14:20
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11453 Check Date: 06/27/2019
Vendor: BRI13 BrightView Landscape Services
6266908 Street Tree Trimming 04/03/2019 30,650.00
Check Total: 30,650.00
Check No: 11454 Check Date: 06/27/2019
Vendor: BUS08 BUSINESS CARD
2525/6-19 Dinner for Workshops 06/10/2019 409.06
2525/6-19 Oral Board Lunch 06/10/2019 82.30
2525/6-19 Boat Books 06/10/2019 335.07
2525/6-19 Condolence Flowers 06/10/2019 108.75
2525/6-19 Dept Photos anf Frames 06/10/2019 1,126.82
Check Total: 2,062.00
Check No: 11455 Check Date: 06/27/2019
Vendor: C301 C3 Technology Services
INV103239 Services 5-15 to 7-14-2019 06/18/2019 3,907.15
INV 102654 Services 5-6 to 6-5-2019 06/06/2019 439.92
INV102654 Services 5-6 to 6-5-2019 06/06/2019 95.20
Check Total: 4,442.27
Check No: 11456 Check Date: 06/27/2019
Vendor: CINO4 Cintas Corporation#640
4023521595 Uniform Services 06/10/2019 12.38
4023521595 Uniform Services 06/10/2019 4.47
4023521595 Uniform Services 06/10/2019 12.19
4023521595 Uniform Services 06/10/2019 4.79
4023521595 Uniform Services 06/10/2019 11.59
4023521595 Uniform Services 06/10/2019 51.54
Check Total: 96.96
Check No: 11457 Check Date: 06/27/2019
Vendor: COL36 CMY
6.21.2019 Services 6-17 to 6-21-2019 06/21/2019 3,026.48
Check Total: 3,026.48
Check No: 11458 Check Date: 06/27/2019
Vendor: COU32 County of Orange
SC 11661 Communication Charges May 2019 06/10/2019 290.89
Check Total: 290.89
Check No: 11459 Check Date: 06/27/2019
Vendor: DAVID David Barr
W18387 Reimb Inmate Welfare Items 06/17/2019 124.10
W18388 Reimb.Misc Inmate Welfare Purchases 06/20/2019 144.74
WI8387 Reimb Commissay Items 06/17/2019 164.27
Check Total: 433.11
Check No: 11460 Check Date: 06/27/2019
Vendor: EDWARDSO Kevin Edwards
W 18389 Reimburse Mounting Brackets for Drone 06/20/2019 124.00
W18389 Replacement Camera for Jail 06/20/2019 56.99
Check Total: 180.99
Check No: 11461 Check Date: 06/27/2019
Vendor: FORTNEY Dan Fortney
3.29.2019 Tuition Reimbursement/Winter/Spring 2019 03/29/2019 1,720.00
Check Total: 1,720.00
Check No: 11462 Check Date: 06/27/2019
Vendor: G2C G2 Construction Inc.
190624 2018 Environ Cleanup Program\2018 Envi 06/24/20I 9 7,650.00
190624 2018 Environ Cleanup Program\2018 Envi 06/24/2019 145,613.00
Check Total:153,263.00
Check No: 11463 Check Date: 06/27/2019
Vendor: GOLOS Golden Rain Foundation
SURIA CDBG Bathroom Access Grant-Suria 06/05/2019 347.28
Check'Total: 347.28
Page 9
City of Seal Beach Accounts Payable Printed:07/12/2019 14:20
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11464 Check Date: 06/27/2019
Vendor: HENDER01 Michael Henderson
5.31.2019 Reimb-Supervisory Leadership Institute 05/31/2019 376.46
Check Total: 376.46
Check No: 11465 Check Date: 06/27/2019
Vendor: HOM01 Home Depot Credit Services
H0647-1044 50 Gal Wave Cut Ext.06/11/2019 225.78
8023418 Mini 2x2 06/04/2019 44.64
3140319 Paint 06/19/2019 346.43
Check Total: 616.85
Check No: 11466 Check Date: 06/27/2019
Vendor: HUGO3 Hughes Network Systems,LLC
B1-3435624 Services 6-16 to 7-16-2019 06/16/2019 108.06
Check Total: 108.06
Check No: 11467 Check Date: 06/27/2019
Vendor: HUN11 John L.Hunter&Associates,Inc.
SealBeachN NPDES April 2019 06/11/2019 4,482.50
SealBeachN NPDES April 2019 06/11/2019 62.50
SealBeachU Used Oil Recycling April 2019 06/11/2019 475.00
SealBeachU Used Oil Recycling March 2019 06/03/2019 661.25
SealBeachN NPDES-March 2019 06/03/2019 4,930.00
SealBeachN NPDES-March 2019 06/03/2019 418.75
Check Total: 11,030.00
Check No: 11468 Check Date: 06/27/2019
Vendor: JOL Jolyn Clothing Company LLC
INV-1494 Bathing suits for female employees 06/19/2019 621.10
Check Total: 621.10
Check No: 11469 Check Date: 06/27/2019
Vendor: KERR Jo Ellen Kerr
242030-19 Services 4-9 to 6-20-2019 06/25/2019 1,551.20
Check Total: 1,551.20
Check No: 11470 Check Date: 06/27/2019
Vendor: KUKURUDA Dana Engstrom
6.21.2019 Clerks Training Series 400 Jun17-21 2019 06/21/2019 1,449.80
Check Total: 1,449.80
Check No: 11471 Check Date: 06/27/2019
Vendor: LENGSFEL Mark Lengsfeld
313103-01 Instructor Pay 6-10 to 6-23-2019 06/25/2019 336.00
313083-01 Instructor Pay 6-03 to 6-14-2019 06/18/2019 336.00
Check Total: 672.00
Check No: 11472 Check Date: 06/27/2019
Vendor: LIF05 Lift Enrichment Inc.
323201-01 Services 6-10 to 6-23-2019 06/25/2019 982.80
Check Total: 982.80
Check No: 11473 Check Date: 06/27/2019
Vendor: M&M05 M&M Surfing
367061-01 Instructor Pay 6-3 to 6-14-2019 06/18/2019 7,553.00
Check Total: 7,553.00
Check No: 11474 Check Date: 06/27/2019
Vendor: MAD O.C.Mad Science
327202-01 Instructor Pay 6-10 to 6-14-2019 06/18/2019 2,074.15
Check Total: 2,074.15
Check No: 11475 Check Date: 06/27/2019
Vendor: MIC14 Michael Baker International
1049984 Local Coastal Plan Preperation\Local C 05/31/2019 16,340.48
1049984 Local Coastal Plan Preperation-Apr 2019 05/31/2019 16,340.47
Check Total: 32,680.95
Check No: 11476 Check Date: 06/27/2019
Vendor: MONTERRO PHPE Services
2019-117 SCADA Improv Upgrade Proj 06/07/2019 14,050.00
Check Total: 14,050.00
Page 10
City of Seal Beach Accounts Payable Printed:07/12/2019 14:20
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11477 Check Date: 06/27/2019
Vendor: MOR02 Morrison Tire Inc.
268496 Tires 06/06/2019 1,514.77
Check Total: 1,514.77
Check No: 11478 Check Date: 06/27/2019
Vendor: MUN02 Municipal Water District of Or
9879 Water Deliveries May 2019 06/14/2019 6,320.65
Check Total: 6,320.65
Check No: 11479 Check Date: 06/27/2019
Vendor: MUN17 MuniServices
INV06-0062 UUT April-June 2019 06/17/2019 6,274.87
Check Total: 6,274.87
Check No: 11480 Check Date: 06/27/2019
Vendor: NIC08 Nicholas Nicholas
01.21.2019 Tuition Reimb.Spring2019 01/21/2019 3,139.65
Check Total: 3,139.65
Check No: 11481 Check Date: 06/27/2019
Vendor: NIC09 Nichols Consulting
2019-98308 Prep of SB 90/State Mandated Cost Claims 06/06/2019 1,179.00
Check Total: 1,179.00
Check No: 11482 Check Date: 06/27/2019
Vendor: OFF05 Office Depot,Inc.
3261727060 File Cabinets 06/07/2019 1,028.72
Check Total: 1,028.72
Check No: 11483 Check Date: 06/27/2019
Vendor: OFF 11 Office Solutions Business Prod
1-01592743 Inkcarts/Towels/Cleaner/Liners 06/18/2019 484.51
I-01587329 Paper/Water/Coffee 06/06/2019 244.10
1-01586609 Envelopes/Binder 06/05/2019 218.33
1-01590382 Envelopes 06/13/2019 141.40
I-01590382 Envelopes 06/13/2019 566.56
I-01589523 Plates/Paper/Tissue 06/11/2019 199.40
I-01594061 Battery 06/20/2019 23.97
I-01592850 Handle 06/18/2019 16.28
1-01585839 Paper Towels/Plates/Cups 06/04/2019 317.74
1-01593598 Binders 06/19/2019 104.51
Check Total: 2,316.80
Check No: 11484 Check Date: 06/27/2019
Vendor: ONE06 One on One Basketball Inc
323040-01 Instructor Pay 6-10 to 6-14-2019 06/18/2019 2,535.00
Check Total: 2,535.00
Check No: 11485 Check Date: 06/27/2019
Vendor: PHO02 Phoenix Group
0520191000 Services May 2019 06/18/2019 964.00
Check Total: 964.00
Check No: 11486 Check Date: 06/27/2019
Vendor: PLA15 PlaceWorks,Inc.
69031 Local Haz Mitigation PlanGrant-May 2019 05/31/2019 1,650.00
Check Total: 1,650.00
Check No: 11487 Check Date: 06/27/2019
Vendor: REA03 Ready Refresh by Nestle
19F0027940 Services 5-15 to 6-14-2019 06/18/2019 70.76
Check Total: 70.76
Check No: 11488 Check Date: 06/27/2019
Vendor: RICO2 Richards Watson&Gershon
222382 Retainer June 2019 06/20/2019 20,500.00
Check Total: 20,500.00
Check No: 11489 Check Date: 06/27/2019
Vendor: SAFIO Safeshred Company,Inc.
306994 Services May 2019 05/31/2019 39.00
Check Total: 39.00
Page 11
City of Seal Beach Accounts Payable Printed:07/12/2019 14:20
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11490 Check Date: 06/27/2019
Vendor: SCE01 Southern Calif.Edison
2024049330 Services 5-20 to 6-19-2019 06/20/2019 14.12
2278053483 Services 5-20 to 6-19-2019 06/20/2019 10.99
2257328971 Services 5-20 to 6-19-2019 06/20/2019 515.99
2277171120 Services 5-20 to 6-19-2019 06/20/2019 10.99
2024029720 Services 5-15 to 6-14-2019 06/18/2019 1,338.91
2024029720 Services 5-15 to 6-14-2019 06/18/2019 50.43
Check Total: 1,941.43
Check No: 11491 Check Date: 06/27/2019
Vendor: SIE09 Siemens Industry,Inc.
5610162064 Traffic Signal Maint May 2019 06/07/2019 1,382.25
5620025035 Traffic Signal Calls Out May 2019 06/07/2019 1,077.00
Check Total: 2,459.25
Check No: 11492 Check Date: 06/27/2019
Vendor: S0008 So.California Gas Co.
0895101070 Services 5-20 to 6-19-2019 06/21/2019 31.61
0895096603 Services 5-20 to 6-19-2019 06/21/2019 44.79
0811316591 Services 5-20 to 6-19-2019 06/21/2019 19.57
1483098500 Services 5-20 to 6-19-2019 06/21/2019 201.32
0349094500 Services 5-17 to 6-18-2019 06/20/2019 29.72
1208091900 Services 5-16 to 6-17-2019 06/19/2019 50.00
0349464457 Services 5-20 to 6-19-2019 06/21/2019 23.95
0811937654 Services 5-17 to 6-18-2019 06/20/2019 17.36
0286095705 Services 5-17 to 6-18-2019 06/20/2019 28.33
0643098600 Services 5-20 to 6-19-2019 06/21/2019 111.82
0391095700 Services 5-16 to 6-18-2019 06/20/2019 47.16
1672096500 Services 5-20 to 6-19-2019 06/21/2019 18.79
1630098500 Services 5-20 to 6-19-2019 06/21/2019 19.77
Check Total: 644.19
Check No: 11493 Check Date: 06/27/2019
Vendor: SYNO5 SYNOPTEK
1160027 1 Nimble SAN Support-4 Hour Parts Deli 06/19/2019 5,664.75
1158931 Web Filter End-User Services($402.50) 06/01/2019 632.50
1159406 5 Dell 23-inch E2318H Monitor 5 CED15-35 06/07/2019 705.94
1159405 Pier Deck Utility Upgrade Proj\Pier De 06/07/2019 235.18
1160026 8 Labor to Repair Point to Point Fiber- 06/19/2019 145.51
Check Total: 7,383.88
Check No: 11494 Check Date: 06/27/2019
Vendor: TCTI The Counseling Team Internatio
72575 Services May 2019 06/10/2019 1,000.00
Check Total: 1,000.00
Check No: 11495 Check Date: 06/27/2019
Vendor: TGA01 BE 8,LLC
323100-03 Instructor Pay 6-3 to 6-14-2019 06/18/2019 1,294.80
Check Total: 1,294.80
Check No: 11496 Check Date: 06/27/2019
Vendor: THORNE Kelsey Thorne
W 18251 Refund for Community Gardens 06/19/2019 75.00
Check Total: 75.00
Check No: 11497 Check Date: 06/27/2019
Vendor: TRU01 ALS-Truesdail Laboratories,I
521902515 Monthly Well Drinking Water 5-1-2019 05/09/2019 118.20
521900332 Weekly Drinking Water 1-23-2019 01/29/2019 186.25
521901494 Monthly Well Drinking Water 3-6-2019 03/14/2019 101.35
521902517 Quarterly Dring Water 5-1-2019 05/09/2019 30.00
521902519 Quarterly Drinking Water 5-1-2019 05/09/2019 681.25
521902000 Monthly Well Drinking Water 4-3-2019 04/10/2019 58.35
521902176 Weekly Drinking Water 4-10-19 04/18/2019 186.25
521902743 Weekly Drinking Water 5-15-2019 05/23/2019 186.25
521902642 Weekly Drinking Water 5-8-2019 05/17/2019 186.25
521902888 Weekly Drinking Water 5-22-2019 05/29/2019 186.25
Page 12
City of Seal Beach Accounts Payable Printed:07/12/2019 14:20
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
521901504 Weekly Drinking Water 3-6-2019 03/12/2019 186.25
521900789 Weekly Drinking Water 1-30-2019 02/07/2019 186.25
521901999 Weekly Drinking Water 4-3-2019 04/08/2019 186.25
521901597 Weekly Drinking Water 3-13-2019 03/19/2019 186.25
521901968 Weekly Drinking Water 3-27-2019 04/04/2019 186.25
521901715 Weekly Drinking Water 3-20-2019 03/25/2019 186.25
521902251 Weekly Drinking Water 4-17-2019 04/24/2019 186.25
521902516 Weekly Drinking Water 5-01-2019 05/09/2019 186.25
521902458 Weekly Drinking Water 4-24-2019 05/03/2019 186.25
Check Total: 3,596.65
Check No: 11498 Check Date: 06/27/2019
Vendor: TUNSTALL Edward Tunstall
SB1904 Services KG 06/19/2019 800.00
Check Total: 800.00
Check No: 11499 Check Date: 06/27/2019
Vendor: VER13 Vermont Systems Inc.
63184 Key Fob Passes 06/25/2019 887.00
Check Total: 887.00
Check No: 11500 Check Date: 06/27/2019
Vendor: VOL02 United Volleyball Supply LLC
118508 Tax for Invoice 118508 05/27/2019 74.30
Check Total: 74.30
Check No: 11501 Check Date: 06/27/2019
Vendor: WELL17 Wells Fargo
1709916 Admin Charges 6-20-18 to 6-19-2019 06/10/2019 3,000.00
1709916 Admin Charges 6-20-18 to 6-19-2019 06/10/2019 3,000.00
1709916 Admin Charges 6-20-18 to 6-19-2019 06/10/2019 3,000.00
Check Total: 3,000.00
Check No: 11502 Check Date: 06/27/2019
Vendor: WES77 West Marine Products Inc./We
006070 Fendr-Rnd 06/18/2019 108.00
002247 Credit/Return Fendr-Rnd 06/15/2019 103.59
Check Total: 4.41
Check No: 11503 Check Date: 06/27/2019
Vendor: WGZOI W.G.Zimmerman Engineer.
19-05-763 On call traffic engineering services and 06/05/2019 1,260.00
Check Total: 1,260.00
Date Totals: 376,634.57
Report Total: 597,148.45
Page 13
City of Seal Beach
Fiscal Year 2020
Warrant Listing for Council Meeting July 22,2019
Approve by Minute Order Demands on Treasury:
Warrants-A/P:11504- 11751 3,132,423.75 Year-to-Date: $ 3,362,283.01
Wells Fargo 123,391.03
Calpers 106,468.23
3,362,283.01
Payroll: Year-to-Date: $ 560,150.44
Payroll Direct Deposit 373,543.03
Payroll State&Federal Taxes 97,262.95
Payroll PERS 88,326.78
City of Seal Beach Flex Spending 1,017.68
Total Payroll: 560,150.44
Note: Year-to-date amounts are actual cash disbursements and do not reflect actual expenditures
due to year-end accruals.
Respectfully submitted by:
nn
L1F , tit 17 2019
Victoria L.Beatley 1 Date
Director of Finance/City Treasurer
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11504 Check Date: 07/01/2019
Vendor: ALL26 Alliant Insurance Services,In
ACIP154 Services 7-1-2019 to 7-1-2020 05/23/2019 2,736.00
Check Total: 2,736.00
Check No: 11505 Check Date: 07/01/2019
Vendor: AME14 American Water Works Assoc.
7001696955 Membership 8-1-19 to 7-31-2020-Myrter 04/24/2019 277.00
Check Total: 277.00
Check No: 11506 Check Date: 07/01/2019
Vendor: ANT0I Anthem Blue Cross
000609765D Services July 2019 06/17/2019 192.69
000609765D Services July 2019 06/17/2019 115.62
000609765D Services July 2019 06/17/2019 578.05
000609765D Services July 2019 06/17/2019 385.37
000609765D Services July 2019 06/17/2019 693.66
000609765D Services July 2019 06/17/2019 57.81
000609765D Services July 2019 06/17/2019 1,196.81
000609765D Services July 2019 06/17/2019 192.68
000609765D Services July 2019 06/17/2019 96.34
000609765D Services July 2019 06/17/2019 770.74
Check Total: 4,279.77
Check No: 11507 Check Date: 07/01/2019
Vendor: CAL142 Calpacs
W18637 2019-20 Membership Renewal 06/20/2019 275.00
Check Total: 275.00
Check No: 11508 Check Date: 07/01/2019
Vendor: CAL80 CALIFORNIA JPIA
PRIMOI 713 Annual Contribution 2019-20 Workers Comp 05/06/2019 640,875.00
ENVIR00928 Pollution Liability Ins 2019-20 05/15/2019 7,690.00
SEALBOI All Risk Property Ins.7-1-19 to7-1-2020 05/15/2019 290,171.00
PRIM01713 Annual Contribution 2019-20 Liability 05/06/2019 983,281.00
PRIM01713 Annual Contribution 2019-20 Ajustment 05/06/2019 64,690.00
PRIM01713 Annual Contribution 2019-20 Ajustment 05/06/2019 42,659.00
Check Total: 1,944,048.00
Check No: 11509 Check Date: 07/01/2019
Vendor: CALP02 Calpers Education Forum
W8N55B346Q Educational Forum 2019-Hoang 07/01/2019 449.00
P3N68GFK66 Educational Forum 2019-Ralsten 07/01/2019 449.00
Check Total: 898.00
Check No: 11510 Check Date: 07/01/2019
Vendor: CAP II CAPE
07830 Membership Renewal-Eisenhauer 05/14/2019 50.00
Check Total: 50.00
Check No: 11511 Check Date: 07/01/2019
Vendor: CCMF California City Management Fou
WI8631 19/20 Membership Dues/Ingram 06/27/2019 400.00
Check Total: 400.00
Check No: 11512 Check Date: 07/01/2019
Vendor: CITOI City Of Cypress
12035 West-Comm 19/20-First Installment 06/19/2019 301,905.01
Check Total:301,905.01
Check No: 11513 Check Date: 07/01/2019
Vendor: CITO4 City Of Long Beach
20732 Services July 2019 07/01/2019 306.11
Check Total: 306.11
Check No: 11514 Check Date: 07/01/2019
Vendor: CPCA02 CPCA
12601 Membership Renewal 19/20-Bowles 05/01/2019 145.00
12600 Membership Renewal 19/20-Gonshak 05/01/2019 145.00
Check Total: 290.00
Page I
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11515 Check Date: 07/01/2019
Vendor: DATO7 Data matic,Inc.
INV 1793 Services 7-1-19 to 6-30-2020 05/31/2019 4,497.06
Check Total: 4,497.06
Check No: 11516 Check Date: 07/01/2019
Vendor: FAR8 Farmers&Merchants Bank
67-12501-C Rent July 2019 07/01/2019 951.93
Check Total: 951.93
Check No: 11517 Check Date: 07/01/2019
Vendor: HOLMA Holman Family Counseling Inc.
INV 1023753 Service July 2019 07/01/2019 102.12
Check Total: 102.12
Check No: 11518 Check Date: 07/01/2019
Vendor: HOT02 Hotschedules.com,Inc.
883947 Services July 2019 06/03/2019 142.54
Check Total: 142.54
Check No: 11519 Check Date: 07/01/2019
Vendor: HUN17 Hunter System Group,Inc.
HSG-7354 Services 7-1-19 to 6-30-2020 07/01/2019 299.00
Check Total: 299.00
Check No: 11520 Check Date: 07/01/2019
Vendor: MCIO1 MCI Comm Services
7DL26042/7 Services July 2019 06/11/2019 36.16
7N484178/7 Services July 2019 06/19/2019 36.49
Check Total: 72.65
Check No: 11521 Check Date: 07/01/2019
Vendor: OCCO1 OCCMA
W18630 19/20 Membership-Ingram 06/24/2019 387.00
Check Total: 387.00
Check No: 11522 Check Date: 07/01/2019
Vendor: ORA65 Orange County Sheriff's Dept.
W18392 Registration Drivers Force Simulator 06/26/2019 147.20
Check Total: 147.20
Check No: 11523 Check Date: 07/01/2019
Vendor: SCAG SCAG
5.08.2019 2019/20-Dues 05/08/2019 2,963.00
Check Total: 2,963.00
Check No: 11524 Check Date: 07/01/2019
Vendor: SCE06 Southern California Edison
7700981520 Operating Rent-7-1-19 to 6-30-2020 07/01/2019 601.00
Check Total: 601.00
Check No: 11525 Check Date: 07/01/2019
Vendor: SEA11 Seal Beach Animal Care Center
6.13.2019 Services July-September 2019 06/13/2019 2,250.00
Check Total: 2,250.00
Check No: 11526 Check Date: 07/01/2019
Vendor: SYNO5 SYNOPTEK
1158932 Help Desk Services July 2019 06/01/2019 20,204.25
Check Total: 20,204.25
Check No: 11527 Check Date: 07/01/2019
Vendor: TIM04 Time Warner Cable LLC
0010799061 Services 6-18 to 7-17-2019 06/19/2019 106.60
0212676062 Services 6-23 to 7-22-2019 06/23/2019 260.95
0232559061 Services 6-18 to 7-17-2019 06/19/2019 690.44
0270666061 Services 6-19 to 7-18-2019 06/19/2019 108.73
Check Total: 1,166.72
Check No: 11528 Check Date: 07/01/2019
Vendor: VER13 Vermont Systems Inc.
62587 Services 7-1-19 to 6-30-2019 06/01/2019 4,660.00
Check Total: 4,660.00
Page 2
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11529 Check Date: 07/01/2019
Vendor: AHU01 Ahumada,Raul
W 18638-I Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 420.63
Check Total: 420.63
Check No: 11530 Check Date: 07/01/2019
Vendor: BEN08 Ginger Bennington/Acct 0132966989
WI8638-2 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 157.63
Check Total: 157.63
Check No: 11531 Check Date: 07/01/2019
Vendor: Brayton Tom Brayton
W18638-3 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 351.00
Check Total: 351.00
Check No: 11532 Check Date: 07/01/2019
Vendor: BUZ01 Gary Buzzard .Acct 0827310962
W 18638-4 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 462.74
Check Total: 462.74
Check No: 11533 Check Date: 07/01/2019
Vendor: Chauncey Stephen Chauncey.Acct 10-200036012968
W 18638-5 Retiree Health Ins Reimb.July 2019 07/01/20 19 Retiree 617.78
Check Total: 617.78
Check No: 11534 Check Date: 07/01/2019
Vendor: D'AOl Sam D'amico
W18638-6 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 653.66
Check Total: 653.66
Check No: 11535 Check Date: 07/01/2019
Vendor: Davi Dan Davis
W 18638-8 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 145.63
Check Total: 145.63
Check No: 11536 Check Date: 07/01/2019
Vendor: DOR04 Daniel Dorsey
W 18638-7 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 498.00
Check Total: 498.00
Check No: 11537 Check Date: 07/01/2019
Vendor: ELL05 Jerry Ellison Acct 1-534-6679-7468
WI8638-9 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 54.78
Check Total: 54.78
Check No: 11538 Check Date: 07/01/2019
Vendor: FEE01 Charles Feenstra
W 18638-10 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 85.53
Check Total: 85.53
Check No: 11539 Check Date: 07/01/2019
Vendor: Follweil Jo Ellen Perry
W18638-II Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 450.43
Check Total: 450.43
Check No: 11540 Check Date: 07/01/2019
Vendor: Frey Randy Frey
W18638-12 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 614.78
Check Total: 614.78
Check No: 11541 Check Date: 07/01/2019
Vendor: Fri005 Leonard Frisbie
W18638-13 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 106.00
Check Total: 106.00
Check No: 11542 Check Date: 07/01/2019
Vendor: GAR18 Lee Gardner
W18638-27 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree Health 224.41
Check Total: 224.41
Check No: 11543 Check Date: 07/01/2019
Vendor: Gar27 Kenneth Garrett
W18638-14 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 639.01
Check Total: 639.01
Page 3
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11544 Check Date: 07/01/2019
Vendor: GOROI Marcia Gordon
W 18638-15 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 377.00
Check Total: 377.00
Check No: 11545 Check Date: 07/01/2019
Vendor: Gro08 James F.Groos Acct#1354
W18638-16 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 79.00
Check Total: 79.00
Check No: 11546 Check Date: 07/01/2019
Vendor: Guidry Jacqueline Guidry
W18638-17 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 163.37
Check Total: 163.37
Check No: 11547 Check Date: 07/01/2019
Vendor: HAGEN01 Don Hagen Acct#2808091165
W18638-18 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 163.37
Check Total: 163.37
Check No: 11548 Check Date: 07/01/2019
Vendor: HAL03 Michele Hall
W18638-19 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 650.29
Check Total: 650.29
Check No: 11549 Check Date: 07/01/2019
Vendor: HAR34 Darrell Hardin Acct#0359341880
W18638-20 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 511.48
Check Total: 511.48
Check No: 11550 Check Date: 07/01/2019
Vendor: HEG01 Cheryl Heggstrom
W 18638-21 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 47.00
Check Total: 47.00
Check No: 11551 Check Date: 07/01/2019
Vendor: JOHIO James Johnson Acct#5331706886
W18638-22 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 1,076.65
Check Total: 1,076.65
Check No: 11552 Check Date: 07/01/2019
Vendor: Kling Helen Kling
W18638-23 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 275.71
Check Total: 275.71
Check No: 11553 Check Date: 07/01/2019
Vendor: KROGMAN Gary Krogman
W18638-24 Retiree Health Ins Reimb.July 2019 07/01/2019 430.62
Check Total: 430.62
Check No: 11554 Check Date: 07/01/2019
Vendor: LaVelle Ronald LaVelle
WI8638-25 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree Health 1,009.79
Check Total: 1,009.79
Check No: 11555 Check Date: 07/01/2019
Vendor: Law41 Ronald Lawson
W18638-26 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 206.00
Check Total: 206.00
Check No: 11556 Check Date: 07/01/2019
Vendor: Lindasu Lindasu McDonald Acct 7987850281
W18638-28 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 854.82
Check Total: 854.82
Check No: 11557 Check Date: 07/01/2019
Vendor: MAI Jill Maiten
W18638-29 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 218.99
Check Total: 218.99
Check No: 11558 Check Date: 07/01/2019
Vendor: Masankay Norberto Masangkay
W18638-30 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 189.64
Check Total: 189.64
Page 4
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11559 Check Date: 07/01/2019
Vendor: MCGO1 Kathleen McGlynn
W18638-31 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 301.67
Check Total: 301.67
Check No: 11560 Check Date: 07/01/2019
Vendor: MILLER01 Joseph Miller IV
W18638-32 Retiree Health Ins Reimb.July 2019 07/01/2019 1,355.48
Check Total: 1,355.48
Check No: 11561 Check Date: 07/01/2019
Vendor: MOU01 Moulton,Kay
W18638-33 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 311.97
Check Total: 311.97
Check No: 11562 Check Date: 07/01/2019
Vendor: MUL02 Mullins,Robert
W18638-34 Retiree Health Ins Reimb.July 2019 07/01/2019 1,076.65
Check Total: 1,076.65
Check No: 11563 Check Date: 07/01/2019
Vendor: NET03 James E.Nettleton
W18638-35 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 498.09
Check Total: 498.09
Check No: 11564 Check Date: 07/01/2019
Vendor: Olson Timothy Olson
W18638-36 Retiree Health Ins Reimb.July 2019 07/01/2019 989.81
Check Total: 989.81
Check No: 11565 Check Date: 07/01/2019
Vendor: PAA01 Rick Paap
W18638-37 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 99.63
Check Total: 99.63
Check No: 11566 Check Date: 07/01/2019
Vendor: PAL05 Marcie Palmitier
W18638-38 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 224.41
Check Total: 224.41
Check No: 11567 Check Date: 07/01/2019
Vendor: PIC06 Stacy Picascia
W18638-39 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 258.83
Check Total: 258.83
Check No: 11568 Check Date: 07/01/2019
Vendor: RAN03 Ransdell,Rick
W18638-40 Retiree Health Ins Reimb.July 2019 07/01/2019 704.90
Check Total: 704.90
Check No: 11569 Check Date: 07/01/2019
Vendor: Risinger Mark Risinger
W18638-41 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 1,197.20
Check Total: 1,197.20
Check No: 11570 Check Date: 07/01/2019
Vendor: R0001 Dennis Root Acct#2858968270
W18638-42 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 653.66
Check Total: 653.66
Check No: 11571 Check Date: 07/01/2019
Vendor: SCOTTO3 John Scott
W18638-43 Retiree Health Ins Reimb.July 2019 07/01/2019 1,351.92
Check Total: 1,351.92
Check No: 11572 Check Date: 07/01/2019
Vendor: SERNA Serna,Paul
W18638-44 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree Health 468.79
Check Total: 468.79
Check No: 11573 Check Date: 07/01/2019
Vendor: SHI01 Vicki Shirley
W18638-45 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 122.78
Check Total: 122.78
Page 5
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11574 Check Date: 07/01/2019
Vendor: SIDES Pam Sides
W 18638-46 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 163.37
Check Total: 163.37
Check No: 11575 Check Date: 07/01/2019
Vendor: STA04 Steve Staley Acct#51699-00-6
W18638-47 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 258.83
Check Total: 258.83
Check No: 11576 Check Date: 07/01/2019
Vendor: STA57 Robert Stanzione
W18638-48 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 240.83
Check Total: 240.83
Check No: 11577 Check Date: 07/01/2019
Vendor: STE04 Michele Stearns
W18638-49 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree Health 156.99
Check Total: 156.99
Check No: 11578 Check Date: 07/01/2019
Vendor: STI01 Stephanie Stinson
W18638-50 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 95.64
Check Total: 95.64
Check No: 11579 Check Date: 07/01/2019
Vendor: STO05 Steve Stockett
W18638-51 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 366.53
Check Total: 366.53
Check No: 11580 Check Date: 07/01/2019
Vendor: SUL07 Patrick Sullivan
W18638-52 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 482.84
Check Total: 482.84
Check No: 11581 Check Date: 07/01/2019
Vendor: VANO2 David Van Holt
W18638-53 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 109.78
Check Total: 109.78
Check No: 11582 Check Date: 07/01/2019
Vendor: Vilensky Kevin Vilensky
W18638-54 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 163.37
Check Total: 163.37
Check No: 11583 Check Date: 07/01/2019
Vendor: WACO2 John Wachtman
W18638-55 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 584.82
Check Total: 584.82
Check No: 11584 Check Date: 07/01/2019
Vendor: WALTON Karen Walton
W18638-56 Retiree Health Ins Reimb.July 2019 07/01/2019 977.88
Check Total: 977.88
Check No: 11585 Check Date: 07/01/2019
Vendor: Watson02 Jeff Watson
W18638-57 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 376.76
Check Total: 376.76
Check No: 11586 Check Date: 07/01/2019
Vendor: WHI16 Lee Whittenberg
W18638-58 Retiree Health Ins Reimb.July 2019 07/01/2019 Retire 584.82
Check Total: 584.82
Check No: 11587 Check Date: 07/01/2019
Vendor: ZAH03 Michael Zaharas
W18638-59 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 158.78
Check Total: 158.78
Check No: 11588 Check Date: 07/01/2019
Vendor: ZANOI Dean Zanone
W18638-60 Retiree Health Ins Reimb.July 2019 07/01/2019 Retiree 335.00
Check Total: 335.00
Page 6
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Date Totals: 2,320,317.13
Check No: 11589 Check Date: 07/03/2019
Vendor: 231 231 Seal Beach LLC
W18695 Refund-Incorrectly Charged for SCF 06/25/2019 212.50
Check Total: 212.50
Check No: 11590 Check Date: 07/03/2019
Vendor: AFLO1 AFLAC
086571 Services June 2019 06/11/2019 2,183.27
Check Total: 2,183.27
Check No: 11591 Check Date: 07/03/2019
Vendor: AKM01 AKM Consulting Engineers
0010033 6th St Alley Sewer Repair Thru 5-31-19 06/03/2019 11,087.50
0010022 6th St Alley Sewer Repair Thru 4-26-19 05/23/2019 15,272.08
0010033 6th St Alley Sewer Repair Thru 5-31-19 06/03/2019 11,087.50
0010022 6th St Alley Sewer Repair Thru 4-26-19 05/23/2019 15,272.09
Check Total: 52,719.17
Check No: 11592 Check Date: 07/03/2019
Vendor: AME73 American Elevator Services Inc
S120475 Services May 2019 06/01/2019 90.00
Check Total: 90.00
Check No: 11593 Check Date: 07/03/2019
Vendor: AME84 Americas Printer.com
1162365 Business Cards/Fait/Lee 05/29/2019 38.69
1162365 Business Cards/Fowler 05/29/2019 22.73
Check Total: 61.42
Check No: 11594 Check Date: 07/03/2019
Vendor: ARA05 Aramark Uniform Services
534294689 Scraper Mat 06/06/2019 44.13
534294690 Scraper Mat 06/06/2019 34.07
534294690 Scraper Mat 06/06/2019 34.07
534294689 Scraper Mat 06/06/2019 44.14
Check Total: 156.41
Check No: 11595 Check Date: 07/03/2019
Vendor: BAR21 Bob Barker Company
WEB0006110 Orange Shirts/Trousers 06/19/2019 370.81
Check Total: 370.81
Check No: 11596 Check Date: 07/03/2019
Vendor: BEL11 Belfor USA Group Inc.
1260623 Services at Sunset Aquatic Park 06/14/2019 1,350.00
Check Total: 1,350.00
Check No: 11597 Check Date: 07/03/2019
Vendor: CITO4 City Of Long Beach
17219 Services June 2019 06/01/2019 306.11
Check Total: 306.11
Check No: 11598 Check Date: 07/03/2019
Vendor: COL36 CMY
6.28.2019 Services 6-24 to 6-28-2019 06/28/2019 2,349.28
Check Total: 2,349.28
Check No: 11599 Check Date: 07/03/2019
Vendor: COM32 Commercial Door of Orange Coon
23973 Service Library Doors 05/31/2019 484.38
Check Total: 484.38
Check No: 11600 Check Date: 07/03/2019
Vendor: COM46 Commercial Aquatic Services
119-2684 Chemicals Delivered 6-10-2019 06/10/2019 462.82
Check Total: 462.82
Check No: 11601 Check Date: 07/03/2019
Vendor: DANO2 Brenda Danielson
60 Services June 2019 07/01/2019 3,600.00
60 Services June 2019 07/01/2019 5,049.91
Page 7
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
60 Services June 2019 07/01/2019 1,548.00
Check Total: 10,197.91
Check No: 11602 Check Date: 07/03/2019
Vendor: DELOI Delta Elevator
0519-560 Services May 2019 05/31/2019 213.32
Check Total: 213.32
Check No: 11603 Check Date: 07/03/2019
Vendor: EDWARDsO Kevin Edwards
W18391 Reimburse Cameras for Jail 06/25/2019 449.93
Check Total: 449.93
Check No: 11604 Check Date: 07/03/2019
Vendor: EMPO9 Empire Safety&Supply
0100901-IN Microflex Midknight exam gloves,nitrile 06/11/2019 414.54
0100901-IN Microflex Midknight exam gloves,nitrile 06/11/2019 414.53
Check Total: 829.07
Check No: 11605 Check Date: 07/03/2019
Vendor: EVER02 Eversoft Inc.
R1956873 E96 Rental 07/01/2019 146.63
Check Total: 146.63
Check No: 11606 Check Date: 07/03/2019
Vendor: HF& HF&H Consultants LLC
9716386 Contract Analysis-Solid Waste May 2019 06/07/2019 563.25
Check Total: 563.25
Check No: 11607 Check Date: 07/03/2019
Vendor: HIG02 Highway Safety,Inc.
89403 Repairs to message board as per quote#2 06/04/2019 1,980.67
Check Total: 1,980.67
Check No: 11608 Check Date: 07/03/2019
Vendor: IRVO5 Irvine Valley Air Conditioning
1335532 Accumulator replacement and service to A 05/16/2019 2,370.42
Check Total: 2,370.42
Check No: 11609 Check Date: 07/03/2019
Vendor: MOR02 Morrison Tire Inc.
268586 Tires 06/10/2019 741.37
Check Total: 741.37
Check No: 11610 Check Date: 07/03/2019
Vendor: NAPOI Napa Auto Parts
4126-44593 Disc Brake Pads 06/11/2019 67.59
4126-44577 Oil Filters/Air Filters 06/10/2019 41.63
4126-44368 Oil Filters/Air Filters 05/23/2019 127.09
4126-44554 Wipers 06/07/2019 104.28
4126-44582 LED U80 06/11/2019 32.74
Check Total: 373.33
Check No: 11611 Check Date: 07/03/2019
Vendor: OFF1O OFFICETEAM
53659859 Services 6-14-19/Tegeler 06/17/2019 580.00
53707721 Services 6-21-19/Tegeler 06/24/2019 484.59
53707721 Services 6-21-19/Tegeler 06/24/2019 484.59
53659859 Services 6-14-19/Tegeler 06/17/2019 580.00
Check Total: 2,129.18
Check No: 11612 Check Date: 07/03/2019
Vendor: OFF11 Office Solutions Business Prod
I-01587408 Sponges/Tape/Plates/Detergent 06/06/2019 68.32
I-01587408 Sponges/Tape/Plates/Detergent 06/06/2019 68.32
Check Total: 136.64
Check No: 11613 Check Date: 07/03/2019
Vendor: ONP05 On Point Exterminating Inc
1533 Services 820 Ocean 01/18/2019 700.00
Check Total: 700.00
Page 8
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11614 Check Date: 07/03/2019
Vendor: PFM PFM Asset Management LLC
SMA-M0519- Investment advisory Services May 2019 05/31/2019 2,280.70
Check Total: 2,280.70
Check No: 11615 Check Date: 07/03/2019
Vendor: PRO20 ProForce Law Enforcement
379018 PG22507-Glock M22 G4 40SW PST GNS 3MAG 06/11/2019 1,762.79
Check Total: 1,762.79
Check No: 11616 Check Date: 07/03/2019
1 Vendor: RICO2 Richards Watson&Gershon
221990 Services April 2019 05/28/2019 3,833.94
221989 Services April 2019 05/28/2019 9,892.68
221988 Services April 2019 05/28/2019 4,663.97
221987 Services April 2019 05/28/2019 125.05
222387 Services May 2019 06/20/2019 79.05
222386 Services May 2019 06/20/2019 4,071.11
222385 Services May 2019 06/20/2019 2,744.79
221592 Services March 2019 04/30/2019 80.76
221991 Services April 2019 05/28/2019 85.05
221608 Services March 2019 04/30/2019 300.00
221606 Services March 2019 04/30/2019 60.45
221992 Services April 2019 05/28/2019 310.00
221593 Services March 2019 04/30/2019 2,052.75
221609 Services March 2019 04/30/2019 27.63
221607 Services March 2019 04/30/2019 2,134.36
222384 Services May 2019 06/20/2019 2,449.00
222383 Services May 2019 06/20/2019 87.37
Check Total: 32,997.96
Check No: 11617 Check Date: 07/03/2019
Vendor: SIM17 Simplus Management Corporation
2772 Pier Deck Utility Upgrade Proj-May 2019 05/31/2019 57,147.73
Check Total: 57,147.73
Check No: 11618 Check Date: 07/03/2019
Vendor: SOU71 Southcoast Shortload
605191030 1/2 Rock 2500 PSI 06/05/2019 320.81
Check Total: 320.81
Check No: 11619 Check Date: 07/03/2019
Vendor: STA65 Statewide Traffic Safety and S
02018250 Two(2)each,W1-2(L)24"Left curve ahe 06/06/2019 82.65
02018251 SB Comprehensive Park Mgmt.\SB Compreh 06/06/2019 232.46
02018250 One(I)each,banding tool 06/06/2019 83.65
Check Total: 398.76
Check No: 11620 Check Date: 07/03/2019
Vendor: TIM07 Tim Hogan Graphic Designs
5865 15,000 Consumer Confidence Reports 2019 06/11/2019 3,799.45
Check Total: 3,799.45
Check No: 11621 Check Date: 07/03/2019
Vendor: TUR10 Turtle& Hughes, Inc.
3585064-00 Connector 06/11/2019 32.57
3555039-01 Fish Tape Leader 05/29/2019 35.00
3555039-00 Fish Tape/Scissors 05/28/2019 96.51
3523461-04 Conduit 05/15/2019 28.02
3526974-00 PVC/Conduit 05/09/2019 25.72
3535037-00 Cond Strap/Zipper Bag Canvas 05/14/2019 48.63
3537830-00 Cond Body/Cond Chase 05/16/2019 32.56
3523461-03 Conduit/Elbow 05/14/2019 23.39
3523461-01 PVC Conduit 05/09/2019 30.54
3523461-02 Plypro Rope 05/10/2019 18.18
3529494-00 PVC/Locknut/Conduit 05/10/2019 15.74
3578831-00 Outlet Box/Galvanized Coup 06/07/2019 44.36
Check Total: 431.22
Page 9
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11622 Check Date: 07/03/2019
Vendor: UNI21 United Rentals Northwest,Inc.
169825914- Skid Steer Track Loader 06/17/2019 129.84
169825914- Skid Steer Track Loader/Grapple Bucket 06/15/2019 3,451.53
162856322- Tread Cleaning Plate 06/06/2019 219.33
Check Total: 3,800.70
Check No: 11623 Check Date: 07/03/2019
Vendor: USA04 USA Bluebook
913119 12 each,Flow/roll chart for Navy 06/03/2019 145.49
912861 12 each,Flow/roll chart for Navy 06/03/2019 424.43
Check Total: 569.92
Check No: 11624 Check Date: 07/03/2019
Vendor: WGZO1 W.G.Zimmerman Engineer.
19-05-762 OCTA 405 Widening Coop Agrmt-May 2019 06/05/2019 4,240.60
Check Total: 4,240.60
Check No: 11625 Check Date: 07/03/2019
Vendor: WHI13 Liebert Cassidy Whitmore
1480439 Services May 2019 05/31/2019 385.00
Check Total: 385.00
Date Totals: 189,713.53
Check No: 11626 Check Date: 07/05/2019
Vendor: cea City Employees Associates
PR Batch 14 7 2019 SBMMA Dues-CEA 07/02/2019 73.84
Check Total: 73.84
Check No: 11627 Check Date: 07/05/2019
Vendor: CIT48 SBSPA
PR Batch 14 7 2019 SBSPA Dues(CEA) 07/02/2019 161.56
Check Total: 161.56
Check No: 11628 Check Date: 07/05/2019
Vendor: ICMA Vantagepoint Transfer Agents 302409
PR Batch 14 7 2019 457 Plan Employee Con 07/02/2019 18,471.94
PR Batch 14 7 2019 457 City Contribution 07/02/2019 1,293.85
PR Batch 14 7 2019 457 City Contribution 07/02/2019 3,274.32
Check'Total: 23,040.11
Check No: 11629 Check Date: 07/05/2019
Vendor: OCE01 O.C.E.A.
PR Batch 14 7 2019 OCEA Dues 07/02/2019 255.32
Check Total: 255.32
Check No: 11630 Check Date: 07/05/2019
Vendor: OCSD1 Orange County Sheriffs Depart
PR Batch 14 7 2019 Case No 18WCSC01899 07/02/2019 164.42
Check Total: 164.42
Check No: 11631 Check Date: 07/05/2019
Vendor: PMA Seal Beach Police Management Association
PR Batch 14 7 2019 PMA Dues 07/02/2019 360.00
Check Total: 360.00
Check No: 11632 Check Date: 07/05/2019
Vendor: POA01 Seal Beach Police Officers Assoc
PR Batch 14 7 2019 POA Dues 07/02/2019 1,350.00
Check Total: 1,350.00
Check No: 11633 Check Date: 07/05/2019
Vendor: SBMSMA SBMSMA
PR Batch 14 7 2019 SBMSMA Dues 07/02/2019 34.62
Check Total: 34.62
Check No: 11634 Check Date: 07/05/2019
Vendor: USB US Bank Pars 6746022400
PR Batch 14 7 2019 PARS Employee Portion 07/02/2019 6,315.06
PR Batch 14 7 2019 PARS Employer Portion 07/02/2019 1,324.10
Check Total: 7,639.16
Page 10
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Date Totals: 33,079.03
Check No: 11635 Check Date: 07/11/2019
Vendor: A-1-A A-1-A Security
74742 Services July,Aug,Sept 2019 07/01/2019 165.00
Check Total: 165.00
Check No: 11636 Check Date: 07/11/2019
Vendor: AME03 American Construction
006310 19/20 Membership Renewal-Fait 06/30/2019 67.50
006310 19/20 Membership Renewal-Fait 06/30/2019 67.50
Check Total: 135.00
Check No: 11637 Check Date: 07/11/2019
Vendor: AME90 America's Instant Signs
W18643 Pier Re-Decking Final Phase\Plaque 07/02/2019 800.00
Check Total: 800.00
Check No: 11638 Check Date: 07/11/2019
Vendor: BEN 11 TASC-Client Invoice
IN1546678 Services July 2019 07/01/2019 228.96
Check Total: 228.96
Check No: 11639 Check Date: 07/11/2019
Vendor: COL36 CMY
7.03.2019 Services 7-1 to 7-3-2019 07/03/2019 2,071.68
Check Total: 2,071.68
Check No: 11640 Check Date: 07/11/2019
Vendor: DEL03 Delta Dental of California
BE00346892 Services July 2019 07/01/2019 443.78
BE00346892 Services July 2019 07/01/2019 29.15
BE00346892 Services July 2019 07/01/2019 29.15
BE00346892 Services July 2019 07/01/2019 33.39
BE00346892 Services July 2019 07/01/2019 82.19
BE00346892 Services July 2019 07/01/2019 30.82
BE00346892 Services July 2019 07/01/2019 153.13
BE00346892 Services July 2019 07/01/2019 3,372.27
BE00346892 Services July 2019 07/01/2019 51.37
BE00346892 Services July 2019 07/01/2019 2,565.06
BE00346892 Services July 2019 07/01/2019 39.42
BE00346892 Services July 2019 07/01/2019 341.92
BE00346892 Services July 2019 07/01/2019 574.14
BE00346892 Services July 2019 07/01/2019 51.37
BE00346892 Services July 2019 07/01/2019 72.03
BE00346892 Services July 2019 07/01/2019 37.32
BE00346892 Services July 2019 07/01/2019 72.64
BE00346892 Services July 2019 07/01/2019 79.46
BE00346892 Services July 2019 07/01/2019 220.35
BE00346892 Services July 2019 07/01/2019 78.41
BE00346892 Services July 2019 07/01/2019 56.75
BE00346892 Services July 2019 07/01/2019 91.69
BE00346892 Services July 2019 07/01/2019 41.34
BE00346892 Services July 2019 07/01/2019 395.06
BE00346892 Services July 2019 07/01/2019 165.28
BE00346892 Services July 2019 07/01/2019 425.26
Check Total: 9,532.75
Check No: 11641 Check Date: 07/11/2019
Vendor: DEL04 Delta Dental Insurance Company
BE00346612 Services July 2019 07/01/2019 79.71
BE00346612 Services July 2019 07/01/2019 7.84
BE00346612 Services July 2019 07/01/2019 38.70
BE00346612 Services July 2019 07/01/2019 26.19
BE00346612 Services July 2019 07/01/2019 317.76
BE00346612 Services July 2019 07/01/2019 217.20
BE00346612 Services July 2019 07/01/2019 26.35
Page 11
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
BE00346612 Services July 2019 07/01/2019 47.49
BE00346612 Services July 2019 07/01/2019 4.34
BE00346612 Services July 2019 07/01/2019 10.86
BE00346612 Services July 2019 07/01/2019 43.44
BE00346612 Services July 2019 07/01/2019 45.72
Check Total: 865.60
Check No: 11642 Check Date: 07/11/2019
Vendor: DIRO9 DIRECTV
3642875019 Services 6-26 to 7-25-2019 06/27/2019 145.98
3644570196 Services 7-1 to 7-31-2019 07/02/2019 174.22
3642982245 Services 6-27 to 7-26-2019 06/28/2049 223.98
Check Total: 544.18
Check No: 11643 Check Date: 07/11/2019
Vendor: FOR®Robin Forte-Lincke
W18697 TV Origination Services Payment# 1 07/03/2019 1,453.50
Check Total: 1,453.50
Check No: 11644 Check Date: 07/11/2019
Vendor: FROO2 Frontier Communications
5625988560 Services 6-28 to 7-27-2019 06/28/2019 55.09
2130334822 Services 7-4 to 8-3-2019 07/04/2019 443.59
5624316879 Services 6-25 to 7-24-2019 06/25/2019 113.66
5625962778 Services 7-2 to 8-1-2019 07/02/2019 69.79
5625986069 Services 6-25 to 7-24-2019 06/25/2019 113.66
Check Total: 795.79
Check No: 11645 Check Date: 07/11/2019
Vendor: GTT GTT Communications,Inc.
INV2390944 Services Aug 2019 07/01/2019 111.89
INV2398035 Services July 2019 07/01/2019 627.75
INV2397766 Services July 2019 07/01/2019 763.67
Check Total: 1,503.31
Check No: 11646 Check Date: 07/11/2019
Vendor: IMSA IMSA
W18587 Membership Renewal-Moran 07/03/2019 100.00
Check Total: 100.00
Check No: 11647 Check Date: 07/11/2019
Vendor: LON28 Long Beach Transit
City_SB FY Fixed Route Services-FY 2020 07/01/2019 10,000.00
Check Total: 10,000.00
Check No: 11648 Check Date: 07/11/2019
Vendor: MMASC MMASC
6.10.2019 Membership Renewal-Gallegos 06/10/2019 85.00
Check Total: 85.00
Check No: 11649 Check Date: 07/11/2019
Vendor: ORA I O County of Orange
CGA 19200029 FY 19/20 LAFCO Costs 07/01/2019 4,917.44
Check Total: 4,917.44
Check No: 11650 Check Date: 07/11/2019
Vendor: STA01 Standard Insurance Co.Rb
6430520002 Services July 2019 06/14/2019 5.86
Check Total: 5.86
Check No: 11651 Check Date: 07/11/2019
Vendor: STA30 State of California
W16892 Jr Guard Field Trip 7-31-2019 07/08/2019 372.75
Check Total: 372.75
Check No: 11652 Check Date: 07/11/2019
Vendor: STA53 Standard Insurance Company
6430520003 Services July 2019 07/01/2019 103.71
6430520003 Services July 2019 07/01/2019 20.06
6430520003 Services July 2019 07/01/2019 20.06
6430520003 Services July 2019 07/01/2019 107.14
6430520003 Services July 2019 07/01/2019 279.99
Page 12
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
6430520003 Services July 2019 07/01/2019 517.84
6430520003 Services July 2019 07/01/2019 50.63
6430520003 Services July 2019 07/01/2019 62.46
6430520003 Services July 2019 07/01/2019 261.45
6430520003 Services July 2019 07/01/2019 68.05
6430520003 Services July 2019 07/01/2019 67.50
6430520003 Services July 2019 07/01/2019 2,165.47
6430520003 Services July 2019 07/01/2019 49.29
6430520003 Services July 2019 07/01/2019 43.61
6430520003 Services July 2019 07/01/2019 32.98
6430520003 Services July 2019 07/01/2019 132.17
6430520003 Services July 2019 07/01/2019 84.64
6430520003 Services July 2019 07/01/2019 63.56
6430520003 Services July 2019 07/01/2019 123.32
6430520003 Services July 2019 07/01/2019 372.86
6430520001 Services July 2019 07/01/2019 4.97
6430520001 Services July 2019 07/01/2019 22.90
6430520003 Services July 2019 07/01/2019 56.02
6430520001 Services July 2019 07/01/2019 14.90
6430520001 Services July 2019 07/01/2019 10.38
6430520001 Services July 2019 07/01/2019 23.18
6430520001 Services July 2019 07/01/2019 8.95
6430520003 Services July 2019 07/01/2019 58.92
6430520001 Services July 2019 07/01/2019 31.40
6430520001 Services July 2019 07/01/2019 71.78
6430520001 Services July 2019 07/01/2019 59.16
6430520001 Services July 2019 07/01/2019 474.45
6430520001 Services July 2019 07/01/2019 14.63
6430520001 Services July 2019 07/01/2019 43.95
6430520001 Services July 2019 07/01/2019 7.48
6430520001 Services July 2019 07/01/2019 16.27
6430520001 Services July 2019 07/01/2019 8.14
6430520003 Services July 2019 07/01/2019 67.50
6430520001 Services July 2019 07/01/2019 2.99
6430520001 Services July 2019 07/01/2019 2.99
6430520001 Services July 2019 07/01/2019 64.57
6430520001 Services July 2019 07/01/2019 18.95
6430520001 Services July 2019 07/01/2019 41.75
6430520001 Services July 2019 07/01/2019 90.84
6430520001 Services July 2019 07/01/2019 14.85
6430520001 Services July 2019 07/01/2019 10.92
6430520001 Services July 2019 07/01/2019 12.25
6430520001 Services July 2019 07/01/2019 8.41
6430520001 Services July 2019 07/01/2019 6.98
6430520003 Services July 2019 07/01/2019 311.26
6430520003 Services July 2019 07/01/2019 348.51
6430520003 Services July 2019 07/01/2019 159.21
Check Total: 6,716.25
Check No: 11653 Check Date: 07/11/2019
Vendor: TIM04 Time Warner Cable LLC
0245858070 Services 7-5 to 8-4-2019 07/05/2019 1,298.10
0010765070 Services 7-4 to 8-3-2019 07/04/2019 246.32
0021804070 Services 7-1 to 7-31-2019 07/01/2019 316.99
0021291062 Services 6-26 to 7-25-2019 06/26/2019 184.03
Check Total: 2,045.44
Check No: 11654 Check Date: 07/11/2019
Vendor: UCRO2 Uc Regents
92139 Workshop 9-24 to 9-27-2019 07/01/2019 3,510.00
Check Total: 3,510.00
Check No: 11655 Check Date: 07/11/2019
Vendor: VSP Vision Service Plan-(CA)
807059776 Services July 2019 06/19/2019 7.16
Page 13
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
807059776 Services July 2019 06/19/2019 67.26
807059776 Services July 2019 06/19/2019 55.46
807059776 Services July 2019 06/19/2019 16.53
807059776 Services July 2019 06/19/2019 81.59
807059776 Services July 2019 06/19/2019 5.71
807059776 Services July 2019 06/19/2019 5.71
807059774 Services July 2019 06/19/2019 10.64
807059776 Services July 2019 06/19/2019 6.93
807059776 Services July 2019 06/19/2019 8.51
807059776 Services July 2019 06/19/2019 6.38
807059776 Services July 2019 06/19/2019 40.94
807059776 Services July 2019 06/19/2019 10.64
807059776 Services July 2019 06/19/2019 507.29
807059776 Services July 2019 06/19/2019 65.52
807059776 Services July 2019 06/19/2019 91.57
807059776 Services July 2019 06/19/2019 38.08
807059776 Services July 2019 06/19/2019 14.50
807059776 Services July 2019 06/19/2019 43.04
807059776 Services July 2019 06/19/2019 7.15
807059776 Services July 2019 06/19/2019 15.62
807059776 Services July 2019 06/19/2019 15.39
807059776 Services July 2019 06/19/2019 7.31
807059776 Services July 2019 06/19/2019 11.28
807059775 Services July 2019 06/19/2019 394.51
807059776 Services July 2019 06/19/2019 18.34
807059776 Services July 2019 06/19/2019 8.37
Check Total: 1,561.43
Check No: 11656 Check Date: 07/11/2019
Vendor: AME19 American Red Cross
29003134 Emergency Medical Response Textbooks 06/27/2019 1,926.66
22203852 Lifeguarding Review 06/26/2019 38.00
Check Total: 1,964.66
Check No: 11657 Check Date: 07/11/2019
Vendor: ARA05 Aramark Uniform Services
534329282 Scrapper Mat 06/20/2019 34.07
534311946 Scraper Mat 06/13/2019 44.14
534329281 Scrapper Mat 06/20/2019 44.14
534329281 Scrapper Mat 06/20/2019 44.13
534311946 Scraper Mat 06/13/2019 44.13
534329282 Scrapper Mat 06/20/2019 34.07
534311947 Scraper Mat 06/13/2019 34.07
534311947 Scraper Mat 06/13/2019 34.07
Check Total: 312.82
Check No: 11658 Check Date: 07/11/2019
Vendor: B&H02 B&H Foto&Electronics Corp
159110979 DJI Mavic 2 Enterprise package as per qu 06/14/2019 4,443.53
Check Total: 4,443.53
Check No: 11659 Check Date: 07/11/2019
Vendor: BAR21 Bob Barker Company
WEB0006122 Masketballs 06/25/2019 70.94
Check'Total: 70.94
Check No: 11660 Check Date: 07/11/2019
Vendor: BAT06 Battery Systems Inc
4988251 Battery 06/28/2019 356.15
Check Total: 356.15
Check No: 11661 Check Date: 07/11/2019
Vendor: BAY08 Bay Hardware
344134 Screws/Nuts/Bolts 05/22/2019 17.69
344770 Recip Blade/Pruning Blades/Blade Set 06/26/2019 109.96
344239 Screws/Nuts/Bolts/Anchors 05/30/2019 2.50
343985 Screws/Nuts/Bolts/Anchors 05/13/2019 6.00
844972 Wire Mold Outlet Box 06/07/2019 7.07
Page 14
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
344249 Grip Gloves/Power Lever/Marking Spray 05/31/2019 123.44
344122 Recip Blades 05/21/2019 33.23
344501 Recip Blades/Drill Bit Set/Plug 06/12/2019 34.47
344529 Fabreeze/First Aid Kit 06/13/2019 58.46
344530 Screws/Nuts/Anchors/Washers 06/13/2019 6.75
344527 Hammer Bit 06/13/2019 21.74
344559 Screws/Nuts/Washers 06/14/2019 7.16
344594 Gloss Spray 06/17/2019 10.33
344591 White Sat Spray 06/17/2019 5.60
344608 Gloss Spar Spray 06/18/2019 32.60
344624 Marine Hose Nozzle 06/19/0201 4.88
344638 Faucet Connector 06/20/2019 9.68
344667 Screws/Nuts/Bolts 06/21/2019 8.37
344675 Wire 06/22/2019 13.09
344676 Ferrules 06/22/0019 5.26
344677 Galvanzied Coated Cable 06/22/2019 4.68
344687 Volt Tester/Floor Adhesive/Knife Blade 06/23/2019 66.72
344690 Credit/Return/fester/Orig Inv 344687 06/23/2019 10.88
344685 Zero-G Hose/Spackle/Grill Cover 06/23/2019 101.81
344700 AA Batteries 06/24/2019 34.69
344739 Screws/Nuts/Bolts/Washers 06/25/2019 28.19
344334 Knee Pads 06/05/2019 26.64
344456 Lampholder 06/11/2019 9.77
344477 Halogen Bulb 06/11/2019 13.68
344589 Keyless Socket 06/17/2019 8.20
344746 White Occupancy Switch 06/25/2019 32.61
344424 Lampholder/Screws/Nuts/Bolts 06/10/2019 14.16
344782 Screwdriver Bit Set/Masonry Bit/Screws 06/27/2019 45.40
848289 Paint 06/26/2019 219.66
344727 Metal Cutting 06/25/2019 22.85
Check Total: 1,136.46
Check No: 11662 Check Date: 07/11/2019
Vendor: BEE01 Bee Busters
1 117743 Colony Abatement-Marina/5th 06/23/2019 300.00
Check Total: 300.00
Check No: 11663 Check Date: 07/11/2019
Vendor: BGP BG PetroSpecs Inc
P10006327 16 each,BG GDI intake service kit,PN 6 06/26/2019 750.11
PI0006327 GDI Servicetool,BG 9290-200 VIA Apparat 06/26/2019 255.57
Check Total: 1,005.68
Check No: 11664 Check Date: 07/11/2019
Vendor: BLOO1 David Bloom,MD
7.01.2019 Services June 2019 07/01/2019 1,000.00
Check Total: 1,000.00
Check No: 11665 Check Date: 07/11/2019
Vendor: BOMERSBA Linda Bomersback
W18254 Refund for Cancelled Class 06/26/2019 60.00
Check Total: 60.00
Check No: 11666 Check Date: 07/11/2019
Vendor: BRIO2 Briggeman Disposal
W18710 Contract Refuse Services-June 2019 07/09/2019 129,256.41
Check Total:129,256.41
Check No: 11667 Check Date: 07/11/2019
Vendor: BRI13 BrightView Landscape Services
6389941 Remove Chitalpa tree and Stump Grind 06/25/2019 460.00
6390010 Remove Liquidambar tree and Stump Grind 06/25/2019 500.00
6383728 Tree trimming 06/25/2019 9,635.00
6404752 Local Street Resurfacing Prog\Local St 06/30/2019 1,334.00
6404752 Local Street Resurfacing Prog\Local St 06/30/2019 1,333.00
6404752 Local Street Resurfacing Progr\Local S 06/30/2019 1,333.00
6383675 Emergency Limb Removal 06/25/2019 900.00
Check Total: 15,495.00
Page 15
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11668 Check Date: 07/11/2019
Vendor: BSNO2 BSN SPORTS,INC.
905439818 Adult Softballs 06/18/2019 822.16
Check Total: 822.16
Check No: 11669 Check Date: 07/11/2019
Vendor: BUI03 Build It Workspace
313083-05 Instructor Pay 6-24 to 6-28-2019 07/02/2019 336.00
Check Total: 336.00
Check No: 11670 Check Date: 07/11/2019
Vendor: BUR30 XCEL
663691 Drylock/Axis 06/21/2019 409.52
Check Total: 409.52
Check No: 11671 Check Date: 07/11/2019
Vendor: CAL13 California Live Scan
Jun 19-006 Services June 2019 06/30/2019 315.00
Check Total: 315.00
Check No: 11672 Check Date: 07/11/2019
Vendor: CAS18 Case Land Surveying,Inc.
3111 RET Services 10th Street Beach Parking Lot 06/20/2019 211.00
Check Total: 211.00
Check No: 11673 Check Date: 07/11/2019
Vendor: CER15 Cerritos College
148 Services 6-4-2019 07/01/2019 25.00
Check Total: 25.00
Check No: 11674 Check Date: 07/11/2019
Vendor: CFPOI California Forensic Phlebotomy
1067 Services June 2019 06/28/2019 904.00
Check Total: 904.00
Check No: 11675 Check Date: 07/11/2019
Vendor: CHA38 Charles P.Crowley Company Inc
26003 Two(2)each,Baldor 1/2 HP electric mot 06/25/2019 995.60
Check Total: 995.60
Check No: 11676 Check Date: 07/11/2019
Vendor: CINO4 Cintas Corporation#640
4024442751 Uniform Services 6-24-2019 06/24/2019 4.47
4024442751 Uniform Services 6-24-2019 06/24/2019 11.59
4024442751 Uniform Services 6-24-2019 06/24/2019 51.54
4023976655 Uniform Services 6-17-2019 06/17/2019 4.79
4023976655 Uniform Services 6-17-2019 06/17/2019 11.59
4024906609 Uniform Services 07/01/2019 77.94
4024906609 Uniform Services 07/01/2019 51.54
4024906609 Uniform Services 07/01/2019 4.79
4024906609 Uniform Services 07/01/2019 78.84
4024442751 Uniform Services 6-24-2019 06/24/2019 12.19
4024442751 Uniform Services 6-24-2019 06/24/2019 12.38
4024906609 Uniform Services 07/01/2019 4.47
4024906609 Uniform Services 07/01/2019 12.38
4023976655 Uniform Services 6-17-2019 06/17/2019 51.54
4023976655 Uniform Services 6-17-2019 06/17/2019 12.38
4023976655 Uniform Services 6-17-2019 06/17/2019 4.47
4023976655 Uniform Services 6-17-2019 06/17/2019 12.19
4024442751 Uniform Services 6-24-2019 06/24/2019 4.79
Check Total: 423.88
Check No: 11677 Check Date: 07/11/2019
Vendor: COM34 Community Senior Serv.Inc
6.28.2019 Services June 2019 06/28/2019 5,000.00
Check Total: 5,000.00
Check No: 11678 Check Date: 07/11/2019
Vendor: COM46 Commercial Aquatic Services
119-3080 Chemicals Delivered 6-27-2019 06/27/2019 452.27
119-2910 Services June 2019 06/28/2019 2,175.00
Page 16
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
I19-2790 Chemicals Delivered 6-17-2019 06/17/2019 331.66
Check Total: 2,958.93
Check No: 11679 Check Date: 07/11/2019
Vendor: COU32 County of Orange
SH53533 OCATS Services June 2019 06/19/2019 1,273.33
Check Total: 1,273.33
Check No: 11680 Check Date: 07/11/2019
Vendor: CREI 1 Creative Home Corporation
6.17.2019 Annual Manhole Rehab 6-10 to 6-17-2019 06/17/2019 9,892.00
Check Total: 9,892.00
Check No: 11681 Check Date: 07/11/2019
Vendor: DAN02 Brenda Danielson
333040-01 Instructor Pay 6-8 to 6-29-2019 07/02/2019 57.85
Check Total: 57.85
Check No: 11682 Check Date: 07/11/2019
Vendor: DEK02 Dekra-lite
ARINV00828 Flag Rental/Installation 06/07/2019 8,798.96
Check Total: 8,798.96
Check No: 11683 Check Date: 07/11/2019
Vendor: DIV04 Dive/Corr,Inc.
1941 Underwater Inspection Beverly Manor 04/28/2019 2,450.00
Check Total: 2,450.00
Check No: 11684 Check Date: 07/11/2019
Vendor: DIX Dixon Resources Unlimited
2251 SB Comprehensive Park Mgmt.-June 2019 06/30/2019 8,250.00
Check"Total: 8,250.00
Check No: 11685 Check Date: 07/11/2019
Vendor: D0001 Dooley Enterprises, Inc.
56681 40 S&W 180 gr.Ranger T-Series JHP 06/21/2019 1,659.35
56681 45 Auto 230gr.Ranger T-Series JHI' 06/21/2019 1,373.81
Check Total: 3,033.16
Check No: 11686 Check Date: 07/11/2019
Vendor: EDWARDSO Kevin Edwards
3.28.2019 Tuition Reimb.Spring 2019 03/28/2019 5,350.58
Check Total: 5,350.58
Check No: 11687 Check Date: 07/11/2019
Vendor: EMB05 Emblems Inc
29676 Seal BEach Police-Shoulder patch Desi 04/09/2019 484.00
Check Total: 484.00
Check No: 11688 Check Date: 07/11/2019
Vendor: ESC William Escobedo
W18146 Refund-Purchased Beach Passes 07/05/2019 234.00
Check Total: 234.00
Check No: 11689 Check Date: 07/11/2019
Vendor: FED01 Fed EX
6-590-8674 Shipping 06/21/2019 7.12
Check Total: 7.12
Check No: 11690 Check Date: 07/11/2019
Vendor: FER12 Ferguson Enterprises Inc
7625144 Time Closure Cart/Metering Cart 06/12/2019 287.91
Check Total: 287.91
Check No: 11691 Check Date: 07/11/2019
Vendor: FLOO9 Flow N Control Inc
5101 One(1)each,LC 150 Field Install Kit(C 06/26/2019 52.47
5101 One(1)each,LC 150 Operator Interface 06/26/2019 1,346.67
5101 One(1)each,LC150 Base Unit for Boeing 06/26/2019 1,539.06
Check Total: 2,938.20
Check No: 11692 Check Date: 07/11/2019
Vendor: GANO4 Ganahl Lumber Co.
060429807 15 1st St Bldg Renovate Proj\15 1st St 05/23/2019 354.96
060437056 Screw Eyes/Ceiling Hooks 06/12/2019 135.57
Page 17
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
CM06042938 Credit/Original Inv.060427158 05/22/2019 458.35
060427936 15 1st St Bldg Renovate Proj\15 1st St 05/23/2019 522.88
Check Total: 555.06
Check No: 11693 Check Date: 07/11/2019
Vendor: GAR32 Garland/DBS Inc.
6.21.2019 15 1st St Bldg Renovate Proj\15 1st St 06/21/2019 3,945.95
190488-1 15 1st St Bldg Renovate Proj\15 1st St 06/26/2019 1,255.00
6.21.2019 15 1st St Bldg Renovate Proj\15 1st St 06/21/2019 78,919.00
Check Total: 76,228.05
Check No: 11694 Check Date: 07/11/2019
Vendor: GHD GHD Inc
122357 Engineering plan check services 6-15-19 06/21/2019 2,897.75
Check Total: 2,897.75
Check No: 11695 Check Date: 07/11/2019
Vendor: GRA08 Grainger
9194654951 Sewer dept.safety gear 06/04/2019 21.02
9193762193 Sewer dept.safety gear 06/03/2019 645.99
Check Total: 667.01
Check No: 11696 Check Date: 07/11/2019
Vendor: GSWC Golden State Water Company
2311300000 Services 4-22 to 6-20-2019 06/24/2019 399.95
Check Total: 399.95
Check No: 11697 Check Date: 07/11/2019
Vendor: HIS01 Hi Standard Automotive LLC
24973 Code-3 Light 06/27/2019 142.46
24960 Elite Push Bumper 06/19/2019 344.19
24954 Up-fit new sewer camera truck with amber 06/14/2019 325.37
24954 Up-fit new sewer camera truck with amber 06/14/2019 5,856.54
24969 Airgain/Band Antenna 06/26/2019 457.01
24954 Up-fit new sewer camera truck with amber 06/14/2019 325.37
Check Total: 7,450.94
Check No: 11698 Check Date: 07/11/2019
Vendor: HOMO I Home Depot Credit Services
H0647-1059 Paint/Spray Paint/Gloves/Trash Bags 06/25/2019 352.12
0974631 Refrigerator 06/12/2019 737.00
5973376 Washer 06/17/2019 961.69
3973572 Credit 06/19/2019 162.70
H0647-1047 24 in Super Strong/Ratch 06/13/2019 17.35
Check Total: 1,905.46
Check No: 11699 Check Date: 07/11/2019
Vendor: HUN11 John L.Hunter&Associates,Inc.
SealBeachN NPDES Services May 2019 06/21/2019 3,771.25
Check Total: 3,771.25
Check No: 11700 Check Date: 07/11/2019
Vendor: INT13 Intoaimeters,Inc.
631516 Repairs to device 13082179 06/26/2019 176.83
Check Total: 176.83
Check No: 11701 Check Date: 07/11/2019
Vendor: 1N'1'51 Interwest Consulting Group
50669 Permit Review&Plan Check-May 2019 06/20/2019 1,760.00
Check Total: 1,760.00
Check No: 11702 Check Date: 07/11/2019
Vendor: JHM JHM Supply Inc
46417/3 Nipple/Corner Wrench 06/13/2019 57.53
Check Total: 57.53
Check No: 11703 Check Date: 07/11/2019
Vendor: JKE01 J K Electronics
32082 501-0039 BN 06/19/2019 12.99
Check Total: 12.99
Page 18
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11704 Check Date: 07/11/2019
Vendor: KI.ING01 Kling Consulting Group Inc.
3914 I Geotech Review-Jetty River Trail 05/31/2019 2,280.00
Check Total: 2,280.00
Check No: 11705 Check Date: 07/11/2019
Vendor: L0007 Local Agency Engineering Assoc
19-445 Lampson Ave ATP Bike Ln Grant\Lampson 06/05/2019 2,971.25
Check Total: 2,971.25
Check No: 11706 Check Date: 07/11/2019
Vendor: LON25 Long Beach BMW
190232 Tire 06/27/2019 147.92
190259 Oil Filter/Gasket Ring/Spark Plugs 06/28/2019 170.91
Check Total: 318.83
Check No: 11707 Check Date: 07/11/2019
Vendor: LOS25 Los Alamitos Lock Service,Inc
R11773 15 1st St Bldg Renovate Proj\15 1st St 06/14/2019 219.24
Check Total: 219.24
Check No: 11708 Check Date: 07/11/2019
Vendor: M&M05 M&M Surfing
367061-03 Instructor Pay 6-17 to 6-28-2019 07/02/2019 6,076.00
Check Total: 6,076.00
Check No: 11709 Check Date: 07/11/2019
Vendor: MAD O.C.Mad Science
327205-01 Instructor Pay 6-24 to 6-28-2019 07/02/2019 604.50
Check Total: 604.50
Check No: 11710 Check Date: 07/11/2019
Vendor: MEM08 Memorial Care
800000035 Services June 2019 07/02/2019 225.00
Check Total: 225.00
Check No: 11711 Check Date: 07/11/2019
Vendor: MRB01 Mr B's Lawnmower&Saw
3098 Chain Links/Box Covers 06/26/2019 220.01
3098 Chain Links/Box Covers 06/26/2019 378.00
Check Total: 598.01
Check No: 11712 Check Date: 07/11/2019
Vendor: MRSOI Mr.&Mrs.Fire Extinguisher C
6439 Fire extinguisher service&equipment at 06/14/2019 1,024.53
6458 Annual Service 06/21/2019 505.47
Check Total: 1,530.00
Check No: 11713 Check Date: 07/11/2019
Vendor: MUN15 Municipal Maintenance Equipmen
0139041-IN One(1)each,3/4"rotary joint for Vac- 06/18/2019 482.55
0139041-IN One(1)each,Hopper wear plate for Vac- 06/18/2019 172.67
0139041-IN Ten(10)each,Wear plate flat washer fo 06/18/2019 2.30
0139041-IN Ten(10)each,Wear plate clip pin for V 06/18/2019 1.94
Check Total: 659.46
Check No: 11714 Check Date: 07/11/2019
Vendor: NAP01 Napa Auto Parts
4126-44779 Emer Service Rotors 06/27/2019 212.76
4126-44667 Disc Brake Pads 06/18/2019 183.27
4126-44748 Oil Filters/Air Filters 06/25/2019 87.17
4126-44614 Oil Filters/Air Filters 06/13/2019 61.62
Check Total: 544.82
Check No: 11715 Check Date: 07/11/2019
Vendor: NAT35 National Construction Rentals
5406026 15 1st St Bldg Renovate Proj\15 1st St 06/14/2019 4,458.75
Check Total: 4,458.75
Check No: 11716 Check Date: 07/11/2019
Vendor: NOR04 Normed Inc.
68222-7933 Gloves/Cold Packs/Insta-Glucose 06/17/2019 232.04
Check Total: 232.04
Page 19
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11717 Check Date: 07/11/2019
Vendor: OFF05 Office Depot, Inc.
3298033130 Index 06/17/2019 60.79
3298033120 Padlock 06/15/2019 29.97
Check Total: 90.76
Check No: 11718 Check Date: 07/11/2019
Vendor: OFF10 OFFICETEAM
53776361 Services Week 6-28-2019-Tegeler 07/02/2019 580.00
53776361 Services Week 6-28-2019-Tegeler 07/02/2019 580.00
Check Total: 1,160.00
Check No: 11719 Check Date: 07/11/2019
Vendor: OFF11 Office Solutions Business Prod
1-01597123 Labels/Staplers 06/26/2019 102.80
I-01597702 Letter Tray 06/27/2019 71.45
I-01593634 Creamer/Spoons/Forks 06/19/2019 108.60
I-01590189 One(1)each,72"x 48"Dry Erase Board 06/12/2019 285.62
I-01594526 Rubber Bands/Pencils/Folders/Clips 06/20/2019 139.18
I-01595249 Binder Clips 06/21/2019 24.80
1-01593626 Binders 06/19/2019 36.65
1-01597703 Coffee 06/27/2019 39.97
1-01597744 Coffee 06/27/2019 187.97
I-01597712 Correction Tape/Pens/Staplers 06/27/2019 67.82
I-01597712 Correction Tape/Pens/Staplers 06/27/2019 67.82
I-01590189 One(1)each,Dry Erase marker set 06/12/2019 9.56
Check Total: 1,142.24
Check No: 11720 Check Date: 07/11/2019
Vendor: ONE06 One on One Basketball Inc
323040-02 Instructor Pay 6-10 to 6-28-2019 07/02/2019 6,016.40
Check'Total: 6,016.40
Check No: 11721 Check Date: 07/11/2019
Vendor: ONP05 On Point Exterminating Inc
2432 Services June 2019-Edison Park 06/19/2019 150.00
Check Total: 150.00
Check No: 11722 Check Date: 07/11/2019
Vendor: ORVAC Orvac Electronics
INV438199 Patch Panel/High Speed Cable 06/20/2019 104.36
Check Total: 104.36
Check No: 11723 Check Date: 07/11/2019
Vendor: PAL03 Kimberly A.Palmer
SBPD 19-01 Transcription Services 06/22/2019 66.00
Check'Total: 66.00
Check No: 11724 Check Date: 07/11/2019
Vendor: PAR19 Parkeon Inc.
1V110928 SB Comprehensive Park Mgmt.-June 2019 06/27/2019 270.00
Check Total: 270.00
Check No: 11725 Check Date: 07/11/2019
Vendor: PAR21 Parkman Enterprises LLC
60707 Graffiti Cleaner 06/18/2019 120.85
60711 Graffiti Cleaner 06/22/2019 238.70
Check Total: 359.55
Check No: 11726 Check Date: 07/11/2019
Vendor: PCS Property Care Services
38835 Services June 2019 06/25/2019 3,400.00
Check Total: 3,400.00
Check No: 11727 Check Date: 07/11/2019
Vendor: PENNYPOC Anne Pennypacker
327040-01 Instructor Pay 6-17 to 6-28-2019 07/02/2019 849.80
Check Total: 849.80
Check No: 11728 Check Date: 07/11/2019
Vendor: PER19 Performance Signwurks
6.28.2019 Unit Numbers 06/28/2019 40.00
Page 20
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check Total: 40.00
Check No: 11729 Check Date: 07/11/2019
Vendor: PITT Cheryl Pitt
13 Detention Center Nurse 6-2 to 6-15-19 06/27/2019 225.00
12 Detention Center Nurse 5-19 to 6-1-19 06/27/2019 180.00
11 Detention Center Nurse 5-5 to 5-18-19 06/27/2019 135.00
Check Total: 540.00
Check No: 11730 Check Date: 07/11/2019
Vendor: PLUO1 Plug&Pay Technologies,Inc.
1435021672 Services June 2019 07/03/2019 46.50
Check Total: 46.50
Check No: 11731 Check Date: 07/11/2019
Vendor: RIPOI Ripp Restraints,Inc.
19-0277 6)RIH-100 Hobble 06/28/2019 127.50
Check Total: 127.50
Check No: 11732 Check Date: 07/11/2019
Vendor: ROM Romo Planning Group Inc
6.18.2018 Temporary planning services-May 2019 06/18/2019 8,100.00
Check Total: 8,100.00
Check No: 11733 Check Date: 07/11/2019
Vendor: SAK02 Sakaida Nursery Inc
16876 Ann Street Tree Planting Prog 1 Ann Stre 06/21/2019 137.92
Check Total: 137.92
Check No: 11734 Check Date: 07/11/2019
Vendor: SCE01 Southern Calif.Edison
2212362826 Services 5-28 to 6-26-2019 06/28/2019 1,107.26
2212362826 Services 5-28 to 6-26-2019 06/28/2019 331.17
2212362826 Services 5-28 to 6-26-2019 06/28/2019 62.71
2212362826 Services 5-28 to 6-26-2019 06/28/2019 428.20
2212362826 Services 5-28 to 6-26-2019 06/28/2019 12,499.79
2212362826 Services 5-28 to 6-26-2019 06/28/2019 1,823.39
2212362826 Services 5-28 to 6-26-2019 06/28/2019 26.75
2354785172 Services 6-3 to 7-2-2019 07/03/2019 33.60
2024050163 Services 5-31 to 7-1-2019 07/02/2019 66.27
2282924729 Services 6-1 to 7-1-2019 07/02/2019 45.07
2024047656 Services 6-1 to 7-1-2019 07/02/2019 34.40
2024025629 Services 5-31 to 7-1-2019 07/03/2019 52.29
2024025629 Services 5-31 to 7-1-2019 07/03/2019 101.26
2024025629 Services 5-31 to 7-1-2019 07/03/2019 1,103.40
2212362826 Services 5-28 to 6-26-2019 06/28/2019 6,459.77
2371357815 Services 5-31 to 7-1-2019 07/05/2019 16.60
2261529358 Services 6-4 to 7-3-2019 07/05/2019 18.73
2265022343 Services 6-4 to 7-3-2019 07/05/2019 278.45
2294542014 Services 6-4 to 7-3-2019 07/05/2019 253.12
2218943843 Services 6-3 to 7-2-2019 07/03/2019 73.63
2212362826 Services 5-28 to 6-26-2019 06/28/2019 180.84
Check Total: 24,996.70
Check No: 11735 Check Date: 07/11/2019
Vendor: SEA33 Seal Beach Sun Newspaper
83162 19-20 Fee Reso 06/13/2019 96.24
83132 Fiscal Year Budget SB-1151 06/13/2019 53.52
Check Total: 149.76
Check No: 11736 Check Date: 07/11/2019
Vendor: SOCI1 So Cal Land Maintenance Inc.
8350 Services June 2019 06/30/2019 5,877.02
8350 Services June 2019 06/30/2019 1,078.45
8350 Services June 2019 06/30/2019 20,065.63
8350 Services June 2019 06/30/2019 3,557.29
8350 Services June 2019 06/30/2019 1,845.68
8350 Services June 2019 06/30/2019 3,192.60
8350 Services June 2019 06/30/2019 628.83
8350 Services June 2019 06/30/2019 229.34
Page 21
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
8350 Services June 2019 06/30/2019 1,079.93
Check Total: 37,554.77
Check No: 11737 Check Date: 07/11/2019
Vendor: SPRO5 SPRINT
497605869- Services 5-17 to 6-16-2019 06/20/2019 85.91
497605869- Services 5-17 to 6-16-2019 06/20/2019 85.91
497605869- Services 5-17 to 6-16-2019 06/20/2019 85.92
Check Total: 257.74
Check No: 11738 Check Date: 07/11/2019
Vendor: SUR03 Surfside Colony Ltd
9692 Services May 2019 06/13/2019 3,227.82
Check Total: 3,227.82
Check No: 11739 Check Date: 07/11/2019
Vendor: SYNO5 SYNOPTEK
1160370 Office 365 Services June 2019 06/30/2019 85.00
Check Total: 85.00
Check No: 11740 Check Date: 07/11/2019
Vendor: TRA31 The Training Clinic Inc
W18151 Double Billed BLADA Fees 19/20 Renewal 06/18/2018 4.00
Check Total: 4.00
Check No: 11741 Check Date: 07/11/2019
Vendor: TUR10 Turtle&Hughes,Inc.
3329468-00 15 1st St Bldg Renovate Proj\15 1st St 05/14/2019 7,357.75
Check Total: 7,357.75
Check No: 11742 Check Date: 07/11/2019
Vendor: ULIO3 ULINE
109578212 16 each,55 gallon trash can lids-gray 06/13/2019 2,119.07
Check Total: 2,119.07
Check No: 11743 Check Date: 07/11/2019
Vendor: UNI21 United Rentals Northwest,Inc.
169063763- Mini excavator rental for storm drains 05/28/2019 2,112.30
Check Total: 2,112.30
Check No: 11744 Check Date: 07/11/2019
Vendor: VER18 Verizon Wireless
9832752803 Services 5-24 to 6-23-2019 06/23/2019 76.02
9832752803 Services 5-24 to 6-23-2019 06/23/2019 1,336.59
9832752803 Services 5-24 to 6-23-2019 06/23/2019 23.45
9832752803 Services 5-24 to 6-23-2019 06/23/2019 38.01
9832752803 Services 5-24 to 6-23-2019 06/23/2019 38.01
Check Total: 1,512.08
Check No: 11745 Check Date: 07/11/2019
Vendor: VOY02 US Bank Voyager Fleet System
8690175099 Services 5-25 to 6-24-2019 06/24/2019 18,092.11
Check Total: 18,092.11
Check No: 11746 Check Date: 07/11/2019
Vendor: WAL03 Waits Wharf
W 18696 Overcharged for Merchant Permits 07/01/2019 230.00
Check Total: 230.00
Check No: 11747 Check Date: 07/11/2019
Vendor: WES15 West-lite Supply Co Inc
64681C SYL Bulbs 05/28/2019 65.60
Check Total: 65.60
Check No: 11748 Check Date: 07/11/2019
Vendor: WES52 Western Transit system
2.3038 Route 44 Services May 2019 06/07/2019 9,108.00
2.3039 Route 45 Services May 2019 06/07/2019 4,036.50
Check Total: 13,144.50
Check No: 11749 Check Date: 07/11/2019
Vendor: WES77 West Marine Products Inc./We
003062 Nylon Line 06/23/2019 17.20
Check Total: 17.20
Page 22
City of Seal Beach Accounts Payable Printed:07/12/2019 14:21
User:mtran Checks by Date-Detail By Check Date Detail
Check Amount
Check No: 11750 Check Date: 07/11/2019
Vendor: WICKWIRE Charles V.Wickwire
367050-01 Instructor Pay 6-17 to 6-28-2019 07/02/2019 2,348.50
Check Total: 2,348.50
Check No: 11751 Check Date: 07/11/2019
Vendor: WON01 Wondries Fleet Division
W6687 Two(2)Tahoe Police Department Cruisers 04/30/2019 39,283.81
W6674 Two(2)Tahoe Police Department Cruisers 04/30/2019 39,283.81
Check Total: 78,567.62
Date Totals:589,314.06
Report Total: 3,132,423.75
Page 23
M
d O M O N
3 O V M CO
N O NMNM
Y O O N
O 10 47
m c0 N d
Q NIP'W
0CLa.m co M (O CO O O M (O sf N O pa
O sr CO M f,- O N O ti r- M t-Q
co cci
s
CSO co N (O O) N M N
00
n a
N
y ( M O O N (O N (D CO Z
0 O CO O O N CO O si O mi (O Q
CO 0 N
cro N 0 CO
to oo u7
0
sr C0
0 Cl.0)0
O N v r 3 O 1.!
z ti0
r0a
U CLcCOE oJN
Q NNj MC (p
O V
ra
u
U Eo0 3 0
r..,
o.
4) .12 E
0 0 N
E OS
f"t/ 3 o y >C
z '56
0 5 o
c E a
c a) o
z a) Y 0 o X g'
0, m i XNc
o =
c sQ
N Q wQo
o
uc3mnNQ, m.
c
co }
y u,
wm
0vU w
rn
C—Q
Q Ou) 0mZn C Ec c Q1o
o m aNi aNi .N c
c O aci E >.
N H > N C (O d 'C - U
ems+
u_., a3 U
Ucot c 0 0 '. o 0 3U UiC U 0Laov
u- I”- rd 0
ss V) i- Um m0 a0I-
0
E c v
N N X 3
1041.
O .- .d.42 N
U O6
0
INIO 2
T'O 3
o
r '
E E.
U o
v v 2 .. U
raytos " E
3 is V • i
UU
C N NCwE
y >,
as w
c i o
o -° n oro .5
U ` Rs > U _
C F ;Is' cC 5 Ca
a) i5i5 .L '5 i5YYYYYYY 'L 'LYi5i5 i5 't 'L '5 -5 'L i5 i5 5 i5 i5 L '5i5
AcL.0000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
m EE mma) aa) aa) a0a6)iaimma000)
ia0aa)
i0)i0)i41) a0mmaa) ai0)i0)i0)iaia00) 00mma0m
O CU 0 Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z
O Ta M M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
V) U Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y .Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y
LL LL C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C
l0CO COCOCOCOCOtOCOlOCOCO(0 CO ca a7 CO CO 0) CO CO CO 03 CO Of CO CO CO t0 l0 to t0 as CO CO a) l0 as co
Cl)5— 5— 00Cri00 0303 0003CO 0300 CO000303 00 00 00 03Cn030303O100000303CO03030303000003mm
2p Q Q n V N N O h ct cr V CD r- to (0 N M N- O to t0 O Ns l0 O O 00 N Cr O M M M N r! h C)
l0 +'' Z Z CID 0000 co. O O e- M l0 CD Ns 1s Is L- I- O N N l0 CO h O O M V Ul h r- .'. l0 l0 t` O
r- N CV N N N (V N N N N N N M M M M 6 M M Ti Ti Ti Ti Ti V' r- N N N N N N M
o 2
a)
OMN (0 (D 0 O M N 0 OD U) O M O 111 CD (D O tO M (0000000 V' M O OO M N O 00 U) CO OD U)
a)
O V' LO O O O O M r- (0 OD ,r CD r- to N O M O (O N O U) n- O V' 00 O O MOON T O N OD h O N
NC OOOCOOl0O) N- I` aD N (o M V' (C7 is= CO ci CO00 n U) (O Ti M V' (O "i N- N M6 6V' co (ococonrhN- (0 N M N N- N- (0 t0 U) O CO — U) M (O co O N (O 0 (0 0 CO O V' V' N- O N
NMr O CO OD T. (o OO — (O0) '— CD N N V (ON V' N '- ON V:O M (C) N- V' O Oo Ns O V 00 00 LO
m O CZ CD W CO N-h C") to M (0 U) (O N C")V' V' O O C')(A l0 C) to (l) (A(o O O O C` O C')N- (0 O (O
CD Ns CO CD Ns
Y O O CD
CD CD 01 r- r-
M N h M (O (O NNsQDCOCDCVCDNs N M CO (O I` O (O V' (o M N V' N M N OD n N O N O M (O ct N V'r r r
R (0 (o' r-
2 ,.- r
O M N Ns O (f) M (0 OD h V' N- N N CO N 0D 0 (O O O M N- OD M O O nit 0 0 0 (O ' 0 0 U) 0 0 0
O V' in O O O M N 0o V: co .- r- 00 'ci r- Ns h (0 (O (C) OO O n OD (D t0 03 Cr M O O r- O O M N Cr (O O
O NODC O (DO (OO (O NN M (0LOn O O (oh OCD co h (OO o (O O u) O (O DD Co (0
M h r r- 0 r CO M r O CD (O O 03 M O M h co O CO (O M V' ct (0 O O N N- (0 O (0 O N M O N (D
CO n M a'- r- ct M OO CO (O V- A- N rt V• r O OD r- r- CO (0 V:CD N 0 Tt N Cr Cr 0 M co.CO M r (O 0 h ON
O ' O CO aD M O N M CO O V' O (D N M O n (o (D M n V' M h CO O 6 N (0 1- 71- O N r O O O (C)Y O O (O
CD Ul n V
M N (^
O CD CV CO Ns(
O (O M N N 01 M V n
MD (
0 V' (D M N '7
O
MN.
OOD n N O N O M (O V' N Tr r-
O (o lo"
r- T. OD r-
m
tOa) w
CL coCL 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0"520 0 0 0 0 0 0 L 0 0 0 0 0 0 0 0 0 00000O (O in (000000 11) C0 N) (O (O (O (O O O O CD o 00 (000 (O (000 (0000 (O (00
I 5 N N O f- f- t` M O O O O n (0 t` f\ n n O LOU) CD (O O O t` (0 (O N N O O N LOU) CD N t` (0
0 0 V r! O coMMN000000 h to 03 OO 00 O O Ns Ns O n (n (n M N h r- (D 0U V' NN0OD 00 I`
Q 0 d N (Ni N r- N N N N N N N N N N N N N N '- N
Ca C• O
C
J O
IQJ N
CA d co
LL > l0 a,)
0 C 0 N N N N N N N N N N N M M M M M M M tM r- N N N CO
N N N N N N N N N N N N N N N N N N N N N N N N N N N N (N N N N N N N N N N
CO QQ o0 OD 0o ao o (no 0MI I- h0 '— LID D)
V C Z Z N M M M M M MMM M N M Cl MMM M M M M Cl N M M M <- M M M e- .- V- 0 r- 0
E 0000000000000000000 ' 00000 , , CI 000000000
f
a
mto0 CO N- N- h CO CO h N- op N- n h N- co o OD I's Ns OD Oo 0 03 O O 0) D) O 0) O CO CO (O CO N- co N- O
wC Q Q U) M M h M (O (0 in (O T- n (0 O V' (O M r- Co (0 V' V (O N (0 N t0 O) (O M O N O O '— 0 0
E ZZ OOOO N 0000 '— '— ON OOO 0100000 r- r- V' OO M Or- — Or- N '- NO
E O N aD n a CI- M I,- M N r- O 00 CO 0 (O LL) O n N M N M .- CD Cr 03 O OD O CO T.
i3
V" 00000 N. r- 0000 — OO r- 0000000000000000
a)co
Ina)O
to In In N to to to to M to to lA to 0) In 0 0 0 0) Z 0 0 to CO 0 0 to co
0 0 0) a) 0 0 0 a) a) 0 0 a) a) N a) a) 0 0 a) 0 0 N a) a) N N 0 0 0 a))
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 0 0 0 m m 0 p 0
Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z
2:' z' z' z' asa' a- a- 2:' ZZ2- a, ZZ` a' a- Z2:' Z` 2:` Z' Z2- ZZZ` Z' a' 2 m m 2 a) a) a) 0
7 7 3 7 3 7 3 7 7 3 3 3 3 7 7 3 3 3 3 3 3 7 7 3 3 3 3 7 7 «+ •
0 .-. .-.
a) l0 lO
0 _ CO co co CO CO CO co N N CO co CO (0 (0 CO co CO CO CO CO CO CO co co CO CO co CO CO Z Z 0 0
Zis 0 a . 0 0 0 0) a) 0 0 a) 0) 0 a) a) 0 a) a) 0 a) 0 0) 0 0 0 0 a) 0 lD 0 CD 0) Q Q Q Q .a) . N
LL LL O F- F- F- F- F- F F- F- F- F- I- F- F- I- F- F- F F- F- F- F- F F- F- F- F- F- F- F- 2 2 2 2 c c c -0
0 ~ (O (i) OD ) U) U) ) U) U) U) U) COODCO0) COU) COCOCO0) CO (ACOCOCO0) V) (4ZZZZ m m m ;
D D D D D D D D D D D D D D D n D D D D D D n O D D D = LL LL LL LL 11 LL LL LL
N
Y 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
O 0 >- >- >- >- >- >- >- >- >- >- >. 2 rrrrrrrrrrrrrrrrrrrrrrrrr20333333333333333333333333333333333
w +• a) a) a) w a) a) a) a) a) a) a) 0 a) a) a) a) G) a) a) a) a) a) a) a) a) a) a) a) a) a) a) a) a)
o 2zzZzzzzzzzzzzzzzZzzzzZzzzzzzzZzzz
S 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 o 0
C Y Y Y Y Y Y Y Y . Y Y Y Y Y . Y Y Y Y Y Y . c .Y
Om m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m
U) mmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmm
2pC O1$ 01 0I h 00 0 00 N N O M CNOMOO 0 (O
cmNV (O .- Nw4to ON , (OI- c0N (DfNoI- wCof- O77Mc
m1444000
O h
NNNNNNMMMct V• 0000
2
N- U) 000 a0cO CO (o a0 N O Oco (O00 U) U) O O 0) 00) (O to (O MMO N
s- U) V' OMOO OMM O (p O) CD OU) (0 C0 .- N c00) CO V' M U) a0 COM aO
O Mc (OO ONMOM V' O (o MNM c} (0M6) 3NMMhhNO) N N
m M 0 0 M M O) (O (O N V' N 00 N- 0) M M M V' O N (A a0 N U) M N 0)
CO M N (O (O (O O h O M U) (o .- (O N- N O U) U) .— N- U) U) N (COO O M N M
o N M U) CA O (o _O O O N N (p N M U) N (O U) CO O M CO O) O) CD O) CO O) O
0 N- O O N 0 O N O CO V' aO 0 O M U) r U) U) N- O (0 0) CO N Co O (0 N CO U) — N
N- M N U) .- N SO M U) N N M N N s- N N N N .— N N M N V' V' .qN U) N N N U)
2 N of
O (0 0 0 0 0 0 0 0 0 0 0 U) U) 0 0 U) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (O O
NaOOOO V 00000 V' s- V' (0000 .— U) 0 .- 0000 V' OO (000OO M
COU) N- U) Na0 (ON- O (001- 00U) OMNO) NOI- 000000000OOCO O)
O N- 00C V' M U) M (O 0) COM N- U) h N000 V' 00 CM000sr N
COM 0) O O) (O N 0) O) 0) CO (T U) M N-C V' ,— .— U) NN V' 00000OO (OO000) O
a0 O M M r O) 0) V' V• O O U) N M U) (p CV U) U) O _O U) c{ O U) U) CO O
Y 00 0 N- 00 M m M N _ O Co U) OD (O O M V' CO ' V' (0 O CO O) (O 0 M CO U) M V'
O M M N U) .- N U) .— .— CO U) N N M N .- .— N N N N e- N N M N M' V N U) N N N N
O N 'aM
tOa o
0
m/Y. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
U) U) 00000 O O 00 N (0000 O 0O N 00000 0000000I
y0 U) 00 M 00000 U) U) O O N (() O O O N- O N N O U) U) (0 N N- a0 d) 0 N N M M0MMU) O I- N O) O) O U) (p N h N (O t M O CO O N N 0 aD
Q N M N (O V' N N N U) N N N N M N N M N N N N M M N N N N N
m c
O L
CIwo
Q E N
U)) 0e')
u_ > (D .0+
OE m (MM V 0000 NNNN ('') CO x00000000
0 N N N .- .- N N N N N N N N N N N N N N N N N N N N N N N N N N N N
M ZsN O U) ti M U) a- M U) U) O N- 0) CO M U) M (n U) N 0 0 U) M M (O (O (O N
VC 00000 .- O .- ,— .- .— N0000NNO00 .- ON .- 000 .- .— NO
E w O N O 0 O 0 N 0 0 0 0 0 0 0 ,- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .— .— 0 0
M
r
E 2
a
m Cc
O ao m O CO CO N- N N- 00 N- N- n N- (O N- CO 0o a0 O CO 00 O O) oD CD O a0 0o N- n N- CO O 0
O Co CD U) M M O (o M 0 .- M h x N U) U) U) U) U) U) a- x O N O n r n 00 x
E OCM O .- 00NN .— .- .- 00 .- N000000M0 0 N .- 000 .- .- N O 00
O N N x (O M 0 0 x 0 O) x x 0 x x 0 x (0 N x 0 0.- N x >
00000 .— .- .- .- .-0 O O .- 0 0 O O 0 0 0 0 0 0 00 0 s- s- 0 0 C
O UCo
OH
u1
t
U) 0 U) U
O O 0
o 0
O Z oa
Z o C U- r 0 o
EL o E- E- o 0 oZ
toc
n r >- 000
tt UmUUUjUYEomczap
d V o >m - e-
m To
c 202 E0m 00 $ e0 OoocZ
M0U0f- - pooE U UU •- OrrO :° LOmacZy
YOWU (00V .., e0U mYom0
O = w
n y ayy 7
JiOCOU D mI
VU .
0 Oc - 0UOTL 'OmCOZQ d UJO ,C
ZOZ as UoCUO- ` LC oYam C a)
omZ 3 c Uunc o Y m
wmooaEUmwm = omz ) c0m
o o mo . aOi
2wcrm2 — < ccaU02 - 70crnCl
o E Ucoe0 w - -000m01:10
mQi
c84cm00ua . o0a0 •C OU
o mYN -0 'O YmEmU_ OO
C 0cc -
0 C >,
accnav ) : 2 .a) E >, wccc
omomo0Eaoomm0E _ Emm- amOp -
Ommmo03o
YI (LLL (LOM < SMI- MMMO < O < MZ -) Ux1- aUZOMMSWv) 2U
Agenda Item: F
AGENDA STAFF REPORT
DATE:June 24, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Steve Myrter, Director of Public Works
SUBJECT:Approve and Authorize the City Manager to Execute an
Agreement with Southern California Edison to Replace High-
Pressure Sodium Vapor (HSPV) Street Lights with Light
Emitting Diode (LED) Street Lights
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6932:
1. Approving and authorizing the City Manager to execute an agreement with
Southern California Edison for LS-1 Option E, Energy Efficiency Light
Emitting Diode Fixture Replacement Rate; and,
2. Authorizing the City Manager to execute any additional documents related
to the Agreement.
BACKGROUND AND ANALYSIS:
There are 1,035 existing streetlights in the City that are Southern California Edison
(SCE) owned. The annual electricity bill is approximately $159,144. On June 1,
2016, SCE introduced the LS-1 Option E rate to agencies that desire to replace
SCE-owned streetlights from existing high-pressure sodium vapor (HSPV)
streetlights to new energy-efficient light emitting diode (LED) streetlights.
Under this option, the City does not pay an upfront cost. SCE’s capital investment
will be offset through an energy efficiency premium cost (EEPC). The EEPC will
be paid by the City through energy savings over a 20-year period (“Repayment
Period”). During the Repayment Period, the City would still realize an approximate
annual savings of $15,000 in energy costs. An estimated annual savings of
approximately $33,000 should be expected after the Repayment Period.
Similar to the current LS-1 tariff, SCE will continue to provide routine maintenance
and replacements, including knockdowns.
5
3
8
In addition to the monetary savings, LED streetlights provide a multitude of benefits
including:
Directional lighting source ability, resulting in lighting spillover reduction.
Long lasting, resulting in less SCE streetlight outage service calls.
Clearer lighting, resulting in enhanced nighttime visibility.
Reduced carbon emissions and pollution, resulting in a more sustainable
environment.
Many cities in SCE’s service territory have elected this LS-1 Option E rate, such
as Covina, La Palma, Buena Park, and Rosemead. Participation in the LS-1 Option
E rate is voluntary. The City would need to enter into an agreement with SCE for
the LS-1 Option E rate. Based on SCE’s current projections, implementation would
take place approximately eleven (11months) after agreement execution.
ENVIRONMENTAL IMPACT:
This Agreement complies with all requirements of the California Environmental
Quality Act (CEQA) and is categorically exempt under Section 15302(c).
LEGAL ANALYSIS:
The City Attorney has reviewed the agreement and approved the resolution as to
form.
FINANCIAL IMPACT:
The approval of the LS-1 Option E agreement does not require an upfront cost.
The capital investment will be offset by the expected energy savings. The City
should realize an annual savings of approximately $15,000 during the Repayment
Period.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
5
3
8
RECOMMENDATION:
That the City Council adopt Resolution 6932:
1. Approving and authorizing the City Manager to execute an agreement with
Southern California Edison for LS-1 Option E, Energy Efficiency Light
Emitting Diode Fixture Replacement Rate; and,
2. Authorizing the City Manager to execute any additional documents related
to the Agreement.
SUBMITTED BY: NOTED AND APPROVED:
Steve Myrter Jill R. Ingram
Steve Myrter, Director of Public Works Jill R. Ingram, City Manager
ATTACHMENTS:
A. Resolution 6932
B. Agreement
RESOLUTION 6932
A RESOLUTION OF THE SEAL BEACH CITY COUNCIL
APPROVING AND AUTHORIZING THE CITY MANAGER TO
EXECUTE AN AGREEMENT WITH SOUTHERN CALIFORNIA
EDISON FOR SCHEDULE LS-1 OPTION E, ENERGY
EFFICIENCY-LIGHT EMITTING DIODE RATE
WHEREAS, On June 1, 2016, Southern California Edison (SCE) introduced the
LS-1 Option E rate to replace SCE-owned streetlights with light emitting diode
(LED) streetlights; and,
WHEREAS, the City will realize energy cost savings under the LS-1 Option E
rate; and,
WHEREAS, the City desires to promote sustainable living by reducing carbon
emissions and pollution.
NOW, THEREFORE, THE SEAL BEACH CITY COUNCIL DOES HEREBY
RESOLVE:
Section 1. The City Council hereby approves the SCE Schedule LS-1 Option
E, Energy Efficiency-Light Emitting Diode Fixture Replacement
Rate Agreement (Agreement).
Section 2. The City Council hereby authorizes the City Manager to execute
the Agreement.
Section3. The City Council hereby authorizes the City Manager to execute
any additional documents related to Agreement.
PASSED, APPROVED AND ADOPTED by the Seal Beach City Council at a
regular meeting held on the 22nd day of July, 2019 by the following vote:
AYES: Council Members
NOES: Council Members
ABSENT: Council Members
ABSTAIN: Council Members
Thomas Moore, Mayor
ATTEST:
Gloria D. Harper, City Clerk
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6932 on file in the office of
the City Clerk, passed, approved, and adopted by the City Council at a regular
meeting held on the 22nd day of July, 2019.
Gloria D. Harper, City Clerk
Southern California Edison Original Cal. PUC Sheet No. 57074-E
Rosemead, California (U 338-E) Cancelling Cal. PUC Sheet No.
Sheet 1
(To be inserted by utility) Issued by (To be inserted by Cal. PUC)
Advice 3241-E R.O. Nichols Date Filed Jun 30, 2015
Decision 14-10-046 Senior Vice President Effective Jun 1, 2016
1C9 Resolution
SCHEDULE LS-1 OPTION E,
ENERGY EFFICIENCY-LIGHT EMITTING DIODE (LED) FIXTURE REPLACEMENT
RATE AGREEMENT
Form 14-965
SOUTHERN CALIFORNIA EDISON COMPANY
SCHEDULE LS-1 OPTION E, ENERGY EFFICIENCY-LIGHT EMITTING DIODE (LED)
FIXTURE REPLACEMENT RATE AGREEMENT
Form 14-965 1
06/2016
This Schedule LS-1 Option E, Energy Efficiency-Light Emitting Diode (LED) Fixture Replacement Rate
Agreement (Agreement), effective this _______ day of ___________________,
____________(Effective Date), is entered into between Southern California Edison Company (SCE)
and ______________________________________, an SCE customer taking service on Schedule
LS-1 (Applicant), referred to collectively as "Parties," and individually as "Party." This Agreement
provides for SCE, at Applicant’s request, to replace the existing street lighting fixtures serving
Applicant’s premises with Light Emitting Diode (LED) street lighting fixtures to achieve energy efficiency
benefits for Applicant, as set forth in Special Condition 14, Option E, Energy Efficiency-Light Emitting
Diode (LED) Fixture Replacement, of Schedule LS-1.
The Parties agree as follows:
1. LED FIXTURES
SCE shall install, own, operate, and maintain LED Fixtures for Applicant as set forth in Exhibit "A"
attached hereto and incorporated herein by this reference. The LED Fixtures provided hereunder
shall at all times remain the property of SCE.
2. LED FIXTURE REPLACEMENT COSTS
2.1 The replacement costs of the LED Fixtures provided hereunder shall be borne by
Applicant.
2.2 Applicant shall pay the charge for the LED Fixtures Replacement rate, which includes an
Energy Efficiency Premium Charge (EEPC) and a Base LED Charge, under Option E of
Schedule LS-1. Applicant elects Option E in lieu of an upfront, one-time payment of the
replacement costs.
2.3 SCE does not guarantee that any energy or bill savings will accrue to Applicant as a result
of the LED Fixture replacements.
3. COMMENCEMENT OF SERVICE
The Parties agree that SCE has the right to charge Applicant, and Applicant has an obligation to
pay SCE, for the charges set forth in Schedule LS-1, Option E, commencing on the date SCE
begins serving the LED Fixtures installed pursuant to this Agreement.
4. TERM AND TERMINATION
4.1 This Agreement shall be effective as of the Effective Date and shall continue for a term of
twenty (20) years from the commencement of service as specified in Section 3 above
(Term).
4.2 Applicant may terminate this Agreement at any time during the Term upon a thirty (30) -
day advance written notice, provided that Applicant, prior to or within the 30-day advance
notice period, assigns the Agreement to any New Party In (NPI) that owns, rents or
leases the premises served by the street lighting fixtures replaced under this Agreement
and will take service under Option E of Schedule LS-1 effective as of the date of
termination; otherwise, Applicant shall pay a one-time termination charge equal to the
present value of the balance of the EEPC of Option E over the remaining Term. The
present value is determined based on SCE’s authorized rate of return on rate base, or
discounted rate of 7.90%.
SOUTHERN CALIFORNIA EDISON COMPANY
SCHEDULE LS-1 OPTION E, ENERGY EFFICIENCY-LIGHT EMITTING DIODE (LED)
FIXTURE REPLACEMENT RATE AGREEMENT
Form 14-965 2
06/2016
5. AMENDMENTS; ASSIGNMENTS
5.1 Any changes or amendments to this Agreement must be in writing and must be executed
by the Applicant and SCE and, if required, be approved by the California Public Utilities
Commission (Commission).
5.2 Applicant shall not assign this Agreement without the prior written consent of SCE;
provided, however, that Applicant may assign the Agreement pursuant to the terms and
conditions of Section 4.2 above, and the NPI must assume all rights and obligations
under this Agreement for the remaining Term. Any assignment and assumption shall be
in a form acceptable to SCE.
6. NOTICE
Any notice either Applicant or SCE may wish to provide the other regarding this Agreement must
be in writing. Such notice must be either hand-delivered or sent by U.S. certified or registered
mail, postage prepaid, to the person designated to receive notice for the other Party below, or to
such other address as either may designate by written notice. Notices delivered by hand shall be
deemed effective when delivered. Notices delivered by mail shall be deemed effective when
received, as acknowledged by the receipt of the certified or registered mailing.
Applicant: SCE:
(Name)
Business Customer Division
(Title) Southern California Edison Company
2244 Walnut Grove Avenue
(Address) Rosemead, CA 91770
(City, State, Zip)
7. NONWAIVER
The failure of either Party to enforce any of the terms and conditions or to exercise any right or
privilege in this Agreement shall not be construed as a waiver of any such term and conditions or
rights or privileges, and the same shall continue and remain enforce and effect as if no such
failure to enforce or exercise had occurred.
8. SEVERABILITY
In the event that any of the provisions, or portions thereof, of this Agreement are held to be
unenforceable or invalid by the Commission, or any court of competent jurisdiction, the validity
and enforceability of the remaining provisions or any portion thereof shall not be affected.
9. APPLICABLE LAWS, RULES, AND REGULATIONS
This Agreement shall be subject to, and interpreted under the laws, rules, decisions and
regulations of the State of California, without regard to its conflict of laws principles, the
Commission, and SCE's Commission-approved tariffs.
SOUTHERN CALIFORNIA EDISON COMPANY
SCHEDULE LS-1 OPTION E, ENERGY EFFICIENCY-LIGHT EMITTING DIODE (LED)
FIXTURE REPLACEMENT RATE AGREEMENT
Form 14-965 3
06/2016
10. CALIFORNIA PUBLIC UTILITIES COMMISSION JURISDICTION
10.1 This is a filed form tariff agreement authorized by the Commission for use by SCE. No
officer, inspector, solicitor, agent or employee of SCE has any authority to waive, alter, or
amend any part of this Agreement except as provided herein or authorized by the
Commission. This Agreement is to be used in conjunction with Schedule LS-1 and
supplements the terms and conditions of the Applicant's electric service under Schedule
LS-1.
10.2 This Agreement shall at all times be subject to such changes or modifications by the
Commission as said Commission may, from time to time, direct in the exercise of its
jurisdiction.
10.3 Notwithstanding any other provisions of this Agreement, SCE has the right to unilaterally
file with the Commission, pursuant to the Commission's rules and regulations, an
application for change in rates, charges, classification, service, or rule or any agreement
relating thereto.
11. ENTIRE AGREEMENT
This Agreement, including SCE’s Commission-approved tariffs, constitutes the complete
agreement and understanding between the Applicant and SCE regarding the LED Fixtures
replacement costs. Prior agreements, representations, understandings, whether expressed or
implied, and communications, oral or written, between the Applicant and SCE shall not be
construed to be a part of this Agreement.
12. AUTHORIZATION SIGNATURE
In witness whereof, the Parties hereto have caused this Agreement to be signed by their duly
authorized representatives.
APPLICANT
BY:
NAME:
TITLE:
DATE SIGNED:
SOUTHERN CALIFORNIA EDISON COMPANY
BY:
NAME:
TITLE:
DATE SIGNED:
Form 14-965 4
06/2016
SOUTHERN CALIFORNIA EDISON COMPANY
EXHIBIT “A”
SCHEDULE LS-1 OPTION E,
ENERGY EFFICIENCY-LIGHT EMITTING DIODE (LED) FIXTURE REPLACEMENT
APPLICANT
___________________________________________________________________________
CUSTOMER ACCOUNT NO.
_____________________________________________________________
SERVICE ACCOUNT NO.
_____________________________________________________________
(Additional account numbers/addresses may be attached hereto.)
SERVICE ADDRESS
_____________________________________________________________
APPLICANT REQUESTED READY TO SERVE DATE
________________________________________
SCE READY TO SERVE DATE ______________________________________________________
DESCRIPTION OF LED FIXTURES/SCOPE OF WORK: SPECIFY HOW MANY STREET LIGHTING
FIXTURE REPLACEMENTS ARE BEING REQUESTED AND AGREED TO UNDER THIS
AGREEMENT AND OTHER RELEVANT DETAILS.
W.O. No(s): _______________________________________________________________________
Agenda Item: G
AGENDA STAFF REPORT
DATE:July 22, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Steve Myrter, P.E., Director of Public Works
SUBJECT:Professional Services Agreement to UtiliWorks Consulting,
LLC., for Advanced Water Metering Infrastructure Project
Assessment and Plan
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6933 approving and authorizing the City
Manager to execute a professional services agreement with UtiliWorks Consulting,
LLC., in the amount of $116,014 for the Annual City-wide Water Meter
Replacement CIP Project WT1904.
BACKGROUND AND ANALYSIS:
The Public Works Department is responsible for supplying water to Seal Beach
residents and businesses from three wells and imported water sources through
approximately 73 miles of pipeline and 5500 water service meters. The Water
Enterprise Fund conducts operations, maintenance and capital improvement
projects funded by charges for City water service.
Routine meter maintenance has resulted in replacement of approximately 25% of
the City’s meter inventory in the last 15 years. This means approximately 75% of
the City’s meters are over fifteen years old. It is estimated a large portion of these
meters have been in use for twenty years or more.
Water industry best practices and our meter manufacturer recommend
mechanical water meters should be replaced at around 15 years of life.
Therefore, Public Works is planning replacement of the majority of City water
meters. This project will be funded from water department capital funds over
several years.
The need to undertake a large-scale meter replacement project raises a number
of other issues for consideration as the City looks at future needs and
requirements. There are financial, technical, service and compliance effects
related to such a project. Meter type, reader technology and data management are
5
2
2
all important considerations that affect customer service, compliance with water
regulation and operating costs.
Currently, almost all meters are read visually with the information manually entered
into handheld readers for export to the Finance Department billing system. This
process is driven by current equipment specifications and has been in use for
many years. It provides very limited operating and service information, and does
not support advanced features available on the market today.
Major meter-related issues to be addressed in the assessment include: Accuracy,
leak detection, consumer use data, read frequency, read error reduction, difficulty
physically accessing meters and interference due to water or other environmental
considerations.
Advanced capabilities in use at many cities today include low flow sensitivity,
system pressure monitoring, remote reading and hourly or daily consumption
data. If implemented, such features can improve leak detection, reduce water
loss and offer customers data to facilitate better conservation. New meter
technologies also offer longer life and greater accuracy throughout the entire
twenty year life of the meter.
The purpose of the proposed professional services agreement is to provide expert
assistance in evaluating current technologies and the most cost-effective approach
to meter replacement and adoption of new technology. Task One will gather data
on existing equipment, operations and system needs. Task Two will recommend
equipment, technology and implementation approaches for City’s consideration,
and It includes development of a bid specification, bid management, and contract
negotiation services. An additional task is included that provides grant
management assistance, if grant funding is available.
The UtiliWorks total proposed agreement cost is $116,014. The primary
deliverables include an assessment of our current meter reading process and a
recommended approach for replacing old water meters and adopting new
technology, if appropriate. The estimated cost will be used to establish a capital
budget and for project planning. UtiliWorks has performed and continues to
perform similar work in many neighboring cities including Buena Park, La
Crescenta, Long Beach, and Signal Hill.
While a number of manufacturers offer both Automated Meter Reading (AMR)
equipment and AMR professional services, UtiliWorks is not affiliated with any
specific vendor and remains free to develop specifications based solely on the
City’s needs without regard to a specific vendor. More importantly, UtiliWorks has
experience with all the major water meter technology suppliers and applications of
their technology in various agencies. This experience along with extensive water
agency experience, allows UtiliWorks to better evaluate vendor cost and
technology proposals, and places added pressure on bidders to respond
competitively. Pricing for this proposal is consistent with similar projects in other
cities.
5
2
2
Staff has reviewed the proposal and found it meets the needs and requirements
for this project.
ENVIRONMENTAL IMPACT:
The water meter engineering analysis proposed in this report is not a project
subject to the California Environmental Quality Act. All permits and
environmental clearances will be addresses prior to implementation of any
recommendations from the analysis.
LEGAL ANALYSIS:
The City Attorney has reviewed the agreement and approved as to form.
FINANCIAL IMPACT:
The proposed FY 2019/20 CIP Budget (Project WT1904) includes sufficient funds
to cover this proposed UtiliWorks service agreement of $116,014.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
Measure BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
RECOMMENDATION:
That the City Council adopt Resolution 6933 approving and authorizing the City
Manager to execute a professional services agreement with UtiliWorks
Consulting, LLC., in the amount of $116,014 for the Annual citywide Water Meter
Replacement CIP Project WT1904.
SUBMITTED BY: NOTED AND APPROVED:
Steve Myrter Jill R. Ingram
Steve Myrter, P.E., Director of Public
Works
Jill R. Ingram, City Manager
ATTACHMENTS:
A. Resolution 6933
B. Agreement
C . UtiliWorks Consulting, LLC Proposal
RESOLUTION 6933
A RESOLUTION OF THE SEAL BEACH CITY COUNCIL
AWARDING AND AUTHORIZING THE CITY MANAGER TO
EXECUTE A PROFESSIONAL SERVICES AGREEMENT
WITH UTILIWORKS CONSULTING, LLC. FOR ADVANCED
WATER METERING INFRASTRUCTURE PROJECT
ASSESSMENT AND PLAN
WHEREAS, pursuant to the Seal Beach City Charter, Seal Beach Municipal Code
Chapter 3.20 establishes a central purchasing system including procedures for
competitive bidding and exemptions from competitive bidding; and Seal Beach
Municipal Code Section 3.20.025(C) provides an exemption from competitive bidding
requirements for purchases of professional services including purchases of engineering
services; and
WHEREAS, the City of Seal Beach (“City”) has determined that UtiliWorks Consulting,
LLC, is qualified to provide professional services for the Advanced Water Meter
Infrastructure Project Assessment and Plan;
NOW, THEREFORE, THE SEAL BEACH CITY COUNCIL DOES HEREBY RESOLVE:
SECTION 1. The City Council hereby awards a Professional Services Agreement to
UtiliWorks Consulting, LLC., to provide and expert assistance evaluating current
technologies and the most cost-effective approach to water meter replacement and
adoption of new technology for an hourly not-to-exceed fee of $116,014.
SECTION 2. The City Council hereby authorizes and directs the City Manager to
execute the Professional Services Agreement between the City of Seal Beach and
UtiliWorks Consulting, LLC, and all related documents, on behalf of the City.
PASSED, APPROVED and ADOPTED by the Seal Beach City Council at a regular
meeting held on the 22nd day of July 2019 by the following vote:
AYES: Council Members
NOES: Council Members
ABSENT: Council Members
ABSTAIN: Council Members
4
2
6
7
Thomas Moore, Mayor
ATTEST:
Gloria D. Harper, City Clerk
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6933 on file in the office of the
City Clerk, passed, approved, and adopted by the City Council at a regular meeting held
on the 22nd of July 2019.
Gloria D. Harper, City Clerk
The City of Seal Beach Page | 1
UtiliWorks Proposal
to the City of Seal Beach
AMR/AMI Assessment,
Procurement Support and Grant
Application Services
The City of Seal Beach
Attn: Mr. Travis Brooks
Title: Management Analyst
EXHIBIT A
The City of Seal Beach Page | 2
Table of Contents
Transmittal Letter .......................................................................................... 3
Project Understanding ..................................................................................... 5
Proposed Scope of Services ............................................................................... 6
Assumptions ................................................................................................. 6
Task 1 – Assessment ........................................................................................ 7
Task 1.1 – Project Kickoff and Mobilization .......................................................... 7
Task 1.2 – Technology Review / Education .......................................................... 8
Task 1.3 – Project Goals & Objectives ................................................................ 8
Task 1.4 – Current State of Operations ............................................................... 8
Task 1.5 – Cost Estimate / Project Phasing .......................................................... 9
Task 1.6 – Assessment Report .......................................................................... 9
Task 2 – Procurement ..................................................................................... 10
Task 2.1 – Staffing Plan ................................................................................ 10
Task 2.2 – Requirements and Specifications ........................................................ 10
Task 2.3 – RFP Scope of Work Draft .................................................................. 11
Task 2.4 – Proposal Solicitation, Evaluation & Selection .......................................... 12
Task 2.5 – Contract Negotiations ..................................................................... 12
Task 3 – WaterSmart Grant Assistance ................................................................. 13
Task 3.1 – WaterSmart Grant Application Preparation and Processing Support ............... 13
Proposed Project Team ................................................................................... 15
Estimated Schedule ....................................................................................... 17
Fees ......................................................................................................... 18
Project References ........................................................................................ 19
Resumes .................................................................................................... 21
The City of Seal Beach Page | 3
Transmittal Letter
UtiliWorks Consulting, LLC
2351 Energy Drive. STE 1010.
Baton Rouge, LA 70808
(225) 766-4188
www.utiliworks.com
Date: May 6th, 2019
To: Mr. Travis Brooks
Management Analyst
City of Seal Beach
From: Mr. Kody Salem
Principal
UtiliWorks Consulting, LLC
RE: Automated Meter Reading (AMR) / Advanced Metering Infrastructure (AMI) Assessment
UtiliWorks Consulting, L.L.C. (“UtiliWorks”) appreciates the opportunity to submit this proposal
to provide consulting services for an AMR/AMI Assessment for the City of Seal Beach (“City” or
“Utility”). UtiliWorks offers professional services to assist utilities in the evaluation, design,
procurement and implementation of Smart Utility Solutions. This is the exclusive focus of our
company. We believe that we are uniquely positioned to guide the City in its efforts.
We have briefly reviewed the City of Seal Beach FY 2018/19 through 2022/23 CIP and applaud
Public Works Team for identifying numerous projects to enhance and maintain the City’s
infrastructure. We are confident that the City’s initiative is an excellent fit for our services and
the long-range solutions that must be developed. We would like to highlight the key areas we
believe differentiate us from other firms. These key differentiators are:
1. Industry Recognition: UtiliWorks staff have worked on several AMR/AMI engagements on
behalf of water utility clients over the past 13 years and are very familiar with utility
operations across all functional areas. By utilizing a strategic approach which includes public
outreach and benefits verification, we have been able to assist our clients in receiving
industry accolades. These include:
a. Orangeburg Department of Public Utilities (DPU), SC (“Best Smart Infrastructure
Project of the Year”, CS Week 2015)
b. Albuquerque Bernalillo County Water Utility Authority, NM (“Best Smart Infrastructure
Project”, CS Week 2013)
c. Ruston, LA (“Smart Grid Project of the Year”, Utility Automation and Engineering
T&D Magazine, 2010)
d. San Marcos, TX (“Best Smart Infrastructure/Grid Project”, CS Week 2010 and “AMI
Project of the Year”, DistribuTECH 2009)
Many of our clients have been featured in both international trade journals and local
newspapers based on the success of their automated metering projects. UtiliWorks is very
proud of our clients’ accomplishments and will always seek to gain them the recognition
they deserve.
2. Agile and Adaptable Consulting Firm that Specializes in this Market Space. We have subject
matter experts who have deep roots in the AMR/AMI market. UtiliWorks will provide the
The City of Seal Beach Page | 4
City full access to our senior staff. We have excellent client references from utilities of
similar size and scope to the City who desire a more agile organization with a tailored
delivery strategy. Our team is known for our “hands on” experience with technology,
vendors, and owners in both pilot and full deployment environments. We believe our team
has more true deployment experience (versus theoretical understanding) than any other
consulting firm in this sector. Our references are the best way to confirm this.
3. A Tailored Solution for Your Unique Environment. In performing our initial engagement with
the City, we plan to utilize a comprehensive approach in developing a detailed
implementation plan and analyze how an automated metering implementation can
positively impact each department, not solely focusing on the meter-to-cash functions. As
part of our regular engagements, UtiliWorks helps our clients determine which technology
applications make sense for their unique environment. This includes budgeting, planning,
selection of the appropriate technology, and providing implementation support and
oversight. Working in conjunction with utility personnel, our team can create an optimum
solution for the City because we do not associate our recommendations with a particular
technology and we have no vendor affiliations.
UtiliWorks is very excited about the opportunity to work with your team at Seal Beach. Our
proposed Project Manager, Mr. Bret Vonder Reith, has extensive knowledge of the needs of this
project, and he resides less than 80 miles from Seal Beach. We think you will find that our
personnel and experience exceed your requirements to fulfill the work requested. In summary,
we believe that UtiliWorks is an excellent fit for the work requested by the City and look
forward to additional opportunities to demonstrate our interest and capabilities.
Thank you for your consideration.
Respectfully submitted,
Kody M Salem 2351 Energy Drive Suite 1010
Principal Baton Rouge, LA 70808
UtiliWorks Consulting, LLC P (615) 375-6396
ksalem@utiliworks.com F (225) 612-6404
The City of Seal Beach Page | 5
Project Understanding
It is UtiliWorks’ understanding that Seal Beach is interested in UtiliWorks conducting an
AMR/AMI Assessment that includes a cost estimate and proposed deployment phasing plan. The
City has a unique set of challenges due to the City’s proximity to the Joint Forces Training Base
at Los Alamitos, Naval Weapons Station Seal beach, and meter pit flooding to be addressed for
select meter boxes. Through our experience working with numerous water utilities (both
coastal & landlocked), vendors, and our own research, we have gathered a wealth of
information on various AMR/AMI technologies.
We concluded the following key objectives underlying this effort based on discussions with, and
feedback from, Seal Beach Utility staff.
1. Assessment of the Utility’s current meter inventory and meter reading equipment.
2. Assessment of the Utility’s current meter reading software and other related
applications that would be impacted by a change from walk by to drive-by AMR or
AMI.
3. Conduct a meter and field conditions survey on a sample population of Seal
Beach’s service area
4. Initiate a Propagation study Request for Information (RFI)
5. Develop a cost estimate and proposed project phasing plan that reflects a three- to
five-year metering technology deployment.
6. Summarize findings and provide recommendations to the City as it relates to a
meter reading technology roadmap including best fit technology solutions.
7. Prepare a Request for Proposals (RFP) that is expected to include: drive-by AMR
solution with an “upgrade path” to AMI, water meters and related equipment,
installation services, and all related software and professional services.
8. RFP Administration (publishing of RFP, pre-proposal conference, proposer question
management, response management, proposal evaluation and selection assistance)
9. Contract negotiation assistance
10. WaterSmart Grant application processing assistance (package preparation and
application process oversight)
We will approach this effort based on the methodology we employ across all our utility
technology projects. This proven methodology is called UtiliWorks Advantage™. Our
engagements with utility clients interested in deploying technology solutions, commonly
AMR/AMI, typically start with “Assessment” followed by a phased progression to “Install” (full
deployment) and “Support” (post-deployment). This process focuses on delivery of utility data
and business work flow changes that will drive performance throughout the utility organization.
As depicted in the figure below, we will work with Seal Beach through key aspects of the Assess,
Design and Procure steps.
The City of Seal Beach Page | 6
Figure 1 - UtiliWorks Advantage™ Methodology
Proposed Scope of Services
UtiliWorks is proposing the following scope of work that aligns your desired objectives with our
proven approach. We have specific tasks outlined in detail including interim and final
deliverables.
Assumptions
• The City will assign a Project Manager (PM) to participate in regularly scheduled status
calls with the UtiliWorks Project Manager to review open issues and remove barriers to
progress.
• The City will designate the necessary Subject Matter Experts (SMEs) from all functional
teams to actively participate throughout the project.
• The City will have reasonable responsiveness to data requests, document or deliverables
review and meeting requests.
• Work will be performed by UtiliWorks resources either on-site or off-site in the
completion of deliverables.
• During onsite sessions, the City will provide meeting space, teleconference line,
projector, and guest internet connection for all meetings as needed.
Proposed Phase I:
AMR/AMI
Assessment, Meter
Survey, RFI
and RFP
Development
The City of Seal Beach Page | 7
• Task 2 - Procurement includes development of a publish ready RFP. Support beyond
publishing the RFP can be provided for an additional fee.
• Pricing does not include any taxes, licenses or other fess and are extra if applicable.
• UtiliWorks to assist with RFP administration, response evaluation, vendor selection and
contract negotiation
• Task 3 – WaterSmart Grant Application Support. UWC will provide assist with the
application development and the monitoring of the application process if Grant
Application is successful
Task 1 – Assessment
The Assessment aids in the identification of the underlying business reasons that are motivating
the effort and reveals critical success factors and risks to consider. The fundamentals include
education workshops, identification of project objectives, discovery of the current state of
operations, and the recommended implementation strategy. Our assessment also includes
thorough development of a gap analysis, and current state evaluation. With the assessment we
determine the systems functionality, compatibility and opportunities for improvement.
Assessments of current state environments including metering, customer information systems,
billing, integration methods, and staff capabilities to maintain, update, and configure software
and hardware can also be provided. In addition, UtiliWorks will advise on which technologies
are best suited for the City’s unique environment and identify the associated business process
and operational changes that must occur to realize the maximum benefits of a meter reading
technology change. Specific tasks and deliverables associated with Task 1 are outlined below.
Task 1.1 – Project Kickoff and Mobilization
Prior to launching the project, UtiliWorks will work with the City Project Manager (PM) to
compile the internal project team organizational chart which will facilitate effective
communications and scheduling discovery/working sessions. UtiliWorks will hold a kick-off
meeting with the stakeholders and project team members to review the project scope,
timeline, communications plan and housekeeping items. UtiliWorks will work with the City PM
to develop the kick-off meeting agenda and identify attendees.
During mobilization, UtiliWorks will initiate our discovery effort to compile the necessary data
and information to assess the current state of utility operations and develop our analysis and
recommendations. UtiliWorks will provide the City with a list of initial discovery questions that
will be customized for each utility department. In addition, UtiliWorks will deliver the initial
data requests that will inform the cost estimate.
Deliverables: Kick-off Meeting / Slide Deck, Initial Current State Discovery Questions, Initial Cost
Estimate Data Requests including Installed Meter Population and Systems/Applications Inventory
Following the mobilization and remote kickoff activities, UtiliWorks will subsequently schedule
the necessary on-site discovery workshops to review the responses received from Seal Beach
with each respective Subject Matter Expert (SME). The project Goals and Objectives, Current
State of Operations (review of data request items) and Technology Review workshop will
together encompass approximately 2.5-3 days of onsite meetings. See task 1.2 – 1.4 for further
detail.
The City of Seal Beach Page | 8
Task 1.2 – Technology Review / Education
During our customized “Technology Review” on-site workshop, UtiliWorks will discuss the
critical success factors and relative advantages/disadvantages of AMR/AMI platforms as they
relate to the City. We delve into the success stories of other utilities and discuss how the City
can avoid the pitfalls. We will provide you with a market vendor overview along with
explanations of how their products and system characteristics could impact your operations and
customer base. The Technology Review will be a 2-3 hour interactive discussion designed to
provoke thought and prompt questions and bring the City’s team base level knowledge up to a
level suitable for making decisions going forward with the initiative.
Deliverables: On-site Technology Workshop and Agenda, Slide Deck including Vendor Product
Overview and an AMI vs. AMR Consideration Analysis
Task 1.3 – Project Goals & Objectives
In an additional 2-hour on-site workshop session with Seal Beach executives, stakeholders and
key SMEs, UtiliWorks will work with the City to establish a common understanding of the City’s
project goals, drivers, success factors and risks. This approach is designed to stimulate
discussion around project goals and objectives that otherwise may not have been considered.
This effort serves to set the foundation for key project messaging and communications, in
addition to helping to ensure what is ultimately deployed directly addresses the goals and
objectives outlined during project planning. UtiliWorks will refine the discussion points into a
complete set of categorized goals and objectives and develop a list of potential risks to be
tracked throughout the City’s AMI project lifecycle.
Deliverables: On-site Goals and Objectives Workshop and Agenda, Summary of Findings in the
Assessment Report
Task 1.4 – Current State of Operations
Over 1.5 – 2 days of the on-site workshop, UtiliWorks will work with the City PM to identify the
SMEs to review the discovery responses received with each respective utility department.
UtiliWorks will focus primarily on current meter reading practices, meter reading
software/hardware, and other meter reading related applications. The output of this task will
serve as inputs to UtiliWorks’ findings and recommendations on the City’s readiness and fit for
an AMI project. As applicable, UtiliWorks expects to meet with the following departments at a
minimum (1.5 - 2 days of sessions anticipated):
• Meter Reading / Meter Shop / Field Services
• Billing / Customer Service
• Water Operations
• Information Technology (IT) / Operational Technology (OT) / Communications
Deliverables: Onsite Current State Workshops and Agenda, Final Current State Discovery
Responses, Summary of Findings and Recommendations in the Assessment Report
The City of Seal Beach Page | 9
Task 1.5 – Cost Estimate / Project Phasing
UtiliWorks will work with the City to develop a capital and operating cost estimate underlying
the deployment of AMR and AMI metering technology in the Seal Beach service area. UtiliWorks
will deliver the preliminary results and step through each cost component and underlying
assumptions. UtiliWorks will update assumptions, as needed, so to arrive at a final deliverable.
In conjunction with developing the cost estimate and underlying assumptions, UtiliWorks will
also work with the City to develop scenarios that reflect deployment duration and phasing
options.
Deliverables: Cost estimate workbook including deployment of AMR and AMI, Summary of Findings
in the Assessment Report
Task 1.6 – Assessment Report
UtiliWorks findings and recommendations will be documented in a comprehensive written
report. This report will be the primary vehicle for communicating UtiliWorks’ recommendations
to the City. The suggested report outline is as follows:
• Executive Summary
• Discovery Findings
• Cost Estimate
• Conclusions
• Recommendations and Next Steps
UtiliWorks will schedule a working session with the City upon delivery of the Draft Assessment
Report to review the findings and recommendations. UtiliWorks expects the City to provide
feedback/questions/comments on the Draft Assessment Report, which will then be
incorporated into the Final Assessment Report. Additionally, UtiliWorks will prepare and
conduct an onsite presentation to the City’s Executive Management/Stakeholders summarizing
the effort, results and recommendations.
The City of Seal Beach Page | 10
Deliverables: Final Assessment Report, Onsite Presentation of Report
Figure 2 – Example Report Cover/TOC
Task 2 – Procurement
Task 2 will cover the planning, preparation and development of an RFP. UtiliWorks will also
work with the City to develop a project staffing plan based on the City’s goal/objectives.
Specific sub-tasks and deliverables associated with this task are outlined below.
Task 2.1 – Staffing Plan
UtiliWorks will work with the City to develop a proposed project staffing plan that will include
identification of the project Steering Committee, Proposal Response Evaluation Team, the Core
Project Team and SMEs that will contribute throughout the life of the project. As part of this
effort, UtiliWorks will work with the City to determine and anticipate potential temporary and
permanent positions that may be required during deployment and post-deployment.
Deliverable: Proposed Staffing Plan
Task 2.2 – Requirements and Specifications
UtiliWorks’ approach to the procurement of technology is premised on the need to identify
tight, detailed specifications and requirements. UtiliWorks will conduct discovery with the
project stakeholders to develop specifications based on the City’s business goals, objectives,
current situation, and plans for future changes. The following topics and questions will be
addressed and will roll up to the RFP document:
• Functional Requirements – What does the City want this new technology to do?
• Telecommunications Requirements – Does the City have existing structures to mount
communications equipment, and what backhaul methods are available?
• Business Requirements – What business needs are fulfilled by AMI?
The City of Seal Beach Page | 11
• Integration Requirements – How does the City want this new technology to interface
with other systems?
• Performance Requirements – What measures of performance should be specified in the
RFP/Scope of Work for the vendor to satisfy the business requirements of the City?
• Reporting Requirements – What types of reports and reporting tools will the City require?
• Procurement Requirements – What are the rules the City must follow to procure
equipment and professional services?
Deliverable: AMR/AMI Requirements and Specifications workbook
Figure 3 – Requirements Workbook Screen Clip
Task 2.3 – RFP Scope of Work Draft
UtiliWorks will prepare the RFP Scope of Work (SOW) with the intent to provide the vendor
community with the essential information to prepare a robust response that is tailored to the
City. UtiliWorks will incorporate the SOW into the City’s standard RFP boilerplate and review
with the City’s team (including Purchasing and Legal) to ensure that all requirements are
accurately reflected. It is anticipated that there will be no more than two (2) iterations for the
RFP draft creation and the RFP draft review until we reach to the point where the RFP is
complete and acceptable for publication.
UtiliWorks will also compile a comprehensive list of potential proposers (which may or may not
include: Telecom/Network, AMR, AMI, MDMS, Meters/Materials, and Installation) that would
represent viable options to satisfy the goals and requirements of the City.
Category Req ID Capability/Requirement Priority Vendor Response Vendor Comment
The AMI System Shall:
General AMI 1
Not significantly limit the brands of water meters that the City can
install.Specify brands/models of water meters that are fully
functional with AMI system.If there are any meter limitations with
specific vendor models,these should be listed by vendor and specific
models that are not functional with your AMI System.
Required Current Base
General AMI 2
Meet all applicable federal,state,and local regulatory requirements
(including,but not limited to,American Water Works Association
(AWWA),National Electric Safety Code (NESC),Federal
Communications Commission (FCC),and American National
Standards Institute (ANSI)).
Required Future Base
Release
General AMI 3 Not interfere with the City's current Utility,SCADA,Public Safety or
any other RF communications system.Required Modification
General AMI 4 AMI system backhaul to be identified by AMI vendor.The City's
SCADA communications will not be used for AMI backhaul Required Third Party System
General AMI 5 Uniquely identify all meters on the network.Required Customization
General AMI 6 Include a production and test environment for the Headend system.Nice to Have Not Provided
General AMI 7 Provide a method of obtaining readings by handheld computers in the
event fixed network communication with meters is down.Nice to Have
General AMI 8
Provide a method of obtaining readings by vehicle-mounted mobile
collectors in the event fixed network communication with meters is
down.
Nice to Have
General AMI 9
Allow reprogramming of meters remotely (over-the-air)via the AMI
network.List meter brands for which your AMI system cannot
reprogram the meters remotely.
Required
General AMI Critical failures shall be detected,logged and reported to AMI
headend immediately including:
General AMI 10 Collector device failure Required
General AMI 11 Endpoint device failure Required
General AMI 12 Endpoint firmware upgrade failure Required
General AMI 13 Time synchronization failure Required
General AMI 14 Database storage exceeded Required
General AMI 15 Memory failure Required
General AMI 16 Communications link failure Required
General AMI 17 Provide a solar power option for collectors.Explore
General AMI 18 Support interval data collection for measured product.Required
City of Lawrence
Requirements and Capabilities - AMI System
The City of Seal Beach Page | 12
Deliverables: Publish-Ready RFP, Vendor List and Contact Information
Task 2.4 – Proposal Solicitation, Evaluation & Selection
UtiliWorks will assist the City with those tasks that must be managed once the RFP is released
including: (a) advertising the RFP; (b) setting the agenda and leading a pre-proposal meeting;
(c) receiving and responding to vendor questions; and (d) publishing any necessary addenda.
Prior to the receipt of responses, the UtiliWorks PM will work with the City PM to organize and
schedule the proposal review process. As the responses are received, UtiliWorks’ team of
SMEs will immediately start the evaluation process alongside the City-designated Evaluation
Team. UtiliWorks will summarize key components of each proposal and analyze each cost
proposal. When lining up the cost proposals side-by-side it is common to discover that each
vendor quote differs in some fashion, making it difficult to perform an apples-to-apples
comparison. We minimize this challenge with how we structure the RFP response
requirements and our analytical approach to cost normalization.
UtiliWorks will work with the City throughout the evaluation process to arrive at a shortlist of
recommended candidates. We will work with the City’s Evaluation Team to customize the
shortlist meeting agenda and outline questions for each vendor interview. Our team will
attend the shortlist interviews and ensure that candidates answer questions comprehensively
and to the City’s satisfaction. UtiliWorks will also assist the City with reference checks and
potentially arrange site visits, so that the City may obtain useful feedback from the
experiences of other water utilities.
At the end of the evaluation process, we will work with the City’s team to weigh the pros and
cons of each shortlist candidate so that the City can arrive at a final selection.
Deliverables: Pre-Proposal Meeting Agenda, Responses to Proposer questions, Proposal Weighting
and Evaluation Tools, Cost Normalization.xlsx, Shortlist Interview
Agenda/Questions, Shortlist Interview Summaries
Task 2.5 – Contract Negotiations
UtiliWorks will provide guidance and support to the City during contract negotiations with the
selected vendor(s). Our experts will review and provide editorial for the proposed vendor
contract and SOW, determine whether the SOW complies with the City requirements, and
negotiate terms that are as favorable as possible to the City. UtiliWorks will work with the
City and the respective vendor(s) to: identify and document the City-specific systems
acceptance criteria; identify and document expected deliverables to be produced; and,
identify price concessions. UtiliWorks will actively participate in discussions / negotiations
with the selected vendor(s) on behalf of the City.
UtiliWorks will work with the City to develop the final vendor contract presentation to the
City Council and attend the Council meeting to answer questions / provide clarification.
Deliverables: Council-Ready Vendor Contract(s), Council Presentation Slide Deck
The City of Seal Beach Page | 13
Task 3 – WaterSmart Grant Assistance
Task 3.1 – WaterSmart Grant Application Preparation and Processing Support
** Note Task 3 will only be initiated with written authorization of notice to proceed **
Background
• Water Conservation Grant – issued at the beginning of January 2020 looks to
provide up to $1,000,000 in matching funds to support water utility projects in
specific western U.S. states & territories. There are two different funding
categories:
o Level 1 projects may receive up to $300,000 in matching funds and must be
completed in two years.
o Level 2 projects may receive up to $1,000,000 in matching funds and must
be completed in three years.
• Supports: Municipal metering projects which result in water savings or leakage
quantification
Assumptions
• Client is interested in participating in the Water Conservation Grant and meets
eligibility requirements.
• Client is able to provide all data required in a timely manner to support the
grant application.
• Work will be performed by UWC resources either on-site or off-site in the
completion of task order deliverables
• UtiliWorks is completing one grant application on behalf of the Client.
• Owner will assign Project Manager to participate in regularly scheduled status
calls with the UWC Project Manager to review open issues and remove barriers
to progress.
• Work will be performed by UWC resources either on-site or off-site in the
completion of task order deliverables
• Owner agrees to provide the UWC project team with online, interactive access
capability as well as workspace for consultants while on-site.
• Cost does not include any taxes or additional fees not represented in the
schedule of values.
Support Grant Application
UWC will guide and support the grant application process between the Client and the
Department of Interior.
The City of Seal Beach Page | 14
Act as intermediary between Department of Interior and Client
UtiliWorks will interface with the Department of Interior (DOI) and act on behalf of the
Client. Prior to fully engaging UtiliWorks will interface with DOI to review and provide
guidance to ensure that the Client meets the eligibility requirements for application for
the grant. On behalf of the Client UtiliWorks will maintain contact with the DOI to
monitor application dates, changes in the application process and after submission,
monitor the approval process.
Assuming the application is successful UtiliWorks can be contracted to support the Client
to ensure they meet all reporting requirements for the grant.
Data Collection Tasks
Develop and Collect Data Required
UWC will review grant requirements and provide data forms to the Owner in order to
facilitate data collection. This data is required to determine water conservation, energy
saving, and other benefit capabilities. This will require data collection for baseline data
and analysis to determine the anticipated benefits. Where no budget information exists
UtiliWorks will work with the Owner to generate budget information.
Develop Grant Application Outline
Throughout the data collection period UWC will develop a draft outline for review with
the Owner. This draft will highlight the win theme and key points to be made within
the application to maximize success. The grant application outline is based on analysis
of the data collected and will be reviewed with appropriate Owner stakeholders to
ensure alignment.
Grant Application Process
UWC will use the agreed upon win theme and outline to begin draft of a preliminary
grant application. The grant application will be based on the data previously collected
and throughout this process there may be opportunities where UtiliWorks will reach back
to the Client for clarification or additional information.
Upon completion of the draft grant application UtiliWorks will perform internal reviews
to be followed by a review with Client stakeholders and participants to comment on the
application. After receiving comments, a formal review will be conducted to ensure
alignment. Multiple reviews may be required.
After reviewing the draft UtiliWorks will move to creating the final grant application
incorporating any comments or suggestions from the Client deemed appropriate. A
review process will be followed and a formal review to finalize the documents will be
conducted.
Upon completion of the final review the documents will then formalized and published
for submission to the DOI. UtiliWorks will work with the Owner to ensure the application
process is followed. Upon submission UtiliWorks will follow-up with DOI to ensure the
application was received in its entirety and meets the application deadlines. UtiliWorks
will continue to interface with DOI on the Owner’s behalf to follow application progress
up to award of the funding.
The City of Seal Beach Page | 15
Define Participant Responsibilities
UWC will work with the Owner and the selected vendors to define and document the
expected responsibilities of each project participant (i.e., vendors, the Client, and
UWC) throughout the grant application project.
Deliverables:
• Completed Water Conservation Grant Application for submission by Client
Out of Scope
• If awarded, grant reporting is considered additional scope.
• Additional grant applications beyond the Water Conservation Grant.
• Any work requested by Client that is not expressly and directly a part of the
scope set forth above is considered “Out of Scope” and may require the
execution of a Change Order or a new Statement of Work.
Proposed Project Team
The City of Seal Beach Page | 16
The City of Seal Beach Page | 17
Estimated Schedule
UtiliWorks estimates that all tasks will take approximately 6 months, following Seal Beach approval to proceed. The relative task
timing for Tasks 1-4 is included in the estimated project schedule below. Note, Tasks 1.2-1.4 are expected to encompass a 2.5-3
days on-site workshop. The final project schedule will be determined with input from Seal Beach’s PM during Kickoff Mobilization
(Task 1).
The City of Seal Beach Page | 18
Fees
UtiliWorks proposes a not -to-exceed contract. UtiliWorks will invoice the City monthly based
on labor hours consumed of each proposed task below: For the purposed of the estimate a
blended rate of $200/hour was used for all tasks except Project Management for which
$210/hour was used.
Standard Labor Rates by Position
UtiliWorks Consulting Rate Sheet
Title Billing Rate
Managing Director $ 295.00
Principal $ 260.00
Senior Manager $ 220.00
Manager $ 220.00
Senior Associate $ 220.00
Associate $ 190.00
Analyst $ 160.00
Junior Analyst $ 115.00
Administrative $ 115.00
The City of Seal Beach Page | 19
Project References
Additional project references are available upon request.
Long Beach, California, 100,000 water meters
Name of Business Street Address City & State Contract Dates
Long Beach Water
Department
1800 E. Wardlow
Road
Long Beach, CA
90807
Nov 2015 - Present
Contact Title Telephone Email Address
Chris Garner General Manager (562) 570-2001 chris.garner@longbeach.gov
Description of Work Performed
UtiliWorks was hired to provide the Long Beach Water Department (LBWD) with professional
services to deliver an AMI/MDMS Assessment and Strategic Roadmap. Tasks included: update
the AMI/MDM business case; develop related as-is current state operations, communications
infrastructure, and IT systems; review, analyze and make recommendations related to
LBWD’s water conservation programs; and, develop desired data analytics by department.
UtiliWorks was awarded the contract to provide AMI/MDMS procurement services and overall
Program Management services starting in August 2017.
Las Virgenes Municipal Water City, California,
22,000 water meters
Name of Business Street Address City & State Contract Dates
LADWP 4232 Las Virgenes Rd. Calabasas, CA
91302
12/11/18 – 10/10
Contact Title Telephone Email Address
Joe McDermott Dir. Resource Conservation
and Public Outreach
(818) 251-2130 jmcdermott@LVMWD.com
Description of Work Performed
UtiliWorks’ scope includes a Program Kickoff, AMR/AMI Design and Procurement RFP, RFP
Administration, Vendor selection assistance and contract negotiation assistance. The RFP will
solicit for AMI, MDMS and Customer Portal systems as well as subcontracted installation
contractor services.
The City of Seal Beach Page | 20
Crescenta Valley Water City, California
20,000 water meters
Name of Business Street Address City & State Contract Dates
CVWD 2700 Foothill Blvd. La Crescenta, CA
91214
12/19/18 – 10/10/19
Contact Title Telephone Email Address
David Gould City Engineer (818) 236-4119 dgould@cvwd.com
Description of Work Performed
Provide AMI advisory services related to business case validation, readiness assessment and
strategic planning. Provide an onsite technology review and vendor product overview.
Assessment of current operations and the delivery of an AMI Recommendations Memorandum.
Business Case scenarios (3) will also be developed with deployment timelines expected to be
completed by June of 2021. Finally, an Implementation Plan will be developed.
Buena Park, California, 20,000 water meters
Name of Business Street Address City & State Contract Dates
City of Buena Park 6550 Beach Blvd
Buena Park, CA
90621
June 2014 – Oct 2018
Contact Title Telephone Email Address
Mike McGee Smart Meter Manager (714) 562-3705 mmcgee@buenapark.com
Description of Work Performed
UtiliWorks was contracted to provide consulting services in the evaluation and application
study of the current smart metering technologies and present an AMI business case to the
City of Buena Park. UWC further assisted with and AMI/MDM procurement, including a CIS
readiness assessment. UWC led development of the City’s DOI WaterSMART grant application
for FY2017 and is engaged as Program Manager for the AMI deployment for approximately
20,000 water meters.
The City of Seal Beach Page | 21
Resumes
The City of Seal Beach Page | 22
The City of Seal Beach Page | 23
The City of Seal Beach Page | 24
The City of Seal Beach Page | 25
The City of Seal Beach Page | 26
Agenda Item: H
AGENDA STAFF REPORT
DATE:July 22, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Steve Myrter, P.E, Director of Public Works
SUBJECT:Professional Services Agreements for On-Call Traffic and
Transportation Engineering Services, Professional
Engineering Services and Professional Inspection Services
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6934:
1. Authorizing the City Manager to execute a professional services agreement
and Addendum No. 1 with W. G. Zimmerman Engineering, Inc., in the
amount of $240,000 to provide On-Call Traffic and Transportation
Engineering Services for a three-year term; and,
2. Authorizing the City Manager to execute a professional services agreement
and Addendum No. 1 with Iteris, Inc. in the amount of $240,000 to provide
On-Call Traffic and Transportation Engineering Services for a three-year
term; and,
3. Authorizing the City Manager to execute a professional services agreement
with GHD, Inc. in the amount of $300,000 to provide On-Call Professional
Engineering Services for a three-year term; and,
4. Authorizing the City Manager to execute a professional services agreement
with Stantec Consulting Services, Inc. in the amount of $300,000 to provide
On-Call Professional Engineering Services for a three-year term; and,
5. Authorizing the City Manager to execute a professional services agreement
with Kreuzer Consulting Group in the amount of $300,000 to provide On-
Call Professional Engineering Services for a three-year term; and,
6. Authorizing the City Manager to execute a professional services agreement
with Tait & Associates, Inc. in the amount of $300,000 to provide On-Call
Professional Engineering Services for a three-year term; and,
5
1
6
7. Authorizing the City Manager to execute a professional services agreement
with EXP U.S. Services, Inc. in the amount of $300,000 to provide On-Call
Professional Engineering Services for a three-year term; and,
8. Authorizing the City Manager to execute a professional services agreement
and Addendum No. 1 with NV5, Inc. in the amount of $240,000 to provide
On-Call Professional Inspection Services for a three-year term; and,
9. Authorizing the City Manager to execute a professional services agreement
with Interwest Consulting Group, Inc. in the amount of $240,000 to provide
On-Call Professional Inspection Services for a three-year term; and,
10.Authorizing the City Manager to execute a professional services agreement
with Ardurra Group, Inc. dba AndersonPenna Partners, Inc. in the amount
of $240,000 to provide On-Call Professional Inspection Services for a three-
year term; and
11.Authorizing the City Manager the option to execute a professional service
agreement amendment to extend any or all of the agreements up to two (2)
additional one-year terms after its original term.
BACKGROUND AND ANALYSIS:
The City has a robust capital improvement program and aging infrastructure that
require on-going maintenance. Contract services in the various Public Works
disciplines are often required. Depending on the scope of work, the process to
retain contract services can take four or more months from the time of proposal
solicitation to purchase order issuance, which can belabor project delivery and
timely use of restricted funds.
In an effort to streamline project delivery and provide readily available contract
support, staff issued three separate Request for Proposals (RFP) to provide:
1. On-Call Traffic and Transportation Engineering Services
2. On-Call Professional Engineering Services (General)
3. On-Call Professional Inspection Services
On April 8, 2019, staff issued a RFP to eighteen (18) firms. On April 26, 2019, staff
received fifteen (15) proposals. The evaluation panel comprised of Public Works
staff rated the proposals based on their overall qualifications, relevant firm
experience, availability, familiarity with the City’s policies, understanding and
approach, availability, amongst other factors. Based on the abovementioned
factors, the following firms were deemed most qualified. Reference checks for
these firms indicate satisfactory proficiency and experience to provide the requisite
services.
On-Call Traffic and Transportation Engineering Services
1. W.G. Zimmerman Engineering, Inc.
5
1
6
2. Iteris, Inc.
On-Call Professional Engineering Services
1. GHD, Inc.
2. Stantec Consulting Services, Inc.
3. Kreuzer Consulting Group
4. Tait & Associates, Inc.
5. EXP U.S. Services, Inc.
On-Call Professional Inspection Services
1. NV5, Inc.
2. Interwest Consulting Group, Inc.
3. Ardurra Group, Inc. dba AndersonPenna Partners, Inc.
Staff reviewed each firm’s labor and material rate schedule and found them to be
consistent with industry standards. The scope and fee for each task will be agreed
upon between the City and consultant through a proposal based on the established
fee schedule. Proposals in excess of the City Manager’s signing authority will be
brought to Council for consideration. Funds for these services will be expended
from the applicable budget accounts.
The contract term is three (3) years and the City will have the option to extend the
contract for up to two (2) additional one-year terms. Each On-Call Traffic and
Transportation Engineering Services agreement is in a not-to-exceed amount of
$240,000 for the three-year original term. Each On-Call Professional Engineering
Services agreement is in a not-to-exceed amount of $300,000 for the three-year
original term. Each On-Call Professional Inspection Services agreement is in a not-
to-exceed amount of $240,000 for the three-year original term. Contract extensions
will be prorated accordingly. Due to the on-call nature of this agreement, work is
not guaranteed to the consultant.
On June 24, 2019, this item was presented to the City Council at the study session
to discuss the terms, resources and time savings, compliance with City and
government purchasing codes, and the non-committal nature of the agreement.
Based on the positive comments received, staff recommends approval of the on-
call agreements.
ENVIRONMENTAL IMPACT:
The approval of professional services agreements is not subject to California
Environmental Quality Act (CEQA).
LEGAL ANALYSIS:
The City Attorney has reviewed agreements and approved the resolution as to
form.
5
1
6
FINANCIAL IMPACT:
The approval of the proposed on-call agreements does not directly appropriate or
expend funds. Services will be used to the extent of available funding in the
applicable budget accounts.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
RECOMMENDATION:
That the City Council adopt Resolution 6934:
1. Authorizing the City Manager to execute a professional services agreement
and Addendum No. 1 with W. G. Zimmerman Engineering, Inc., in the
amount of $240,000 to provide On-Call Traffic and Transportation
Engineering Services for a three-year term; and,
2. Authorizing the City Manager to execute a professional services agreement
and Addendum No. 1 with Iteris, Inc. in the amount of $240,000 to provide
On-Call Traffic and Transportation Engineering Services for a three-year
term; and,
3. Authorizing the City Manager to execute a professional services agreement
with GHD, Inc. in the amount of $300,000 to provide On-Call Engineering
Services for a three-year term; and,
4. Authorizing the City Manager to execute a professional services agreement
with Stantec Consulting Services, Inc. in the amount of $300,000 to provide
On-Call Engineering Services for a three-year term; and,
5. Authorizing the City Manager to execute a professional services agreement
with Kreuzer Consulting Group in the amount of $300,000 to provide On-
Call Engineering Services for a three-year term; and,
6. Authorizing the City Manager to execute a professional services agreement
with Tait & Associates, Inc. in the amount of $300,000 to provide On-Call
Engineering Services for a three-year term; and,
7. Authorizing the City Manager to execute a professional services agreement
with EXP U.S. Services, Inc. in the amount of $300,000 to provide On-Call
Engineering Services for a three-year term; and,
5
1
6
8. Authorizing the City Manager to execute a professional services agreement
and Addendum No. 1 with NV5, Inc. in the amount of $240,000 to provide
On-Call Professional Inspection Services for a three-year term; and,
9. Authorizing the City Manager to execute a professional services agreement
with Interwest Consulting Group, Inc. in the amount of $240,000 to provide
On-Call Professional Inspection Services for a three-year term; and,
10.Authorizing the City Manager to execute a professional services agreement
with Ardurra Group, Inc. dba AndersonPenna Partners, Inc. in the amount
of $240,000 to provide On-Call Professional Inspection Services for a three-
year term; and,
11.Authorizing the City Manager the option to execute a professional service
agreement amendment to extend any or all of the agreements up to two (2)
additional one-year terms after its original term.
SUBMITTED BY: NOTED AND APPROVED:
Steve Myrter Jill R. Ingram
Steve Myrter, P.E, Director of Public Works Jill R. Ingram, City Manager
ATTACHMENTS:
A. Resolution 6934
B. Agreement-Iteris, Inc.
C. Addendum-Iteris, Inc.
D. Agreement - W.G. Zimmerman Engineering, Inc.
E. Addendum- W.G. Zimmerman Engineering, Inc.
F. Agreement-GHD, Inc.
G. Agreement-Stantec Consulting Services, Inc.
H. Agreement-Kreuzer Consulting Group
I. Agreement-Tait & Associates, Inc.
J. Agreement-EXP, U.S. Services, Inc.
K. Agreement- NV5, Inc.
L. Addendum-NV5, Inc.
M. Agreement-Interwest Consulting Group. Inc.
N. Agreement-Ardurra Group, Inc. dba AndersonPenna Partners, Inc.
RESOLUTION 6934
A RESOLUTION OF THE SEAL BEACH CITY COUNCIL
APPROVING AND AUTHORIZING THE CITY MANAGER TO
EXECUTE PROFESSIONAL SERVICES AGREEMENTS WITH
W.G. ZIMMERMAN ENGINEERING SERVICES, INC. AND
ITERIS, INC. FOR ON-CALL TRAFFIC AND TRANSPORTATION
ENGINEERING SERVICES; GHD, INC., STANTEC CONSULTING
SERVICES, INC., KREUZER CONSULTING GROUP, TAIT &
ASSOCIATES, INC., AND EXP U.S. SERVICES, INC. FOR ON-
CALL PROFESSIONAL ENGINEERING SERVICES; AND NV5,
INC., INTERWEST CONSULTING GROUP, INC. AND ARDURRA
GROUP, INC. DBA ANDERSONPENNA PARTNERS, INC. FOR
ON-CALL PROFESSIONAL INSPECTION SERVICES
WHEREAS, pursuant to the Seal Beach City Charter, Seal Beach Municipal
Code Chapter 3.20 establishes a central purchasing system, including
procedures for competitive bidding and exemptions from competitive bidding.
Seal Beach Municipal Code Section 3.20.025(C) provides for an exemption from
competitive bidding requirements for purchases of professional services,
including engineering services; and,
WHEREAS, on April 8, 2019, the City issued two Requests for Proposals for On-
Call Traffic and Transportation Engineering Services, On-Call Professional
Engineering Services, and On-Call Professional Inspection Services; and,
WHEREAS, on April 26, 2019, the City received fifteen (15) proposals in
response to the Requests for Proposal; and,
WHEREAS, the City performed a detail review and evaluation of the proposals
and deemed the following firms as the most qualified to provide such services:
A. For On-Call Traffic and Transportation Engineering Services
1. W.G. Zimmerman Engineering, Inc.
2. Iteris, Inc.
B. For On-Call Professional Engineering Services
1. GHD, Inc.
2. Stantec Consulting Services, Inc.
3. Kreuzer Consulting Group
4. Tait & Associates, Inc.
5. EXP U.S. Services, Inc.
C. On-Call Professional Inspection Services
1. NV5, Inc.
2. Interwest Consulting Group, Inc.
3. Ardurra Group, Inc., dba AndersonPenna Partners, Inc.
NOW, THEREFORE, THE SEAL BEACH CITY COUNCIL DOES HEREBY
RESOLVE:
Section 1. A. The City Council hereby approves the three (3) year
professional services agreement (Agreement) between the City of
Seal Beach and W.G. Zimmerman Engineering, Inc. for On-Call
Traffic and Transportation Engineering Services in a not-to-exceed
amount of $240,000 for the three-year term.
B. The City Council hereby approves Amendment No. 1 to
Agreement to clarify indemnification obligations of W. G.
Zimmerman Engineering, Inc.
C. The City Council hereby authorizes the City Manager to
extend the Agreement with W.G. Zimmerman Engineering, Inc. for
up to two (2) additional one-year terms, at her discretion, in a not-
to-exceed amount of $80,000 per one-year extension.
Section 2. A. The City Council hereby approves the three (3) year
professional services agreement (Agreement) between the City of
Seal Beach and Iteris, Inc. for On-Call Traffic and Transportation
Engineering Services in a not-to-exceed amount of $240,000 for
the three-year term.
B. The City Council hereby approves Amendment No. 1 to
Agreement to clarify indemnification obligations of Iteris, Inc.
C. The City Council hereby authorizes the City Manager to
extend the Agreement with Iteris, Inc. for up to two (2) additional
one-year terms, at her discretion, in a not-to-exceed amount of
$80,000 per one-year extension.
Section 3. A. The City Council hereby approves the three (3) year
professional services agreement (Agreement) between the City of
Seal Beach and GHD, Inc. for On-Call Professional Engineering
Services in a not-to-exceed amount of $300,000 for the three-year
term.
B. The City Council hereby authorizes the City Manager to
extend the Agreement with GHD, Inc. for up to two (2) additional
one-year terms, at her discretion, in a not-to-exceed amount of
$100,000 per one-year extension.
Section 4. A. The City Council hereby approves the three (3) year
professional services agreement (Agreement) between the City of
Seal Beach and Stantec Consulting Services, Inc. for On-Call
Professional Engineering Services in a not-to-exceed amount of
$300,000 for the three-year term.
B. The City Council hereby authorizes the City Manager to
extend the Agreement with Stantec Consulting Services, Inc. for up
to two (2) additional one-year terms, at her discretion, in a not-to-
exceed amount of $100,000 per one-year extension.
Section 5. A. The City Council hereby approves the three (3) year
professional services agreement (Agreement) between the City of
Seal Beach and Kreuzer Consulting Group for On-Call Professional
Engineering Services in a not-to-exceed amount of $300,000 for
the three-year term.
B. The City Council hereby authorizes the City Manager to
extend the Agreement with Kreuzer Consulting Group for up to two
(2) additional one-year terms, at her discretion, in a not-to-exceed
amount of $100,000 per one-year extension.
Section 6. A. The City Council hereby approves the three (3) year
professional services agreement (Agreement) between the City of
Seal Beach and Tait & Associates, Inc. for On-Call Professional
Engineering Services in a not-to-exceed amount of $300,000 for
the three-year term.
B. The City Council hereby authorizes the City Manager to
extend the Agreement with Tait & Associates, Inc. for up to two (2)
additional one-year terms, at her discretion, in a not-to-exceed
amount of $100,000 per one-year extension.
Section 7. A. The City Council hereby approves the three (3) year
professional services agreement (Agreement) between the City of
Seal Beach and EXP U.S. Services, Inc. for On-Call Professional
Engineering Services in a not-to-exceed amount of $300,000 for
the three-year term.
B. The City Council hereby authorizes the City Manager to
extend the Agreement with EXP U.S. Services, Inc. for up to two
(2) additional one-year terms, at her discretion, in a not-to-exceed
amount of $100,000 per one-year extension.
Section 8 A. The City Council hereby approves the three (3) year
professional services agreement (Agreement) between the City of
Seal Beach and NV5, Inc. for On-Call Professional Inspection
Services in a not-to-exceed amount of $200,000 for the three-year
term.
B. The City Council hereby approves Amendment No. 1 to
Agreement to clarify indemnification obligations of NV5, Inc.
C. The City Council hereby authorizes the City Manager to
extend the Agreement with NV5, Inc. for up to two (2) additional
one-year terms, at her discretion, in a not-to-exceed amount of
$66,666 per one-year extension.
Section 9. A. The City Council hereby approves the three (3) year
professional services agreement (Agreement) between the City of
Seal Beach and Interwest Consulting Group, Inc. for On-Call
Professional Inspection Services in a not-to-exceed amount of
$200,000 for the three-year term.
B. The City Council hereby authorizes the City Manager to
extend the Agreement with Interwest Consulting Group, Inc. for up
to two (2) additional one-year terms, at her discretion, in a not-to-
exceed amount of $66,666 per one-year extension.
Section 10. A. The City Council hereby approves the three (3) year
professional services agreement (Agreement) between the City of
Seal Beach and Ardurra Group, Inc. dba AndersonPenna Partners,
Inc. for On-Call Professional Inspection Services in a not-to-exceed
amount of $200,000 for the three-year term.
B. The City Council hereby authorizes the City Manager to
extend the Agreement with Ardurra, Inc. dba AndersonPenna
Partners, Inc. for up to two (2) additional one-year terms, at her
discretion, in a not-to-exceed amount of $66,666 per one-year
extension.
Section 11. A. The City Council hereby authorizes the City Manager to
execute each of the Agreements set forth in Sections 1 through 10,
inclusive.
B. In the event that the City Manager approves an extension of
any of the Agreements set forth in Sections 1 through 10, inclusive,
the City Council hereby authorizes the City Manager to execute any
such extension on the terms set forth in this Resolution.
Section 12. The City Council hereby rejects all other proposals.
PASSED, APPROVED AND ADOPTED by the Seal Beach City Council at a
regular meeting held on the 22nd day of July 2019 by the following vote:
AYES: Council Members
NOES: Council Members
ABSENT: Council Members
ABSTAIN: Council Members
Thomas Moore, Mayor
ATTEST:
Gloria D. Harper, City Clerk
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6926 on file in the office of
the City Clerk, passed, approved, and adopted by the City Council at a regular
meeting held on the 22nd day of July 2019.
Gloria D. Harper, City Clerk
ADDENDUM NO. 1 TO
PROFESSIONAL SERVICES AGREEMENT
for
On-Call Professional Traffic/Transportation
Engineering Services
between
City of Seal Beach
211 - 8th Street
Seal Beach, CA 90740
&
Iteris, Inc.
1700 Carnegie Avenue, Suite 100
Santa Ana, CA 92705
(949) 270-9400
This Addendum No. 1, dated June 24, 2019, amends that certain Professional Services
Agreement (“Agreement’) dated June 24, 2019, between Iteris, Inc. (“Consultant”), a
Delaware corporation and the City of Seal Beach (“City”), a California charter city,
(collectively, “the Parties”).
Page 2 of 4
RECITALS
A. City and Consultant are parties to the Agreement, pursuant to which City
retained Consultant to provide certain professional traffic and transportation engineering
services to City.
B. City and Consultant desire to amend the Agreement pursuant to this Addendum
to correct a clerical error in Section 16.0 of the Agreement with regard to the
indemnification obligations of Consultant under the Agreement.
NOW THEREFORE, in consideration of the Parties' performance of the
promises, covenants, and conditions stated herein, the Parties hereto agree as
follows.
ADDENDUM
Section 1. Section 16.1 of the Agreement is hereby deleted and the
following provision substituted in its place:
“16.1. Indemnity for Design Professional Services. To the fullest extent
permitted by law, Consultant shall, at its sole cost and expense, indemnify
and hold harmless the City, its elected officials, officers, attorneys, agents,
employees, designated volunteers, successors, assigns and those City
agents serving as independent contractors in the role of City officials
(collectively “Indemnitees”), from and against any and all damages, costs,
expenses, liabilities, claims, demands, causes of action, proceedings,
judgments, penalties, liens, and losses of any nature whatsoever, including
fees of accountants and other professionals, and all costs associated
therewith, and reimbursement of attorneys’ fees and costs of defense
(collectively “Claims”), whether actual, alleged or threatened, which arise out
of, pertain to, or relate to, in whole or in part, the negligence, recklessness or
willful misconduct of Consultant, and/or its officers, agents, servants,
employees, subcontractors, contractors or their officers, agents, servants or
employees (or any entity or individual that Consultant shall bear the legal
liability thereof) in the performance of design professional services under this
Agreement by a “design professional,” as the term is defined under California
Civil Code § 2782.8(c).
Section 2. Section 16.2 of the Agreement is hereby deleted and the
following provision substituted in its place:
“16.2. Other Indemnitees. Other than in the performance of design
professional services, and to the fullest extent permitted by law, Consultant
shall, at its sole cost and expense, protect, defend, hold harmless and
indemnify the Indemnitees from and against any and all damages, costs,
expenses, liabilities, claims, demands, causes of action, proceedings,
Page 3 of 4
judgments, penalties, liens and losses of any nature whatsoever, including
fees of accountants, attorneys and other professionals, and all costs
associated therewith, and the payment of all consequential damages
(collectively “Damages”), in law or equity, whether actual, alleged or
threatened, which arise out of, pertain to, or relate to the acts or omissions of
Consultant, its officers, agents, servants, employees, subcontractors,
materialmen, suppliers, or contractors, or their officers, agents, servants or
employees (or any entity or individual that Consultant shall bear the legal
liability thereof) in the performance of this Agreement, including the
Indemnitees’ active or passive negligence, except for Damages arising from
the sole negligence or willful misconduct of the Indemnitees, as determined
by final arbitration or court decision or by the agreement of the Parties.
Consultant shall defend the Indemnitees in any action or actions filed in
connection with any Damages with counsel of the Indemnitees’ choice, and
shall pay all costs and expenses, including all attorneys’ fees and experts’
costs actually incurred in connection with such defense. Consultant shall
reimburse the Indemnitees for any and all legal expenses and costs incurred
by the Indemnitees in connection therewith.”
Section 3. Except as expressly modified or supplemented by this
Addendum No. 1, all other provisions of the Agreement shall remain unaltered and
in full force and effect. In the event of a conflict between the provisions of this
Addendum No. 1 and the provisions of the Agreement, the provisions of this
Addendum No. 1 shall control.
Section 4. This Addendum No. 1 shall be effective on June 24, 2019.
IN WITNESS WHEREOF, the Parties hereto, through their respective
authorized representatives have executed this Addendum No. 1 as of the date and
year first above written.
Page 4 of 4
CITY OF SEAL BEACH
By: _________________________
Jill R. Ingram, City Manager
Attest:
By: _________________________
Gloria D. Harper, City Clerk
Approved as to Form:
By: _________________________
Craig A. Steele, City Attorney
CONSULTANT: Iteris, Inc., a Delaware
corporation
By: __________________________
Name:
Its:
By: __________________________
Name:
Its:
(Please note, two signatures required for
corporations under Corp. Code § 313, unless
corporate documents authorize only one person
to sign this Agreement on behalf of the
corporation.)
1 of 14
PROFESSIONAL SERVICES AGREEMENT
for
On-Call Professional Traffic/Transportation
Engineering Services
between
City of Seal Beach
211 - 8th Street
Seal Beach, CA 90740
&
W.G. Zimmerman Engineering, Inc.
17011 Beach Boulevard, Suite 1240
Huntington Beach, CA, 92647
(714) 799-1700
This Professional Service Agreement (“the Agreement”) is made as of June 10, 2019
(the “Effective Date”), by and between W.G. Zimmerman Engineering, Inc.
(“Consultant”), a California corporation and the City of Seal Beach (“City”), a California
charter city, (collectively, “the Parties”).
2 of 14
RECITALS
A. City desires certain professional traffic and transportation engineering
services.
B. Pursuant to the authority provided by its City Charter and Seal Beach
Municipal Code § 3.20.025(C), City desires to engage Consultant to provide
Professional Engineering services in the manner set forth herein and more
fully described in Section 1.0.
C. Consultant represents that the principal members of its firm are
qualified professional Engineers and are fully qualified to perform the services
contemplated by this Agreement in a good and professional manner; and it
desires to perform such services as provided herein.
NOW THEREFORE, in consideration of the Parties' performance of the
promises, covenants, and conditions stated herein, the Parties hereto agree
as follows.
AGREEMENT
1.0 Scope of Services
1.1. Consultant shall provide those services (“Services”) set forth in the
attached Exhibit A, which is hereby incorporated by this reference. To the extent
that there is any conflict between Exhibit A and this Agreement, this Agreement
shall control.
1.2. Consultant shall perform all Services under this Agreement in
accordance with the standard of care generally exercised by like professionals
under similar circumstances and in a manner reasonably satisfactory to City.
1.3. In performing this Agreement, Consultant shall comply with all
applicable provisions of federal, state, and local law.
1.4. As a material inducement to City to enter into this Agreement,
Consultant hereby represents that it has the experience necessary to undertake
the Services to be provided. In light of such status and experience, Consultant
hereby covenants that it shall follow the customary professional standards in
performing all Services. The City relies upon the skill of Consultant, and
Consultant’s staff, if any, to do and perform the Services in a skillful, competent,
and professional manner, and Consultant and Consultant’s staff, shall perform
the Services in such manner. Consultant shall, at all times, meet or exceed any
and all applicable professional standards of care. The acceptance of
Consultant’s work by the City shall not operate as a release of Consultant from
such standard of care and workmanship.
3 of 14
1.5. Consultant will not be compensated for any work performed not
specified in the Scope of Services unless the City authorizes such work in
advance and in writing. The City Manager may authorize extra work to fund
unforeseen conditions up to the amount approved at the time of award by the
City Council. Payment for additional work in excess of this amount requires prior
City Council authorization.
2.0 Term
2.1. The term of this Agreement shall commence as of the Effective
Date and shall continue for a term of three (3) years (“Original Term”) and shall
expire at midnight on June 10, 2022, unless sooner terminated or extended as
provided by this Agreement.
2.2. The City, at its sole option, may elect to extend the Original Term of
this Agreement, upon the same terms and conditions, for up to two (2) additional
terms of one year each (“extension”), by providing written notice to Contractor at
least one month prior to the expiration of an existing term. If timely elected by the
City, the first extension shall have a term extending from June 10, 2022 through
and including June 10, 2023, unless sooner terminated or extended pursuant to
this Agreement. If timely elected by the City, the second extension shall be from
June 10, 2023 through and including June 10, 2024, unless sooner terminated
pursuant to this Agreement. Any extension shall not be effective except upon
execution of a written amendment to this Agreement signed by the City Manager
and Contractor’s authorized representatives.
3.0 Consultant’s Compensation
3.1. City will pay Consultant in accordance with the hourly rates shown
on the fee schedule set forth in Exhibit A for Services but in no event will the City
pay more than the total not-to-exceed amount of $240,000 for the Original Term.
3.2. In the event that City elects to extend the Original Term in
accordance with Section 2.2 of this Agreement, City will pay Consultant in
accordance with the hourly rates shown on the fee schedule set forth in Exhibit A
for Services but in no event will the City pay more than the total not-to-exceed
amount of $80,000 for each extension.
3.3. Consultant will not be compensated for any work performed not
specified in the Scope of Services unless the City authorizes such work in
advance and in writing. The City Manager may authorize extra work to fund
unforeseen conditions up to the amount approved at the time of award by the
City Council. Payment for additional work in excess of this amount requires prior
City Council authorization. Any additional work authorized by the City Council
pursuant to this Section will be compensated in accordance with the fee
schedule set forth in Exhibit A.
4 of 14
4.0 Method of Payment
4.1. Consultant shall submit to City monthly invoices for all Services
rendered pursuant to this Agreement. Such invoices shall be submitted within 15
days of the end of the month during which the Services were rendered and shall
describe in detail the Services rendered during the period, the days worked,
number of hours worked, the hourly rates charged, and the Services performed
for each day in the period. City will pay Consultant within 30 days of receiving
Consultant’s invoice. City will not withhold any applicable federal or state payroll
and other required taxes, or other authorized deductions from payments made to
Consultant.
4.2. Upon 24-hour notice from City, Consultant shall allow City or City’s
agents or representatives to inspect at Consultant’s offices during reasonable
business hours all records, invoices, time cards, cost control sheets and other
records maintained by Consultant in connection with this Agreement. City’s rights
under this Section 4.2 shall survive for two years following the termination of this
Agreement.
5.0 Termination
5.1. This Agreement may be terminated by City, without cause, or by
Consultant based on reasonable cause, upon giving the other party written notice
thereof not less than 30 days prior to the date of termination.
5.2. This Agreement may be terminated by City upon 10 days’ notice to
Consultant if Consultant fails to provide satisfactory evidence of renewal or
replacement of comprehensive general liability insurance as required by this
Agreement at least 20 days before the expiration date of the previous policy.
6.0 Party Representatives
6.1. The City Manager is the City’s representative for purposes of this
Agreement.
6.2. Bill Zimmerman is the Consultant's primary representative for
purposes of this Agreement. Bill Zimmerman shall be responsible during the
term of this Agreement for directing all activities of Consultant and devoting
sufficient time to personally supervise the Services hereunder. Consultant may
not change its representative without the prior written approval of City, which
approval shall not be unreasonably withheld.
7.0 Notices
7.1. All notices permitted or required under this Agreement shall be
deemed made when personally delivered or when mailed 48 hours after deposit
5 of 14
in the United States Mail, first class postage prepaid and addressed to the party
at the following addresses:
To City: City of Seal Beach
211-8th Street
Seal Beach, California 90740
Attn: City Manager
To Consultant: W.G. Zimmerman Engineering, Inc.
17011 Beach Boulevard, Suite 1240
Huntington Beach, CA 92647
Attn: Bill Zimmerman
7.2. Actual notice shall be deemed adequate notice on the date actual
notice occurred, regardless of the method of service.
8.0 Independent Contractor
8.1. Consultant is an independent contractor and not an employee of
the City. All work or other Services provided pursuant to this Agreement shall be
performed by Consultant or by Consultant’s employees or other personnel under
Consultant’s supervision, and Consultant and all of Consultant’s personnel shall
possess the qualifications, permits, and licenses required by State and local law
to perform such Services, including, without limitation, a City of Seal Beach
business license as required by the Seal Beach Municipal Code. Consultant will
determine the means, methods, and details by which Consultant’s personnel will
perform the Services. Consultant shall be solely responsible for the satisfactory
work performance of all personnel engaged in performing the Services and
compliance with the customary professional standards.
8.2. All of Consultant’s employees and other personnel performing any
of the Services under this Agreement on behalf of Consultant shall also not be
employees of City and shall at all times be under Consultant's exclusive direction
and control. Consultant and Consultant’s personnel shall not supervise any of
City’s employees; and City’s employees shall not supervise Consultant’s
personnel. Consultant’s personnel shall not wear or display any City uniform,
badge, identification number, or other information identifying such individual as
an employee of City; and Consultant’s personnel shall not use any City e-mail
address or City telephone number in the performance of any of the Services
under this Agreement. Consultant shall acquire and maintain at its sole cost and
expense such vehicles, equipment and supplies as Consultant’s personnel
require to perform any of the Services required by this Agreement. Consultant
shall perform all Services off of City premises at locations of Consultant’s choice,
except as otherwise may from time to time be necessary in order for Consultant’s
personnel to receive projects from City, review plans on file at City, pick up or
deliver any work product related to Consultant’s performance of any Services
6 of 14
under this Agreement, or as may be necessary to inspect or visit City locations
and/or private property to perform such Services. City may make a computer
available to Consultant from time to time for Consultant’s personnel to obtain
information about or to check on the status of projects pertaining to the Services
under this Agreement.
8.3. Consultant shall be responsible for and pay all wages, salaries,
benefits and other amounts due to Consultant’s personnel in connection with
their performance of any Services under this Agreement and as required by law.
Consultant shall be responsible for all reports and obligations respecting such
additional personnel, including, but not limited to: Social Security taxes, other
retirement or pension benefits, income tax withholding, unemployment insurance,
disability insurance, and workers' compensation insurance. Notwithstanding any
other agency, State, or federal policy, rule, regulation, statute or ordinance to the
contrary, Consultant and any of its officers, employees, agents, and
subcontractors providing any of the Services under this Agreement shall not
become entitled to, and hereby waive any claims to, any wages, salaries,
compensation, benefit or any incident of employment by City, including but not
limited to, eligibility to enroll in, or reinstate to membership in, the California
Public Employees Retirement System (“PERS”) as an employee of City, and
entitlement to any contribution to be paid by City for employer contributions or
employee contributions for PERS benefits.
8.4. Consultant shall indemnify and hold harmless City and its elected
officials, officers, employees, servants, designated volunteers, and agents
serving as independent contractors in the role of City officials, from any and all
liability, damages, claims, costs and expenses of any nature to the extent arising
from Consultant’s personnel practices. City shall have the right to offset against
the amount of any fees due to Consultant under this Agreement any amount due
to City from Consultant as a result of Consultant’s failure to promptly pay to City
any reimbursement or indemnification arising under this Section. This duty of
indemnification is in addition to Consultant’s duty to defend, indemnify and hold
harmless as set forth in Sections 9.0 and 16.0 of this Agreement.
9.0 PERS Compliance and Indemnification
9.1. General Requirements. The parties acknowledge that City is a local
agency member of PERS, and as such has certain pension contributions to
PERS on behalf of qualifying employees. In providing its employees and any
other personnel to perform any work or other Services under this Agreement,
Consultant shall assure compliance with the Public Employees’ Retirement Law,
commencing at Government Code § 20000, the regulations of PERS, and the
Public Employees’ Pension Reform Act of 2013, as amended. Without limitation
to the foregoing, Consultant shall assure compliance with regard to personnel
who have active or inactive membership in PERS and to those who are retired
7 of 14
annuitants and shall not assign or utilize any personnel in a manner that will
cause City to be in violation of the applicable retirement laws and regulations.
9.2. Indemnification. In the event that Consultant or any of its officers,
employees, agents, or subcontractors providing any of the Services under this
Agreement, is determined by a final enforceable decision of a court of competent
jurisdiction or by PERS to be a common law employee of City, to be eligible for
enrollment in PERS as an employee of City, or to be reinstated from PERS
retirement as an employee of City, Consultant shall defend (with legal counsel
approved by City, whose approval shall not be unreasonably withheld), indemnify
and hold harmless City for the payment of any employee and/or employer
contributions for PERS benefits on behalf of Consultant or its officers,
employees, agents or subcontractors, as well as for the payment of penalties and
interest on such contributions, and any other any fees, fines, reimbursements,
losses, or other monetary damages of any kind whatsoever that is claimed,
asserted, or alleged, which would otherwise be the responsibility of City. This
duty of indemnification is in addition to Consultant’s duty to defend, indemnify
and hold harmless as set forth in Sections 8.0 and 16.0 of this Agreement.
10.0 Confidentiality
Consultant covenants that all data, documents, discussion, or other information
developed or received by Consultant or provided for performance of this
Agreement are deemed confidential and shall not be disclosed by Consultant
without prior written authorization by City. City shall grant such authorization if
applicable law requires disclosure. All City data shall be returned to City upon
the termination of this Agreement. Consultant’s covenant under this Section
shall survive the termination of this Agreement.
11.0 Subcontractors
No portion of this Agreement shall be subcontracted without the prior written
approval of the City. Consultant is fully responsible to City for the performance
of any and all subcontractors.
12.0 Assignment
Consultant shall not assign or transfer any interest in this Agreement whether by
assignment or novation, without the prior written consent of City. Any purported
assignment without such consent shall be void and without effect.
13.0 Inspection and Audit of Records
Consultant shall maintain complete and accurate records with respect to all
Services and other matters covered under this Agreement, including but
expressly not limited to, all Services performed, salaries, wages, invoices, time
cards, cost control sheets, costs, expenses, receipts and other records with
8 of 14
respect to this Agreement. Consultant shall maintain adequate records on the
Services provided in sufficient detail to permit an evaluation of all Services in
connection therewith. All such records shall be clearly identified and readily
accessible. At all times during regular business hours, Consultant shall provide
City with free access to such records, and the right to examine and audit the
same and to make copies and transcripts as City deems necessary, and shall
allow inspection of all program data, information, documents, proceedings and
activities and all other matters related to the performance of the Services under
this Agreement. Consultant shall retain all financial and program service
records and all other records related to the Services and performance of this
Agreement for at least three (3) years after expiration, termination or final
payment under this Agreement, whichever occurs later. City’s rights under this
Section 12.0 shall survive for three (3) years after expiration, termination or
final payment under this Agreement, whichever occurs later.
14.0 Safety Requirements
All work performed under this Agreement shall be performed in such a manner
as to provide safety to the public and to meet or exceed the safety standards
outlined by CAL OSHA. The City may issue restraint or cease and desist orders
to Consultant when unsafe or harmful acts are observed or reported relative to
the performance of the Services. Consultant shall maintain the work sites free of
hazards to persons and property resulting from its operations. Consultant shall
immediately report to the City any hazardous condition noted by Contractor.
15.0 Insurance
15.1. Consultant shall not commence work under this Agreement until it
has provided evidence satisfactory to the City that Consultant has secured all
insurance required under this Section. Consultant shall furnish City with original
certificates of insurance and endorsements effecting coverage required by this
Agreement on forms satisfactory to the City. The certificates and endorsements
for each insurance policy shall be signed by a person authorized by that insurer
to bind coverage on its behalf, and shall be on forms provided by the City if
requested. All certificates and endorsements shall be received and approved by
the City before work commences. The City reserves the right to require complete,
certified copies of all required insurance policies, at any time.
15.2. Consultant shall, at its expense, procure and maintain for the
duration of the Agreement, insurance against claims for injuries to persons or
damages to property that may arise from or in connection with the performance
of this Agreement. Insurance is to be placed with insurers with a current A.M.
Best's rating no less than A:VIII, licensed to do business in California, and
satisfactory to the City. Coverage shall be at least as broad as the latest
version of the following: (1) General Liability: Insurance Services Office
Commercial General Liability coverage (occurrence form CG 0001); (2)
Automobile Liability: Insurance Services Office Business Auto Coverage form
9 of 14
number CA 0001, code 1 (any auto); and, if required by the City, (3)
Professional Liability. Consultant shall maintain limits no less than: (1) General
Liability: $2,000,000 per occurrence for bodily injury, personal injury and
property damage and if Commercial General Liability Insurance or other form
with a general aggregate limit is used, either the general aggregate limit shall
apply separately to this Agreement/location or the general aggregate limit shall
be twice the required occurrence limit; (2) Automobile Liability: $1,000,000 per
accident for bodily injury and property damage; and (3) Professional Liability:
$1,000,000 per claim/aggregate.
15.3. The insurance policies shall contain the following provisions, or
Consultant shall provide endorsements on forms supplied or approved by the
City to state: (1) coverage shall not be suspended, voided, reduced or canceled
except after 30 days prior written notice by certified mail, return receipt
requested, has been given to the City; (2) any failure to comply with reporting or
other provisions of the policies, including breaches of warranties, shall not
affect coverage provided to the City, its directors, officials, officers, (3) coverage
shall be primary insurance as respects the City, its directors, officials, officers,
employees, agents and volunteers, or if excess, shall stand in an unbroken chain
of coverage excess of the Consultant's scheduled underlying coverage and that
any insurance or self-insurance maintained by the City, its directors, officials,
officers, employees, agents and volunteers shall be excess of the Consultant's
insurance and shall not be called upon to contribute with it; (4) for general liability
insurance, that the City, its directors, officials, officers, employees, agents and
volunteers shall be covered as additional insureds with respect to the services or
operations performed by or on behalf of the Consultant, including materials, parts
or equipment furnished in connection with such work; and (5) for automobile
liability, that the City, its directors, officials, officers, employees, agents and
volunteers shall be covered as additional insureds with respect to the ownership,
operation, maintenance, use, loading or unloading of any auto owned, leased,
hired or borrowed by the Consultant or for which the Consultant is responsible.
15.4. All insurance required by this Section shall contain standard
separation of insureds provisions and shall not contain any special limitations on
the scope of protection afforded to the City, its directors, officials, officers,
employees, agents, and volunteers.
15.5. Any deductibles or self-insured retentions shall be declared to and
approved by the City. Consultant guarantees that, at the option of the City, either:
(1) the insurer shall reduce or eliminate such deductibles or self-insured
retentions as respects the City, its directors, officials, officers, employees,
agents, and volunteers; or (2) the Consultant shall procure a bond guaranteeing
payment of losses and related investigation costs, claims and administrative and
defense expenses.
10 of 14
16.0 Indemnification, Hold Harmless, and Duty to Defend
16.1. Indemnity for Design Professional Services. To the fullest extent
permitted by law, Consultant shall, at its sole cost and expense, indemnify and
hold harmless the City agents serving as independent contractors in the role of
City officials (collectively “Indemnitees” in this Section 16.0), from and against
any and all damages, costs, expenses, liabilities, claims, demands, causes of
action, proceedings, judgments, penalties, liens, and losses of any nature
whatsoever, including fees of accountants and other professionals, and all costs
associated therewith, and reimbursement of attorneys’ fees and costs of defense
(collectively “Claims”), whether actual, alleged or threatened, which arise out of,
pertain to, or relate to, in whole or in part, the negligence, recklessness or willful
misconduct of Consultant , and/or its officers, agents, servants, employees,
subcontractors, contractors or their officers, agents, servants or employees (or
any entity or individual that Consultant shall bear the legal liability thereof) in the
performance of design professional services under this Agreement by a “design
professional,” as the term is defined under California Civil Code § 2782.8(c).
16.2. Other Indemnitees. Other than in the performance of design
professional services, and to the fullest extent permitted by law, Consultant shall,
at its sole cost and expense, protect, defend, hold harmless and indemnify the
Indemnitees from and against any and all damages, costs, expenses, liabilities,
claims, demands, causes of action, proceedings, judgments, penalties, liens and
losses of any nature whatsoever, including fees of accountants, attorneys and
other professionals, and all costs associated therewith, and the payment of all
consequential damages (collectively “Damages”), in law or equity, whether
actual, alleged or threatened, which arise out of, pertain to, or relate to the acts
or omissions of Consultant, its officers, agents, servants, employees,
subcontractors, materialmen, suppliers, or contractors, or their officers, agents,
servants or employees (or any entity or individual that Consultant shall bear the
legal liability thereof) in the performance of this Agreement, including the
Indemnitees’ active or passive negligence, except for Damages arising from the
sole negligence or willful misconduct of the Indemnitees, as determined by final
arbitration or court decision or by the agreement of the Parties. Consultant shall
defend the Indemnitees in any action or actions filed in connection with any
Damages with counsel of the Indemnitees’ choice, and shall pay all costs and
expenses, including all attorneys’ fees and experts’ costs actually incurred in
connection with such defense. Consultant shall reimburse the Indemnitees for
any and all legal expenses and costs incurred by the Indemnitees in connection
therewith.
16.3. Subcontractor Indemnification. Consultant shall obtain executed
indemnity agreements with provisions identical to those in this Section 16.0 from
each and every subcontractor or any other person or entity involved by, for, with
or on behalf of Consultant in the performance of this Agreement. If Consultant
fails to obtain such indemnities, Consultant shall be fully responsible and
11 of 14
indemnify, hold harmless and defend the Indemnitees from and against any and
all Claims in law or equity, whether actual, alleged or threatened, which arise out
of, are claimed to arise out of, pertain to, or relate to the acts or omissions of
Consultant’s subcontractor, its officers, agents, servants, employees,
subcontractors, materialmen, contractors or their officers, agents, servants or
employees (or any entity or individual that Consultant’s subcontractor shall bear
the legal liability thereof) in the performance of this Agreement, including the
Indemnitees’ active or passive negligence, except for Claims or Damages arising
from the sole negligence or willful misconduct of the Indemnitees, as determined
by final arbitration or court decision or by the agreement of the Parties.
16.4. The obligations of Consultant under this or any other provision of
this Agreement shall not be limited by the provisions of any workers’
compensation act or similar act. Consultant expressly waives any statutory
immunity under such statutes or laws as to the Indemnitees. Consultant’s
indemnity obligation set forth in this Section 16.0 shall not be limited by the limits
of any policies of insurance required or provided by Consultant pursuant to this
Agreement.
16.5. Consultant’s covenants under this Section 16.0 shall survive the
expiration or termination of this Agreement.
17.0 Equal Opportunity
Consultant affirmatively represents that it is an equal opportunity employer.
Consultant shall not discriminate against any subcontractor, employee, or
applicant for employment because of race, religion, color, national origin,
handicap, ancestry, sex, sexual orientation, or age. Such non-discrimination
includes, but is not limited to, all activities related to initial employment,
upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, or
termination.
18.0 Labor Certification
By its signature hereunder, Consultant certifies that it is aware of the provisions
of Section 3700 of the California Labor Code that require every employer to be
insured against liability for Workers’ Compensation or to undertake self-insurance
in accordance with the provisions of that Code, and agrees to comply with such
provisions before commencing the performance of the Services.
19.0 Prevailing Wage and Payroll Records
If this Agreement calls for services that, in whole or in part, constitute “public
works” as defined in the California Labor Code, then Consultant shall comply in
all respects with all applicable provisions of the California Labor Code,
including those set forth in Exhibit B, attached hereto and incorporated by
reference herein.
12 of 14
20.0 Entire Agreement
This Agreement contains the entire agreement of the parties with respect to the
subject matter hereof, and supersedes all prior negotiations, understandings, or
agreements. This Agreement may only be modified by a writing signed by both
parties.
21.0 Severability
The invalidity in whole or in part of any provisions of this Agreement shall not
void or affect the validity of the other provisions of this Agreement.
22.0 Governing Law
This Agreement shall be governed by and construed in accordance with the laws
of the State of California.
23.0 No Third Party Rights
No third party shall be deemed to have any rights hereunder against either party
as a result of this Agreement.
24.0 Waiver
No waiver of any default shall constitute a waiver of any other default or breach,
whether of the same or other covenant or condition. No waiver, benefit, privilege,
or service voluntarily given or performed by a party shall give the other party any
contractual rights by custom, estoppel, or otherwise.
25.0 Prohibited Interests; Conflict of Interest
25.1. Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the Services, or
which would conflict in any manner with the performance of the Services.
Consultant further covenants that, in performance of this Agreement, no person
having any such interest shall be employed by it. Furthermore, Consultant shall
avoid the appearance of having any interest, which would conflict in any manner
with the performance of the Services. Consultant shall not accept any
employment or representation during the term of this Agreement which is or may
likely make Consultant "financially interested" (as provided in California
Government Code §§ 1090 and 87100) in any decision made by City on any
matter in connection with which Consultant has been retained.
25.2. Consultant further warrants and maintains that it has not employed
or retained any person or entity, other than a bona fide employee working
13 of 14
exclusively for Consultant, to solicit or obtain this Agreement. Nor has Consultant
paid or agreed to pay any person or entity, other than a bona fide employee
working exclusively for Consultant, any fee, commission, gift, percentage, or any
other consideration contingent upon the execution of this Agreement. Upon any
breach or violation of this warranty, City shall have the right, at its sole and
absolute discretion, to terminate this Agreement without further liability, or to
deduct from any sums payable to Consultant hereunder the full amount or value
of any such fee, commission, percentage or gift.
25.3. Consultant warrants and maintains that it has no knowledge that
any officer or employee of City has any interest, whether contractual, non-
contractual, financial, proprietary, or otherwise, in this transaction or in the
business of Consultant, and that if any such interest comes to the knowledge of
Consultant at any time during the term of this Agreement, Consultant shall
immediately make a complete, written disclosure of such interest to City, even if
such interest would not be deemed a prohibited "conflict of interest" under
applicable laws as described in this subsection
26.0 Attorneys' Fees
If either party commences an action against the other party, either legal,
administrative or otherwise, arising out of or in connection with this Agreement,
the prevailing party in such litigation shall be entitled to have and recover from
the losing party all of its attorneys’ fees and other costs incurred in connection
therewith.
27.0 Exhibits
All exhibits referenced in this Agreement are hereby incorporated into the
Agreement as if set forth in full herein. In the event of any material discrepancy
between the terms of any exhibit so incorporated and the terms of this
Agreement, the terms of this Agreement shall control.
28.0 Corporate Authority
The person executing this Agreement on behalf of Consultant warrants that he or
she is duly authorized to execute this Agreement on behalf of said Party and that
by his or her execution, the Consultant is formally bound to the provisions of this
Agreement.
EXHIBIT A
Consultant’s Proposal
City of Seal Beach
Proposal to Provide On‐Call Professional Traffic / Transportation
Engineering Services
April 26, 2019
Submitted to:
The City of Seal Beach
Submitted by:
W.G. Zimmerman Engineering, Inc.
W.G. Zimmerman Engineering, Inc.
17011 Beach Boulevard, Suite 1240
Huntington Beach, CA 92647
(714) 799 ‐ 1700 / (714) 333 ‐ 4712 Fax
April 25, 2019
Ms. Iris Lee, PE
Deputy Public Works Director/City Engineer
Department of Public Works
211 8th Street
Seal Beach, CA 90740
RE: Proposal to Provide On‐Call Professional Traffic/Transportation Engineering Services
Dear Ms. Lee:
We at W.G. Zimmerman Engineering are very excited to submit our proposal for the On‐call Professional
Traffic/Transportation Engineering Services project. This enthusiasm will continue as we perform work for
the City of Seal Beach. We are a certified Small Business Enterprise (SBE) by the State of California, and a
full‐service Transportation/Traffic/Civil Engineering firm, recognized by Local, State, and Federal Agencies
for providing quality professional engineering services for roadway rehabilitation projects.
As a focused and solely public‐agency‐serving civil and transportation engineering firm established in
1995, our company’s mission is “To provide civil, transportation, and traffic engineering services as well
as project management and staff augmentation services to assist public agencies achieve their goals”.
We are uniquely qualified to perform the City of Seal Beach’s On‐Call Traffic/Transportation Engineering
Services since we have real and relevant experience directly applicable to this service. Our expertise
includes preparation of traffic signal projects, roadway design, traffic signal management and
synchronization, and project funding for the cities of; Seal Beach, Long Beach, Signal Hill, Huntington
Beach, Stanton, Westminster, Newport Beach, Norwalk, Camarillo, La Mirada, Mission Viejo, Downey, and
Norco. Many of these projects were federally funded requiring coordination with Caltrans Local
Assistance.
We are proposing on both the Traffic and Transportation Engineering services contracts. Our proposal will
reflect both of these types of work. Our experience is very diverse, we have serves as contract City Traffic
Engineers, City Engineer, Interim Public Works Directors, City Project Managers, Staff Support, and City
Construction Inspectors.
As the Project Manager, I bring over 30 years of traffic and transportation experience to the City of Seal
Beach. My experience includes City Traffic Engineer for the City of Signal Hill, Interim City Engineer for the
City of Norwalk, intersection widening, street widening, utilities relocations and coordination, ROW
acquisitions (including gas stations), traffic signal modifications, and funding.
Please address all correspondence concerning this proposal and items requiring contractual authority to
my attention at the following address:
Bill Zimmerman, PE, TE, PTOE
President / CEO
W.G. Zimmerman Engineering, Inc.
17011 Beach Boulevard, Suite 1240
(714) 799 ‐ 1700 x 100 / (714) 333 ‐ 4712 fax
(714) 412‐1597 Cell
E‐Mail: wgzimmerman@wgze.com
Website: www.wgze.com
Huntington Beach, CA 92647
W.G. Zimmerman Engineering, Inc.
17011 Beach Boulevard, Suite 1240
Huntington Beach, CA 92647
(714) 799 ‐ 1700 / (714) 333 ‐ 4712 Fax
Project Experience
On‐Call Services:
Signal Hill Contract Traffic Engineer
Seal Beach Traffic Engineering
Services
Downey Traffic Engineering Services
Camarillo Engineering Services
Mission Viejo Engineering Services
Stanton Engineering Services
Norco Traffic Engineering Services
Specific Projects:
Five Bridges Reconstruction, Huntington Beach
Hospital Road and Newport Blvd, Newport
Beach
Double 60‐inch Hazard Storm Drain,
Westminster
Rosecrans Corridor Signal Upgrade, La Mirada
Seal Beach Blvd Fiber Optic System, Seal Beach
Jamboree/Barranca Traffic Signal Upgrade,
Irvine
Seal Beach Boulevard Rehabilitation, Seal
Beach
Funding:
$40 Million, Norwalk
$12 Million, Downey
$8 Million, Signal Hill
$10 Million, Seal Beach
Staff Support/Augmentation:
Seal Beach
Carson
Norwalk
Costa Mesa
Our Proposal shall remain valid for 90 days.
I am the authorized signature to contractually bind of W.G. Zimmerman Engineering. We look forward to
discussing our qualifications in person. If you have any questions, please do not hesitate to contact me at
714‐799‐1700 ext. 100.
Respectfully submitted,
W.G. Zimmerman Engineering, Inc.,
Bill Zimmerman, PE, TE, PTOE
President
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc.
Table of Contents
1 LOCAL STAFFING LIST ............................................................................................................................ 1
Staff Resumes ....................................................................................................................................... 1
Staff Availability .................................................................................................................................... 7
Staffing Statement ................................................................................................................................ 7
2 COMPANY QUALIFICATIONS ................................................................................................................. 8
History and Structure ............................................................................................................................ 8
Financial Status ..................................................................................................................................... 8
Experience ............................................................................................................................................ 9
Similar Work Experience ....................................................................................................................... 9
3 WORK PLAN......................................................................................................................................... 11
Project Understanding ........................................................................................................................ 11
Project Management Approach.......................................................................................................... 11
Scope of Services ................................................................................................................................ 13
4 REFERENCES ........................................................................................................................................ 15
5 EXCEPTIONS AND DEVIATIONS ........................................................................................................... 20
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | LOCAL STAFFING LIST 1
1 LOCAL STAFFING LIST
Since W.G. Zimmerman Engineering only provides services to Agencies, our staff are familiar with the
operations of agencies and time constraints. Many of our staff members have served as interim agency
staff. These agencies include: Seal Beach, Westminster, OCTA, Carson, Costa Mesa, Norwalk, and Downey.
In addition, we current serve as City Traffic Engineer on an as-needed basis to the cities of Signal Hill and
Seal Beach.
Our Project Organization Chart is provided below:
Staff Resumes
Our staff members are all crossed trained in roadway design, traffic signal design, drainage design,
permitting, traffic signal operations, plan checking, funding applications, and public meetings. Staff
resumes are provided on the following pages:
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | LOCAL STAFFING LIST 2
Bill Zimmerman, PE, TE, PTOE
Project Manager
Summary
Mr. Zimmerman has 30 plus years of experience in traffic, highway,
and transportation projects. His professional design experience
includes traffic management/project control, traffic operation
systems, communication systems, incident and verification systems,
traffic studies, traffic management plans, planning studies, highway
design, arterial design, local street design, and municipal
engineering. Bill has also provided project management, project
engineering, and design for several state and local
highway/roadway projects that include traffic operation and
communications systems, interchanges, and major intersections.
His funding management experiences includes: HBRR, STPL, HES,
IMD, SRTS, Seismic, Discretionary, and ARRA, HSIP, and BTA.
Years with Firm: 24
Years with Other Firms: 10
Education/Training:
B.S. Civil Engineering - University of
Colorado, Boulder, CO
Licenses/Certifications:
Registered Civil Engineer:
California – #48667
Registered Traffic Engineer:
California – #2254
Project Experience
Interim City Engineer, Norwalk, CA. Interim City Engineer responsible for City Staff management,
developing 8-year CIP, City representative, Funding Manger, project management, consultant
management, Design Review, traffic engineering and support, CIP management. As Interim City Engineer,
responsible for City issues, attending and presenting at City Council and Commission meetings, attending
Public Workshops, and represent City at inter-agency meetings. In addition, responsible for seeking
Federal and State funding for CIP projects from Caltrans and MTA.
Contract Traffic Engineer, Signal Hill, CA. Contract Traffic Engineer for the City. Responsibilities include:
City – Wide Speed Zone Studies, project studies, traffic studies, development studies, public
presentations, plan reviews, study reviews, traffic signal management, traffic signal design, Consultant
Management, signing and striping plan, stop sign warrants, signal warrants, lead traffic safety committee,
funding management, resident interface, neighborhood traffic calming programs, City Council and
Planning Commission attendance, and public forum presentations.
Contract Traffic Engineer, Seal Beach, CA. Contract Traffic Engineer for the City. Responsibilities include:
City-wide Speed Zone Studies, project studies, traffic studies, development studies, fiber optic
communication system, public presentations, plan reviews, study reviews, traffic signal management,
traffic signal design, Consultant Management, signing and striping plan, stop sign warrants, signal
warrants, funding management, resident interface, neighborhood traffic calming programs, City Council
and Planning Commission attendance, and public forum presentations.
Traffic Engineering Services for City of Mission Viejo, CA. Provided traffic engineering support for a wide
range of services including review of traffic studies, traffic signal plans, project reports, and environmental
reports; performing traffic studies, assessing impact of proposed projects, assessing and reviewing
community safety concerns, preparation of Agenda Reports for the Traffic and Transportation
Commission and City Council, responding to citizen inquiries, and supporting the City’s transportation
Engineer. Represented the City at interagency coordination meetings.
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | LOCAL STAFFING LIST 3
Christopher Cordero, PE
Senior Project Engineer/QA-QC Manager
Summary
Mr. Cordero has over 14 years of design experience in traffic and civil
engineering. He has been the project engineer for projects in the
Cities of Downey, Signal Hill, Camarillo, Pasadena, Cypress, Long
Beach, Carson, Brea, Newport Beach, Seal Beach, and Stanton. His
experience includes traffic studies, circulation studies, parking lots
design, grade separation studies, traffic signal design,
communication design, roadway design, site grading, retaining wall
design, preparation and review of SUSMP/WQMP, low impact
development design, drainage design, hydrology studies, PS&E
development, and construction inspection.
Years with Firm: 11
Years with Other Firms: 3
Education/Training:
B.S. Civil Engineering – California
State Polytechnic University,
Pomona, CA
Licenses/Certifications:
Registered Civil Engineer:
California – #84651
Hawaii – #17134
Project Experience
Huntington Beach Bridges, Huntington Beach, CA. Senior Project Engineer for the rehabilitation of the
pavement, sidewalks, utility relocation, and curb and gutter for five (5) bridges (Warner Avenue,
Brookhurst Street, Magnolia Street, Admiralty Drive, Humboldt Drive) within the City. In addition, the
project required stage construction to manage the ingress and egress of traffic from the adjacent
neighborhoods. Traffic control included designing temporary traffic signals to allow one-way traffic during
construction.
Talbot Street Slope Failure Reconstruction, San Diego CA. Project Engineer responsible for hydrology,
base plan preparation, retaining walls design, roadway improvements, traffic management program,
environmental documents, and PS&E. The first phase of the project involved the development of concept
alternatives for the restoration of the slope. These alternatives included retaining walls, shotcrete slope,
soil nailing or benched slopes. The second phase was the design of the selected alternative which was
the soil nail wall option.
Woodruff and Via Amorita High-Intensity Activated Crosswalk (HAWK) Beacon, Downey, CA. Project
Engineer for the design of a HAWK traffic signal (HSIP Grant) adjacent to Doty Middle School. To
determine the pedestrian walk interval a pedestrian study was conducted to determine the number of
students within a platoon was crossing Woodruff Avenue. Timing was then developed and entered into
the controller utilizing HAWK software developed by Wapiti Micro Systems. The project included traffic
counts, timing, signal design, ADA ramps, SCE coordination, and Caltrans Request for Authorization
coordination for construction.
Cherry Avenue Offset Traffic Signal at 20th Street, Signal Hill, CA. Project Engineer for developing concept
and final construction plans for an offset intersection traffic signal. This project was federally funded
through the HSIP grant program and was man dated to adhere to the federal requirements for design and
construction. The traffic signal is located adjacent to Jesse Nelson Middle School and provides two
separate school crossings on Cherry Avenue. Coordination with the City of Long Beach was required to
develop signal timing.
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | LOCAL STAFFING LIST 4
Michael Brust
Projects PS&E Production and City Staff Support
Summary
Mr. Brust has over 5 years of experience as a design engineer at
WGZE. Projects he has worked on include Westminster Residential
Area Improvements, Stanton Citywide Improvement Projects for
fiscal years 2013-14 and 2014-15, Santa Rosalia Roadway
Improvement Project for the City of Stanton, Bridge Retrofit and
Roadway Improvements (5 bridges) for the City of Huntington Beach,
TUMF Field Reviews for WRCOG, Survey and Legal Descriptions for
Foster Channel in the City of Norwalk, provide On-Call traffic
engineering assistance for the City of Signal Hill, HSIP and Tiger Grant
Field Review and cost/benefit analysis, Field Review and Street
Lighting documentation for the City of Downey, and interim
inspection services for the City of Carson.
Years with Firm: 5
Years with Other Firms: 0
Education/Training:
B.S. Civil Engineering – California
State University, Long Beach, CA
Licenses/Certifications:
Engineering in Training (EIT):
Pending
Project Experience
Bridge Reconstruction Projects, Huntington Beach, CA. Project Engineer for the design of five (5) bridges
in Huntington Beach funded by the HBP Program. These projects included developing vertical profile to
meet current water way clearances, pavement overlay, sidewalk reconstruction, hydrology based upon
County Standards, water and sewer line relocation design, utility coordination, and preparation of detour
and traffic control plans.
Staff Support, Carson, CA. Design engineer to provide staff support to the City of Carson by providing
inspection services for the City’s CIP and Permit projects. Services included: review shop drawings,
coordination with the contractor, traffic control plan review, and public works inspections.
On-Call Traffic Engineering Services, Signal Hill, CA. Provided the City of Signal Hill traffic engineering
support as a design engineer. These services include: perform Engineering and traffic survey 2016,
coordinate community safety issues with police department, developed community traffic management
programs, prepared traffic signal plans, developed signal timing to improve intersection operations,
corridor traffic signal synchronization, reviewed traffic signal plans/intersection improvement plans,
reviewed/designed traffic control plans, prepared/coordinated with Caltrans for encroachment permits
and Federal Funding, and prepared/review traffic impact studies.
Marquardt/Rosecrans Avenue Grade Separation Project, Santa Fe Springs, CA. Design Engineer for the
development of traffic impact study, traffic management plan, traffic signal, and street lighting of a grade
separation project located at the intersection of Rosecrans Avenue and Marquardt Avenue. Responsible
for traffic signal design, street light design, and project deliverables.
On-Call Engineering Services, Seal Beach, CA. Project Engineer for as-assigned projects; utility permit and
plan reviews, signage evaluations, striping plans, and sidewalk evaluation.
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | LOCAL STAFFING LIST 5
Antonio Magaña
Traffic Studies/Traffic and Transportation Design
Summary
Mr. Magaña has 3 years of experience as a design engineer with
WGZE. He has provided OCTA with on-call traffic engineering support
for their Regional Modeling Traffic Operations project, assisted in
OCTA’s ROADS Gatekeeper data collection, provided on-call traffic
engineering assistance for the City of Signal Hill, and HSIP and ATP
Grant field review, design, and cost/benefit analysis for the City of
Signal Hill and City of Downey.
Years with Firm: 3
Years with Other Firms: 0
Education/Training:
B.S. Civil Engineering – California
State University, Long Beach, CA
Licenses/Certifications:
Engineering in Training (EIT):
Pending
Project Experience
Consultant Services to Support Regional Modeling Traffic Operations Projects, OCTA: On-Site Traffic
Engineering Support for the Regional Modeling Traffic Operations project. As On-Site traffic support,
duties included: Interagency coordination, coordinate and gather missing documents/data from agencies
and consultants, develop OCTA-led meeting agendas, assist in the preparation of meeting minutes,
provide support in the development of corridor projects funded through Measure M2 Project P, assess
existing hardcopy and electronic files systems for previous and current Traffic Signal Synchronization
projects, revise in-kind match reporting and Project P payment forms, assist CAMM with the execution of
cooperative agreements and Contract Task Orders, compute GHG calculations for completed signal
synchronization projects, provide RTSSP data to other OCTA staff for various reporting needs, provide
project management services, and support OCTA staff.
On-Call Traffic Engineering Services, Signal Hill, CA. Provided the City of Signal Hill traffic engineering
support as a design engineer. These services include: perform Engineering and traffic survey 2016,
coordinate community safety issues with police department, developed community traffic management
programs, prepared traffic signal plans, developed signal timing to improve intersection operations,
corridor traffic signal synchronization, reviewed traffic signal plans/intersection improvement plans,
reviewed/designed traffic control plans, prepared/coordinated with Caltrans for encroachment permits
and Federal Funding, and prepared/review traffic impact studies.
Marquardt/Rosecrans Avenue Grade Separation Project, Santa Fe Springs, CA. Design Engineer for the
development of traffic impact study, traffic management plan, traffic signal, and street lighting of a grade
separation project located at the intersection of Rosecrans Avenue and Marquardt Avenue. Responsible
for traffic signal design, street light design, and project deliverables.
Las Posas Road Corridor Widening from Ventura Boulevard to Pleasant Valley Boulevard, Camarillo, CA.
Design Engineer the development of three alternatives to widen Las Posas Road from two lanes in each
direction to four lanes in each direction. The project include conducting a preliminary hydrology analysis,
drainage design, signal design, and signing and striping. Cost estimate were prepared and presented to
the City.
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | LOCAL STAFFING LIST 6
Pouya Mirsadeghi
Traffic Operations
Summary
Mr. Mirsadeghi is a design engineer with over 6 years of experience
in the field of transportation planning and traffic engineering. His
experience includes preparation of traffic impact studies, traffic
signal timing, traffic signal systems management, intersection and
corridor safety analysis, signing and striping, and other municipal
traffic engineering projects. He has developed traffic models using
SYNCHRO, HCS, VISSIM, and SIM TRAFFIC for intersections, corridors,
traffic circles, and street networks. Mr. Mirsadeghi has worked with
TXDOT on their Traffic Signal Synchronization Corridor
Demonstration projects.
Years with Firm: 1
Years with Other Firms: 5
Education/Training:
M.S. Civil Engineering – University of
Texas at Arlington, TX
Licenses/Certifications:
Engineering in Training (EIT):
Pending
Project Experience
Mt Vernon Viaduct Project, San Bernardino, CA: Design Engineer for the development of the Mt. Vernon
Avenue bridge replacement project in the City of San Bernardino. Responsibilities include; preparing
traffic operation analysis on impacted intersections, preparing of traffic and maintenance of traffic
technical provisions. January 2019 – Present
Interim Development and Sound wall Impact Fee, Carson, CA: Planner for the development of the City
of Carson Interim Development Impact Fee (IDIF) Analysis. The Study calculates the impact fees associated
with new developments within the City of Cason which impacts twenty-two intersections. Responsibilities
include; preparing Synchro model, calculating traffic generation, distributing trips to the network,
calculating the level of service, calculating the cost of mitigation measures, providing unit cost per
improvements. September 2018 – December 2018
Rosecrans Avenue Corridor Signal Upgrades, La Mirada, CA: Design Engineer for the development of
traffic signal and street lighting upgrades of 6 intersections of Biola Ave, Figueras Rd, Jalon Rd, Adelfa Dr,
Santa Gertrudes Ave, and Mercado Ave along Rosecrans Avenue corridor. Responsibilities include;
preparing project plans, new conduit runs, upgrading controller unit, developing signal timing, engineer’s
estimate and specification preparation. March 2018 – December 2018
Trabuco Road and Remington Traffic Signal, Irvine, CA: Design Engineer for the development of design
and traffic signal timing for the intersection of Trabuco Road and Remington. The design included separate
phases to enable clearance of the intersection timing to accommodate two crosswalks on Trabuco Road
for residents crossing the street, and coordination timing for Trabuco Road corridor. April 2018 –
December 2018
Harmony School of Innovation Traffic Impact Study, Grand Prairie, TX: Design Engineer for development
of traffic impact study of proposed school at the Carrier Pkwy. Responsibilities include; preparing of traffic
impact study plans, developing signal timing, engineer’s estimate and specification preparation.
September 2016 – January 2017
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | LOCAL STAFFING LIST 7
Staff Availability
Staff Name Position Availability
Bill Zimmerman, PE, TE* Traffic Engineer / Project Manager 50%
Christopher Cordero, PE* Deputy Traffic / Lead Transportation Engineer 40%
Michael Brust Project Engineer – Transportation 50%
Antonio Magaña Senior Design Engineer – Traffic Studies/Signal Design 50%
Pouya Mirsadeghi Design Engineer – Traffic Operations 50%
*Authority to negotiate the contract on behalf of W.G. Zimmerman Engineering, Inc.
Staffing Statement
W.G. Zimmerman Engineering, as allowable by this Agreement, acknowledges that no person designated
as key personnel shall be removed, replaced, or reallocated without prior written concurrence of the City.
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | COMPANY QUALIFICATIONS 8
2 COMPANY QUALIFICATIONS
W.G. Zimmerman Engineering, Inc. (WGZE) is a full-service transportation/traffic/civil engineering firm
established in 1995. Our company’s mission is “To provide traffic, transportation, and civil engineering
services as well as project management and staff augmentation services to assist local agencies achieve
their goals”.
Since the firm’s inception, W.G. Zimmerman Engineering, Inc. has successfully provided On-Call Civil and
Traffic Engineering Services to local agencies. We have performed similar engineering services for the
cities of Seal Beach, Chino, Norco, Downey, Norwalk, Signal Hill, Long Beach, Carson, Mission Viejo, Brea,
Stanton, Westminster, and Newport Beach as well as the Western Riverside Council of Governments
(WRCOG) and Orange County Transportation Authority (OCTA). In addition, we are the Contract Traffic
Engineers for the City of Signal Hill and previously the Interim City Engineer for the City of Norwalk, which
augments our Public Agency experience and expectations.
History and Structure
The Company was established in 1995 as a Sole Proprietorship and formalized as an “S” Corporation in
1999 in the State of California. Our contact information is provided below:
Corporate Offices:
W.G. Zimmerman Engineering, Inc.
Firm President / CEO: Bill Zimmerman, PE, TE, PTOE
17011 Beach Boulevard, Suite 1240
Phone: 714-799-1700 x 100
Fax: 714-333-4712
Huntington Beach, CA 92647
E-mail: wgzimmerman@wgze.com
Website: www.wgze.com
WGZE is certified as a Small Business Enterprise (SBE) by the State of California and various California
Agencies including the LACMTA, Port of Long Beach, OCTA, and Caltrans. The firm’s founder Mr. Bill
Zimmerman is a licensed Civil and Traffic Engineer. He will be our proposed Project Manager for the City
of Seal Beach’s On-Call Traffic/Transportation Engineering Services. He has over 34 years of traffic,
transportation, and civil engineering experience. His experience includes working with residents to resolve
neighborhood traffic issues, intersection design, traffic studies, City coordination meetings, and funding
management. His experience in transportation design (PS&E) will be an asset to the City of Seal Beach.
Our current staff level is comprised of 10 employees ranging from engineers, technicians, and
administrative staff members.
Financial Status
W.G. Zimmerman Engineering, Inc. is a financially stable company with twenty-four years of providing
transportation and traffic solutions to local agencies. The firm credits its financial strength through our
implemented project management program to track budgets and deliverables.
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | COMPANY QUALIFICATIONS 9
Experience
W.G. Zimmerman Engineering has provided “On-Call” and Project Specific Consulting Services to local
agencies. We have an outstanding reputation for immediately responding to agency issues or emergencies
such as traffic signal systems, legal depositions, neighborhood and community meetings, neighborhood
traffic management programs, traffic safety and commission meetings, roadway design, storm drain,
hydrology, and funding assistance. W.G. Zimmerman Engineering, Inc. offers the following services:
Traffic Engineering
• Contract Traffic Engineer
• Traffic Impact Studies
• Traffic Studies
• Traffic Signal Timing
• Corridor Signal Coordination
• Traffic Signal/System Design
• PSR/PR/Alignment Studies
• Signing, Striping and Traffic Control
• Interagency Coordination
• Funding Obligation/Management
• Construction Management
Transportation Planning / Engineering
• Feasibility Studies
• Transportation Planning
• neighborhood traffic claiming
• Concept Alignments
• Street Planning
• Circulation Elements
• Intersection Improvement
• Roadway Widening
• Freeway Ramp Design
• Grade Separations (roadway)
• Grant Writing
Intelligent Transportation Systems
• Traffic Signal Systems Management
• Master System Interface Design
• F/O Communication Design
• TP Communication Design
• Field Controller Design
• CCTV / VIDS Design
• TMC Design
• ITS Feasibility Design
• Consultant Management
City / Municipal Engineering
• Agency Coordination
• Water and Waste Water Systems
• Development Plan Reviews
• Drainage Systems
• Hydrology Analysis
• Low Impact Design (LID)
• Project Management
• Construction Management
• Funding Assistance
Similar Work Experience
The WGZE Team is uniquely qualified to perform On-Call Traffic/Transportation Engineering Services for
the City of Seal Beach. As Contract Traffic Engineers for local agencies, we are responsible for traffic signals
design and maintaining traffic signal systems, signal timing, traffic studies, warrant analysis, traffic calming
programs, bikeways, parking lots, municipal projects, public workshops, community meetings, roadway
and intersection design, funding application and management, Caltrans coordination, plan review for
development projects, traffic impact analysis reviews, traffic impact analysis reports, project
management, and construction management and utility coordination through many of our On-Call”
Service contracts. Since we work directly for cities as traffic engineers, we have first-hand knowledge of
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | COMPANY QUALIFICATIONS 10
the potential issues which allows us to quickly respond with solutions to any possible problem that might
occur. Since our work is entirely with local agencies, we understand the commitment to the City of Seal
Beach in protecting public health and safety.
The Scope of Work efforts defined in “Scope of Services” is similar to the on-going services we have
provided to the following agencies:
• City of Downey
• City of Camarillo
• City of Carson
• City of Stanton
• City of Seal Beach
• Western Riverside Council
of Governments
• City of Mission Viejo
• City of Signal Hill
• City of San Diego
• City of Norwalk
• Orange County
Transportation Authority
• City of Costa Mesa
• City of Huntington Beach
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | WORK PLAN 11
3 WORK PLAN
Project Understanding
W.G. Zimmerman Engineering Inc. (WGZE) has prepared this work plan to address the City of Seal Beach’s
projects and also demonstrate our experience in providing traffic engineering services to Local Agencies.
We are committed to providing the necessary traffic engineering expertise for the City of Seal Beach and
ensure the City of a quality service that exceeds the City’s expectations. We are confident of meeting
these goals since we have real and relevant experience providing this service and coordinating our traffic
engineering activities with the Public Works Director, City Manager, City Council, Planning Commission,
Traffic Committee, residents, and businesses for policy issues, safety, as well as ensuring compliance with
California law.
WGZE clearly understands agency protocols, Agenda Reports preparation, City representation at public
forums, and working with residents and businesses to address their concerns. We have worked with local
agencies, Caltrans, MTA, and WRCOG.
Project Management Approach
Management Approach Overview - Objectives: Our team will establish a communication protocol,
distribute information to project partners, assist with public presentation, control project schedule, track
project progress, and maintain project budget.
Since W.G. Zimmerman Engineering’s client base is 100% public agencies with 85% as an On-Call basis, we
have developed a project management program which interfaces with QuickBooks and Excel to provide
project status information on a daily basis. It allows tracking of project tasks and subtasks, percent
complete per task/subtask, tracking of milestones and deliverables, staff utilization, and creates invoices.
This program is supplemented by our documented Project Management Procedure Manual. Our Manual
is based upon product delivery, budgeting, staff allocation, quality control procedures, and procedural
checklists for each project stage. This program has been applied to every project WGZE has undertaken
providing us with a tracking record to achieve on-time and within budget project delivery. Supplementing
our Project Management Program is the use of a Critical Path Method (CPM) diagram linked to a Microsoft
Projects’ Gantt chart. Its purpose is to track project progress and identify special issues and constraints.
The CPM and Gantt Chart will be presented at Monthly Progress meetings as a discussion item for project
progress and projected future activities. At these meetings, issues and constraints will be discussed along
with possible solutions.
Project Management Approach - WGZE has managed civil and transportation engineering On-Call projects
from small to large-scale for Southern California Agencies. In addition, our project experience includes
projects which follow; City, County, State, and Federal guidelines for funding and plan development. We
understand how the various pieces of the puzzle fit together, which agency approvals are required and
when each phase must begin and end. A project schedule for each project assignment or Task Order will
be prepared to address delivery expectations such a major milestones, deliverables, meetings and
coordination activities between different disciplines.
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | WORK PLAN 12
Kick-off meetings will be set between the appropriate Team members, the City of Seal Beach’s project
management staff, and other stakeholders with a purpose of identifying special needs and concerns,
communication protocol, design issues and scope of work, establishing project criteria, deliverables and
milestones, discussing the expectations of the City, and the exchanging of project information.
Monthly progress meetings will be held with the City to discuss timelines and project progress, as well as
to resolve issues and concerns to maintain the project schedule. Team meetings will be held initially at
two intervals, then reducing to one monthly meeting to discuss project issues. Interim meeting will be set
as necessary to resolve concerns.
A continual Project Deposition of Comments/Responses will be maintained for the project. This approach
has been successfully implemented on our other successful projects and provides direct feedback on
issues and assigns responsibility for resolution to our associated Team Members. It is updated on a
monthly basis and provided with our Progress Report.
Team Communication - A project communication plan will be utilized to provide project information and
track project submittals and responses. A project ftp site can be hosted at WGZE or the City’s website. We
have used a proven system to track deliverables, comments, information requests, and discussions. In
addition, a communication log with e-mails, phone conversations, and letters will be maintained at WGZE
and provided to the City on a monthly basis. Communication with the City will be established through the
WGZE Project Manager.
A successful project depends not only on the technical and managerial competence of the WGZE Team,
but on how well the WGZE team communicates with each other and the City staff. WGZE would endeavor
to discuss the project status and key issues, on a weekly basis, either by phone or in person. The WGZE
Team proposes that weekly meetings and/or conference calls be held between relevant team members
and Port staff to maintain project and task schedules.
Agency Coordination - Agency coordination is an important element of the project development. We
understand the significance of inter-jurisdictional project coordination and the impacts to costs and
schedules. Our management system has a coordination component incorporated into the overall project
with updates as often as necessary. Currently, we use both emails and in-person meetings on our projects
with the City of San Diego which is located 1.5 hours away. It has worked very successfully on our high-
profile Talbot Street Slope Restoration Project, Memorial Park Infiltration Project, and the Dalbergia and
Thor Infiltration Project.
Document Control - WGZE will implement a computerized project information database for the team at
the inception of each project and provide the skilled support staff to maintain the database and to control
the timely input of appropriate project information. A project web page may be developed to allow all
project participants to electronically input all contractual and technical information, including computer-
generated engineering drawings, quickly and accurately and access them freely on a daily basis.
Project Delivery - A Gantt Chart is used to develop the specific tasks required for each project. Each task’s
progress is updated on a weekly basis and compared to set milestones such as 15%, 60%, 90%, and Final
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | WORK PLAN 13
plan submittals. WGZE Team members will be assigned as necessary to meet the project needs and
delivery schedule. The appropriate WGZE Team staff member will address their specific area of expertise
regarding project needs, budget, and schedule and coordinate this information with their WGZE Team
coordinator.
Budget - Once we receive a Notice to Proceed, we internally assign a project number. Some projects
require sub-task cost tracking. These projects have additional sub-category project number assignments.
A budget is assigned to each sub task. The project budget expenditures are updated weekly. The assigned
WGZE task manager has access to this information. WGZE has weekly project management meetings to
discuss all on-going projects. This provides an opportunity to review the project and subtasks budget,
scope of services and schedule and to make any changes as necessary. Invoicing will be made to the City
on a monthly basis.
Quality Control / Quality Assurance - Our team will confirm the use of applicable standards and
procedures, comply with design guidelines, check plans and documents per the QA/QC Manual, and abide
by the Risk Management Plan.
Our QA/QC Manager has the responsibility to develop the QA/QC Plan, implement the plan, and oversee
the compliance of the Quality Assurance and the Quality Control (QA/QC) Plan. He will develop and
update a Risk Management Plan for this project using the current, Project Risk Management Handbook
issued by Caltrans - Office of Statewide Project Management Improvement. The process requires risk
identification, qualitative and quantitative analysis and risk mitigation. Workshops will be held with the
project team and project management to identify design, environmental, organizational, project
management, right-of-way and construction risks that may lead to project and construction cost overruns
and schedule delays. We will continue to identify the risk probability, rank or prioritize the risks by
probability and impact, determine the threats and opportunities, assign a probability, then develop risk
mitigation strategies for the items that cannot be eliminated from risk. Caltrans has developed a matrix
spreadsheet specifically for risk management planning which will be used of this project. We will maintain
a risk list, risk input sheet and a project risk register that can continued to be developed as the project
advances through the project development phase.
Deliverables: Thoroughly reviewed and checked plans and documents developed in compliance with the
QA/QC Program.
Scope of Services
We at W.G. Zimmerman Engineering have developed a well-qualified Team to address the City of Seal
Beach’s Scope of Work. Our staff has extensive years of experience in working with City agencies as well
as community groups. Our sensitivity to understanding the issues and concerns of residents, community
groups, and public officials involved in the project, plus our qualifications as a leading traffic engineering
firm have led to our success in similar project studies. Our Traffic Engineer will provide traffic engineering
services to the City in the preparation of traffic engineering plans, traffic studies, and conducting field
investigations. Our task activities include, but not limited to the following work elements:
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | WORK PLAN 14
• Provide Consultation: Our Traffic Engineer will be available for consultation regarding City matters
and public safety issues. With our prior experience representing local agencies regarding the
motoring public safety, we understand the need to address safety issues quickly and respond to
public information request. Confidential items shall remain confidential.
• Prepare Traffic Study: Our Traffic Engineers, at the direction by the City of Seal Beach, will conduct
traffic studies and prepare project plans. Traffic studies will conform to Highway Capacity Manual,
CA-MUTCD, and City guidelines. Traffic Studies shall include but not limited to; intersection
operations, roadway operations, traffic control warrant analysis, Intersection capacity analysis,
neighborhood traffic calming, speed surveys, traffic counts, traffic impact studies, parking studies,
grant applications, Project Reports, Project Study Reports, signal timing and coordination,
Preliminary Design Reports, and Communication Systems Studies. We used Synchro 8.0 software
for corridor and area wide signal timing with HCS for Caltrans related traffic signals. Our staff has
conducted various operation studies for arterial roadways, state highways, and traffic circles.
• Prepare Plans: As per City’s request, WGZE will prepare project plans for traffic engineering
projects. Traffic engineering plans shall include but not limited to intersection improvements,
traffic signal design, communication design plans, traffic control plans, accident map, street
lighting, parking lot design, neighborhood traffic calming enhancements, and ramp widening.
Project plans will be based upon CA-MUTCD, Caltrans Standard plans, and City of Seal Beach
project plan preparation manuals and criteria.
PS&E Preparation: PS&E’s will be developed in accordance with the City of Seal Beach’s standards
utilizing the City’s logos, title blocks, and CAD Standards for Project Plans. Project Specifications
will be based upon the City of Seal Beach’s Boiler Plate Bid Document Specifications. Technical
Specifications will incorporate the City’s standard formatting and it will be updated based upon
the project needs using the “Greenbook”. We will attend a 60%, 90%, and Final plan submittal
meetings to review the project with the City to highlight special design features.
• Traffic Engineering Review: WGZE has provided traffic studies and plan checking services to the
Cities of Signal Hill, Norwalk, Chino, and Seal Beach. These services include roadway
improvements, traffic signal improvements, parking lot design, Traffic control plans, fiber optics
communication design plans, hydrology/drainage plans, water and waste water plans, highway
improvements, subdivision maps and plats, lot line adjustments. We will conduct review of traffic
related plans and studies submitted by a developer. We are well versed in review of outside
consultants plan and study review of behalf of cities as well as traffic signal inspections.
• Field Investigation: WGZE team will provide the required field inspection services to the City of
Seal Beach. These field reviews will provide information on the current operation, measurements,
visible utilities such as overhead utility lines, and vehicle/pedestrian activities. A photolog will be
prepared of the existing conditions and special areas of concerns. This log will include a
description and direction of the photograph.
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | REFERENCES 15
4 REFERENCES
Since the inception of W.G. Zimmerman Engineering, we have been 100% local agency-based firm. Our
agency work has been either on an On-call Services Contract or Specific Projects. In addition, we have
provided staff augmentation or support to different agencies which include interim Public Works Director,
Interim City Engineer, Project Manager, Construction Manager, Design Support, or Permit Technician.
Many of these positions requires us to interact with the public, Councils, make public presentations,
coordinate with other affected agencies, apply and manage funding (County, State, and Federal), and
attend City public meetings. A sample of relevant projects are provided below:
On-Call Services:
Project: On-Call Traffic Engineering Services
Client: City of Signal Hill
Address: 2175 Cherry Avenue, Signal Hill, CA 90755
Contact: Kelli Tunnicliff, Director of Public Works
Telephone: (562) 989-7356
Email: ktunnicliff@cityofsignalhill.org
Project Budget: Task Order
Completion Date: 2004 to present and as required
Key Staff Members: Bill Zimmerman, Christopher Cordero, Michael Brust, Antonio Magaña,
Pouya Mirsadeghi
Subconsultants: None
Serves as City Traffic Engineer and as-needed traffic engineering services which include: city-wide signing
and striping plans, speed zone studies, traffic studies, plan and study review, development coordination,
traffic signal plans, roadway alignment plans, traffic signal coordination and timing plans, Caltrans
Coordination, city representative, Federal and State grant funding applications, and grant funding
management.
Projects:
• Cherry Avenue and 20th Street Offset
Traffic Signal (HSIP)
• Willow Street and Orange Avenue PPLT
Conversion
• Cherry Avenue and 21st Street PPLT
Conversion
• Traffic Signal Timing and Coordination
• Traffic Signal Communication Design
• Discovery Park Parking Analysis
• City-wide Circulation Analysis
• City-wide speed survey (2004, 2009,
2016)
• 23rd Street One-way to Two-way Street
Conversion
• PCH and Junipero Directional Split Traffic
Signal Modification
• Cherry Avenue and 20th Street Traffic
Signal Split Phasing
• Spring Street Signing and Striping
• Traffic Control Plan Review
• Traffic Studies Review
• Support for Neighborhood Traffic
claiming
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | REFERENCES 16
Project: On-Call Engineering Services
Client: City of Seal Beach
Address: 211 8th Street, Seal Beach, CA 90740
Contact: David Spitz, PE, Associate Engineer
Telephone: (562) 431-2527 ext. 1331
Email: dspitz@sealbeachca.gov
Project Budget: N/A, based upon work assigned
Completion Date: N/A, since 2015
Key Staff Members: Bill Zimmerman, Christopher Cordero, Michael Brust, Antonio Magaña,
Pouya Mirsadeghi
Our On-Call Services includes; traffic engineering, municipal engineering, traffic studies, Caltrans
coordination, developer plan reviews, permit technician, field reviews, signing and striping plans, agency
coordination, funding application and management, and public workshops.
Project: On-Call Engineering Services
Client: City of Mission Viejo
Address: 200 Civic Center, Mission Viejo, CA 92691
Contact: Phillip Nitollama, TE, Traffic Engineer
Telephone: (949) 470-3068
Email: pnitollama@cityyofmissionviejo.org
Project Budget: N/A, based upon work assigned
Completion Date: N/A, since 2014
Key Staff Members: Bill Zimmerman, Christopher Cordero, Michael Brust, Antonio Magaña,
Pouya Mirsadeghi
Our On-Call Services includes; traffic engineering, municipal engineering, traffic studies, Caltrans
coordination, signing and striping plan, parking analysis, field review of traffic operations, developer plan
reviews, permit technician, field reviews, signing and striping plans, funding support.
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | REFERENCES 17
Staff Support:
Project: Interim City Engineer and Support Services
Client: City of Norwalk
Address: 12700 Norwalk Boulevard, Norwalk, CA 90755
Contact: Randy Hillman, Associate Engineer
Telephone: (562) 929-5719
Email: rhillman@norwalkca.gov
Project Budget: Task Order
Completion Date: As Required
Key Staff Members: Bill Zimmerman, Christopher Cordero, Michael Brust, Antonio Magaña,
Pouya Mirsadeghi
Subconsultants: None
Serves as Interim City Engineer and provided Support Engineering Services. As the Interim City Engineer,
responsible for directing and managing City Staff, managing the CIP, attend and represent the City of
Norwalk at regional meetings, manage CIP budgets and funding programs, manage outside consultants,
and attend and present at City Council Meetings. Support services include development of plans
specifications for minor projects, review project plans, assist City on specific projects as directed by the
City, prepare applications for grant funding.
Project: Associate Engineer and Support Services
Client: City of Carson
Address: 701 E. Carson Street, Carson, CA 90745
Contact: Raymond Velasco, Senior Civil Engineer
Email: rvelasco@carson.ca.us
Telephone: (310) 952-1700 ext. 1812
Project Budget: Task Order
Completion Date: As Required – 2017-2018
Key Staff Members: Bill Zimmerman, Christopher Cordero, Michael Brust, Antonio Magaña,
Pouya Mirsadeghi
Subconsultants: None
Serves as Associate Engineer and provided Support Engineering Services. As the Associate Engineer,
responsible for City projects including development review, ADA curb ramp design, roadway design, storm
system modification, parking studies, signing and striping, public meetings, interagency coordination, and
work as directed by City Engineer.
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | REFERENCES 18
Specific Projects:
Project: Consultant Services to Support Regional Modeling Traffic Operation
Project
Client: Orange County Transportation Authority
Address: 600 South Main Street, Second Floor
Orange, CA 92868
Contact: Ron Keith, Project Manager III
Telephone: (714) 560-5990
Email: rkeith@octa.net
Project Budget: $249,000
Completion Date: 2013-Present
Key Staff Members: Bill Zimmerman, Christopher Cordero, Antonio Magaña, Pouya Mirsadeghi
Subconsultants: Shirley Land, Land CM Corp.
W.G. Zimmerman Engineering, Inc. provided traffic engineering support for the Consultant Services to
Support Regional Modeling Traffic Operations Project. The project included: on-site staffing,
development of a document control system, project file reorganization for hardcopies and electronic files,
Traffic Operations contract and invoice management, On-Call Consultant services RFP, management
support of OCTA Led TSSP corridors, coordination with CAMM for the procurement of Agency Cooperative
Agreements and Contract Task Orders, support services for Measure M Application reviews, update
project status for current OCTA led TSSP projects for Semi-Annual Review Reports, Measure M2 funded
RTSSP reimbursement forms, Measure M2 Match reporting, Traffic Forum meeting support, agency
coordination, SYNCHRO corridor reviews, assist other OCTA staff to gather RTSSP information for
reporting needs, 2011-18 Call for Projects support, and presentations as required.
Project: San Antonio Drive / Norwalk Boulevard Pavement Rehabilitation Project
Client: City of Norwalk
Address: 12700 Norwalk Boulevard
Norwalk, CA 90650
Contact: Randy Hillman, Associate Engineer
Telephone: (562) 929-5719
Email: rhillman@norwalkca.gov
Project Budget: $178,000 Design/$2.2 Million Construction
Completion Date: December 2012
Key Staff Members: Bill Zimmerman, Christopher Cordero, Michael Brust
Subconsultants: CL Surveying, Labelle-Marvin, LAND CM Corp
Field Review, Surveying, Geotechnical Investigations, Base Plan Development, Pavement Analysis, Stage
Construction Plans, ADA Ramp Updates, Sidewalk and Curb and Gutter Repairs, Signing and Striping, and
Caltrans Coordination for Encroachment Permit. The project reconstructed pavement between the
Rosecrans Avenue and Florence Avenue. The project included the I-5 interchange, business district of San
Antonio Drive, City Hall, and a residential community.
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | REFERENCES 19
Project: Las Posas Road Widening, Ventura Boulevard to Pleasant Valley Road
Client: City of Camarillo
Address: 601 Carmen Drive, Camarillo, CA 93010
Contact: Ken Matsouka, Principal Civil Engineer
Telephone: (805) 383-5672
Email: kmatsouka@cityofcamarillo.org
Project Budget: $104,000
Completion Date: Anticipated Fall 2019
Key Staff Members: Bill Zimmerman, Chris Cordero, Michael Brust, Antonio Magaña, Pouya
Mirsadeghi
Subconsultants: Coast Surveying, Inc. and Counts Unlimited
W.G. Zimmerman Engineering, Inc. developed concept alternative plans to widened Las Posas Road from
two lanes to four lanes with sidewalks and bike lanes. The total length of the project is approximately one
(1) mile long. The concept plan looked at different alternatives including full standards which requires
acquiring right-of-way, a modified version which removes the proposed center median, and a reduced
lane width standard. Each standard required an assessment of the drainage features, an initial hydrology
analysis, ingress/egress of adjacent facilities including an airport, and traffic signal modification.
Additionally, WGZE was task to research possible funding opportunities to design and construct the
project.
Project: Rosecrans / Marquardt Grade Separation Project
Client: Los Angeles County Metropolitan Transportation Authority
Address: One Gateway Plaza, Los Angeles 90012
Client: Biggs-Cardosa Associates, 500 S. Main St., #400, Orange, CA 92868
Contact: Michael Thomas, SE – Biggs-Cardosa Associates
Telephone: 714-550-4665
Email: mthomas@BiggsCardosa.com
Project Budget: Phase 1 – $89,000, Phase 2 – $120,000
Completion Date: Phase 1: May 2016, Phase 2: 65% Design, March 2017
Key Staff Members: Bill Zimmerman, Christopher Cordero, Michael Brust
Subconsultants: None
The project proposes to construct a grade separation at the intersection of Rosecrans Avenue and
Marquardt Avenue and the BNSF right-of-way. W.G. Zimmerman Engineering (WGZE) is a subconsultant
to Biggs Cardosa Associates providing Traffic Engineering services. WGZE’s role in the project is to develop
the Traffic Impact Study during Phase 1 and prepare the Traffic Management Plan, design the traffic
signals for two intersections, develop traffic signal synchronization along the Rosecrans Avenue Corridor
within the project limits and prepare the street lighting plan for Phase 2. Phase 1 was completed in May
of 2016 and the 65% (Phase II) is submitted in March 2017.
On-Call Professional Traffic/Transportation Engineering Services City of Seal Beach
W.G. Zimmerman Engineering, Inc. | EXCEPTIONS AND DEVIATIONS 20
5 EXCEPTIONS AND DEVIATIONS
W.G. Zimmerman Engineering does not have any technical or contractual exceptions or deviations from
the requirements of the RFP – On-Call Professional Traffic / Transportation Engineering Services.
EXHIBIT B
TERMS FOR COMPLIANCE WITH CALIFORNIA LABOR LAW REQUIREMENTS
1. This Agreement calls for services that, in whole or in part, constitute “public works”
as defined in Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the
California Labor Code (“Chapter 1”). Further, Consultant acknowledges that this
Agreement is subject to (a) Chapter 1 and (b) the rules and regulations established by
the Department of Industrial Relations (“DIR”) implementing such statutes. Therefore, as
to those Services that are “public works”, Consultant shall comply with and be bound by
all the terms, rules and regulations described in 1(a) and 1(b) as though set forth in full
herein.
2. California law requires the inclusion of specific Labor Code provisions in certain
contracts. The inclusion of such specific provisions below, whether or not required by
California law, does not alter the meaning or scope of Section 1 above.
3. Consultant shall be registered with the Department of Industrial Relations in
accordance with California Labor Code Section 1725.5, and has provided proof of
registration to City prior to the Effective Date of this Agreement. Consultant shall not
perform work with any subcontractor that is not registered with DIR pursuant to Section
1725.5. Consultant and subcontractors shall maintain their registration with the DIR in
effect throughout the duration of this Agreement. If Consultant or any subcontractor
ceases to be registered with DIR at any time during the duration of the project,
Consultant shall immediately notify City.
4. Pursuant to Labor Code Section 1771.4, Consultant’s Services are subject to
compliance monitoring and enforcement by DIR. Consultant shall post job site notices,
as prescribed by DIR regulations.
5. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem
wages for each craft, classification, or type of worker needed to perform the Agreement
are on file at City Hall and will be made available to any interested party on request.
Consultant acknowledges receipt of a copy of the DIR determination of such prevailing
rate of per diem wages, and Consultant shall post such rates at each job site covered by
this Agreement.
6. Consultant shall comply with and be bound by the provisions of Labor Code Sections
1774 and 1775 concerning the payment of prevailing rates of wages to workers and the
penalties for failure to pay prevailing wages. Consultant shall, as a penalty to City, forfeit
$200.00 for each calendar day, or portion thereof, for each worker paid less than the
prevailing rates as determined by the DIR for the work or craft in which the worker is
employed for any public work done pursuant to this Agreement by Consultant or by any
subcontractor.
7. Consultant shall comply with and be bound by the provisions of Labor Code Section
1776, which requires Consultant and each subcontractor to: keep accurate payroll
records and verify such records in writing under penalty of perjury, as specified in
Section 1776; certify and make such payroll records available for inspection as provided
by Section 1776; and inform City of the location of the records.
8. Consultant shall comply with and be bound by the provisions of Labor Code Sections
1777.5, 1777.6 and 1777.7 and California Code of Regulations, Title 8, Section 200 et
seq. concerning the employment of apprentices on public works projects. Consultant
shall be responsible for compliance with these aforementioned Sections for all
apprenticeable occupations. Prior to commencing work under this Agreement,
Consultant shall provide City with a copy of the information submitted to any applicable
apprenticeship program. Within 60 days after concluding work pursuant to this
Agreement, Consultant and each of its subcontractors shall submit to City a verified
statement of the journeyman and apprentice hours performed under this Agreement.
9. Consultant shall not perform Work with any Subcontractor that has been debarred or
suspended pursuant to California Labor Code Section 1777.1 or any other federal or
state law providing for the debarment of contractors from public works. Consultant and
subcontractors shall not be debarred or suspended throughout the duration of this
Contract pursuant to Labor Code Section 1777.1 or any other federal or state law
providing for the debarment of contractors from public works. If Consultant or any
subcontractor becomes debarred or suspended during the duration of the project,
Consultant shall immediately notify City.
10. Consultant acknowledges that eight hours labor constitutes a legal day’s work.
Consultant shall comply with and be bound by Labor Code Section 1810. Consultant
shall comply with and be bound by the provisions of Labor Code Section 1813
concerning penalties for workers who work excess hours. Consultant shall, as a penalty
to City, forfeit $25.00 for each worker employed in the performance of this Agreement by
Consultant or by any subcontractor for each calendar day during which such worker is
required or permitted to work more than eight hours in any one calendar day and 40
hours in any one calendar week in violation of the provisions of Division 2, Part 7,
Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code Section 1815, work
performed by employees of Consultant in excess of eight hours per day, and 40 hours
during any one week shall be permitted upon public work upon compensation for all
hours worked in excess of eight hours per day at not less than one and one-half times
the basic rate of pay.
11. California Labor Code Sections 1860 and 3700 provide that every employer will be
required to secure the payment of compensation to its employees. In accordance with
the provisions of California Labor Code Section 1861, Consultant hereby certifies as
follows:
“I am aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers’
compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this contract.”
12. For every subcontractor who will perform work on the project, Consultant shall be
responsible for such subcontractor’s compliance with Chapter 1 and Labor Code
Sections 1860 and 3700, and Consultant shall include in the written contract between it
and each subcontractor a copy of those statutory provisions and a requirement that each
subcontractor shall comply with those statutory provisions. Consultant shall be required
to take all actions necessary to enforce such contractual provisions and ensure
subcontractor’s compliance, including without limitation, conducting a periodic review of
the certified payroll records of the subcontractor and upon becoming aware of the failure
of the subcontractor to pay his or her workers the specified prevailing rate of wages.
Consultant shall diligently take corrective action to halt or rectify any failure.
13. To the maximum extent permitted by law, Consultant shall indemnify, hold harmless
and defend (at Consultant’s expense with counsel reasonably acceptable to City) City, its
officials, officers, employees, agents and independent contractors serving in the role of
City officials, and volunteers from and against any demand or claim for damages,
compensation, fines, penalties or other amounts arising out of or incidental to any acts or
omissions listed above by any person or entity (including Consultant, its subcontractors,
and each of their officials, officers, employees and agents) in connection with any work
undertaken or in connection with the Agreement, including without limitation the payment
of all consequential damages, attorneys’ fees, and other related costs and expenses. All
duties of Consultant under this Section shall survive the termination of the Agreement.
ADDENDUM NO. 1 TO
PROFESSIONAL SERVICES AGREEMENT
for
On-Call Professional Traffic/Transportation
Engineering Services
between
City of Seal Beach
211 - 8th Street
Seal Beach, CA 90740
&
W.G. Zimmerman Engineering, Inc.
17011 Beach Boulevard, Suite 1240
Huntington Beach, CA, 92647
(714) 799-1700
This Addendum No. 1, dated June 24, 2019, amends that certain Professional Services
Agreement (“Agreement’) dated June 24, 2019, between W.G. Zimmerman
Engineering, Inc. (“Consultant”), a California corporation and the City of Seal Beach
(“City”), a California charter city, (collectively, “the Parties”).
Page 2 of 4
S7296-0001\2305208v1.doc
RECITALS
A. City and Consultant are parties to the Agreement, pursuant to which City
retained Consultant to provide certain professional traffic and transportation engineering
services to City.
B. City and Consultant desire to amend the Agreement pursuant to this Addendum
to correct a clerical error in Section 16.0 of the Agreement with regard to the
indemnification obligations of Consultant under the Agreement.
NOW THEREFORE, in consideration of the Parties' performance of the
promises, covenants, and conditions stated herein, the Parties hereto agree as
follows.
ADDENDUM
Section 1. Section 16.1 of the Agreement is hereby deleted and the
following provision substituted in its place:
“16.1. Indemnity for Design Professional Services. To the fullest extent
permitted by law, Consultant shall, at its sole cost and expense, indemnify
and hold harmless the City, its elected officials, officers, attorneys, agents,
employees, designated volunteers, successors, assigns and those City
agents serving as independent contractors in the role of City officials
(collectively “Indemnitees”), from and against any and all damages, costs,
expenses, liabilities, claims, causes of action, judgments, penalties, liens, and
losses of any nature whatsoever, including fees of accountants and other
professionals, and all costs associated therewith, and reimbursement of
attorneys’ fees and costs of defense (collectively “Claims”), whether actual,
alleged or threatened, which arise out of, pertain to, or relate to, in whole or in
part, the negligence, recklessness or willful misconduct of Consultant, and/or
its officers, agents, servants, employees, subcontractors, contractors or their
officers, agents, servants or employees (or any entity or individual that
Consultant shall bear the legal liability thereof) in the performance of design
professional services under this Agreement by a “design professional,” as the
term is defined under California Civil Code § 2782.8(c). The reimbursement
of attorneys’ fees and cost by the Consultant to indemnities shall be subject to
California Civil Code § 2782.8(a).
Section 2. Section 16.2 of the Agreement is hereby deleted and the
following provision substituted in its place:
“16.2. Other Indemnitees. Other than in the performance of design
professional services, and to the fullest extent permitted by law, Consultant
shall, at its sole cost and expense, protect, defend, hold harmless and
indemnify the Indemnitees from and against any and all damages, costs,
Page 3 of 4
S7296-0001\2305208v1.doc
expenses, liabilities, claims, demands, causes of action, proceedings,
judgments, penalties, liens and losses of any nature whatsoever, including
fees of accountants, attorneys and other professionals, and all costs
associated therewith, and the payment of all consequential damages
(collectively “Damages”), in law or equity, whether actual, alleged or
threatened, which arise out of, pertain to, or relate to the acts or omissions of
Consultant, its officers, agents, servants, employees, subcontractors,
materialmen, suppliers, or contractors, or their officers, agents, servants or
employees (or any entity or individual that Consultant shall bear the legal
liability thereof) in the performance of this Agreement, including the
Indemnitees’ active or passive negligence, except for Damages arising from
the sole negligence or willful misconduct of the Indemnitees, as determined
by final arbitration or court decision or by the agreement of the Parties.
Consultant shall defend the Indemnitees in any action or actions filed in
connection with any Damages with counsel of the Indemnitees’ choice, and
shall pay all costs and expenses, including all attorneys’ fees and experts’
costs actually incurred in connection with such defense. Consultant shall
reimburse the Indemnitees for any and all legal expenses and costs incurred
by the Indemnitees in connection therewith.”
Section 3. Except as expressly modified or supplemented by this
Addendum No. 1, all other provisions of the Agreement shall remain unaltered and
in full force and effect. In the event of a conflict between the provisions of this
Addendum No. 1 and the provisions of the Agreement, the provisions of this
Addendum No. 1 shall control.
Section 4. This Addendum No. 1 shall be effective on June 24, 2019.
IN WITNESS WHEREOF, the Parties hereto, through their respective
authorized representatives have executed this Addendum No. 1 as of the date and
year first above written.
City of Seal Beach
Proposal for On-Call
Professional Engineering
Services
April 26, 2019
Table of
contents
Cover Letter
Table of Contents
Local Staffing List ............................................1
Company Qualifications ...................................5
References ......................................................9
Understanding and Approach .......................24
Exceptions ...................................................28
Appendices
Appendix A. Key Team Member Resumes
GHD Inc.
April 26, 2019
Ms. Iris Lee, Deputy Public Works Director/City Engineer GHD Proposal No. 11194236
City of Seal Beach Department of Public Works
211 Eighth Street
Seal Beach, CA 90740
Proposal for On-Call Professional Engineering Services
Dear Ms. Lee and Members of the Selection Panel:
GHD and our partners constitute the GHD Team and we are pleased to submit our Proposal to the City of Seal Beach (City)
for the On-Call Professional Engineering Services. Our qualified team has thoroughly reviewed the RFP and understands the
services needed to complete any projects requested by the City.
The Right Team
GHD is excited for the opportunity to work with the City of Seal Beach. We bring local civil design experience and technical
expertise and offer a fresh approach and skill set to the City that will help establish creative solutions to general project
challenges. GHD has the skill and experience on comparable projects in southern California to deliver the services required
under this On-Call. We have also hand-picked industry leading local subconsultants who are experienced in delivering projects
for the City or local area to ensure our local, national, and international experience is successfully transferred to the City of
Seal Beach.
Our key personnel for this On-Call contract have been selected based on their proven track record of success on equivalent
projects. Our proposed point of contact and Project Manager, Sarmad Farjo, PE, ENV SP, has over 27 years of experience
in civil engineering design, successfully leading large teams while managing and executing On-Call contracts and design
projects. He will coordinate directly with the City's Project Manager to support any resources or staffing needs for any
proposed project. Sarmad will be fully supported by a skilled team of GHD Task Managers and talented specialty experts
complimented by a handpicked team of subconsultants; all tailored to meet the City’s needs and deliver a creative approach
and enhanced level of service.
GHD’s Team fully understands the complexities of the CIP projects as far as budget and schedule and can
deliver task orders that maximize efficiencies resulting in cost savings.
Thorough Project Understanding and Project Management Approach
This SOQ outlines the GHD Team’s thorough understanding of the Scope of Work and details how we will implement the Scope
of Work on Task Orders under the On-Call. We have assembled a comprehensive team from our local offices and from our
highly respected subconsultants to ensure we can fully cover the Scope of Work. We understand the City’s desire to improve
and rehabilitate its infrastructure, while creating lasting coastal community benefit. Our reference projects demonstrate our
understanding of not only public sector work, but work within coastal communities.
GHD has developed a clear and concise approach to project management, which will be tweaked in close collaboration with
City staff to take into account project specific needs. GHD’s Project Manager, Sarmad Farjo, PE, ENV SP, is adept at avoiding
or mitigating potential delays through continuous communication and collaboration with clients and has demonstrated his
ability to maintain project schedules as Project Manager for On-Call contracts with the County of Orange, the City of Long
Beach, the City of Huntington Beach, and the City of San Diego, to name a few. Sarmad has also demonstrated successful
coordination with municipalities and agencies and public/private stakeholders on mid to large multidisciplinary design projects.
He most recently managed the E. Broadway Complete Street Project for the City of Long Beach where he successfully
coordinated with all stakeholders to deliver a complete project in an accelerated schedule.
Cover Letter
GHD is commited to the success of our clients and we will strive to exceed your expectations in delivering projects under this
On-Call. Should you have any questions regarding this SOQ, please contact Sarmad Farjo at (949) 585-5238 or via email at
sarmad.farjo@ghd.com.
Sincerely,
GHD Inc.
Sarmad Farjo, PE, ENV SP
Project Manager
Evaluation Criteria GHD Qualifications
Qualifications,
Experience, and
Breadth with
Engineering Disciplines
GHD is a global company and is ranked # 25 on the 2018 Top 500 Design Firms. GHD
was established in 1928 and has been serving southern California since 1951. We have the
breadth and knowledge to cover all phases required to compliment any civil engineering
project. Our example projects demonstrate our deep experience on various civil engineering
projects within the local community and coastal areas consistent with the scope of services
of this contract.
Qualifications of
the Team and Key
Personnel
GHD’s key team members have a wealth of knowledge and experience on relevant projects,
which is illustrated in the short key team member bios, the project references, and within the
resumes provided under Appendix A. Our Project Manager, Sarmad Farjo, PE, has over 27
years’ experience delivering civil infrastructure improvement projects and understands the
nature of On-Call/As-Needed contracts.
Experience with
Regulatory Permitting
Agencies
The GHD Team regularly deals with regulatory agencies to coordinate permitting and
approvals on various projects. Our subconsultant, Chambers Group, has a wealth of
knowledge dealing with ACOE, Coastal Commission, Fish & Wildlife, and Regional Board
to name a few.
Experience Working in a
Coastal Community
We have experience working with numerous local coastal communities such as the cities
of Seal Beach, Long Beach, Huntington Beach, Manhattan Beach, Hermosa Beach,
Costa Mesa, Newport Beach, Dana Point, Carlsbad, San Diego, Chula Vista, and more as
demonstrated in some of our project references. Additionally, we have teamed up with key
subconsultants MBI Media (public outreach) and Chambers Group (environmental) that have
direct experience working for Seal Beach and other coastal communities.
Familiarity with City
Standards and
Provisions
GHD staff has executed and worked on projects for the City of Seal Beach and is familiar with
its codes and standards.
Understanding of
the City's Needs and
Resourcing Ability/
Availability to Perform
Work
Sarmad understands the varying needs and requirements associated with the City's On-
Call contract and how staffing requirements vary from project to project. He will use this
experience to work with our task managers to anticipate and adjust the project team as
necessary and manage our subconsultant resources to ensure flexibility and a smooth
delivery of task orders. We have worked with many of our subconsultants delivering
successful projects by managing internal and subconsultant resources to meet project and
schedule needs.
Recent, Relevant
Experience and Client
References
GHD has provided our recent experience and client references in conducting work for
contracts of similar scope, complexity, and magnitude, particularly for local public agencies.
Local
Staffing List
GHD | City of Seal Beach On-Call Professional Engineering Services | 1
Delivery
The GHD Team has extensive experience in delivering task
orders simultaneously through various On-Call/As-Needed
contracts. The team selected to support the types of projects
were hand selected for their directly related experience and
commitment and therefore will not be changed without
written approval from the City.
Our project team members have been carefully selected
to meet the project requirements of experience and work
approach to achieve the City’s vision. Our Project Manager
and Principal-in-Charge, Sarmad Farjo, PE, ENV SP, will
lead the project management efforts, serving as the City’s
main point of contact. Our Quality Assurance / Quality
Control Manager and Constructability Review, Bruce
Schmith, PE, ENV SP is a former director at LA Metro and
SANDAG with intimate knowledge of agency regulations and
municipal infrastructure; he will be responsible for overseeing
overall delivery of quality submittals that are in conformance
with the project objectives, scope, and schedule. Our Task
Managers consist of Myung Choo, PE, TE, Larry Tortuya,
PE, ENV SP, Bob Sherwood, PE, and Lindsey Van Parys,
PE, QSD/QSP, who will direct the planning and technical
aspects of the project and interact daily with the GHD project
resources.
Our team will also consist of our qualified Subconsultants
MBI Media, Chambers Group, Calvada Surveying, and
Underground Solutions.
The biography summaries of key team members provided
on the following pages highlight the multi-disciplined
professionals within our project team and identify the project
role and responsibilities assigned to them. Key team member
resumes can be found in Appendix A of our proposal.
Business Entity
California Corporation
DIR Registration Number
1000018754
Authorized Principal and Project Manager
Sarmad Farjo
320 Goddard Way, Suite 200
Irvine, CA 92618
P: 949-585-5238
Sarmad.Farjo@ghd.com
GHD | 2
Organizational Chart
Project Manager, PIC
Sarmad Farjo, PE, ENV SP
Surveying
Armando Dupont, PLS
Calvada
Task Managers
Myung Choo, PE, TE
Larry Tortuya, PE, ENV SP
Bob Sherwood, PE
Lindsey Van Parys, PE, QSD/QSP
Project Resources
Traffic
Frank Penry, PE, TE, PTOE
Kamesh Vedula, PE, TE
Jay Walter, PE, TE
Landscape Architect
Jessica Hall, PLA
Scott Robertson, PLA
Geotechnical
Chris Trumbull, PE, GE
Grant/Funding
Rebecca Crow, PE
Drainage/Water Quality
Nathan Towlerton, PE, QSD/QSP
Cristen Elejalde, EIT
Water Quality
Matt Smith, PE, QSD/QSP
Robin Raines, EIT
Utilities
Greg Watanabe, PE
Ulysses Fandino, PE
Sewer/Pumps
Casey Raines, PE
Pedro Alvarez, PE
Transportation
Matt Wargula, PE, TE
Brittany Moore, PE
Simon Driml, CPEng
Transportation Planning
Jonathan Linkus, AICP
Pavement
Luca Noferini, PhD
Permitting
Bruce Schmith, PE, ENV SP
Maritime/Coastal
Victor Tirado, PE, ENV SP
Mitch Duran, PE
Gillian Millar, CEng
Electrical
Mehdi Mardi, PE
Structural
Francisco Andrade, PE, SE
Plan Check
Sarmad Farjo, PE, ENV SP
Brian Howard, PLS
Potholing
Dean Owens
MBI Media
Environmental
Corinne Lytle-Bonine, PMP
Chambers
Public Outreach
Michael Arme
USI
QA/QC, Constructability
Bruce Schmith, PE, ENV SP
GHD | 3
Larry Tortuya, PE, ENV SP | Task Manager
Tasks
• Project Management
• Drainage Lead
• Water Quality Lead
Larry has over 14 years of extensive experience managing stormwater
public improvement projects that have included multiple large scale public
projects such as channel widening, backbone storm drain systems, levee
improvement projects, bio-filtration, bio-retention, harvest and reuse,
and flood attenuation. Larry has experience in using the “Green Streets”
approach in LID design, and has managed multiple projects for various
clients in the SWQMP production arena. He has worked on projects
where innovative solutions were successfully implemented for stormwater
and water quality design.
Education
BS Civil Engineering
Licenses/Registration
Civil Engineer: CA #C71502
Sarmad Farjo, PE, ENV SP | Contract Manager, Principal-in-Charge
Tasks
• Contract
Management
• Project Management
• Plan Checking
Education
BS Civil Engineering
Licenses/Registration
Civil Engineer: CA #C80769
Sarmad has over 27 years of design and management experience with
roadway design, roadway widening, intersection upgrade and widening
projects, traffic control, traffic signals, signing and striping projects, major
infrastructure projects for public utility agencies, and major development
projects for public and private clients. He has experience coordinating
with regulatory agencies and Caltrans for permits. Mr. Farjo’s experience
managing on-call professional engineering contracts for similar agencies
such as the Cities of Huntington Beach, Long Beach, San Diego, OCPW
and Buena Park will be of great benefit in delivering successful projects
to the City.
Bruce Schmith, PE | QA/QC Manager, Constructability
Education
BS Civil Engineering
MS Civil Engineering/
Transportation
Licenses/Registration
Civil Engineer: CA #C65551
Bruce has over 34 years of experience in planning, program management,
design and construction of street/roadway, highway and rail transportation
systems. His experience includes Sr. Director at LA Metro, responsible for
major aspects of mega Rail Transit and Highway Projects, Program/Corridor
Director at SANDAG for $700M of improvements to the LOSSAN heavy rail
corridor and $600M of improvements to the San Diego LRT system, and
Design Manager for a $500M construction segment of the I-405 Sepulveda
Pass DB project for LA Metro and Caltrans District 7. His experience as a
former director at various public agencies will provide valuable insight to
our understanding of the public sector procurement process.
Availability:
20%
Tasks
• Quality Assurance/
Quality Control
• Constructability Review
• Technical Review
Availability:
70%
Availability:
60%
GHD | City of Seal Beach On-Call Professiona Engineering Services | 4
Myung Choo, PE, TE | Task Manager
Tasks
• Project Management
• Traffic Lead
• Transportation Lead
Myung is a licensed civil and traffic engineer with over 19 years of experience
on a wide range of multimodal transportation and traffic engineering
projects, including HSIP application assistance and implementation,
safety analysis, street improvements, road diet and roundabouts, traffic
signals, traffic calming, signing and striping, temporary traffic control,
traffic impact analysis, travel demand modeling, and safety analysis.
He has extensive experience working in Orange County designing and
implementing signing and striping improvements that meet CA-MUTCD
standards and analyzing intersections and roadway segments for cost
effective safety measures.
Education
BS Civil and Environmental
Engineering
Licenses/Registration
Civil Engineer: CA #C79651
Traffic Engineer: #TR2451
Bob Sherwood, PE | Task Manager
Tasks
• Project Management
• Marine/Coastal Lead
Bob has over 18 years of project management experience in marine
construction, waterfront redevelopment, dredging and remediation
projects. His expertise covers a wide range of projects, including
the design of boat docks and marinas, boat launch ramp facilities,
plazas and promenades, bulkheads and shore protection, utilities and
landside improvements, and harbor dredging and lake restoration
projects. Bob has also been involved with the inspections of bridges,
docks, wharves, and bulkheads both above and below water and has
assisted clients with initial planning and feasibility studies including
obtaining grants for waterfront facilities.
Education
BS Civil Engineering
Licenses/Registration
Civil Engineer: CA #C64351
Lindsey Van Parys, PE, QSD/QSP | Task Manager
Tasks
• Project Management
• Transportation Lead
• Drainage Lead
• Water Quality Lead
Lindsey oversees daily project operations for traffic and transportation
planning. She manages transportation projects from the conceptual
phases through to construction, including preliminary engineering,
environmental assessments, and detail design for various types
of roadway, highway, roundabout, complete street and active
transportation projects, with a key focus on delivering to clients’ time,
budget and quality expectations. She has expertise in preparing bid
documents including all reports and required documentation on State
and Federally funded projects.
Education
BS Civil Engineering
Licenses/Registration
Civil Engineer: CA #C79989
Availability:
60%
Availability:
50%
Availability:
50%
Company
Qualifications
GHD | City of Seal Beach On-Call Professional Engineering Services | 5
About GHD
GHD is a leader in infrastructure engineering with more than
10,000 talented professionals and 200 offices worldwide.
We have been a provider of multi-disciplined engineering
services for 90 years, through an internationally recognized
network of engineers, environmental scientists, and other
professionals who together provide high quality environmental
and infrastructure engineering. Backed by over 4,000 staff
in North America, we deliver complex infrastructure projects
of all types including heavy civil infrastructure and traffic
engineering.
Today, GHD is one of the world’s top engineering firms and
is recognized by ENR as the 10th largest revenue generating
pure design firm globally, and rated #25 on the 2018 Top
500 Design Firms list. GHD offers outstanding resources
to support the needs of our clients. The company has
established a knowledge base from previous projects that
have been delivered over the past nine decades.
GHD is well organized to provide our services on this
contract. We have a strong local presence in the southern
California region supplemented with global expertise. We
have completed numerous projects for public agencies
providing quality planning, design, bid, construction, and
operation services. Our team’s structure is aimed at providing
the City with the best talent to solve your challenges, through
a connected and collaborative global network.
GHD will bring our experience and broad technical capabilities
to this contract, helping us foresee and adapt to challenges
to expedite successful projects. The City will benefit from
the GHD Team’s local knowledge and experience, as well as
those lessons learned from other projects. We have worked
on many similar on-call services for a number of local agencies
including coastal communities and understand the variety of
the task order requests. GHD’s local Civil Engineering team
provides the benefit of quick response time, knowledge of
local issues and conditions, and a cohesive design team that
brings you the depth of resources required for your project’s
success. The GHD team and its subconsultants are highly
qualified to quickly and readily respond to the needs of the
City for this contract, including time sensitive design changes
or to meet with the City for progress or needed impromptu
meetings.
California
400+
GHD Americas
4,000+
GHD Global
10,000+
GHD | 6
Subconsultants
Our team of subconsultants was strategically selected for
their relevant experience and their availability to serve you
on this On-Call contract. Our team will provide a seamless
integration of the various professional services that will be
required throughout this contract. This means creative
technical approach, effective peer review, quality control,
variety of experience, and value engineering that will allow our
team to identify and implement the best project approaches
for the City.
Our team features proven industry leading subconsultants
who have worked with us for many years on previous and
current projects. The following pages highlight each of our
subconsultants and their experience relevant to this contract:
We are passionate about improving safety, enhancing mobility,
and preparing a healthy environment for the community at
large. GHD has a positive impact on all of the communities in
which we live and work. GHD is a chartered member of the
Institute of Sustainable Infrastructure and supports the
United Nations Sustainable Development Goals for 2030.
The GHD Sustainability Policy provides strategic direction for
how we integrate social, economic and environmental issues
into core business processes.
GHD has had local presence in southern California since 1951,
and has a long history of success working collaboratively with
municipalities and agencies similar to the City of Seal Beach.
GHD’s southern California offices currently include in Long
Beach, Irvine, and San Diego.
GHD’s California Office Locations
GHD is well versed in completing multiple task orders
seamlessly without impacts or delays. Currently, GHD has,
and is, working seamlessly on multiple projects for various
agencies including coastal communities in southern California
through similar on-call services and understand the variety of
the task order requests. Through our past experience, we
have gained the knowledge and skills to successfully act
on a moment’s notice to address agency concerns, provide
guidance and expertise in various public works projects,
and facilities engineering design services to meet agency’s
schedule and deadlines. We have been successful executing
similar as-needed contracts such as:
• City of Long Beach As-Needed Civil Engineering Services
• City of Huntington Beach As-Needed Civil Engineering
Services
• County of Orange On-Call Transportation and Traffic
Engineering
• City of Anaheim As-Needed Civil Engineering Services
• City of Irvine As-Needed Engineering Services
• City of San Juan Capistrano On-Call Engineering Services
• City of Moreno Valley As-Needed Civil Engineering Services
• City of San Diego As-Needed Transportation Services
• City of Oceanside On-Call Stormwater and Water Quality
Review
• City of Culver City On-Call Engineering Services
• City of Buena Park On-Call Engineering Services
GHD | City of Seal Beach On-Call Professional Engineering Services | 7
Mccormick-
Busse Inc
Public Outreach
Founded in 1989, McCormick-Busse, Inc. (MBI) is a SBE,
DBE, WBE strategic communications firm that brings
more 30 years of expertise in facilitating community
outreach campaigns for a wide variety of projects. MBI is
proud to be a leader in community engagement, outreach,
marketing support engagement, and communications,
placing human respect and dignity at the forefront of
our endeavors. MBI recognizes the importance of clear
and direct messaging and the value of asserting a
message through compelling communication channels
and specializes in facilitating community dialogue about
complex and sensitive issues, especially during the
environmental and construction phases. MBI has direct
experience providing public outreach services to the City
of Seal Beach, as well as the surrounding areas of Long
Beach.
DIR#: 1000031219
Key Team Members:
Dean Owens | Senior Project Manager
Matt Maldonado | Senior Project Manager
Elizabeth Michel | Project Manager
Relevant Experience:
• 2018-2019 Pier Repairs, City of Seal Beach
• 2040 General Plan, City of Long Beach
• On-Call Marketing and Public Relations, Orange County
Public Works
• Guidance Documents Integration, Port of Long Beach
• East San Gabriel Valley Active Transportation Plan, Los
Angeles County Department of Public Works
Chambers
Group
Environmental
As a comprehensive environmental consulting firm with
nearly 40 years of experience, Chambers Group, Inc., is
a SBE, WBE, and MBE firm offering a full complement
of dedicated staff members who have successfully
executed hundreds of environmental reports and studies
in full compliance with California Environmental Quality
Act (CEQA) and California Coastal Act, the National
Environmental Policy Act (NEPA) and Coastal Zone
Management Act, in addition to the full range of technical
studies and applicable environmental compliance
permitting. Chambers has direct experience providing
environmental services to the City of Seal Beach, as well
as being on on-calls for the Cities of Huntington Beach
and Newport Beach and other coastal communities.
DIR#: 1000028342
Key Team Members:
Corinne Lytle-Bonine, PMP | Director of Environmental Planning
Mike McEntee | Principal Biologist
Noel Dacis, PhD | Marine Biology QA/QC
Relevant Experience:
• Seal Beach Mitigation Implementation Monitoring
Services for the Sunset/Huntington Harbour
Maintenance Dredging, County of Orange
• Huntington Beach Wetlands Restoration, Huntington
Beach
• Newport Boulevard Widening Project, City of Newport
Beach
• San Clemente Shore Protection, San Clemente
• Dana Point Lower San Juan Creek and Seasonal
Coastal Lagoon Baseline Environmental Studies,
Municipal Water District of Orange County
GHD | 8
Calvada
Surveying
Surveying and Mapping
Calvada Surveying, Inc. is a DBE and MBE land surveying
business established in 1989. Calvada has performed
numerous land surveys within the Orange County region;
working on many transportation projects since inception.
Their integration of Civil3D has made it a seamless
transition of digital data providing savings of time and
budget. Calvada uses the state of the art surveying
equipment such as Leica GPS, Leica TotalStations and
Leica HDS units and has a unique field to office process
to complete all survey projects. Calvada’s experienced
staff includes professional land surveyors, qualified field
and office personnel, in house support staff, mapping
technicians, and project managers. Calvada has provided
surveying services to coastal communities such as the
cities of Long Beach, Manhattan Beach, and Costa Mesa.
DIR#: 1000007149
Key Team Members:
Armando Dupont, PLS | Principal Land Surveyor
Matt Bartz, PLS | Land Surveyor Project Manager
Relevant Experience:
• Topographic Survey of Public Right of Way, City of San
Juan Capistrano
• Merrimac Way Bicycle Facility, City of Costa Mesa
• Topographic Survey of a Portion of the Long Beach
Airport, Long Beach
• I-405 Improvements Project, OCTA
• Manhattan Beach Street Improvements, City of Manhattan
Beach
Underground
Solutions
Utility Coordination
Underground Solutions, Inc. (USI) has serving clients
with locating and vacuum excavation utility potholing
services since 2003. These services may include: USA
Digalert mark-out, certified electromagnetic and GPR
locating personnel for private professional utility mark
outs, obtaining approved traffic control plans, obtaining
necessary encroachment/traffic control permits, vacuum
excavation of the target utilities, full depth and size
measurements, complete photo essay of each pothole
location, back-fill, compaction, and site patching as
required. Most importantly, USI prepares a “Subsurface
Utility Report“ with their proprietary software that includes
all the data necessary for design engineers to locate
horizontally and vertically any potential conflict when
designing a new pipeline, road widening, or other major
project. USI has provided potholing services to coastal
and local communities such as the cities of San Diego,
Carlsbad, and San Juan Capistrano.
DIR#: 100007851
Key Team Members:
Michael E. Arme | Principal Field Operations
Thomas Mueller | VP Field Operations
Relevant Experience:
• Master Agreement For Underground Utility Location &
Potholing Services 2015-2018, City of Carlsbad
• San Diego Mid Coast Trolley, SANDAG
• Ortega Highway, City of San Juan Capistrano
References
GHD | City of Seal Beach On-Call Professional Engineering Services | 9
Relevant Experience
The GHD Team offers technical capabilities relevant to this
On-Call and include, but are not limited to the following:
Surveying, Mapping, and Right-of-Way Engineering
Our subconsultant, Calvada, will
perform the necessary research
and surveying to establish
the existing street alignments,
centerline control, benchmark
elevations, existing right-of-
way limits & property lines
and identification of existing
planimetric features. We will also
perform preliminary property
boundary assessments, determination of status of existing
ROW and its grid positioning, and associated land net
mapping.
Geotechnical Engineering
The field exploration
for the preliminary
geotechnical report
will consist of
borings which will
be placed within
the proposed site
boundaries at
predetermined depths and located based on landmarks
or stakes. Laboratory testing will be conducted, normally
including chemical analysis for corrosivity; seismic
and geologic hazard screening; liquefaction potential
evaluation; and report preparation. Prior to performing the
soil borings we will coordinate with Underground Service
Alert to identify underground utilities within the project
area.
Roadway Rehabilitation/Reconfiguration
GHD’s Roadway Design Team has extensive roadway
engineering experience, completing hundreds of street
and roadway improvement projects throughout southern
California, including projects with specialty designs such as
chicane enhanced traffic calming, non-typical roundabout
design, astatically enhanced medians planters and
sidewalks, and permeable pavement designs to name a
few.
GHD will follow the City’s Design Manuals and Standard
Plans, and California Manual on Uniform Traffic Control
Devices (CA MUTCD) for development of project specific
road and street design criteria and design guidance. We
will ensure the roadway sections reflect appropriate widths
for roadway design elements to minimize or eliminate right
of way impacts and optimize the corridor’s functionality
for all users. GHD will use the following relevant manuals,
specifications and standards plans:
GHD | 10
9 Seal Beach Standard Plans and Details
9 Caltrans Highway Design Manual
9 California Manual on Uniform Traffic Control
Devices (CA MUTCD)
9 American Association of State Highway and
Transportation Officials (AASHTO) Policy on
Geometric Design of Highways and Streets
9 Orange County Hydrology & Sedimentation
Manuals
9 Standard Specifications for Public Works
Construction (Green Book) – Latest Edition
9 American Public Works Association – Standard
Plans for Public Works Construction
Complete and Green Streets
GHD has worked on many complete street projects and is
currently executing Merrimac Way Complete Street in
Costa Mesa, Kelly and Park Drive Complete Street Project
in the City of Carlsbad, La Quinta Complete Street for the
City of La Quinta and just completed E. Broadway
Complete Street Project for the City of Long Beach. Our
hands on experience in planning and design of Complete
Streets is unmatchable and will greatly benefit the City on
this On-Call contract.
Roundabouts and Traffic Calming
GHD’s roundabout planning and design team has been
designing safe and efficient roundabouts in demanding
locations since 1990. With over 100 years of combined
experience, our team has worked on over a hundred
roundabout projects in California. Our specialized skill
and experience allow us to offer a comprehensive list
of services essential to the development of an effective
roundabout program.
Appropriate traffic calming measures can be implemented
to increase safety. Vertical deflections (speed hump, speed
table and raised intersection), horizontal shifts (traffic
circle, chicane), roadway narrowing (choker, central island
narrowing) are intended to reduce speed and enhance the
street environment for non-motorists. Closures (diagonal
diverters, half closures, full closures, and median barriers)
are intended to reduce cut-through traffic by obstructing
traffic movements in one or more directions. GHD
understands and has the design experience to implement
many of the above measures to meet project objectives.
Active Transportation and ADA Compliance
GHD has completed many parkway, multi-use recreational
trails for bike, equestrian, and hiking including all
associated support services such as survey, geotechnical,
environmental and landscape design. We have supported
agencies during the planning and preliminary design stage
through final engineering and construction support
services.
Our team has experience working closely with office of
ADA Compliance and Accessibility to ensure our design is
complaint with the latest ADA codes and guidelines. All of
our street projects are designed with accessibility in mind
and to meet ADA requirements. This includes a detailed
knowledge of the 2010 ADA Standards for Accessible
Design, Proposed Guidelines for Pedestrian Facilities in
the Public Right-of-Way, and the City Access Memos,
Policies, and Standards.
Innovative Pavement Design
GHD’s pavement rehabilitation strategies will explore
innovative pavement solutions and pavement technology
to increase the strength to depth ratio of conventional
asphalt concrete pavement in order to tie into existing
gutters and curbs with a grind and overlay. In-Place
Deflection Testing can be used as an evaluation technique
for existing pavement to provide extensive information for
potential rehabilitation
and salvaging of the
existing pavement
areas. Empirical and
other available data is
used to define the
residual pavement
structural capacity and
GHD | City of Seal Beach On-Call Professional Engineering Services | 11
take pavement core sampling to define present street
conditions, layer thicknesses and where detectable, prior
resurfacing history. The data, combined with laboratory
soil tests and projections of future traffic use, will be used
to develop appropriate rehabilitation strategies. A Final
Pavement Structural Investigation Report will document
findings of the pavement assessment, rehabilitation
alternatives and recommendations.
Traffic Engineering
GHD can prepare traffic signal interconnect and
communication plans. Whether communication is handled
by fiber optic cable, twisted pair copper cable, or wireless,
GHD will ensure that all of the City’s standards and
requirements are met and the proposed systems are
compatible with the City’s existing communication
infrastructure and Traffic Management Center. Utility
research will be conducted in order to avoid any
underground conflicts with communication conduits, pull
boxes, vaults, or any other equipment required.
GHD has experience ensuring adequate traffic control
using basic principles and standards to warn, control,
protect, and expedite vehicular and pedestrian traffic.
Under the On-Call, GHD is able to provide traffic control
in the form of traffic control plans prepared during the
design services phase, specification requirements for
the contractor to develop traffic control plans during the
construction phase, or traffic control management during
the construction phase. All specific traffic control plans
will be prepared in accordance with the CA MUTCD
and coordinated with and approved by the City of Seal
Beach Traffic Department. GHD will follow the Work Area
Traffic Control Handbook (WATCH) for traffic control
management during construction.
Traffic Analysis and Planning
GHD has experience preparing all types of traffic studies,
including all of the types listed. For Traffic Impact Analysis
(TIA), GHD can prepare near-term build-up models using
the four-step process of trip generation, trip distribution,
modal choice, and trip assignment, or utilize regional or
local travel demand models for long-term analysis. Level
of Service calculations can be provided using Highway
Capacity Manual methodology or any other standard
methodology available. Alignment studies can be prepared
using the design guidelines in the Caltrans Highway
Design Manual, the American Association of State
Highway and Transportation Officials (AASHTO) Policy on
Geometric Design of Highways and Streets, or local
guidelines.
GHD can also prepare
parking studies using
actual parking use counts,
Institute of Transportation
Engineer (ITE) Parking
Generation data, and
Urban Land Institute (ULI)
Shared Parking data.
GHD has experience
preparing sight distance
analysis using basic
sight triangles based on
stopping sight distance
and also advanced three
dimensional analysis
using AutoCAD Civil 3D.
Traffic Circulation and Before and After Studies
GHD is experienced in analyzing circulation systems based
on conditional changes to the network. Using standard
traffic engineering practices, GHD can determine before
and after traffic volumes based on specific conditional
changes. The circulation network can be analyzed and
presented in a variety
of ways, including
deterministic models
such as the Highway
Capacity Manual
methodologies or
microsimulation models
such as VISSIM,
SimTraffic, or TSIS-
CORSIM.
Landscape Design and Architecture
Landscaping improvements, bio-swale and parkway
buffer designs are important to the success of the
each street and stormwater improvement project and
the community’s acceptance of them. GHD’s licensed
landscape architects will identify designs that employ a
sustainable and creative solution for the City. All proposed
median and buffer landscaping will consist of an approved
native and drought-tolerant plant palette consistent
with the area and with suitable tree species from the
approved tree list. The preliminary plant palette as well
as any irrigation adjustments necessary will be designed
in conjunction with the City’s Community Services/
Recreation Department.
GHD | 12
Visualization and Rendering Support
GHD can
provide visualization
and rendering
support, including
2D/3D images or
interactive graphics,
physical 3D models
(via 3D printer),
fly-thru & walk-
thru animations,
augmented reality, and camera tracking with UAV footage.
Utilizing the data gathered and a computerized 3D model
of the project, the GHD Team can quickly and efficiently
provide conceptual visualization for the project team or for
stakeholder outreach.
Stormwater Management and Water Quality
GHD provides a full
range of planning,
analysis, review, and
design services for a
variety of storm water/
drainage projects and
water quality/compliance
projects, including
Caltrans and Orange
County Flood Control
standard hydrologic and
hydraulic analyses; low
impact development
(LID) analysis and design;
WQMP, SWPPP, and
WPCP development; scour analysis and energy dissipation
design; stream restoration; flood control design; storm
drain collection analysis; hydromodification management
evaluations; and watershed planning.
GHD is well-versed with the various aspects of the National
Pollutant Discharge Elimination System (NPDES) permit
program. The latest permits require significant effort to
control both the quantity and quality of stormwater runoff
and GHD has spent considerable time assisting clients
in navigating this compliance landscape. Our extensive
knowledge of design requirements throughout the various
southern California regions will help us develop integrated
solutions that meet NPDES and MS4 permit requirements.
GHD has the technical expertise to convert the City’s
paved areas from gray to green in order to more closely
mimic pre-development condition hydrology. The benefits
of this conversion include cleaner rivers, creeks, lakes
and beaches, recharged groundwater supplies, increased
vegetation and sustainability and beautification of
neighborhoods.
• Green Street and water quality improvements
• Green Street storm water management;
• MS4 compliance and water quality enhancements
• Storm drain design
• Stormwater management and hazard mitigation
Sewer
GHD’s local experience
in sewer improvement
projects exceed
more than 100 miles
of collection system
pipelines throughout
southern California. This
experience also includes
special system facilities
including inverted siphons, air-jumpers, force mains, and
diversion structures. We develop innovative solutions for
our clients to address internal structural failures.
GHD has provided engineering services on more than
25 lift stations and their force mains. Based on our
client’s preferences, we have incorporated above and
below grade discharge assemblies and a variety of odor
control approaches such as chemical addition, chemical
scrubbing, media filters, and bio-filtration.
Water and Recycled Water
GHD’s team members
have prepared plans
that illustrate more
than 250 miles of
6-inch to 120-inch
water and recycled
water pipelines,
several of which cross
under major highways
(Caltrans crossings)
and involved multiple methods of trenchless construction.
Our engineers have a wealth of linear improvement
experience such as the design of new distribution systems
to support expanding communities and the replacement
or rehabilitation of existing systems in dense urban areas.
Our team has worked with various public agencies to
provide plans, technical specifications, and engineering
cost estimates on projects in the past.
Utility Coordination and Design
The GHD Team is well versed in identifying, avoiding, and,
if necessary, resolving utility conflicts. Utility investigations
at the start of the project will enable the design team
to consider any potential utility conflict along with other
design considerations from the inception of the design
development. GHD will collaborate with the City’s
project team for project background and available utility
resources, including electronic records, GIS system, hard-
GHD | City of Seal Beach On-Call Professional Engineering Services | 13
copy records and others. GHD will also gather available
records and other data from a variety of sources including,
but not limited to:
9 Improvement As-Built plans and engineering reports
9 Utilities As-Built Plans and Maps: GHD will investigate the
utility owners that are impacted by the project, contact
them and request information
9 Utilities prior rights and agreements
GHD will determine locations required for potholing and will
engage our sub consultant, USI, to conduct potholing and
precisely locate existing underground utilities interfering
with construction
Environmental Compliance
Environmental requirements are a key component to
virtually every project. Our subconsultant, Chambers, has
extensive experience in environmental compliance and
permitting process. This experience is also instrumental in
developing implementable mitigation measures when
needed. Chambers also has experience in conducting
biological monitoring, when required, and also has
experience in the development of specifications detailing
project specific
requirements for
revegetation activities.
GHD will support the
City in obtaining CEQA
and NEPA clearances
for any project and
that include filing for
exemption, exclusion,
MND or full EIR.
Marine and Coastal
The GHD team has a very diverse background in waterfront
public access projects ranging from the inspection and
design of marine bulkheads and seawalls to waterfront
promenade, access trail, and bikeway projects. The GHD
team has a strong understanding of marine structures, the
corrosive saltwater environment, the California Building
Code, and State and local regulations.
Waterfront Rehabilitation Experience: GHD has a wide
range of relevant waterfront project experience including
the design of bulkheads, seawalls, marine structures
and shore protection, roadways, storm drain systems,
utilities, and other shoreline improvements. Several of
our waterfront projects have included mixed use trails,
plazas, promenades, access stairways, and structures
along the shoreline designed to withstand the rigors of
the marine environment. Other requirements of recent
projects include technical memorandums and reports to
substantiate the basis of design, lifecycle and alternatives
analyses, repair and restoration alternatives, and graphics/
exhibits for public, jurisdictional, and community outreach.
Promenade and Public Access Experience: The GHD
team is experienced with waterfront plazas, promenades
and bulkheads, often integral to a public access project.
Our team is familiar with local and State codes and ADA
standards as they relate to the marine environment and
projects along the coast.
Marine Structure Inspection Experience: GHD has a
wealth of knowledge in the inspection, analysis, and
assessment of marine structures around the waterfront
including bridges, docks, piers, decks, wharves, pilings,
and bulkheads both above and below water. Our
experience with the inspection and rehabilitation of
reinforced concrete structures subject to the effects of the
corrosive marine environment allows us the ability to
foresee problems, perform an insightful value engineering
analysis, and offer up proven solutions with repair and
construction techniques unique to a project along the
shoreline.
Structural Improvements
We have the ability and experience to plan and design
different structures and bridge types in different settings.
Past projects included retaining walls for different
applications, facilities assessment, renovation and
construction, coastal, ports and marine structures,
pedestrian and vehicular bridge assessment, renovation
and construction, storm drain structures and many other
applications.
Public Relations and Outreach Approach
GHD has engaged specialist sub consultant, MBI, to
provide Public Relations and Outreach as part of the
on-call team. MBI has significant experience conducting
community and public outreach campaigns, particularly in
the City of Seal Beach and other coastal communities.
At the direction of City staff, MBI will assist the Public
Affairs Office (PAO) with public relations and outreach
activities, including scoping meetings, public hearings,
documentation, stakeholder databases, hotline monitoring
and mitigation monitoring.
GHD | 14
MBI has developed effective outreach tactics, including
social media, translated collateral, grassroots door-to-
door outreach with local stakeholders, and participating in
community events to encompass communities large and
small, contentious and exuberant, multicultural and
multilingual. MBI will assist City staff in showing residents,
community groups and additional stakeholders that the
agency is dedicated to community investments and
building partnerships with community leaders and civic
groups. Since it is critical to ensure a comprehensive
stakeholder database is compiled prior to any outreach,
MBI will work with the City to ensure the database is
inclusive of key stakeholders, such as elected officials,
agencies, chambers of commerce, community
organizations, and residents. When required, MBI can
also implement a boots-on-the-ground effort including
door-to-door canvassing, engaging with local, impacted
businesses and business owners by meeting with them
face-to-face, and surveying stakeholders in the project
area.
MBI will use media intelligence software to track the
results of media campaigns and generate weekly
reports. MBI has experienced bilingual writers on staff
with previous experience in journalism, editorial, copy
editing, proofreading, technical writing and corporate
communication. They can handle any tasks that require
the preparation of literature for public dissemination and
release.
Intra/Interagency Coordination and Permitting
GHD is familiar with the regulations and processes of
local, State, and Federal regulatory agencies associated
with delivering these types of projects. When agencies,
such as Caltrans or Orange County Department of Public
Works, have some jurisdiction over a project, we will
coordinate and facilitate meetings and correspondence
to ensure design or planning requirements are addressed
and all processes and regulations are met. We will also
coordinate with key stakeholders, such as community or
bicycle groups, to procure input on design decisions and
submittals. Coordination with utilities agencies will follow
County guidelines.
GHD will obtain the required approvals and permits
consistent with the timelines in the project schedule. GHD
will also coordinate permitting and approvals from other
agencies that may have jurisdiction over a project, such
as:
9 California Department of Transportation
9 California Coastal Commission
9 Orange County Public Works
9 U.S. Army Corps of Engineers
9 California Department of Fish and Game
9 California Department of Parks and Recreation
9 Regional Water Quality Control Board
9 South Coast Air Quality Management District
Grant Preparation
Obtaining funding for planning studies and capital projects
comes from thoughtfully designing and visioning the
project to address the criteria of available grants. If a
project has been planned, designed or engineered to offer
multiple benefits and sustainable solutions for the
requesting agency and the affected community, it is more
likely to receive funding. The GHD team tracks grant
cycles and assists public agencies, non-profit groups and
community-based organizations in identifying grants and
preparing applications to obtain grant-based funding. Our
Team has extensive experience securing grant and loan
funding and administering
projects in compliance
with grant and loan
requirements for HSIP,
SSAR and ATP grants
to name a few. We are
also familiar with
preparing audit
documentation.
GHD | City of Seal Beach On-Call Professional Engineering Services | 15
A snapshot of our recent relevant project experience is shown in the Project Matrix below. The project descriptions and
references on the following pages represent our relevant, recent experience in providing civil engineering projects. This
experience will provide the City with a comprehensive and thorough evaluation based on our established process and lessons
learned over time.
Project Name, Client
Street/Roadway DesignActive Transportation / NACTOGreen InfrastructureADA Compliance Pavement DesignStormwater/Water QualityWater/SewerLandscape DesignTraffic and Street LightPermitting/Agency CoordinationUtility CoordinationSurvey/Right of WayPublic OutreachEast Broadway Complete Street Project, City of Long
Beach
Orizaba Avenue Beach Access Stairway Renovation
Bluff Park, City of Long Beach
Carlsbad Boulevard Beach Access Repairs, City of
Carlsbad
Hermosa Beach, Manhattan and Highland Ave, City
of Hermosa Beach
Callado Road Greet Street, City of San Diego
On-Call Stormwater Review, City of Oceanside
Harbor Boulevard, West Street and Wakefield
Avenue, Group 6 – Model 13, City of Anaheim
La Quinta Complete Streets and Road Diet, City of La
Quinta
Kelly and Park Drive Road Diet and Roundabouts,
City of Carlsbad
Merrimac Way Bicycle Facility, City of Costa Mesa
Nohl Ranch Open Space Trail, City of Anaheim
Cycle 6 and Cycle 7 Pedestrian and Bicycle Facility
Enhancements, City of Moreno Valley
Well #1 Replacement, City of Huntington Beach
Alley Sanitary Sewer Improvements 2017, City of
Anaheim
Lambert Road Bikeway Project, County of Orange
Orange Avenue Streets Improvements, City of Long
Beach
Artesia Boulevard Street Improvements, City of Long
Beach
Oso and Antonio Intersection Widening, Orange
County Public Works
Ball and Sunkist Intersection Improvements, City of
Anaheim
University Drive Street Improvements and Pocket
Park Project, Orange County Public Works
University Ave Street Calming Project, City of San
Diego
Culver Drive and Walnut Avenue Intersection
Improvement, City of Irvine
GHD | 16
East Broadway Complete Street Project
Long Beach, CA
GHD was selected to redevelop a 2 mile segment of East Broadway in the city of Long Beach,
CA, to create a multi-modal street that will improve overall mobility and the quality of life for
residents in the area. The segment starts just east of downtown at Alamitos Avenue and
goes east through Alamitos Beach to Bluff Park, ending at Redondo Avenue. In the before
project conditions, East Broadway is a 4-lane undivided roadway without any left-turn lanes
between Alamitos Avenue and Molino Avenue and a 2-lane roadway with two-way left turn
lane between Molino Avenue and Redondo Avenue. The project converts the segment to a
2-lane roadway with left-turn lanes at each signalized intersection, cycle tracks (on-street
bicycle lanes separated from through traffic by parallel parking and a buffered area), and side
boarding island transit stops (in-street raised refuge islands dedicated to waiting and boarding
areas for transit passengers enabling in-lane transit stops and improved accessibility and
removing transit vehicle/bicycle conflict). This redesign creates a “complete street” that will
be safe and accessible. The project also addresses non-compliant ADA facilities and a steep
roadway cross-slope due to abandoned/buried railroad tracks and existing development
throughout the segment.
Some of the challenges that the team
overcame on this project included:
transit facilities location; public outreach;
steep driveways; pavement design;
coordination with multiple agencies;
improve roadway profile; and ADA
compliance. GHD is providing a project
approach and accelerated schedule that
will help to meet the city’s goals.
Client
City of Long Beach
Reference
Onofre Ramirez, PE
Sr. Civil Engineer
(562) 570-6183
onofre.ramirez@longbeach.
gov
Date
2017 - Ongoing
Fee
$406,000
Key team involvement
Sarmad F., Myung C.,
Lindsey V., Simon D.
Project elements Complete Street
ADA Compliance
Innovative Pavement
Design
Public Outreach
Transit Coordination
Drainage
Value Engineering
Merrimac Way Bicycle Facility
Costa Mesa, CA
The City of Costa Mesa has retained GHD to develop design documents for the Merrimac Way
Bicycle Facility Improvement Project. Merrimac Way is a 4-lane Primary Arterial running east-
west running eastwest with Average Daily Traffic volumes of approximately 10,000 vehicles
per day. The total roadway length for the bicycle facility improvements is approximately 3,600
feet. The project includes the following:
• Road diet to accommodate an off-street Multi-
Purpose trail and on street Class IV separated
bicycle facilities (incl. alternatives analysis)
• Connection with existing trails and bike facilities at
Harbor Boulevard and Fairview Road
• Rehabilitation of the Merrimac Way pavement
• Realignment of the median and amendment
to the road cross section where necessary to
accommodate the active transportation improvements
• Missing sidewalk improvements on the southern side of Merrimac Way
• Landscaping and irrigation improvements for the parkway buffer and median and replace
existing eucalyptus trees at the eastern end of Merrimac Way
• Close coordination with the adjacent Orange Coast College
• Construction technical support and close out following design completion.
Client
City of Costa Mesa
Reference
Shirjeel Muhammad,
PE, Senior Engineer
(714) 754-5298
shirjeel.muhammad@
costamesaca.gov
Date
2018 - Ongoing
Fee
$195,000
Key team involvement
Sarmad F., Larry T., Myung
C., Lindsey V., Simon D.
Project elements Complete Street
Drainage/WQMP
Public Outreach
Traffic Signals
GHD | City of Seal Beach On-Call Professional Engineering Services | 17
Ball and Sunkist Intersection Improvements
Anaheim, CA
GHD provided design for the widening of the intersection at Ball Road and Sunkist Street
to accommodate an additional westbound through-lane and dual southbound left turn
lanes. The project required widening all four legs of the intersection by relocating the curbs,
narrowing the parkway width, and in some locations acquiring additional right-of-way, as well
as complete replacement of the existing traffic signal. The intersection widening improvements
were designed to reduce vehicular traffic congestion, improve regional circulation, and comply
with the City’s General Plan Circulation Element for 6-lane and 4-lane arterials. The project
was designed to accommodate the needs of bicycles, pedestrians, and transit users.
GHD conducted numerous utility relocations (water service, electrical, communication) and
relocated and added new street lights. Along Sunkist Street, the sidewalk is separated from
the curb by a planter with proposed
new landscaping. Driveway aprons and
curb ramps were upgraded throughout
the project site to meet the current
ADA standards, improving pedestrian
accessibility and safety. The existing bus
stops at the intersection were upgraded
with adequate lighting areas and space
for additional bus stop amenities. The
project also included a Water Quality
Management Plan to mitigate any
impacts to stormwater quality.
Client
City of Anaheim
Reference
Quang Le, PE
Principal Engineer
(714) 765-4526
QLe@anaheim.net
Date
2015 - 2018
Fee
$480,000
Key team involvement
Sarmad F., Myung C.,
Lindsey V.
Project elements Intersection Improvements
Traffic Signal Design
Caltrans Coordination
Stormwater Design
Traffic Control for Busy Intersection
Orizaba Avenue Beach Access Stairway
Renovation Bluff Park
Long Beach, CA
GHD is providing professional design
and consulting services to the City
of Long Beach for the beach access
stairway and railing improvements at
Orizaba Avenue. We are building on
our similar past efforts with the City’s
successful 11th Street beach access
stairway improvements and our overall
condition assessment of all the stairs
along the beach frontage of Bluff Park
along Ocean Avenue. A geotechnical
investigation, including subsurface
borings, was performed onsite immediately around the stairway as well as a topographic
survey to pick up key features of the existing stairway for demolition and renovation.
GHD then produced a set stairway renovation drawings for the City that included a
staircase and railing demolition plan, plan and profile of the stairway, structural details
and sections, and landscape planting and irrigation drawings. An engineer’s estimate of
probable construction cost was submitted to the City. Elements of the project such as
the new stairway concrete, reinforcing steel cover and stainless steel railing are specified
for suitability with the marine environment.
Client
City of Long Beach
Reference
Brian Polivka, Capital
Projects Coordinator
(562) 570-5578
Brian.Polivka@longbeach.
gov
Date
2017 - Ongoing
Fee
$64,175
Key team involvement
Sarmad F., Bob S., Victor
T., Scott R.
Project elements Marine/Coastal Engineering
Strucutral
Beach Access
PS&E
GHD | 18
Well #1 Replacement
Huntington Beach, CA
The project included the demolition of an existing well that was decommissioned due to low
yield and its replacement with a new well facility. The new well delivers 1,500 gallons per minute
and is enclosed in a new CMU building designed to blend into and match the architecture
of the adjacent single-family residential homes. The new building included separate rooms
to house chemical injection equipment and storage containers for liquid chlorine and
fluoride, electrical and instrumentation equipment, water sampling analyzers, natural gas/
liquid petroleum gas fueled emergency generator, security equipment, and the deep well
vertical turbine pump. The new 250 HP well pump is equipped with a VFD and the associated
discharge piping is approximately 305 LF of 12-inch PVC. Chlorine gas is used for disinfection
and is stored in 1-ton and 150-pound pressure vessels, with the removal controlled using a
vacuum-operated, gas feed chlorinator. Well No. 1 also has a fluoride system consisting
of a 100-gallon upright polyethylene
chemical storage day tank and metering
pump. The hydrofluosilicic acid is added
to the well discharge water pipeline using
a standard injection quill. To facilitate the
service and maintenance operations of
the pump equipment, a removable wall
system and removable skylight panel was
incorporated into the building design.
Client
City of Huntington Beach
Reference
Andy Ferrigno
Principal Civil Engineer
(714) 536-5291
AFerrigno@surfcity-hb.org
Date
2016 - Ongoing
Fee
$400,000
Key team involvement
Sarmad F., Myung C.,
Casey R.
Project elements Pumps
Well
Piping & Equipment
Residential Site
Carlsbad Boulevard Beach Access Repairs
Carlsbad, CA
GHD is providing engineering services for the City of Carlsbad to rehabilitating the existing
beach access structures on the coastal bluff approximately 3,200 feet along Carlsbad
Boulevard, from Pine Avenue to Tamarack Avenue. These structures include promenades
at both the top and bottom of the bluff, four (4) access stairways on the slope between the
promenades, and the seawalls and retaining walls protecting the bluff and these structures.
GHD will perform investigations of the structural elements of the promenade and develop
preliminary repair alternatives and associated costs for the City to review. From feedback
from the City, stakeholders, and the community, GHD will refine the various alternatives
for the project and conduct a value engineering effort to quantify the costs and benefits
of the beach access repair and improvement options to carry forward in the development
of the preferred repair alternatives for the various project elements. GHD’s scope of work
also includes facilitating the development of the Coastal Development Permit (CDP) and
other environmental permits that may be
required for the project. Construction
documents will be developed for the
repairs, and GHD will assist the City during
the bid and construction portions of the
project. Thousands of pedestrians, cyclist
and beach goers enjoy this section of
Carlsbad’s oceanfront, and phasing of the
repairs will be essential to the success of
the project with the beach required to be
accessible for the duration of the project.
Client
City of Carlsbad
Reference
Emad Elias
Assistant Engineer
(909) 618-6461
Emad.Elias@carlsbadca.
gov
Date
2018 - Ongoing
Fee
$500,000
Key team involvement
Sarmad F., Bob S., Victor
T., Gillian M.
Project elements Marine/Coastal Engineering
Permitting
Value Engineering
Structural
GHD | City of Los Angeles On-Call Civil Engineering Services Consultants List | 19
Callado Road Green Street BMP Project
San Diego, CA
GHD was hired by the City of San Diego
to work on a pilot green street BMP
(Low Impact Development) project
for an existing street in the Rancho
Bernardo Community. The scope of
work consisted of feasibility study
including site analysis, geotechnical
investigation, drainage and hydrology
report, alternative analysis, alternative
design report and 30% project plans.
This would be accomplished by GHD
performing a feasibility study of the project area and providing a list of alternative designs for
the City to choose from. GHD worked on different alternatives taking into account the existing
street condition, the existing landscaping design, the existing utilities and the community’s
desires and concerns. Some challenges of this project are:
• An existing street – Limited options for change
• BMP and LID was not previously planned
• Only one storm drain catch basin to tie into
• Unique neighborhood landscaping
This project is a pilot program and the City was pleased with GHD’s performance, so
the contract was extended to complete the construction plans for thorough analysis and
recommendations to the project.
Client
City of San Diego
Reference
Sheila Bose
Principal Engineer
(619) 533-4698
SBose@sandiego.gov
Date
2014 - 2017
Fee
$392,000
Key team involvement
Sarmad F., Larry T.
Project elements Green Street
Pilot Project
Stormwater Design
Utility Coordination
Public Outreach
Landscape Design
La Palma Avenue and Richfield Storm Drain
Improvement Project
Anaheim, CA
The City of Anaheim retained the services of GHD for the design of an extension to the La
Palma Avenue storm drain system. GHD assisted the City two years earlier in a preliminary
feasibility study and subsequent grant application for Proposition 1 funding. During the final
design improvements, GHD was tasked with the production of a Preliminary Design Report
(PDR) which established three (3) alternative designs.
The objective of the project was to collect, convey, and divert 67 acre-feet of storm water
runoff volume on an annual basis to an existing ground water recharge basin. A secondary
objective of the project was to alleviate excess flooding at the intersection of La Palma Avenue
and Richfield Road. GHD is currently
finalizing the PDR for this project, which
includes hydrology and hydraulic models
of the preferred alternative, preliminary
cost estimates, and preliminary layout
exhibits. As part of the grant funding
requirements, GHD has maintained a
strict schedule in order for the City to
secure the funding from the State.
Client
City of Anaheim
Reference
Tiberius Rosu
Sr. Civil Engineer
(714) 765-4113
TRosu@anaheim.net
Date
2017 - Ongoing
Fee
$363,000
Key team involvement
Sarmad F., Larry T.
Project elements Enhanced Water Quality
Stormwater Design
Street Intersection Flood
Mitigation
Grant Funding
GHD | 20
Harbor Boulevard, West Street and Wakefield
Avenue, Group 6 – Model 13
Anaheim, CA
The Group 6 Model 13 Project provided a regional solution to the deficiencies identified in
the City of Anaheim’s Sewer Master Plan along a 2,400 linear feet reach in Orangewood
Avenue. GHD identified an alternative alignment that diverted flows from Orangewood
Avenue through the construction of new and replacement sewers and flow diversions
within Harbor Boulevard, West Street, and Wakefield Avenue. This alternative maximized
the capacity in the existing system also eliminated additional deficiencies in the Model
15 tributary area by diverting flows from large hotels and other resort area facilities
associated with he currently undeveloped land east of Harbor Boulevard associated with
the Anaheim Resort Area specific plan.
Elements of the project included flow
modeling in order to identify deficiencies in the
existing conveyance system and to properly
size diversion sewers and preparation of a
preliminary design report that summarizes
the results of the flow modeling analysis.
The project also includes preparation of
construction plans and project specifications
as well as an opinion of probable construction
costs, bid support services and construction
engineering support.
Client
City of Anaheim
Reference
Khanh Chu, PE
Principal Civil Engineer
City of Anaheim
(714) 765-5259
kchu@anaheim.net
Date
2012 - 2017
Fee
$376,000
Key team involvement
Sarmad F., Casey R.
Project elements 21" and 24" diameter VCP
sewers
CCTV condition
assessment
Detailed Hydraulic Model
PS&E
On-Call Stormwater Review
Oceanside, CA
GHD currently serves as Oceanside’s expert reviewer for submitted SWQMPs. GHD
verifies that the proposed development is characterized correctly and all aspects
associated with the SWQMP are compliant. Comments and recommendations are
provided for each SWQMP for the developers and/or the Planning Division Project
Managers providing written standards of condition. Currently, GHD has reviewed over
120 SWQMPs for Oceanside. Additionally, GHD also provides weekly staff support,
attends developer conference meetings on Oceanside’s behalf, and coordinates with
staff within the Planning Division, Engineering Division, and the Water Department.
SWQMPs submitted to the City are required by law to be returned within 30 days of
submittal with comments or approval. GHD strove to maintain all submittal deadlines and
our ongoing commitment to scheduling and feedback resulted in a contact extension.
Client
City of Oceanside
Reference
Marty Eslambolchi
City Development Engineer
City of Anaheim
(760) 435-5083
meslambolchi@
ci.oceanside.ca.us
Date
2015 - 2018
Fee
$285,900
Key team involvement
Larry T., Nathan T.
Project elements Document/Plan Checking
Stormwater
Water Quality Management
GHD | City of Seal Beach On-Call Professional Engineering Services | 21
Santiago Canyon Road HSIP
Orange County, CA
GHD is developing design documents for a safety
improvement project on Santiago Canyon Road from
Live Oak Canyon Road to California State Route 241
as part of our On-Call contract with County of Orange.
Santiago Canyon Road is a two lane rural highway in
the unincorporated County areas of Santiago Canyon,
Silverado Canyon, and Modjeska Canyon and in the City of Lake Forest. The total roadway
length of the project is approximately 11 miles. The proposed project includes the following
improvements at various locations throughout the corridor:
• Installation of a High Friction Surface Treatment (HFST);
• Installation of curve warning signs with advisory speeds and flashing beacons;
• Installation of delineators at edge of roadway;
• Installation of object markers on utility poles;
• Replacement of existing guardrail and end treatments;
• Restriping bike lane to include buffer area; and
• Enhancement of roadside signage and delineation.
In addition to the improvements on Santiago Canyon Road, centerline and edgeline rumble
strips are proposed along portions of Silverado Canyon Road. Their purpose is to reduce
lane departure collisions for either centerline crossover or bike lane violations. Their design
should balance their effectiveness at reducing lane departures while considering noise and
“rideability” for all roadway users including motorcyclists and bicyclists. The design and exact
placement of these strips will be determined based on evaluation of collision data.
Client
Orange County Public
Works
Reference
Omeed Pour
Project Manager
(714) 667-4908
Omeed.Pour@ocpw.
ocgov.com
Date
2018 - Ongoing
Fee
$223,484
Key team involvement
Sarmad F., Myung C.,
Lindsey V.
Project elements Bike Lane Safety
Special Pavement Design
11 Miles of Safety
Improvements
Hermosa Beach, Manhattan and Highland Ave
Hermosa Beach, CA
The Manhattan and Highland Avenues
project is located in a beachfront
community. The project is within an area
of the City with limited right-of-way, limited
parking and moderately heavy pedestrian
usage. The proposed improvements
include an asphalt mill and overlay with
detour plans that redirect a portion of the
traffic during construction while maintaining
pedestrian paths of travel, cycling routes
and public transit. The main design feature was 26 curb ramp upgrades, half of which
required custom designs to meet current accessibility requirements due to narrow right-of-
way combined with zero set back from adjacent improvements or due to challenging slopes.
The very aggressive project schedule, due to an adjacent construction project, was met with
a combination combined submittals and advanced approval of select design elements. GHD
design approach emphasizes advanced design to minimize risk and minimal disruption to
users of all types during construction of the upgraded and rehabilitated facilities.
Professional consulting services being provided by the GHD team include: survey, pavement
condition assessment, preparation of plans, specifications, and estimate to include street
improvement plans, striping and signing plan and traffic control and detour plans; meeting
facilitation and utility coordination.
Client
City of Hermosa Beach
Reference
Fabio M. Macias, EIT
Assistant Engineer
(310) 318-0228
FMacias@hermosabch.org
Date
2017 - 2018
Fee
$39,000
Key team involvement
Sarmad F., Myung C.,
Simon D.
Project elements Innovative Pavement
ADA Compliant Ramps
Phased Traffic Control
Construction Staging
GHD | 22
Kelly and Park Drive Road Diet
Carlsbad, CA
Kelly and Park Drive is a 1.7 mile road
diet and multimodal project. Kelly Drive
is located between El Camino Real
and Park Drive and divided by Hillside
Drive. The characteristics of Kelly
Drive includes single family residential
to the north of Hillside Drive and Kelly
Elementary School to the south. City
staff worked with the school and
parents at Kelly Elementary School to
implement painted traffic circles at Park Drive and Hillside Drive as well as a pedestrian
crossing island with a marked crosswalk in front of the school to temporarily help with
speeding, school operations, and parking. This project proposes a road diet with
improvements to all modes of travel enhancing the complete streets components
already in place.
This project proposes to create a balanced multi-modal transportation network for all
users, requiring reconfiguration of both Kelly Drive and Park Drive to create a complete
street and provide trail linkage from El Camino Real to Agua Hedionda Lagoon in
coordination with the City Trails system.
Client
City of Carlsbad
Reference
Brandon Miles
Project Manager
(760) 672-2745
jacquek@centralbasin.org
Date
2017 - Ongoing
Fee
$563,000
Key team involvement
Sarmad F., Larry M.,
Myung C., Lindsey V.
Project elements Complete & Green Street
Multi-purpose Trail
Road Diet/Roundabouts
Public Outreach
LID and WQMP
University Drive Street Improvements and
Pocket Park Project
Orange County, CA
The project uniquely combines the
design of a small neighborhood park
with the treatment of stormwater runoff
via bio-retention, pedestrian safety and
accessibility improvements, and roadway
pavement reconstruction of the adjacent
street. GHD developed and presented
four (4) concept designs (eco-park, tot-
lot, dog park, and community garden)
for public consultation and is developing
PS&E’s and providing public outreach, bid, and construction support services on the project
which includes LID and BMPs into the park design, ADA path of travel and complete 4 way
crosswalk, and street improvements. Public education of the interrelatedness of the following
project elements was essential to the outreach process:
• Incorporation of Low Impact Development (LID) Best Management Practices (BMP’s) into
the park design to treat stormwater runoff from the street
• Relocation of an existing catch basin to provide ADA curb ramp and 4 way crosswalk
• Street improvements to reconstruct the existing asphalt pavement and regrade roadway
sections/curb returns to accommodate drainage improvements.
• Replacement of curb, gutter, curb ramps, sidewalk, etc. where required
Client
Orange County Public
Works
Reference
Edward Frondoso, PE, PMP
OC Infrastructure Manager
(714) 245-4596
edward.frondoso@ocpw.
ocgov.com
Date
2018 - Ongoing
Fee
$230,000
Key team involvement
Sarmad F., Larry T., Myung
C.
Project elements
Public Outreach
Street Improvements
Pavement Reconstruction
Stormwater Design
Water Quality LID BMP’s
GHD | City of Seal Beach On-Call Professional Engineering Services | 23
Los Cerritos Channel Regional Stormwater BMP
and Channel Modification
Signal Hill, CA
GHD and The Mike Bubalo Construction
Co., Inc. together led this design-build
project for the City of Signal Hill’s “Los
Cerritos Channel Sub-Basin 4 Storm
Water Capture Facility.” This project
included the permitting and construction
of a low flow diversion system within the
Los Cerritos Channel, and a diversion
size based on criteria outlined in the Los
Cerritos Channel Enhanced Watershed
management Plan (EWMP) and designed
as a Regional BMP System.
The project also included the design and construction of 25 acre-feet of storm water capture
storage via cast-in-place concrete chambers. This project additionally included the design
and construction of a new airport perimeter road and re-striping of the associated runway.
Lastly, the project included the construction of a permanent perimeter road for maintenance
access of the surrounding runway area. Signing and striping plans were based on FAA
guidelines. The subgrade of the road was designed with a loading of a Boeing 737.
GHD was responsible for the hydrology and hydraulics design, structural design, production
of construction documents, technical specifications, and permitting for this project. Agency
stakeholders included the cities of Signal Hill and Long Beach, Caltrans, the Long Beach
Airport, and the LA County Flood Control District.
Client
City of Signall Hill
Reference
Dave Sorem, PE
Mike Bubalo Construction
(626) 960-7787
dave@bubalo.com
Date
2016 - 2017
Fee
$660,000
Key team involvement
Sarmad F., Larry T., Myung
C.
Project elements Stormwater Design
FAA and Airport Permitting
Water Quality
Enhancement
Multi-agency Collaboration
Concrete Vault Structural Design
Plan Check Services
Buena Park, CA
GHD has provided complete plan check services for the City of Buena Park. The project
tasks included the review of any private development plans related to either commercial
or residential improvements– private or public. This includes site grading, utility, and water
quality plans, as well as mapping per the Subdivision Map Act. All tract and parcel maps were
therefore also reviewed by GHD. The public improvement plans and documents provided
by the City or by an outside consultant were also reviewed by GHD throughout the project
review process. This work included but was not limited to street improvement plans, sewer
& water plans, storm drain plans, traffic signal plans, traffic control plans, landscape and
irrigation plans, encroachment permit reviews, discretionary permits, hydrology/hydraulic
studies, calculations, and traffic studies. GHD has always been extremely responsive to the
City’s needs to provide quality plan review service to its customers. All task orders have been
performed on time and within budget.
Client
City of Buena Park
Reference
Jim Biery
City Engineer
(714) 562-3670
jbiery@
managementpartners.com
Date
1995 - Ongoing
Fee
>$3M
Key team involvement
Sarmad F.
Project elements
Document/Plan Checking
On-Call Task Orders
Multiple Simultaneous Projects
Understanding
and Approach
GHD | City of Seal Beach On-Call Professional Engineering Services | 24
Project Understanding
The City is looking for an experienced consultant to provide
civil engineering design services on an on-call as required
short notice basis for various public works improvement
projects. To successfully accomplish this, the GHD Team will
provide the following:
• Provide survey, potholing and geotechnical investigation
• Provide environmental clearance support including all
technical studies needed
• Prepare PDR and alternative studies (if needed)
• Prepare PS&E for various civil engineering projects
including street improvements and roadway rehabilitation
projects
• Provide traffic engineering services
• Prepare H&H and WQMP studies
• Water and sewer engineering
• Marine and coastal engineering
• Provide structural design calculations
• Support the City on funding applications
• Provide bidding and construction support
The GHD team is organized and managed to be dynamic,
responsive and adaptive to project changes and client
needs. GHD’s Project Approach is customized to account for
project-specific needs and requirements and utilizes proven
Project Management tools to deliver efficient, comprehensive,
and sustainable projects for our clients and ultimately for our
local communities.
We focus our designs on low
maintenance, cost-effective design
solutions that takes into account the
needs and challenges the City faces.
GHD | 25
Project Management
Approach
The GHD Team is dynamic, responsive and adaptive to project
changes and client needs. GHD’s Project Management
Approach is customized to account for the varying project-
specific needs and requirements associated with an On-Call
contract and is typically formed in close collaboration with
the client. GHD has the proven Project Management tools
to deliver efficient, comprehensive, and sustainable projects
for our clients and ultimately for our local communities. Our
management approach is summarized as follows:
Flexibility to Adjust to Various Staffing Requirements
As is the nature of an On-Call contract, it is likely that staffing
requirements will vary from task order to task order. The
GHD team’s experience on previous On-Call consultant
lists, sometimes delivering multiple task orders at once, has
enabled us to develop the capability to adjust to varying
staffing requirements as the City’s needs and policies vary
from one task order to the next. GHD has a deep and varied
pool of resources from which to draw from when meeting
the staffing requirements. The Long Beach and Irvine
offices are home to more than 70 professionals who
are able to reach out to more than 400 staff members
throughout California and 4000 staff members across
the US. Our Project Manager, Sarmad Farjo, PE, has over 27
years’ experience successfully delivering roadway projects
and understands how staffing requirements will vary from
project to project. This understanding will enable him to work
with our task managers to anticipate and adjust the project
team as necessary, managing GHD and sub consultant
resources to ensure flexibility and a smooth delivery of task
orders throughout the life of the contract. The below table
summarizes the staffing issues to address and how GHD will
respond to address them:
Issue to Address How GHD Will Respond
1 Define specific roles
and skillsets needed to
execute project tasks
Based on the tasks in the PMP and the work breakdown structure, refine initial descriptions
of roles and responsibilities
2 Determine the
timetable for the
needed staff
Calculate over the course of the project:
• The period of time, the team member or skill set is needed
• How many hours a person, department or project team will be needed each week/month
3 Determine if staff is
available
Determine if staff is available with the needed skillsets within the needed timeframe.
Determine if it is necessary to acquire staff from external, sub-contracted sources.
4 Secure the needed
staff
If staff is allocated to other activities, work with management to make staff available to the
project for the time needed.
5 Iteratively refine the
staffing plan As the project schedule is developed, adjustments may be required to the staffing plan.
Maintaining Key Team Members
GHD understands the importance of consistency through
retaining key members throughout the project. GHD is
committed to maintain key members such as the Project
Manager, Sarmad Farjo, and the QA/QC Manager, Bruce
Schmith. The Task Managers will provide backup and
support to the Project Manager when needed and will not be
replaced or changed without written approval from the client.
Continuous Collaboration/Communication
Maintaining regular collaboration and open communication
between the GHD Project and Task Manager and the City
will be a considerable benefit to the project and ultimately to
the City itself. The City will be kept informed of all aspects of
project issues and progress including the project schedule.
Throughout the duration of a project:
9 The GHD Project Manager will conduct project progress
meetings or WebEx (GoTo Meetings) calls with the
City, on a basis as deemed appropriate by the City, to
review the status of each task and discuss any issues
or concerns;
9 The GHD Project Manager will notify the City of any
potential project cost or schedule implications as soon
as they are identified;
9 GHD will be proactive in procuring input from key
stakeholders on design decisions and submittals; and
9 The GHD Project Manager will meet with the project
team on a regular basis to review work progress and
project milestones.
GHD | City of Seal Beach On-Call Professional Engineering Services | 26
No.Activity or Task Response Time
1 Telephone Calls 2 hours
2 E-Mails 1 business day
3 Letters 2 business days
4 Requests for Information 2 business days
Based upon feedback from our clients, our technical
expertise, responsiveness, and customer service has been a
key benefit of our services. To that end, our commitment to
the City includes the following proposed response times for
typical activities and tasks:
Managing Multiple Task Orders
In order to meet the design schedule and
budget of multiple task orders at once,
Sarmad will implement the following
planning and management tools to keep
the team working on the City’s task
orders:
• Schedule Management & Update Control
• Backlog and Staffing Analysis
• Weekly Team Meetings
• Monthly Report to the City’s PM
• Monthly Action Items Update
• Monthly Billing against each Task/Subtasks
GHD is well versed in completing multiple task orders
seamlessly without impacts or delays. Currently, GHD has,
and is, working seamlessly on multiple projects for various
agencies in southern California.
GHD firmly believes that communicating on a regular basis,
and having an engaged Project Manager is the key to
handling multiple task orders.
Project Control
Many projects are influenced by a complex system of variables
and as a result, aspects of the best-planned project approach
will require some type of adjustments before the project is
delivered. It is very important to not only develop a system
of project controls but also to have a Project Manager that
understands how all of the aspects of a project interact, and
who will maintain constant communication and coordination
with the City as well as with all of the technical leads. GHD’s
project controls plan is comprised of the following elements
to keep the project within schedule and budget:
Project Management Plan (PMP)
GHD will develop a detailed Project Management Plan
(PMP) for each project that is shared with all team members
including the City. This document provides a detailed plan for
the execution of the project. It shall also include the roles and
responsibilities of each team member and an independent
Quality Management Plan (QMP) for each task. The PMP
will also include the project Communication Plan intended
to ensure proper and efficient communication protocol within
the project team. As part of GHD’s standard for collaboration,
Sarmad Farjo, PE and in collaboration with the GHD assigned
task manager, will coordinate with the City during the PMP
development and prior to implementation. The PMP is a living
document and will be updated as required by the project
needs.
Schedule Control
The schedule prepared as part of the
PMP will integrate the work of all sub-
consultants and will include milestones
and sub tasks, preparation and
processing, in-house Quality Control
and City or agency reviews. Once the detailed scope is
established, our Project Manager will prepare a Critical
Path Method (CPM) based schedule using MS Project or
Primavera. As work proceeds and progresses, the project
schedule will be closely monitored and tracked to assure
timely adjustments are made. If schedule recovery is required,
we are experienced in a number of different techniques and
will select the most appropriate to the particular situation to
recover the schedule. The project Schedule will be updated
and maintained monthly to ensure that it remains current and
accurate and monthly updates will be furnished to the City
Project Manager.
Cost Control
Our Project Manager will track the cost
and expenditure for each task, using our
in-house cost control tools. Prior to each
invoice, GHD’s Project Manager will review
the progress for consistency with the PMP
and ensure that the billing does not exceed
the estimated fee in the PMP for services rendered to date.
This cost control plan ensures that our fee will always be
properly tracked with the progress of work.
Our accounting system is highly automated, with online time
recording capability and on-the-spot capability for the project
manager to review charges to the project and current project
status and costs. GHD uses BST Engineering Accounting
system to track labor hours and expenses for each project.
GHD | 27
Weekly, we generate a Project Effort Report showing by task,
actual effort expended and project expenses. This internal
control allows us to make adjustments, on a timely basis,
which may be necessary to stay within budget and assist
in maintaining the project schedule. The proven financial
management tools we have in place have helped us stay at
the top of the engineering consulting profession for 90 years.
Risk Management
Risk Management begins with identifying
risks, which will occur during development
of the project approach and will be re-
visited throughout project development as
part of the project control. Identified risks
will be listed, addressed and tracked to
ensure that they do not impact the project schedule and
budget in any way that could have been avoided. Risks that
cannot be avoided, will be identified as a risk to budget and/
or schedule. Once specified, there will be a brainstorming
session involving the appropriate technical, budgetary, and
management professionals to determine a solution to either
eliminate or significantly reduce the risk.
Quality Assurance / Document Control
GHD firmly believes that corporate quality assurance and
quality control (QA/QC) is essential to delivering the consistent
quality service expected by our clientele. Measures taken by
GHD to promote excellent quality in project execution include
direct project responsibility by Principals, and the use of in
house and external training programs.
GHD operates under the Practice Quality
Management System ISO 9001:2015 and
an Environmental Management System,
ISO 14001:2015 which are certified by
Lloyds Register Quality Assurance.
The QA/QC Manager, Bruce Schmith, along
with the Project Manager, Sarmad Farjo, will
be responsible for ensuring that all QA/QC
procedures are followed in any project's
execution under the On-Call. All of our Task
Managers will work with their project delivery teams and the
City’s staff to achieve the highest quality deliverables. GHD
has its own document control system that makes all project
quality documents, including QC checks and comment
responses, available for delivery to the City. We will adapt
this system to the City’s requirements and develop a QA/QC
plan in line with the City's PDM, incorporating the relevant
checklists and implementing design reviews during the design
phase in accordance with the PDM. A design review of all
project plans, estimates and specifications will performed
at the pre-design, 50% and 90% design milestones, and
then immediately prior to the Design Completion milestone.
Review Team Leaders, who are sufficiently experienced and
removed from the specific design activities, will be assigned
to conduct the reviews as well as any Value Engineering
Review (if required).
Exceptions
GHD has reviewed and is in agreement with the Request
for Proposals and Sample Agreement provided. GHD’s
organizational stability and strength is proven in our growth
and ability to diversify our services and markets and there
are no conditions that may impede our ability to provide the
services requested.
GHD affirms our good standing and license to practice in
California and in the City of Seal Beach (license #GHD0001).
GHD | City of Seal Beach On-Call Professional Engineering Services | 28
“GHD is familiar with and adheres to local
enforcement agency standards, regulations, and
permit requirements in their design to minimize
environmental impacts on proposed projects.”
- Regina Hu, Sr. Civil Engineer,
Orange County Public Works
“We are confident in GHD’s ability to perform well
on similar projects and would recommend their
services and use them again in the future.”
- Meryl Jimenez, Project
Manager, City of San Diego
“This was a tough project but it was successfully
delivered by Sarmad on time even when there was
a request that needed a quick turnaround.”
- Tim Birthisel, Project Manager,
City of Manhattan Beach
“The GHD team has been excellent to work with
and was proactive in communicating with SANDAG
and the project team. I have been impressed and
pleased with the services provided by GHD and
would definately recommend them in the future.”
- Bruce Schmith, Principal
Engineer, SANDAG
Appendix A
Key Team
Member
Resumes
Sarmad Farjo, PE, ENV SP
Project Manager
Page 1
Qualified: BE in Civil Engineering 1991, Leadership Certificate – Harvard Business
School, Professional Engineer CA # C80769
Connected:
Member – Institute of Transportation Engineers (ITE)
Member – Institute for Sustainable Infrastructure (ISI)
Member – American Society of Civil Engineers (ASCE)
Member – American Public Works Association (APWA)
Member – American Society of Engineering Management (ASEM)
Professional Summary: Sarmad has over 27 years of design and management
experience in Civil Infrastructure projects. He is well experienced managing and
directing multidisciplinary engineering teams on major infrastructure projects for public
agencies. He is a civil engineer with transportation focus and has extensive experience
in sustainable design including meeting water quality regulation, ADA compliance, and
improve quality of life for communities.
Contract Manager
On-Call Road, Bridge and Traffic
Engineering Services | Orange County
Public Works
Program Manager for on-call Road, Bridge and
Traffic engineering services. Total engineering fees
is $1.5 million over 3 years. Manage and direct the
following projects/task orders:
o Santiago Canyon Highway Safety Project
o O’Neill & Roanoke Intersection Improvement
o Edinger Bridge SWPPP
o Lambert Road WQMP
o Live Oak and Trabuco Canyon Intersection
o Oso Antonio Parkway Intersection
Contract Manager
On-Call Roadway Design Services | City of
Long Beach, CA
Contract Manager for on-call roadway design
services. Total contract fees is $1.5 million over 3
years. Managed and executed the following tasks:
o E. Broadway Complete Street Project
o Orange Ave Roadway Rehabilitation
o Artesia Blvd Roadway Rehabilitation
o Orizaba Staircase Improvement
o 11th Street Staircase Improvements
o Drake Park Soccer Field
Contract Manager
On-Call Transportation Design Services |
City of San Diego, CA
Contract Manager for on-call transportation design
services. Total engineering fees is $3.0 million over 3
years. Manage and direct the following projects/task
orders:
o Callado Road Green Street BMP
o Campus Point Stormwater Replacement
o Streamview Drive Improvement
o Palm Avenue Improvement
o University and Winona Traffic Calming
o Orange Ave & Estrella Traffic Calming
o Hillery Drive Safety Improvement
o Pacific Coast Highway Pedestrian Improvements
o Langmuir Street Storm Drain
Contract Manager
On-Call Civil Engineering Services | City of
Huntington Beach, CA
Contract Manager for the on-call civil engineering
services. Total engineering fees is $1,000,000 over 3
years. Manage and direct the following projects/task
orders:
o WOCWB Feeder # 2 Relocation under I-405
o Well #1 Replacement
Contract Manager
On-Call Engineering Services | UC Irvine
Medical Center
Project Manager for the on-call multidisciplinary
engineering services. Total engineering fees is $4.0
million over 3 years. Manage and direct the following
projects/task orders:
o Master Site Utility Plan
o Campus Wide Central Chiller Plant Program
o Campus Wide Central Energy Plant Program
Sarmad Farjo, PE, ENV SP
Page 2
Project Manager
East Broadway Complete Streets | City of
Long Beach | City of Long Beach, CA
Project Manager for a 2 mile roadway
rehabilitation/complete streets project. The proposed
design decreases the number of through lanes from
4 to 2, but adds cycle tracks and bus stop islands.
This project required significant coordination
between the City, transit agency (Long Beach
Transit), and residents/business owners along the
corridor. The roadway design was challenging due
to many different factors, including a very flat vertical
profile (less than 0.25%), abandoned/buried railroad
tracks, steep existing cross-slopes (more than 8%),
and no additional right-of-way available.
Principal-In-Charge
Merrimac Way Street, Sidewalk, and Bicycle Facility Project | City of Costa Mesa | Costa Mesa, CA
PIC for the design of a multi-purpose trail and cycle
tracks along a ¾ mile length of Merrimac Way
between Harbor Blvd and Fairview Rd. The road diet
decreased the number of through lanes from 4 to 2,
but included an enhanced mid-block crossing, street
improvements to reconfigure access to Orange
Coast College, and roadway rehabilitation throughout
the corridor. This project involved significant public
outreach and coordination with Orange Coast
College, the City’s Bikeway & Walkability Committee,
and neighboring residents.
Principal-In-Charge
Kelly Drive & Park Drive Road Diet &
Multiuse Trail | City of Carlsbad, CA
PIC for this Operational Improvement Project that
incorporates “Complete Streets’ concepts and
includes an increase in safety features such as
enhanced crosswalks and traffic calming features
that include curb extensions, a raised table
intersection and roundabouts at the Kelly Dr./Hillside
Dr. and Kelly Dr./Park Dr. intersections. Other project
features include buffered bike lanes, a multiuse trail,
stormdrain enhancements, including BMPs such as
bioretention, infiltration trenches & planter strips,
additional parking and reduction of the overall
impervious surface area.
Project Manager
Manhattan/Highland Pavement Rehab |
City of Manhattan Beach, CA
Project Manager for a pavement rehabilitation project
for two arterial roads in the beach community of
Manhattan Beach. The objective of the project is to
evaluate pavement and provide alternative
rehabilitation options as well as upgrade ADA curb
ramps to comply with ADA standards. The
preliminary investigation stage is completed and we
are currently working on the 90% plans.
Project Manager
Ball and Sunkist Intersection
Improvements | City of Anaheim, CA
Project Manager for the design of the Ball & Sunkist
intersection near Highway 57 in Anaheim CA. The
objective of the project is to increase the capacity of
the intersection since it is under sized for the current
and projected traffic demands. The project includes
widening the road width to fit additional lanes and
signal modifications. The design is especially
challenging due to the constraints on all sides by
various businesses and residences.
Principal-In-Charge
Santiago Canyon HSIP Improvements |
Orange County Public Works, CA
PIC for the design of safety improvements
throughout the Santiago Canyon Road corridor
between Live Oak Canyon Road and California
State Route 241, approximately 11 miles. Safety
improvements include installation of High Friction
Surface Treatment (HFST) and flashing beacons
with warning signs, enhancements to the signing
and striping throughout the corridor including a
buffered bike lane, and replacement of guardrail and
end treatments.
Principal-In-Charge
Callado Road Green Street | City of San
Diego, CA
PIC for the design of a pilot green street BMP project
for the City of San Diego. As the project director,
responsible for coordinating with the client to ensure
all activities progress in time and within budget.
Bruce A. Schmith, PE, ENV SP
QA/QC Manager, Constructability Review
1
Qualified: North Dakota State University, Bachelors of Science in Civil Engineering, 1983.
Georgia Institute of Technology, Masters of Science in Civil Engineering/Transportation, 1992.
Registrations: Registered Professional Civil Engineer, California, CA# 65551
Professional Summary: Mr. Schmith is a professional civil engineer in California with over
34 years of experience in planning, program management, design and construction of
street/roadway, highway and rail transportation systems. His experience includes: Sr. Director
at LA Metro responsible for major aspects of mega Rail Transit and Highway Projects,
Program/Corridor Director at SANDAG for $700M of improvements to the LOSSAN heavy rail
corridor and $600M of improvements to the LRT system (“Trolley”) in San Diego, and Design
Manager for a $500M construction segment of the I-405 Sepulveda Pass Design-Build project
for LA Metro and Caltrans District 7. In addition, he has experience with developing and
implementing QA/QC Programs for all types of transportation design & construction projects.
Senior Director (Rail Transit & Highway
Programs), Los Angeles County
Metropolitan Transportation Authority (LA
Metro)
Project Manager responsible for Metro-funded major
road and street improvement projects in the San
Gabriel Valley, Las Virgenes/Malibu & Arroyo
Verdugo Subregions. Directly involved with
oversight of the PS&E Phases of the $300M SR-
57/60 Interchange Improvements project and the
SR-71 (SR-60 to I-10) “Freeway to Expressway”
project. Coordinated with Caltrans District 7 and
numerous stakeholder agencies on both $500M+
projects.
Senior Construction Manager,
Crenshaw/LAX LRT & Southwestern Yard
Design-Build Project, LA Metro
For this $2B Design-Build LRT project Mr. Schmith
responded to RFIs, worked with Metro Contract
Administrators to issue CNs & COs, negotiated
contract modifications with the Design-Build
contractor, mitigated/negotiated claims and provided
guidance for design changes during construction.
He also performed QA on aspects of the
contractor’s QC program and coordinated with the
City of LA with regard to implementing street &
landscape improvements along Crenshaw
Boulevard and other City streets impacted by
construction of the LRT system.
Principal Engineer / Corridor Director,
LOSSAN & LRT (“Trolley”), SANDAG
Led a team of six Senior Engineers through
consultant selection, environmental approval,
design, bid & award, and construction phases of
major rail & bus projects. Worked with construction
management teams during construction resolving
design changes, negotiating change orders, settling
claims and closing out projects. Coordinated with
Caltrans, the CPUC (GO-88’s), the SANDAG Board,
the two transit operators in San Diego County
(NCTD & MTS) and the FTA PMOC.
As Corridor Director, responsible for over $700M in
improvements along the LOSSAN heavy rail corridor
in San Diego. Projects included bridge
replacements, double-tracking, signal & PTC system
upgrades and grade crossing improvements. Two
bridge replacement/double-tracking projects are
being implemented via the Caltrans I-5 CM/GC
demonstration project and two other double-tracking
projects are being implemented with the Mid-Coast
LRT Extension CM/GC.
As Corridor Director, led completion of $600M in
improvements to the LRT system (“Trolley”) in San
Diego. Reconstructed 32 stations by raising
platforms to accommodate new “low-floor” LRT
vehicles, installed new amenities (VMS’s, PCID’s,
communications cabinets, etc.) and upgraded CCTV
security systems. Installed crossovers (for “single-
tracking” during construction), a new signaling
system and replaced three rail trains of rail along the
entire 13 mile Trolley Blue Line. Improvements also
included landscaping, new parking and bus transfer
centers at the stations and landscaping and
reconstruction of many City streets
Program Manager responsible for design,
construction and start-up of a new $150M BRT
Bruce Schmith, PE
2
system (South Bay Rapid) in southwest San Diego
County. Project included construction of 10 miles of
dedicated “bus-only” guideway in the median of an
arterial street, seven “in-line” BRT stations, an
Intermodal Transit Center at the international border
and a bridge over SR-125. Oversaw the planning,
design, bid & award of five construction packages.
Design Manager, I-405 Sepulveda Pass
Design-Build Project, LA Metro & Caltrans
District 7
Mr. Schmith was design Manager for a $500M
segment of this $1.5B project which included design
and construction of 10 miles of HOV lanes on I-405
from I-10 to U.S. 101 in Los Angeles County.
Developed Alternative Technical Concepts (ATC’s)
during the bid phase, the MOT and walls task force
leads during the concept phase and the Sunset
Segment Manager during the preliminary and final
design phases. Responsible for delivering 4 major
roadway packages and 5 bridge packages, including
resolving design issues with the numerous approval
agencies (including Metro, City & County of LA and
Caltrans); leading a team of 20 highway and bridge
engineers; and planning/scheduling resources to
meet the contractor’s milestone dates. Coordinated
the relocation of numerous utilities including the
relocation of a 96” waterline. Conceived and then
led the design and layout of a combined retaining +
sound wall to provide noise mitigation for 23
residents on a high bluff in Brentwood. Coordinated
with Kiewit’s bridge and roadway construction
personnel as bid packages were released for
construction. Mr. Schmith worked with the QA/QC
Manager to develop and implement an extensive
QA/QC Program for deliverables and for the
contractor’s submittals. His segment also included
extensive coordination with the City of LA for
relocation/reconstruction of Sepulveda Blvd.
including landscape/hardscape improvements.
Lead Civil Engineer, Kraemer Boulevard
Grade Separation, OCTA and the Cities of
Placentia and Anaheim
Lead Civil for this $40 million railroad grade
separation project for Orange County Transportation
Authority (OCTA). Led the civil design including
relocation of an 8’ x 5’ box culvert, preparation of a
TMP and preparation of the bid documents.
Coordinated with the structural team on the design
of secant pile retaining walls and the railroad bridge,
and assisted the track engineer with the design and
phasing of the shoofly track.
Project Manager, Ortega Hwy. (SR-74)
Widening Project, Rancho Mission Viejo
(RMV) & Caltrans District 12
Project Manager responsible for leading the PS&E
effort and coordinating with Caltrans and the City of
San Juan Capistrano for widening 3.5 miles of
Ortega Highway, an urban arterial street, in south
Orange County. Created unique solutions including
an innovative context sensitive “green” design that
preserved the unique character of the City,
minimized right-of-way impacts, and protected
cultural and biological resources while addressing
the transportation demand.
Project Manager, Sierra & Baseline
Avenue Improvements, County of
Riverside
Project Manager for PS&E for widening and
reconstructing approximately 3 miles of urban
arterial roadway in the City of Fontana including
landscape/streetscape along the corridor. The
project included staged construction plans, traffic
signal and communications plans, landscape/
hardscape plans, sanitary sewer plans, and
extensive coordination for utility relocations and
construction of a 9’ x 8’ RCBC.
Project Manager, I-15/Camino Del Norte &
Bernardo Center Drive Interchanges, 4S
Ranch & Caltrans District 11
Project Manager for preparation of a PSR/PR
document and PS&E for improvements at two
interchanges including widening of ramps and
arterial streets and new auxiliary lanes on I-15. The
project required extensive coordination with the
Caltrans I-15 “Managed Lanes” project. The PSR
included a complex traffic model using CORSIM that
analyzed the interaction between these two
interchanges and a third closely spaced
interchange. Coordinated with the contractor and
structural engineer the planning and design of a
tieback wall and a soil nail wall.
Larry B. Tortuya, PE, ENV SP
Task Manager
Page 1
Qualified: B.S., 2004, Civil Engineering, California State Polytechnic University,
Pomona A.S., 2000, Engineering, Long Beach City College CA# C67618
Connected: Professional Engineer - Civil, California, 2007, 71502
Professional Summary: Mr. Tortuya has experience in the design of flood control
systems, ecosystem and wetlands restoration, erosion control, LID and HCOC design
for storm water quality (MS4) compliance, hydrologic/hydraulic modeling, watershed
management, flood plain management, and storm drain site design. He has
experience in the design of backbone storm drain infrastructure, water quality NPDES
Compliance, and large scale drainage projects including reservoirs, dams, levees,
and flood attenuation basin design.
Task Lead – Stormwater/Water Quality Kelly and Park Drive Road Diet |
City of Carlsbad, CA
Stormwater Task Lead for the design of a multi-
modal operational improvement project that spans
approximately 2 miles along Kelly Drive and Park
Drive. The scope of work includes creating
complete streets with buffered bike lanes, enhanced
sidewalks and crosswalks, protected trails, and new
circular intersections. The stormwater tasks on the
project includes hydrology and hydraulic analyses, a
Storm Water Quality Management Plan (SWQMP),
enhancements to the existing storm drain system,
and implementation of LID BMP systems. As the
Stormwater Technical lead, Larry leads a team of
four in stormwater design from the preliminary
planning to the final design plans, specifications,
and estimates.
Deputy Project Manager
Los Cerritos Creek Sub-Basin 4 Regional
BMP and Diversion | Signal Hill, CA
Responsible for the internal supervision of
production for plans, specifications, and estimates
for a Design/Build Regional BMP and Diversion
Structure. This project includes a road relocation,
excavation/grading plan for an underground storage
system which will store up to 130 ac-ft of storm
water run-off, improvements to a regional flood
control facility, and a storm water diversion system,
hydrology and hydraulic calculations for the system,
and permitting. GHD analyzed multiple channel
low-flow configurations and presented alternatives
detailing construction costs and environmental
impacts. Based on the recommended
improvements, GHD will prepare the final design
plans, which include grading plans, storm drain pipe
plan and profile, structural, and channel
modifications.
Project Manager
La Palma Avenue and Richfield Road
Stormdrain Improvement Project | City of
Anaheim, CA
Project Manager for the improvement of
approximately 1400 LF of storm drain to provide
conveyance into an existing groundwater recharge
basin for stormwater capture and reuse. The
system is currently undersized and causes flooding
of a street intersection within the vicinity of the
improvements. The improvements will provide
water quality treatment of stormwater runoff for 52
acres of industrial area, while also alleviating street
flooding within the intersection by re-directing flows
up to the 25-year event into a groundwater recharge
basin. The project is intended to enhance water
supply, water quality treatment, and provide safety
from flood hazard.
Project Manager
Anaheim Alley Sewer Improvements |
Anaheim, CA
Responsible for overseeing the design of greenway
stormwater BMPs as part of sewer improvement
project for City of Anaheim Department of Public
Works. Project utilized grant funding based on
stormwater volume capture. Ensured the design
followed language outlined in the City grant
application. Led the team in coming up with
innovative ways to treat water quality by
implementing infiltration/bio-filtration trenches along
the street parkway and alley.
Larry B. Tortuya, PE, ENV SP
Page 2
Drainage Task Manager
Callado Road Green Street |City of San
Diego, CA
Stormwater task lead for the design of a pilot green
street BMP project for the City of San Diego. As the
task lead, responsible for coordinating the design
production with the project manager to ensure all
activities progress in time and within budget.
Task Manager
Feasibility Study for a Regional BMP
System, City of Anaheim, CA
The City is evaluating the feasibility and
effectiveness of utilizing an existing sanitary sewer
pipe as a Regional BMP System for compliance with
the Santa Ana Region MS4 Permit. GHD is tasked
to evaluate retrofitting this sewer line to be used as
a Regional BMP for storm water storage and
treatment via infiltration. The supplied storm water
will be diverted from an existing system owned by
Orange County Public Works. The project includes
the evaluation of a design that will comply with
treatment control criteria set forth in the NPDES
Permit language. Tasks include oversight of
Watershed Evaluation, determining Design Capture
Volume, Feasibility Assessment, and production of a
Technical Memorandum.
Drainage Task Manager
Campus Point Storm Drain Replacement |
City of San Diego, CA
Stormwater task leader for the design of a storm
drain replacement project in Campus Point Street
for the City of San Diego. As the design lead,
responsible for coordinating with the project
manager to ensure all plan production and design
activities progress in time and within budget.
Drainage Task Manager
UCI Medical Center
University of California Irvine Medical
Center | Orange, CA
Storm Water Task Manager for the master planning
and design of a $700 million, 33- acre full service
medical center campus. As the task lead, I am
responsible for the planning, execution and
coordinating the design of storm water related
improvements; including grading, traffic control,
water quality design as well as the construction
support for the project (civil engineering fee of $4
million, construction cost of $700 million).
Task Manager Olivas Park Drive Extension – Roadway Drainage | Ventura, CA, USA
Responsibilities included the production of all
Surface Water related PS&E tasks, including plan
production, quantities and cost estimates, technical
specifications, basis of design calculations, and
Hydraulic and Hydrology reports. This project
connects the terminus of Olivas Park Drive to a high
traffic grade separation intersection at the entrance
to the 101 freeway. Responsibilities included the
preparation of drainage design concepts for off-site
culvert crossings, roadway drainage facilities, and
water quality concepts outlined in the Environmental
Impact Report. The project also included a
public/private partnership between the City and land
owners of the surrounding parcels. As the
consultant we proposed a water quality basin within
an area of publically owned property that was big
enough to treat tributary runoff from both private and
public projects, creating a savings on costly future
treatment BMPs for the private developers who
were also stakeholders in the project, at the same
time addressing the roadway water quality
compliance.
Task Manager
Peters Canyon Channel, Facility 06 |
Orange, CA, USA
Responsibilities included the production of all
Surface Water related PS&E tasks, including plan
production, quantities and cost estimates, technical
specifications, basis of design calculations, and
Hydraulic and Hydrology reports. Consultant
prepared final plans, specifications, and cost
estimates for more than three miles of the Peters
Canyon Channel, bikeways, and hiking-riding trails
along the Peters Canyon channel. The channel
improvements included the design of water quality
bio-filtration swales to treat run-off from the channel
bike trails. The water quality portion of this project
had to be closely coordinated with both Orange
County and the City of Tustin because it was in the
County right-of-way, but needed to be maintained by
the City. As the consultant, we recommended a
“green streets” approach to address the water
quality compliance.
Myung Choo, PE, TE
Task Manager
Qualified: BS, Civil and Environmental Engineering, University of California,
Berkeley, 2000.
Connected: Professional Engineer – Civil, California, 2012, C79651.
Professional Engineer – Traffic, California, 2008, TR2451.
Institute of Transportation Engineers (ITE).
Professional Summary: Myung is a licensed civil and traffic engineer with over 18
years of experience on a wide range of transportation and traffic engineering projects,
including street improvements, roundabouts, traffic signals, signing and striping,
temporary traffic control, traffic impact analysis, travel demand modeling, and safety
analysis. He has extensive experience working throughout Riverside County designing
and implementing signing and striping improvements that meet CA-MUTCD standards
and analyzing intersections and roadway segments for cost effective safety measures.
Design Manager
East Broadway Complete Streets
City of Long Beach, CA
Myung was in charge of preparing street
improvement plans, traffic signal modification plans,
and signing & striping plans for a 2 mile roadway
rehabilitation/complete streets project. The proposed
design decreases the number of through lanes from
4 to 2, but adds cycle tracks and bus stop islands.
This project required significant coordination
between the City, transit agency (Long Beach
Transit), and residents/business owners along the
corridor. The roadway design was challenging due
to many different factors, including a very flat vertical
profile (less than 0.25%), abandoned/buried railroad
tracks, steep existing cross-slopes (more than 8%),
and no additional right-of-way available.
Project Manager
Kelly Drive & Park Drive Road Diet &
Multiuse Trail Project | City of Carlsbad,
CA
Project Manager for this Operational Improvement
Project that incorporates “Complete Streets’
concepts and includes an increase in safety features
such as enhanced crosswalks and traffic calming
features that include curb extensions, a raised table
intersection and roundabouts at the Kelly Dr./Hillside
Dr. and Kelly Dr./Park Dr. intersections. Other project
features include buffered bike lanes, a multiuse trail,
stormdrain enhancements, including BMPs such as
bioretention, infiltration trenches & planter strips,
additional parking and reduction of the overall
impervious surface area.
Project Manager
Nohl Ranch Bike and Pedestrian Trail
City of Anaheim, CA
Project Manager for the design of 10-foot wide Class
I bike path and a 3 to 10-foot wide pedestrian trail that
will begin at the intersection of North Avenida
Bernardo and Imperial Highway and end at the
intersection of Nohl Ranch Road and Anaheim Hills
Road. The objective of this project is to develop a
precise alignment and obtain an approved
environmental document.
Project Manager
Santiago Canyon HSIP Improvements |
Orange County Public Works, CA
Project Manager for the design of safety
improvements throughout the Santiago Canyon
Road corridor between Live Oak Canyon Road and
California State Route 241, approximately 11 miles.
Safety improvements include installation of High
Friction Surface Treatment (HFST) and flashing
beacons with warning signs, enhancements to the
signing and striping throughout the corridor including
a buffered bike lane, and replacement of guardrail
and end treatments.
Traffic Engineer
Ball and Sunkist Intersection
Improvements | City of Anaheim, CA
Traffic engineer for the design of the Ball & Sunkist
intersection near Highway 57 in Anaheim CA. The
objective of the project is to increase the capacity of
the intersection since it is under sized for the current
Myung Choo, PE, TE
and projected traffic demands. The project includes
widening the road width to fit additional lanes and
signal modifications. The design is especially
challenging due to the constraints on all sides by
various businesses and residences.
Lead Traffic
West Orange County Water Board Feeder #2 Relocation Project
City of Huntington Beach, CA
Myung was in charge of preparing a Transportation
Management Plan (TMP) for the relocation of a water
main across I-405. Also included in this project was
preparation of temporary traffic control during the
construction phase. The project was challenging due
to the close proximity to the freeway ramps, local
businesses, and local residences.
Project Engineer & Traffic Engineer
Traffic Impact Analysis and Off-site Improvements for Goodman Commerce Center Eastvale
Goodman Birtcher | City of Eastvale, CA
Myung was in charge of preparing a Traffic Impact
Analysis (TIA) for a 205 acre mixed-use
development. After the project was entitled, Myung
was in charge of designing the off-site transportation
improvements. The project included widening 1.5
miles of roadway, 6 traffic signals, signing & striping,
and temporary traffic control. The design of these
improvements was challenging because they needed
to be flexible depending on what on-site land use was
ultimately developed.
Project Engineer
Off-site Improvements for Goodman Logistics Center Rancho Cucamonga
Goodman Birtcher | City of Rancho Cucamonga, CA
Myung was in charge of designing off-site
transportation improvements for a 1.5+ million square
feet distribution center development. The project
included widening 1 mile of roadway, 3 traffic signals,
signing & striping, and temporary traffic control. The
most challenging aspect of this project was utility
coordination due to the significant number of
underground facilities, including a 144” MWD water
main.
Project Engineer
Sidewalk Gap Closure
City of Palm Springs, CA
Myung prepared street improvement plans, traffic
signal modification plan, and signing & striping plans
in many different areas throughout the city to
complete missing sidewalk sections and meet current
ADA requirements.
Project Engineer
Harley Knox Boulevard and Webster Avenue Roundabout
Industrial Property Trust | City of Perris, CA
Myung was in charge of designing a 2 lane
roundabout at the intersection of Harley Knox
Boulevard and Webster Avenue in the City of Perris.
This area has a high percentage of heavy trucks due
to the large number of industrial developments
nearby. The design of this roundabout was
challenging due to the city’s requirement of
accommodating two STAA design vehicles side-by-
side through the roundabout while keeping design
speeds at reasonable levels.
Project Engineer
Off-site Improvements for Terramor (Previously Toscana) Specific Plan
Foremost Communities | County of Riverside, CA
Myung was in charge of designing off-site
transportation improvements for a 1,400+ dwelling
unit residential development. The project included
widening 1.5 miles roadway, 2 new access roadways
to the development, 2 traffic signals, signing &
striping, temporary traffic control, and coordination
with structural engineers in designing 2 bridges over
Temescal Wash. The project challenges included
constraints due to protected oak trees, existing
utilities, Temescal Wash, and existing hydrology.
Robert (Bob) Sherwood, PE
Task Manager
Page 1
Qualified: Bachelors of Science in Civil Engineering, University of California, Irvine, 1999;
Old Dominion University, Coastal Engineering Certificate Program, Norfolk, VA, 2011;
Registered Civil Engineer: CA #64351
Connected: Past Chairperson of ASCE Los Angeles, Harbors & Waterways Technical
Group; Past President of UC Irvine Chapter of Chi Epsilon, Engineering Honors Society
Professional Summary: Mr. Sherwood is a civil/waterfront engineer in the Irvine office
with 20 years of experience on a wide range of projects, including the design of boat docks
and marinas, boat launch ramp facilities, plazas and promenades, bulkheads and shore
protection, utilities and landside improvements, and harbor dredging and lake restoration
projects. He has also been involved with the inspections of bridges, docks, wharves, and
bulkheads both above and below water. He has assisted clients with initial planning and
feasibility studies including obtaining grants for waterfront facilities, and is typically involved
with a project from the planning stages through design and to the end of construction.
Project Manager/Engineer
Carlsbad Beach Access Stairway
Renovation Carlsbad Blvd from Pine Ave
to Tamarack Ave | City of Carlsbad, CA
GHD is providing professional engineering design
services to the City of Carlsbad for the beach
access stairway and promenade repairs along 3,500
feet of coastline from Pine Avenue to Tamarack
Avenue. This project is essential to maintaining the
City’s recreation and visitor experience, and
includes the repair of the upper pedestrian
promenade along Carlsbad Boulevard, the four
access stairways from the promenade down to the
beach, and the lower promenade and seawall along
the base of the bluff.
Our teams efforts includes preliminary engineering
tasks such as reviewing as-built record drawings,
and previous studies and reports related to the
project, performing a geotechnical investigation and
land and aerial surveys, and producing repair
alternatives and associated costs. Permitting and
public outreach efforts are also a key part of this
project, as well as maintaining the integrity of the
slope and native plantings on the beach bluff. GHD
will produce a set stairway renovation drawings for
the City that include a stairway and railing
demolition plan, plan and profile of the stairway,
structural details and sections, and landscape
planting and irrigation drawings. A value engineering
analysis of the various alternatives will be submitted
to help the City in deciding the best solution for long-
term repairs of this essential infrastructure.
Elements of the project such as the new stairway
platform and promenade concrete, reinforcing steel
cover and anodized aluminum railing will be
specified for suitability with the marine environment.
Project Manager/Engineer
Orizaba Avenue Beach Access Stairway
Renovation Bluff Park | City of Long
Beach, CA
GHD provided professional design and consulting
services to the City of Long Beach for the beach
access stairway and railing improvements at
Orizaba Avenue. We built on our similar past efforts
with the City’s successful 11th Street beach access
stairway improvements and our overall condition
assessment of all the stairs along the beach
frontage of Bluff Park along Ocean Avenue. A
geotechnical investigation, including subsurface
borings, was performed onsite immediately around
the stairway as well as a topographic survey to pick
up key features of the existing stairway for
demolition and renovation. Mr. Sherwood was then
tasked to produce a set stairway renovation
drawings for the City that included a staircase and
railing demolition plan, plan and profile of the
stairway, structural details and sections, and
landscape planting and irrigation drawings. An
engineer’s estimate of probable construction cost
was submitted to the City. Elements of the project
such as the new stairway concrete, reinforcing steel
cover and stainless steel railing are specified for
suitability with the marine environment.
Project Manager/Engineer Marina Park | City of Newport Beach, CA
Mr. Sherwood was the engineer responsible for the
waterfront aspects of the Marina Park project which
encompassed a 10.5-acre site and involved the new
construction of a public park; a 24,000-square-foot
Robert Sherwood, PE
Page 2
Community and Sailing Center building; a 23-slip
marina; a reconstructed 19th Street restroom
building; a freestanding playground lighthouse
feature; themed playground; outdoor fitness circuit;
parking lots; and frontage street improvements.
Coordination with the landside elements of the
project and placement of beach quality sand and
dredge material in accordance with the agency
permits was key to the success of this project.
Project Manager/Engineer Alamitos Bay Marina | City of Long Beach, CA
This design-build project involved various waterside
and landside improvements in seven different yacht
basins. Key elements of the project included the
replacement of 1,625 boat docks, inspection and
rehabilitation of the existing bulkheads, promenade
and railing, basin dredging, gangways, utility
upgrades, repaving of parking lots, landscaping, and
renovation or replacement of 13 restrooms.
Additionally, a new 10,500 square foot eelgrass
planting area was constructed to mitigate for
disturbing existing eelgrass beds during harbor
dredging and keep the project in compliance with
the requirements of the various permitting agencies.
As the engineer of record, Bob’s responsibilities
included coordinating the drawings for all disciplines
on the project, field inspections, value engineering,
and permitting and construction support.
Project Engineer
Bay View Bridge Inspection and Repairs |
OC Parks | Newport Beach, CA
Engineer responsible for producing a set of repair
drawings to protect and maintain the stability of the
abutments. There was significant scour observed
around the bridge abutments exposing some of the
timber support piles, and compromising the capacity
of the bridge. GHD conducted a scour analysis and
structural assessment of an 84-foot-long pedestrian
bridge on the Bayview Trail at the Upper Newport
Bay Nature Reserve.
Project Engineer Belmont Memorial Pier Access
Improvements | City of Long Beach, CA
Engineer responsible for design of the bike trail,
parking lot and ADA access improvements, as well
grading and drainage for the areas surrounding the
entrance to the Belmont Pier. Other project
elements included the inspection and
recommendations for repairs to the structural
elements of the pier as well as upgrading the utilities
and lighting along the pier promenade. Designing an
easily accessible elevated bike path from beach
level to the top of pier with appropriately sized
retaining walls, railings and ADA stairs and ramps
were key to the success of this project.
Project Engineer
Doolittle Drive Bay Trail Segment | East
Bay Regional Park District | Oakland, CA
Responsible for design of the boat launch ramp and
a portion of the adjacent Bay Trail. Currently
awaiting permits, approximately 2,500 linear feet of
the new trail will be a pile-supported concrete
pedestrian walkway along the San Leandro Bay
shoreline; the remaining 1,000 lineal feet will consist
of the restoration/upgrade of existing trail including a
new trail crossing through the existing Martin Luther
King Shoreline boat ramp parking lot. This parking
lot crossing will be located to facilitate passage of
users and improve safety. Project construction
pending permit approval.
Project Manager/Engineer Sunset Aquatic Marina Assessment | Goldrich & Kest Ind. | Huntington Beach, CA
Mr. Sherwood was the engineer responsible for the
inspection and assessment of the Sunset Aquatic
Marina. The facility includes a 244-slip marina with
slips ranging in size from 18 to 85 feet LOA, and
was renovated in 2003/2004, or 14 years ago, and
should be at about a third of its service life, with
most modern wooden dock systems anticipated to
last from 35 to 40 years before needing to be
replaced. This evaluation report included a general
narrative of the conditions in addition to tables and
graphics of the marina layout, as well as the notes
and observations made by the inspection team, a
summary/rating of the marina elements, and the
anticipated costs of various maintenance options.
Project Manager/Engineer Newport Dunes Marina Assessment | Newport Beach, CA
Mr. Sherwood was the engineer responsible for the
inspection and assessment of the Newport Dunes
Marina. The dock assessment was conducted
during transfer of ownership of the property and
included inspecting the marina guide piles, concrete
dock, and adjacent pedestrian bridge. Bob also
completed an evaluation report that included a
general narrative of the observed conditions by the
inspection team and a summary/rating of the
structural elements and anticipated service life
remaining.
Lindsey Van Parys, PE, QSD/QSP
Task Manager
Page 1
Qualified: BS, Civil Engineering, California State University Sacramento, 2009; BS, Health
Science and Spanish, California State University San Jose, 2004; Civil Engineer, CA #79989,
FL #83571; California Water Board QSD/QSP #23897
Connected: Transportation Research Board: Standing Committee on Roundabouts;
American Society of Civil Engineers; Institute of Transportation Engineers; Women’s
Transportation Seminar; Young Professionals in Transportation
Professional Summary: Lindsey Van Parys is a registered civil engineer in multiple
states and holds a certificate in Traffic Collision Investigation. She has over 11 years of
experience in delivering transportation projects, and is currently a Project Manager that
oversees project operations. Her experience includes designing roundabouts, streetscapes,
trails, roadway/highway improvements, and various other projects. She is the North American
Service Line Leader for Road Systems and Transportation Planning and Traffic Engineering
for GHD.
Civil Engineer Santiago Canyon HSIP Improvements |
Orange County, CA
Lead ADA compliance engineer for the design of
safety improvements throughout the Santiago
Canyon Road corridor between Live Oak Canyon
Road and California State Route 241, approximately
11 miles. Safety improvements include installation of
High Friction Surface Treatment (HFST) and
flashing beacons with warning signs, enhancements
to the signing and striping throughout the corridor
including a buffered bike lane, and replacement of
guardrail and end treatments.
Civil Engineer Kelly Drive & Park Drive Road Diet & Multiuse Trail Project | Carlsbad, CA
Lead ADA Compliance Engineer for this Operational
Improvement Project that incorporates “Complete
Streets” concepts and includes an increase in safety
features such as enhanced crosswalks and traffic
calming features that include curb extensions, a
raised table intersection and roundabouts at the
Kelly Dr./Hillside Dr. and Kelly Dr./Park Dr.
intersections. Other project features include buffered
bike lanes, a multiuse trail, stormdrain
enhancements, including BMPs such as
bioretention, infiltration trenches & planter strips,
additional parking and reduction of the overall
impervious surface area. Challenging aspects of the
project include reducing congestion and red zone
parking during school drop-off and pick-up times,
environmental permitting, limiting right-of-way
requirements.
Project Manager La Quinta Village Complete Street, a Road Diet Project | City of La Quinta | La Quinta, CA
Responsible for the overall delivery of the
Environmental Documentation, Plans, Specifications,
and Estimate, Right of W ay and Utility Clearance for
the thee street corridor complete street project
consisting of five roundabouts, water quality
infrastructure, pedestrian and bicycle facilities and
landscape/beautification elements. Additionally, she
is coordinating stakeholder outreach, one-on-one
meetings with impacted property owners, business
owners and performing community outreach. She is
also coordinating utility relocations with six different
utility purveyors and performing stakeholder outreach
with property and business owners as well as the
community.
Project Manager Road Diet ATP Application | City of La Quinta | La Quinta, CA
Assisted the City of La Quinta in preparing the
successful Active Transportation Program grant
application by providing a conceptual design,
preliminary costs estimates, cost/benefit analysis,
and assisted with preparation of the various Narrative
Responses for three Complete Street Corridors that
included five roundabouts, a road diet, bicycle lanes,
and various pedestrian crossing improvements.
Lindsey Van Parys, PE, QSD/QSP
Page 2
Project Manager State Route 49/Main Street Roundabout PS&E | City of Plymouth | Plymouth, CA
Performed client and agency coordination on this
federally funded, fast tracked project while leading
the roundabout optimization, design, Plan,
Specification and Estimate (PS&E) production, and
public outreach efforts. She designed the intersection
modifications, pedestrians and bicycle
enhancements, drainage design, and more. She also
coordinated relocation of various utilities throughout
the project corridor including power, water, and gas.
She also led the environmental permitting and right
of way acquisition process.
Assistant Project Manager First and Second Street Roundabouts along California Boulevard | City of Napa | Napa, CA
Responsible for overseeing the preparation of the
permitting, technical investigations, project approval
reports, technical memorandum, and project
documentation in the Environmental Document and
Project Approval phase of the project. Overseeing
and preparing the PS&E for this federally funded
project, which includes roadway/ streetscape design,
pedestrian facilities design, drainage design and
utility coordination. Also responsible for coordinating
with Caltrans to obtain design approval, right of way
engineering and acquisition support. She is also
working with City staff to on Public Outreach. This
project is anticipated to go to construction April 2019.
Project Manager 2012 El Dorado Trail Project, Segments 1 & 2 | City of Placerville | Placerville, CA
Oversaw the preparation of the environmental
document and responsible for preparing the PS&E
for both segments of the trail and worked with the
City to ensure all funding criteria and deadlines were
met. The first segment was from Ray Lawyer Drive
to Main Street and was constructed along an
existing railroad right of way and required the
coordinated with Caltrans encroachment permit
personnel and obtain an encroachment permit. The
second segment was in the downtown area from
Clay Street to Bedford Avenue adjacent to
Hangtown Creek/US 50 Interchange and required
coordination with adjacent projects to ensure the
designs conformed to each other. This segment also
required utility coordination and relocation. Both
segments included trail design, drainage design,
and SWPPP.
Project Manager Main Street/Shenandoah Road Safe Route to School ATP Grant Application Assistance and PS&E | City of Plymouth & Amador County Transportation Commission | City of Plymouth |
Prepared the Active Transportation Program grant
for the 3rd Cycle, provided conceptual engineering
plan of the improvements, estimate, benefit/cost
analysis, schedule, grant preparation/review,
coordination with City of Plymouth Elementary and
Charter School staff and Amador County.
Developed questionnaire for walking and biking
information.
Oversaw the preparation of the environmental
certification, PS&E, Right of Way and Utility
clearance. Currently overseeing the bidding phase
of the project. She also prepared all of the federal
funding reporting, authorizations and paperwork
required by the ATP grant.
Other related areas of interest
Trainings
• Cadence Project Management
• Highway Design Principals
Awards
• 2015 APWA Sacramento Chapter, Parks & Trails
for El Dorado Trail: Segments 1 & 2 in Placerville
Foreign Languages
• Proficient in Spanish
Specialty
• North American Service Line Leader for Road
Systems and Transportation Planning and Traffic
Engineering.
Certifications
• Certificate, Traffic Collision Investigation -
Northwestern University Center for Public Safety,
IL
Dean R. Owens || Sr. Project & Client
Services Manager
Experience and Capabilities
23 Years of project Management
experience in the construction
industry
Comprehensive understanding of
city and community relationships
More than 20 years of experience
managing contracts directly for
cities and municipalities
In-depth knowledge in reaching
very diverse communities
Expertise in planning and
facilitating special events and
public meetings
Plans and leads canvassing and
public notification processes
Database management
Detail-oriented with extensive
research experience
Years of Experience
23
Dean has more than 20 years of experience in the construction industry working
both in the private and public sectors. He has a passion for people and thrives on
providing the highest level of service. Dean understands the complexities in working
with public agencies and the general public, simulatiously. Over his years of
experience, Dean has seen how public outreach has evolved and the necesity for
strategic, innovative, effective and continuous engagement to take place
throughout the lifespan of a project. With vast experience in running projects with
multiple phases that span over several years, he has worked on and managed
contracts for some of our largest public agencies including Orange County
Department of Public Works, OCTA, Los Angeles World Airports (LAWA), Metro, Los
Angeles County Department of Public Works, and Caltrans.
Relevant Experience
City of Seal Beach – 2018-2019 Pier Improvements Project, Sr. Project
Manager/Client Services
• Oversee in the creation, design and distribution of collateral materials
• Lead research, plan and execute special event outreach opportunities
• Assisted with creation of project Instagram account
• Attends project construction update meetings
Orange County Public Works – On-Call Marketing and Public Relations Services,
Client Services Manager
• Oversee the fulfillment of all contract requirements
• Develop scope of work for each project as requested
• Facilitate the implantation of completion of each project as requested by OCPW
• Establish all administrative procedures to be followed per contract
requirements
OCTA - I-405 Improvement Project, Client Services Manager
• Oversee the assignment of project tasks, including hotline translations
and special events
• Coordinates with agency and MBI staff for any necessary photo
documentation requests
• Team Lead for project’s ground-breaking event
Ventura County Transportation Commission - US 101 – HOV Lane Project:
Approval & Environmental Phase, Sr. Project Manager
• Works closely with VCTC project management team on strategy and
project initiatives
• Inter-agency coordination with Cities of Ventura, Oxnard, Camarillo, and
Thousand Oaks
• Responsible for conceptualizing project website and branded collateral
materials
• Assists with the logistics and execution of public scoping meetings
• Supervised creation and implementation of Project Instagram account
Metrolink – Public Affairs Support Services, Client Services Manager
• Ensure all request for service are fulfilled to meet client’s expectation
• Oversee preparation of scope of work and budget for San Bernardino
Line Improvement Plan
• Develop plan for digitization of all outreach noticing along all lines of service
Metro – Communications Bench, Client Services Manager
• Responsible for all contract Task Orders
• Oversee the staffing and production of all outreach plans and production
for Long Rang Transportation Plan (LRTP)
• Main point of contact for all contract negotiations and fulfillment
Elizabeth Michel || Project Manager
Education
B.S., Business Administration
Emphasis: Marketing
Minor in Psychology
Chapman University
Orange, Calif.
Semester Abroad, Fall 2013
Suffolk University
Madrid, Spain
Capabilities
Proven ability to handle meeting
logistics and coordination
Collaborates with consultants,
vendors, and in-house design
studios to deliver tasks for
complex projects
Organize, maintain and update
databases in order to provide
information that is accurate and
easily accessible
Proficient with Microsoft Office,
including Word, Excel and
PowerPoint, and Adobe Acrobat,
and web content creation
Elizabeth brings a background of effective client and customer service
experience to the table. She is motivated and highly organized, working
effectively and efficiently to meet all deadlines. From the beginning of each
project, she does extensive research until she understands everything. This
allows her to effectively assist the project management team with all tasks
throughout the life of a project. As Project Manager, Elizabeth is responsible
for handling project-related tasks or activities, ensuring they are completed as
requested.
Relevant Experience
City of Seal Beach – 2018-2019 Pier Repairs, Project Manager
• Create and lead comprehensive public outreach campaign regarding
repairs to the City’s pier
• Create detailed reports and provide updates to City departments and City
Council on the project’s progress
• Took part in creation and design of project website
• Plan and execute community events for project
California High-Speed Rail – Construction Package 4 – Communication
Support Devices, Account Coordinator
• Facilitate communication between project team to ensure a quick
response, including a last-minute community outreach effort
• Develop weekly progress report to deliver regular updates and pertinent
information to the project team
• Support community outreach efforts such as noticing, and community
open houses
• Track expenses and progress report activities for monthly project billing
City of Long Beach – Climate Action Adaptation Plan (CAAP), Project
Manager
• Develop effective Community Engagement Strategy as roadmap for
public participation process and build project awareness
• Present technical information clearly to increase understanding
• Utilize technology during outreach events to maximize public
participation
• Successfully created and executed phone banking campaign to raise
awareness and encourage attendance for CAAP events
City of Long Beach – 2040 General Plan Update, Deputy Project Manager
• Facilitate community outreach up to the review/approval of the General Plan
• Implement grassroots outreach including door to door noticing and phone
banking
• Take part in creation and distribution of collateral materials
• Manage compiling all public comments into a comprehensive database
• Maintain and update stakeholder database
Port of Long Beach – Guidance Documents Integration, Deputy Project
Manager
• Participate in bi-weekly team coordination calls
• Coordinate graphic design updates to the guidance documents
• Facilitate logistics in developing the web platform design
CORINNE LYTLE-BONINE, PMP
Director of Environmental Planning
PROFESSIONAL EXPERIENCE
Corinne Lytle Bonine is the Managing Environmental Planner at Chambers Group, as
well as a Senior Project Manager with over 12 years of experience. She has managed an
array of CEQA and NEPA projects in addition to having led the preparation of the
following NEPA and CEQA compliant documents: Environmental Impact Statements,
Environmental Impact Reports, Applications for Certification to the California Energy
Commission, Environmental Assessments, and Initial Studies / Mitigated Negative
Declarations.
Both an accomplished team leader and field agent, Corinne has served as the visual
resources and land use specialist on more than 75 projects. Her permitting projects
include but are not limited to Endangered Species Act Sections 7 and 10 consultations,
USACE Individual Permits, and Section 106 consultations. She has managed
environmental constraints analyses, fatal flaw analyses and technical reports. Her
experience includes supervisory roles in general environmental projects, large-scale
environmental compliance projects, as well as in visual resources and land use impact
analysis.
PROJECT EXPERIENCE
Orange County Public Works, Initial Study/Negative Declaration for the Orange
County Code of Ordinance Proposed Project Amendment, Newport Beach, Orange
County, CA. Project Manager. The County proposed to amend the Orange County Code
of Ordinance by legalizing the presence of dogs to a portion of the mouth of the Lower
Santa Ana River, located between the City of Newport Beach and Huntington Beach.
Chambers Group composed the project description of the project and assisted in
drafting the IS checklist on analyzing potential impacts of the proposed project on the
project area focusing on Aesthetics, Agricultural Resources, Geology/Soils, Hazardous
Materials, Land Use, Mineral Resources, Public Services, Recreation, and
Utilities/Service Systems. The team drafted the required notices and prepared the
distribution list for public circulation. Due to public concern of the proposed project,
Chambers Group prepared a draft and final ND at an expedited rate in order to meet
County deadlines
Newport Boulevard/32nd Street Intersection Improvement Project Initial
Study/Mitigated Negative Declaration, City of Newport Beach, Newport Beach,
Orange County, CA. Senior Environmental Planner. Corinne provided senior oversight
for the preparation of an IS/MND for the improvement of the intersection on Newport
Boulevard and 32nd Street. The IS/MND analyzed potential impacts associated with
construction and operation of the proposed project, including consistency with the
Newport Beach Coastal Land Use Plan. Chambers Group and prepared a coastal
development permit for submission to the California Coastal Commission as a condition
of project approval. The coastal permit demonstrated that the project would not disrupt
coastal access or impact coastal resources. The project was certified by the Newport
Beach City Council in October 2014.
EDUCATION
BA, Environmental Studies,
UC Santa Barbara, (with
honors)
CERTIFICATIONS
Project Management
Professional, #2005796
AFFILIATIONS
Technical Advisory
Committee, San Diego
County Comprehensive
Renewable Energy plan, 2014
– present
Honorable Mention - San
Diego Business Journal 2013
Emerging Generation: 25 in
their 20’s, 2013
Outstanding Performance
and Excellence, Junior
Professional, 2009
Association of Environmental
Professionals, San Diego
Chapter President, 2014 –
present
Association of Environmental
Professionals, San Diego
Chapter Vice President of
Programs, 2012 – 2013
Association of Environmental
Professionals Annual Awards
Event Committee Chair,
2010 - 2012
Technical Advisory
Committee for County of
San Diego's Comprehensive
Renewable Energy Plan
Women of Wind Energy
Huntington Beach Energy Project (HBEP) Application for Certification, Huntington Beach, Orange County, CA.
Senior Technical Reviewer. The HBEP is a proposed natural-gas fired, combined-cycle, air-cooled, 939-megawatt
(MW) electrical generating facility that would replace the AES Huntington Beach Generating Station. Corinne
provided senior technical oversight for several key areas within the Application for Certification (AFC) to the
California Energy Commission seeking permission to construct and operate a power generation facility. These
included Land Use, Visual Resources, Socioeconomics, as well as general CEQA oversight in development of
alternatives, the project description and Project Objectives. HBEP is located in the city of Huntington Beach just
north of the intersection of the Pacific Coast Highway and Newland Street. The project would be located entirely
within the footprint of the existing AES Huntington Beach Generating Station, an operating power plant.
Port of San Diego/Airport Authority Demolition EIR, Port of San Diego, San Diego County, CA. Sr. Environmental
Planner. Corinne conducted an independent review of multiple resource areas during the preparation of the EIR
for the proposed demolition of existing aviation manufacturing facilities located on North Harbor Drive in San
Diego. The specific issues of concern were the removal of asphalt and other paving materials, the removal and
disposal of all hazardous and contaminated construction materials, the removal and disposal of
chlorofluorocarbons, the cutting, capping and removal of all underground piping and utility systems, and the
capping of storm drain and sanitary sewer laterals. Additionally, Corinne's work included coordination with several
distinct agencies, the ramifications of historic building demolition, least tern nesting mitigation, supervising the
transport and disposal of hazardous material, and coastal zone permitting.
San Onofre Nuclear Generation Station Environmental Management and Compliance during Decommissioning
General Contractor, SONGS Decommissioning Solutions (SDS), Southern California Edison and San Diego Gas &
Electric, San Onofre, San Diego County, CA. Environmental Permitting Manager. SONGS Units 2 and 3 occupy
approximately 52.8 acres of SCE’s 83.63-acre easement from the U.S. Government. The principal structures consist
of two pressurized water reactors with containment structures, turbine buildings, auxiliary buildings, an
administrative building, a training building, and cooling system intake and discharge structures. The power block
for both units and the site switchyard cover 27.7 acres, with the remaining 25.1 acres for parking, access and
miscellaneous structures. In June 2013, SCE submitted a Certification of Permanent Cessation of Power Operations
to the Nuclear Regulatory Commission (NRC), certifying that the company has permanently ceased power
operations of SONGS Units 2 and 3. The notification triggered SCE to prepare for the decommissioning process as
defined by the NRC. As part of the Decommissioning General Contractor environmental team, Corinne has assisted
with environmental permitting and compliance strategies, submittals, representation with the Community
Engagement Panel, and key CEQA and NEPA related documents.
San Onofre Nuclear Generation Station Pre-Decommissioning – Trusted Advisor, Southern California Edison and
San Diego Gas & Electric, San Onofre, San Diego County, CA. Environmental Project Manager. The bulk of
Corinne’s work in the San Onofre Decommissioning Project came in pre-decommissioning CEQA/NEPA compliance
support and development of environmental permitting strategy. Specific activities included the submittal of and
receipt of Coastal Development Permits, development of the Environmental Impact Evaluation, and support
during Community Engagement Panel meetings.
San Onofre Nuclear Generating Station Steam Generator Replacement, Southern California Edison, San Onofre,
San Diego County, CA. Environmental Coordinator. Corinne was responsible for constriction compliance activities
during the steam generator replacement project. She coordinated required monitoring and development of
mitigation plans to ensure compliance with CPUC, DOD, and NRC regulations. SCE filed an application with the
CPUC to: (1) replace the San Onofre Nuclear Generating Station Units 2 and 3 (SONGS 2 & 3) steam generators;
(2) establish ratemaking for cost recovery; and (3) address other related steam generator replacement issues. The
project will enable SONGS 2 & 3 to remain in service until the end of the current terms of the Nuclear Regulatory
Commission (NRC) licenses.
Resume 1
Professional Land Surveying
Armando DuPont, PLS
President
Expertise:
Mr. Dupont started his career in the surveying industry in 1977. As
President and founding member of CAL VADA, he is responsible for
all business activities of the company including executive management
of technical, field, engineering, design and land survey personnel. His
project experience includes topographic mapping, boundary surveying
and analysis, ALTA/ACSM Land Title Surveys, construction and
control surveying, preparation of tract and parcel maps, earth work
calculations and quantities, and targeting and control for
photogrammetry observations.
Mr. Dupont is fluent in managing commercial, industrial and
governmental as well as private sector projects. He leads a team of
professionals at CAL VADA providing insight and leadership based on
his years of experience as a Party Chief, Project Surveyor and Project
Manager on a wide array of projects. He has provided work for a
number of industries, including providing services to the engineering,
telecommunications, transportation, environmental and real estate
industries.
Relevant Experience:
Topographic Survey of Beverly Blvd & I-605 | SR-60/I-605 PA&ED, Los Angeles County, CA
January 2017 – December 2017
HDR – Tony Rahimian, 949-463-2441 | Hamid.Rahimian@hdrinc.com
Topographic Survey of a Portion of the Long Beach Airport, Long Beach, CA
September 2016 – November 2016
GHD – Sarmad Farjo, 949-585-5239 | sarmad.farjo@GHD.com
Topographic Survey of a Portion of Naval Air Force Base El Centro, El Centro, CA
August 2016 – April 2017
AMEC FW – Philip M. Stearns, 724-504-1732 | Philip.stearns@amecfw.com
Topographic Survey of Public Right of Way – San Juan Capistrano, CA
April 2017
GHD – Sarmad Farjo, 949-585-5239 | sarmad.farjo@GHD.com
Cycle 7 Citywide Pedestrian and Bicycle Facility Enhancements – Moreno Valley, CA
February 2016
GHD – Sarmad Farjo, 949-585-5239 | sarmad.farjo@GHD.com
Availability:
70%
Years Experience:
Total – 40; with Firm – 29
Education
• A.A. Civil Engineering, Fullerton
College, Fullerton, California
• Land Surveying, California State
University, Pomona, California
Certifications
Professional Land Surveyor,
State of California, United
States, P.L.S. No. 7780
Underground Solutions, Inc.
MICHAEL ARME President
Years of Experience:
Years with Firm
38
13
Education: B.S., Orange Coast College, Costa Mesa 1979
Relevant Licenses or
Registrations:
CSLB License 826001, Class A
Expertise: Michael Arme has been in the General Engineering Contracting Business
since 1978. Worked his way from pipelayer to foreman (JER
Construction), General Superintendent (Thibodo Construction), Vice-
President, and then President of BRH-Garver West, Inc. Founded, and
serves as President of Underground Solutions, Inc. since 2003.
Unique Qualifications: Michael Arme has managed public works projects from 2 million to 15 million
throughout his career. His thorough experience and understanding of the need
of accurate and reliable information by engineering design and construction
contractors was the motivating force behind the conception of Underground
Solutions. Under his leadership, USI has become the first choice for major
engineering firms, municipalities, and contractors for utility potholing and utility
locating services.
Availability: 100%:
Relevant Experience:
Project Name & Location: Mid-Coast Trolley Contract 5000932, San Diego, CA
Client: SANDAG in association with Caltrans – Work performed for Parsons Brinckerhoff
Position: President
Reference: Bradley Miller, P.E., 619-525-8384, millerbm@pbworld.com
Project Description: Utility Potholing via Air Excavation Potholing
Project Name & Location: Mid-Coast Trolley Contract 5000922, San Diego, CA
Client: SANDAG in association with Caltrans – Work performed for Dokken Engineering
Position: President
Reference: Gordon Lutes, P.E. , (858) 514-8377, glutes@dokkenengineering.com
Project Description: Utility Potholing via Air Excavation Potholing
Project Name & Location: Centennial Corridor, and Centennial Corridor APE, Bakersfield, California
Client: , TRIP – Work performed for Parsons Transportation Group
Position: President
Reference: Glen Parker, P E, ( 661) 326-3461, Glen.Parker@parsons.com
Pete Tuccillo, P.E. (661) 831-8782, Peter.Tuccillo@parsons.com
Project Description: Utility Potholing via Air Excavation Potholing.
www.ghd.com
Proposal for
On-Call Professional
Engineering Services
Prepared for City of Seal Beach
April 26, 2019
April 26, 2019
Attention: Iris Lee
Deputy Public Works
Director/City Engineer
City of Seal Beach
Public Works Department
211 Eighth Street
Seal Beach, CA 90740
RE:
Proposal to Provide On-Call
Professional Engineering
Services for the City of Seal
Beach
Design with community in mind
Dear Ms. Lee:
Maintaining quality services for our communities while managing
capital improvement budgets requires an effective approach. For the
City of Seal Beach’s (City) needs, an on-call consultant is an efficient
way to implement your upcoming projects. With an experienced and
flexible team that can successfully support multi-disciplined design
engineering projects simultaneously, your projects will be in good
hands. Stantec Consulting Services Inc. (Stantec) has designed a
team specifically for you. We are proven and respected professionals
who are committed to respond quickly to our clients’ needs. Here are
a few reasons why we are the best fit for your upcoming projects:
Successful partnering relationships with other local cities and
agencies. Our presence in Southern California dates back to 1973.
Since then, we have delivered on-call professional engineering services
for several similar coastal communities, including Newport Beach,
Huntington Beach, Long Beach, Laguna Beach, San Clemente, and
Redondo Beach. We are experienced with challenges that coastal
communities face including, poor existing drainage conditions, high
water tables, and processing Coastal Development Permits through
the Coastal Commission. Additionally, we are experienced in Caltrans
standards, procedures, and the Encroachment Permit process, having
recently processed encroachment permits for the cities of Anaheim,
Mission Viejo, Huntington Beach, Laguna Beach, and Downey.
Reputation for reliability and well-managed projects. We are committed
to designing innovative, implementable, and safe public infrastructure
throughout the City. Locally based and just 30 minutes from your office,
we will respond quickly to your requests. We bring the depth of experience
with national resources of more than 22,000 employees. We have
developed a reputation for providing the right resources and expertise
of a national firm to local projects. Our Irvine office of more than 190
staff can provide full-services for any size project for this contract. Our
references can also verify our responsiveness and collaborative approach.
Ability to deliver cost-effective projects on schedule. We carefully
scope the necessary level of effort to successfully meet your goals,
and believe that successful project delivery consists of not only
completing the project on schedule, but also keeping within the
given budget. We will work efficiently to maintain your budget, just
as we have done on similar on-call contracts. Our team is available
and committed to maintaining your overall vision, adhering to
budget restrictions, and keeping the project(s) on schedule.
Strong understanding of the on-call process. Through decades of experience, we understand the
on-call process and have refined our efforts to be the most responsive and productive for your task
orders. As part of their CIP programs, we are currently or have recently provided on-call engineering
services for the cities of Anaheim, Irvine, Laguna Beach, Mission Viejo, Newport Beach, Santa Ana,
and Downey; County of Orange; OCTA; South Coast Water District; and Port of Long Beach (POLB).
Mohammad Heiat, PE, will act as the Contract Manager and Principal-in-Charge on all task
orders, which will be managed from our Irvine office. The Task Managers will include Jeff
Wilkerson, PE, for roadway and site design related task orders, Roger Chung, PE, for drainage
related task orders, and Robert Reid, PE, for sewer and water related task orders. Jeff will also
serve as the alternate Contract Manager, if necessary. Mohammad is authorized to bind our team
to all terms and conditions in your RFP, as well as herein. We look forward to further discussing
with you how we can support your important civil/transportation engineering projects.
Sincerely,
Stantec Consulting Services Inc.
Design with community in mind
Mohammad Heiat, PE
Contract Manager/Principal-in-Charge
(949) 923-6962
mohammad.heiat@stantec.com
Jeff Wilkerson, PE
Alternate Contract Manager/Task Manager
(949) 923-6959
jeff.wilkerson@stantec.com
What’s Inside
Stantec Qualifications 1
Company Background 1
Organizational Chart 2
Key Personnel Qualifications 3
Resumes 4
Our Work Plan 11
On-Call Approach 11
Approach to Specific Assignments 14
Sample Projects 21
Project Controls 25
References 28
Exceptions to Contract 29
DIR Registration 29
Appendix
Appendix A - Full Resumes
Fee Proposal
Attached Separately
Contents
1
Company Background
Communities are fundamental. Whether around the
corner or across the globe, they provide a foundation,
a sense of place and of belonging. That's why at
Stantec, we always design with community in mind.
We care about the communities we serve—because
they're our communities too. This allows us to
assess what's needed and connect our expertise, to
appreciate nuances and envision what's never been
considered, to bring together diverse perspectives
so we can collaborate toward a shared success.
We're designers, engineers, scientists, and project
managers, innovating together at the intersection of
community, creativity, and client relationships. Balancing
these priorities results in projects that advance the
quality of life in communities across the globe.
We have the experience to implement your project
assignments. Each team member is committed to
completing work on schedule and within budget. We
will keep your projects moving forward seamlessly
through close coordination with team members.
Your professional service needs will be met with our
team’s high quality work, good communications, and
effective project management. As a well-established
local firm, Stantec has the resources and abilities
to provide personalized service while keeping the
work on schedule and within budget. Our team of
engineers, designers and surveyors excel in developing,
enhancing safety and rehabilitating infrastructure
for public facilities, and programs for preserving the
recreational assets and the natural environment.
The City will benefit from the Stantec team by our:
• Staff availability and quick response capabilities
• Excellent communication and comprehensive
coordination of all project issues
• Reputation for innovation and value engineering
• Specific attention for completion of assigned
tasks ahead and/or on schedule
• Local knowledge of the area and coastal communities
• Proficiency with City standards and applicable
state and federal regulatory agencies
• Highly qualified project management capabilities
• Comprehensive QA/QC Program
Stantec Qualifications
Services and Areas of Expertise
Transportation/Traffic
• Transportation/Traffic Engineering
• Traffic Impact, Level of Service
and Operational Analysis
• Parking Studies and Design
• Project Feasibility and Concept Assessment
• Street and Highway Design
• Traffic Signal and Interconnect Design
• Signing and Striping
• Pavement Rehabilitation
• Retaining and Sound Walls
• Traffic Control and Detour Design
Water Resources
• Drainage, Flood Control and Water
Quality Facilities Design
• Hydrology, Hydraulic and Sediment Studies
• Structural Analysis and Design
• Infiltration and Detention Basins
• Storm Water Prevention Pollution Plans
• Water Quality Management Plan (WQMP)
• Water Quality Systems and Wetlands
Wet Utilities (Water and Sewer Systems)
• Hydraulic Modeling
• Reservoirs
• Water Distribution and Pump Systems
• Sewer Lift and Collection Systems
• Recycled Water Systems
• Utility Relocation Planning and Design
Surveying
• Photogrammetric Control Surveys
• Topographical Surveys and Mapping
• Property Boundary and ALTA Surveys
• Global Positioning
• 3-D Laser Scanning
• Construction Staking
Construction Management/Inspection
• Project Management and Control
• Contract Administration
• Construction Scheduling
• Constructability Review
• Bid Support
• Construction Inspections
Landscape Architecture
• Landscape and Irrigation Design
• Park and Trail Design
• Hardscape and Monument Design
• Permanent Erosion Control
• Decorative Pavement Design
• Water Quality Solutions
(bioswales and rain gardens)
Engineering Plan Checking Services
2
Organization Chart
LEGEND
= Key Personnel
City of Seal Beach
LANDSCAPING AND
IRRIGATION
Steve Cook, RLA
Katie McNguyen, RLA
QA/QC
Sherry Weinmeier, PE
CONTRACT MANAGER
Mohammad Heiat, PE
DRAINAGE & WATER QUALITY
Roger Chung, PE, QSD/QSP
Phil Jones, PE
Alisha Flores, PE
ROADWAY/SITE
Jeff Wilkerson, PE
Susan Reid, PE
Dave Lew, PE
WATER AND WASTEWATER
Robert Reid, PE
Jeffery Dunn, PE
Nahid Heidarbaghi, PE
TECHNICAL SUPPORT
TRAFFIC/TRANSPORTATION
Keith Rutherfurd, TE
Josh Park, TE
ENVIRONMENTAL &
PERMITTING
Michael Weber
Gilberto Ruiz
ELECTRICAL
Paul Ericson, PE
SURVEYING & RIGHT OF WAY
Greg Sebourn, PLS
GRANT APPLICATIONS
Maria Morris, PTP
STRUCTURAL
Dan Hayes, PE
GEOTECHNICAL
Jaret Fischer, PE
PUBLIC OUTREACH
Carlos Pineda, PE
3
Name Role
Years of
Experience Education
%
Available California License
Mohammad Heiat Contract Manager 38 BS, MS 30%PE #C45776
Sherry Weinmeier QA/QC 34 BS 20%PE #C41751
Jeff Wilkerson Roadway / Site Lead 19 BS, MS 60%PE #C63466
Susan Reid Roadway / Site Support 25 BS 60%PE #C56872
Dave Lew Roadway / Site Support 9 BS 80%PE #C88915
Roger Chung Drainage & Water Quality Lead 20 BS 50%PE #C65388, QSD/
QSP
Phil Jones Drainage & Water Quality Support 33 BS 50%PE #C44010
Alisha Flores Drainage & Water Quality Support 13 BS 50%PE #C76769
Robert Reid Water and Wastewater Lead 30 BS, MBA 60%PE #C049624, CPA
#52171E
Jeffrey Dunn Water and Wastewater Support 25 BS 60%PE #C58455
Nahid Heidarbaghi Water and Wastewater Support 18 MS 70%PE #C67658
Steve Cook Landscaping and Irrigation Lead 27 BS 60%RLA #4053, LLC
#C27-52894
Katie McNguyen Landscaping and Irrigation
Support 10 MLA, BA 50%RLA #6100, LLC
#981708
Keith Rutherfurd Traffic / Transportation Lead 33 BS, MS 60%TE #1647
Josh Park Traffic / Transportation Support 6 BS 80%TE #2856
Michael Weber Environmental & Permitting Lead 20 BS 30%n/a
Gilberto Ruiz Environmental & Permitting
Support 28 MA, BA 60%n/a
Paul Ericson Electrical Lead 35 BS 40%PE #E11219
Greg Sebourn Surveying & Right of Way Lead 19 AS 50%PLS #8395
Maria Morris Grant Application Lead 13 BA 50%AICP #028708, PTP
#419
Dan Hayes Structural Lead 23 BS 50%PE #C63132
Jaret Fischer Geotechnical Lead 18 BS 30%PE #C80383
Carlos Pineda Public Outreach Lead 38 BS, MS,
MBA 30%PE #C38639
Key Personnel Qualifications
4
Education: MS and BS, Civil Engineering
Registrations: Professional Engineer #45776, CA
Introduction: Mohammad has more than 38
years of professional civil and transportation
engineering experience, including extensive
on-call service experience with local cities
in Southern California. His extensive capital
improvement experience includes street
rehabilitation and reconstruction, street widening,
intersection widening, storm drainage, and water
and sewer design improvements. He has a
strong understanding of Caltrans manuals and
policies, State Standard Plans and Specifications,
Community Development Block Grant (CDBG)
Programs, federal requirements, and the
Greenbook Standard Specifications for Public
Works Construction.
Mohammad Heiat, PE
Contract Manager Project experience for local agencies:
• Lakewood Boulevard Improvements Project, Phases 3B
and 3C, Downey, CA (Principal-in-Charge/QC Supervisor)
• Cerritos Recycled Water Pipeline Extension, Cerritos,
CA (Principal-in-Charge/QC Supervisor)
• Newport Boulevard Widening Improvements,
Newport Beach, CA (Principal-in-Charge/QC Supervisor)
• Oso Parkway Roadway Widening Improvements,
Mission Viejo, CA (Principal-in-Charge/QC Supervisor)
• Irvine Avenue Pavement Rehabilitation Project,
Newport Beach, CA (Principal-in-Charge/QC Supervisor)
• Cliff Drive Beach Street and Legion Street, Laguna
Beach, CA (Principal-in-Charge/QC Supervisor)
• Bonito Canyon Park and Vista Bahia Park Restroom
Replacement Civil Site Design, San Clemente,
CA (Principal-in-Charge/QC Supervisor)
• Gardendale Street Pavement Rehabilitation, Downey,
CA (Principal-in-Charge/QC Supervisor)
• Fairview Road and Wilson Street Intersection
Improvements, Costa Mesa, CA (Principal-
in-Charge/QC Supervisor)
* Denotes projects completed with other firms
Education: MS and BS, Civil and Structural
Engineering
Registration: Professional Engineer #63466, CA
Introduction: Jeff has more than 19 years of
civil engineering experience working for both
public and private clients, with an emphasis on
city and airport transportation projects. He has
been responsible for the project management,
conceptual level design, and delivery of final
PS&Es for projects with a wide range of size and
scope. Jeff is known for his hands-on design
skills, organizational abilities, and delivering
projects on schedule and under budget. Jeff is
an expert in AutoCAD and Civil 3D and leverages
this knowledge to create innovative and efficient
solutions to complex engineering problems.
Jeff Wilkerson, PE
Roadway / Site Lead
Project experience for local agencies:
• Lakewood Boulevard Improvements Project,
Phases 3B and 3C, Downey, CA (Civil Lead)
• Gardendale Street Pavement Rehabilitation,
Downey, CA (Civil Lead)
• Newport Boulevard Widening Improvements,
Newport Beach, CA (Project Manager)
• Oso Parkway Roadway Widening Improvements,
Mission Viejo, CA (Civil Lead)
• Irvine Avenue Pavement Rehabilitation Project,
Newport Beach, CA (Project Manager)
• Fairview Road and Wilson Street Intersection
Improvements, Costa Mesa, CA (Project Manager)
• Lakewood/Rosemead Boulevard at Telegraph
Road Improvements, Downey, CA (Civil Lead)
• Paramount Boulevard Median Island
Improvements, Downey, CA (Civil Lead)
• Brookshire Avenue Pavement Rehabilitation,
Downey, CA (Civil Lead)
• Lomita Boulevard Intersection
Improvements, Lomita, CA (Civil Lead)
Resumes
5* Denotes projects completed with other firms
Education: BS, Civil and Environmental
Engineering
Registration: Professional Engineer #65388, CA;
Qualified Stormwater Pollution Prevention Plan
Developer/Practitioner
Introduction: Roger has 20 years of civil
engineering experience with expertise in hydrology,
hydraulic, and structural analysis for drainage
studies; drainage master plans; and design plans,
specifications, and cost estimates for water supply
and flood control facilities. He has been involved
in the hydraulic analysis and design of numerous
water recharge and flood control projects in Orange,
San Bernardino, Riverside, Los Angeles, San Diego,
Kern, and Ventura Counties.
Project experience for local agencies:
• Lakewood/Rosemead Boulevard at Telegraph Road
Improvements, Downey, CA (Drainage and Water
Quality Manager)
• Newport Boulevard and 32rd Street
Modifications, Newport Beach, CA (Drainage
and Water Quality Manager)
• University of California, Irvine (UCI) Drainage Master
Plan*, Irvine, CA (Drainage Task Manager)
• Fullerton Road Grade Separation*,
Industry, CA (Task Manager)
• Penmar Lane Drainage Improvements*,
Pomona, CA (Project Manager)
• Rosecrans Avenue Grade Separation, Santa
Fe Springs, CA (Task Manager)
• Tustin Avenue and Rose Drive Grade Separation
Project*, Orange County, CA (Drainage Task Manager)
Roger Chung PE, QSD/P
Drainage & Water Quality Lead
Education: BS, Civil Engineering
Registrations: Professional Engineering #41751,
CA
Introduction: Sherry has provided civil
engineering and design services for public
and private infrastructure projects for the
past 34 years. Her design experience includes
concept level infrastructure design through final
design services for large-scale master planned
communities and major transportation facilities.
Sherry manages budgets, schedules, staffing,
and final PS&E delivery for a wide range of
projects in size and scope. Her understanding
of the detail, as well as the owner goals has
resulted in overwhelming success of project
delivery on schedule and within budget.
Sherry Weinmeier PE
QA/QC
Project experience for local agencies:
• Laguna Beach Engineering Services for
Pedestrian Pathway Projects, Laguna
Beach, CA (Principal-in-Charge)
• Herondo Street/Harbor Drive Gateway
Park and Cycle Track, Redondo Beach, CA
(Civil Engineering Task Manager)
• Safe Routes to School Projects, Santa Monica,
CA (Civil Engineering Quality Control)
• Camino Del Rio Traffic Calming and Round-About
Improvements, San Clemente, CA (Quality Control)
• 17th Street Separated Bikeway and Michigan Avenue
Greenway Project, Santa Monica, CA (Project Manager)
• Santa Ana Boulevard and 5th Street Cycle
Track, Santa Ana, CA (Project Manager)
• Culver Drive/University Ave Intersection and
Widening, Irvine, CA (Project Manager)
• Campus Drive/Bristol Street Intersection Improvement
Project, Orange County, CA (Project Manager)
• Moulton Parkway Smart Street Widening
Improvements, El Toro Road to Santa Maria
Avenue, Laguna Woods, CA (Prinicpal-in-Charge)
6* Denotes projects completed with other firms
Education: MBA, Business; BS, Mechanical
Engineering
Registrations: Professional Engineer #049624, CA
Introduction: Robert brings 30 years of diversified
experience in water resources engineering and
consulting for the public sector. He has managed
all phases of water resource projects, including
conceptual planning, feasibility studies, facility
design, and construction management; evaluated
numerous water distribution and wastewater
collection systems; and developed facility plans
to meet projected future needs. These plans have
involved major infrastructure projects related
to water transmission, treatment and storage
facilities, and wastewater collection facilities.
Robert’s extensive technical expertise includes
preparing preliminary and final designs, as well
as providing construction management services
for water distribution and wastewater collection
facilities.
Project experience for local agencies:
• Long Beach Municipal Urban Stormwater
Treatment System, Long Beach, CA
(Conveyance and Diversions Task Leader)
• Wells 5, 6, 7 and Califia Rehabilitation, San
Clementa, CA (Project Manager)
• Doheney Village Water Supply Assessment,
Dana Point, CA (Project Manager)
• Sanitary Sewer Beach Interceptor Trenchless
Improvements, Laguna Beach, CA (Project Manager)
• Upgrade Coastal Junction (CM-10) Valve Replacement -
Preliminary Design Report, Irvine, CA (Principal-in-Charge)
• Upgrade Coastal Junction (CM-10) Valve Replacement
- Final Design, Irvine, CA (Project Manager)
• Lift Station No. 6 Force Main Replacement,
Dana Point, CA (Project Manager)
• Lincoln Avenue 16-inch Water Main,
Anaheim, CA (Project Manager)
• Miscellaneous Water Vault Rehabilitation, Anaheim,
CA (Project Manager/Principal-in-Charge)
• Loara Street 8-inch Water Main Replacement,
Anaheim, CA (Principal-in-Charge)
• Cypress Transmission Rehabilitation,
Azusa, CA (Principal-in-Charge)
Robert Reid PE
Water and Wastewater
Education: BS, Agricultural Business Management
Registrations: Landscape Contractor #4053, CA
Introduction: Steve’s more than 27 years of combined
experience as a Registered Landscape Architect,
a Licensed Landscape Contractor, a Certified
Water Auditor, and a Member of the Environmental
Protection Agency’s (EPA) Watersense Partnership
Program provide him a broad base of valuable
knowledge. His years of experience as a Landscape
Contractor working directly with the materials most
commonly used in landscape construction give him
a breadth of information to draw upon for irrigation
design and valuable insight when conducting site
observations and providing other field construction-
related services. Steve’s experience as a landscape
architect and a Certified Landscape Water Auditor
provide him the knowledge necessary to design the
most current environmentally friendly and efficient
irrigation delivery systems.
Project experience for local agencies:
• Bastanchury Road, Unocal*, Fullerton,
CA (Landscape Architect)
• Santa Ana Canyon Road, Anaheim, CA (Project Manager)
• Katella Avenue Smart Street Improvements, Ninth Street
to Humor Drive, Anaheim, CA (Landscape Architect)
• Miraloma Streetscape, Anaheim,
CA (Landscape Architect)
• Culver Drive/University Avenue Intersection and
Widening, Irvine, CA (Landscape Architect)
• Maine Avenue Complete Streets, Baldwin
Park, CA (Project Manager)
• Golden Valley Road, Santa Clarita,
CA (Landscape Architect)
• Santa Monica Berkeley Street Traffic Calming,
Santa Monica, CA (Landscape Architect)
• Mecca Streets Revitalization - Economic Development
Agency, Riverside, CA (Landscape Architect)
• El Camino Real/Carmel Mountain Road at Torrey
Hills, San Diego, CA (Landscape Architect)
• Marywood Pump Station, Orange,
CA (Landscape Architect)
Steve Cook RLA
Landscape and Irrigation
7* Denotes projects completed with other firms
Education: MS, Civil and Transportation
Engineering; BS, Administrative Studies
Registrations: Professional Traffic Engineer
#001647, CA
Introduction: Keith offers 33 years of
transportation and traffic engineering experience
with a broad background in transportation
analysis and design plans preparation. He has
performed technical analyses and studies,
prepared various reports, and designed
improvement plans for numerous public
works projects. Keith’s specific transportation
engineering experience includes road alignment
studies, highway and street improvements design
with geometric studies, interchanges, and ramps;
traffic engineering, including site impact studies;
and signing, striping, traffic signal, and traffic
control plan design.
Keith Rutherfurd TE
Traffic Analysis and Design/Public Outreach
Project experience for local agencies:
• Fullerton College Traffic and Parking Study,
Fullerton, CA (Project Manager)
• Lakewood Boulevard Improvements Project,
Phases 3B and 3C, Downey, CA (Traffic Lead)
• Gardendale Street Pavement Rehabilitation,
Downey, CA (Traffic Lead)
• Newport Boulevard Widening Improvements,
Newport Beach, CA (Traffic Lead)
• Oso Parkway Roadway Widening Improvements,
Mission Viejo, CA (Traffic Lead)
• Irvine Avenue Pavement Rehabilitation Project,
Newport Beach, CA (Traffic Lead)
• Fairview Road and Wilson Street Intersection
Improvements, Costa Mesa, CA (Traffic Lead)
• Lakewood/Rosemead Boulevard at Telegraph
Road Improvements, Downey, CA (Traffic Lead)
• Paramount Boulevard Median Island
Improvements, Downey, CA (Traffic Lead)
• Newland Street Improvements, Cities of Westminster
and Huntington Beach, Orange County, CA (Traffic Lead)
Education: BS, Environmental Studies
Introduction: With 20 years of progressive
environmental consulting experience,
Michael’s expertise involves coastal land uses
subject to discretionary agency approvals
and public environmental review. Michael
provides environmental services and leads
multi-disciplinary teams through all life cycle
phases of projects. Michael has an expertise in
environmental permitting, and has experience
obtaining discretionary permits for projects
that are subject to multi-agency oversight and
significant community involvement. He works on
projects that are often located in sensitive areas
with significant natural resource constraints.
Michael has experience obtaining project permits
and approvals from a wide range of federal, state,
and local agencies.
Project experience for local agencies:
• Newport Bay Water Wheel Project, Newport
Beach, CA (Project Manager)
• Remedial Excavation and Systems Installation,
Seal Beach, CA (Project Manager)
• Top of the World Pedestrian Pathway, Laguna
Beach, CA (Environmental Task Manager)
• Belmont Island Decommissioning Project*,
Orange County, CA (Project Manager
and Environmental Scientist)
• Boatyard Improvements Project*, Port of
San Diego, CA (Project Manager)
• Aliso Creek Trail Slope Repairs Project, Orange
County, CA (Environmental Task Manager)
• E&B Resources Proposed Oil Production Project,
Hermosa Beach, CA (Project Manager)
• Sweany Water Line Replacement Project,
Crystal Cove, CA (Principal)
• Active Transportation Plan, Costa
Mesa, CA (Principal-in- Charge)
Michael Weber
Environmental
8* Denotes projects completed with other firms
Education: BS, Electrical Engineering
Registrations: Professional Engineer #E11219,
State of California
Introduction: Paul has over 35 years of
consulting engineering with design experience
in lighting, power and special systems design
for both new and renovation projects. Paul is
responsible for project management including
client contact, overall concept designs,
specifications, project scheduling, estimating,
and supervising design personnel. He is actively
involved with the Illuminating Engineering
Society of North America (IESNA) at the Society
level and has received lighting design awards
from the IESNA.
Paul Ericson PE
Electrical
Project experience for local agencies:
• Port of San Diego Banner Art Project Lighting
Design*, Imperial Beach, CA (Principal-in-Charge)
• City of San Diego Various Roadway and Bridge
Lighting Projects*, San Diego, CA (Electrical Lead)
• City of Oceanside, Street Lighting & Utility Coordination
for Various Projects*, Oceanside, CA (Electrical Lead)
• San Diego County Fleet Maintenance and Parking
Structure Facility, San Diego, CA (Electrical Lead)
• San Diego Zoo Parking, San Diego, CA (Electrical Lead)
• Discovery Center at Grant Park*, San
Diego, CA (Electrical Lead)
• The Hodges Golf Center*, Escondido, CA (Electrical Lead)
• LAX- Consolidated Rent A Car (ConRac)
facility, Los Angeles, CA (Electrical Lead)
• San Diego Airport Terminal 2 Parking Plaza,
San Diego, CA (Electrical Lead)
Education: AS
Registrations: Professional Land Surveyor
#8395, State of California
Introduction: Greg has more than 19 years of
professional experience in numerous aspects
of land surveying and mapping. His expertise
includes business development; project
management; client management; and surveying,
mapping, and map checking services. Greg
works with public and private entity clients
throughout Southern California. Some of his
municipal projects included the Anaheim
Stadium properties subdivision, monument
preservation efforts; and design topographic,
and construction surveys for pavement, sewer,
and right-of-way improvement projects. Greg
is significantly active in the land surveying
professional community, having served as the
California Land Surveyors Association’s (CLSA)
Director and CLSA’s Orange County Chapter
President.
Project experience for local agencies:
• Multiple On-Call Map Checking*, Southern CA
(Quality Assurance/Quality Control Supervisor)
• On-Call Services, City of Anaheim Subdivision, and
Parcel Consolidation of Anaheim Stadium Properties*,
Anaheim, CA (Senior Survey Project Manager)
• On-Call Surveying and Mapping, Metropolitan Water
District (MWD) of Southern CA*, County of Riverside,
California (Survey and Mapping Task Leader)
• Robert W. Goldsworthy Desalter*,
Torrance, CA (Project Surveyor)
• On-Call Services, City of Anaheim City-Wide
Sanitary Sewer Improvement Program*, Anaheim,
CA (Senior Survey Project Manager)
• Lakewood Boulevard Improvements, Project
Phase 3B and 3C, Downey and Pico Rivera*,
Downey and Pico Rivera, CA (Project Surveyor)
• On-Call Services, City of Anaheim Santa Ana
Canyon Road Rehabilitation and Realignment*,
Anaheim, CA (Survey Manager)
• 2011-2015 Residential Street Rehabilitation
Project Monumentation Preservation Services*,
Huntington Beach, CA (Project Manager)
Greg Sebourn PLS
Surveying & Right of Way
9* Denotes projects completed with other firms
Education: BA, Environmental Analysis and Design
Registrations: Professional Transportation
Planner #419; Certified Planner #028708,
American Institute of Certified Planners
Introduction: Maria has been involved in
Transportation Planning for more than 13 years.
She is well-rounded in the profession with
experience in short and long-range transportation
planning, travel demand modeling and forecasting,
land use impact analysis, transportation
system evaluation, highway corridor planning,
transportation demand management strategies,
transportation management plans, traffic
simulation models, roundabouts, bicycle and
pedestrian plans, SB 375 and SB 743, GHG and
VMT reduction strategies, and GIS applications.
Project experience for local agencies:
• Los Angeles Metro On-Call Grant Writing,
Los Angeles, CA (Project Manager)
• City of La Habra Systematic Safety Analysis
Report Program (SSARP) and HSIP Grant
Applications, La Habra, CA (Project Manager)
• Living Streets Design Manual/Aviation Boulevard
Multimodal Corridor Plan, Redondo Beach, Manhattan
Beach, and Hermosa Beach, CA (Project Manager)
• Pereira Drive Collector Road Study and
Improvements, Irvine, CA (Task Manager)
• Traffic Analysis for the SR-126 Feasibility Study/TEPA,
Los Angeles County, CA (Lead Technical Manager)
• SR-126 Project Study Report/Project Development
Support (PSR/PDS) for EA 31590K Traffic Study and
TEPA, Los Angeles County, CA (Lead Technical Manager)
• SR-91 Widening Between SR-57 and SR-55,
Interchange Areas PSR/PDS Traffic Analysis Report,
Orange County, CA (Lead Technical Manager)
Maria Morris PTP, AICP
Grant Applications
Education: BS, Civil Engineering and
Environmental Engineering
Registrations: Professional Engineer #63132,
State of California
Introduction: Dan has 23 years of civil
engineering experience with extensive
experience in structural analyses and design,
and preparation of design plans, specifications
and cost estimates for retaining walls, water
systems, pump stations, channels, dams and
reservoir facilities. He has been involved in the
structural analysis and design of several retaining
walls, water recharge and flood control projects
in Riverside, San Bernardino, Orange, and Los
Angeles counties.
Project experience for local agencies:
• Oso Parkway Roadway Widening*, Mission
Viejo, CA (Structural Engineer)
• Avalon and Arroyo at Baker Ranch, Parcels 2013-152
and 2013-159*, Lake Forest, CA (Structural Engineer)
• Cypress Village PA 40*, Irvine, CA (Structural Engineer)
• Tract 16702, PA1, Orchard Hills*,
Irvine, CA (Structural Engineer)
• Tract 46908 Debris Wall Design*, Valencia,
CA (Structural Engineer Task Manager)
• Forest Lawn Hollywood Hills, Sennett Creek Stabilization
Project, Glendale, CA (Senior Project Engineer)
• Forest Lawn Covina Hills, Mitigation Basin
5, Covina, CA (Senior Project Engineer)
• Laguna Audubon Retarding Basin Floodwall
Improvement, Aliso Viejo, CA (Structural Engineer)
• Newport Boulevard Widening Project*,
Newport Beach, CA (Structural Engineer)
Dan Hayes PE
Structural
10* Denotes projects completed with other firms
Education: MBA; MS and BS, Civil and Structural
Engineering
Registrations: Professional Engineer #38639, CA;
LEED AP; QSD, QSP #01336
Introduction: Carlos has more than 38 years
of experience in civil engineering and project
management with extensive experience working
for private and public sectors. His public works
design experience spans various projects, including
improving major arterials, secondary highways
and collectors, flood control and drainage projects,
ADA retrofit, and safe routes to school projects. His
private sector design experience includes residential
master planned communities, “in tract” residential
improvements, and commercial centers. Carlos’
hands-on management approach and extensive
knowledge of public agencies standards and
permitting procedures will be instrumental in helping
ensure your projects are completed within budget and
schedule. His experience also includes leading and
participating in public outreach meetings.
Carlos Pineda, PE, QSD/P, LEED AP
Street Design and Public Outreach
Project experience for local agencies:
• Los Serranos Infrastructure Improvements
Under the Safe Routes to Schools Program
Phase 3*, Chino Hills, CA (Project Manager)
• English Springs Park Restroom Facility,
Chino Hills, CA (Project Manager)
• Citywide Major Street Rehabilitation
(FY 13/14 – FY 14/15)*, Pomona,
CA (Project Manager)
• Fairview Road Safety, Improvement Project,
Costa Mesa, CA (Project Manager)
• Pomona Rincon Transfer Station, Chino
Hills, CA (Project Manager)
• North San Fernando Boulevard Safety
Improvements, Burbank, CA (Project Manager)
• Cress Street Sidewalk and Wall Improvements,
Laguna Beach, CA (Project Manager)
• Leland Way Streetscape Improvements,
Burbank, CA (Project Manager)
• SR2S Hermosa View Improvements*,
Hermosa Beach, CA (Project Manager)
Education: BS, Environmental Resources
Engineering
Registrations: Professional Engineer #80383, CA
Introduction: Jaret has more than 18
years of experience in the environmental
and geotechnical industry. He manages
environmental and geotechnical portfolios for
several major oil company clients, solar energy
clients, and supporting the geotechnical needs
of other regional offices. Jaret researches
and authors Phase I and II ESAs, completes
geotechnical investigations and compaction
reports, provides construction management
and oversight, and provides geotechnical soils
laboratory testing.
Jaret Fischer PE
Geotechnical Engineering/Testing
Project experience for local agencies:
• South Street and East Street Roadway Expansion
Project, Anaheim, CA (Senior Engineer)
• John Wayne Airport, Campus Drive Widening
Project, Irvine, CA (Senior Engineer)
• Culver/University Intersection Improvement
Project, Newport Beach, CA (Senior Engineer)
• Various Environmental Site Assessments,
Various Cities, CA (Senior Engineer)
• March Air Reserve Base Joint Deployment
Facility, Moreno Valley, CA (Senior Engineer)
• Grayson Power Plant, Glendale, CA (Senior Engineer)
• AutoNation Roseville Subaru, Roseville,
CA (Senior Engineer)
• Various Geotechnical Oversight Projects,
Various Cities, CA (Senior Engineer)
• Environmental Sampling and Remedial Excavation
Oversight, Various Cities, CA (Senior Engineer)
11
Understanding and Objectives
The City requires a seasoned consultant to support
your upcoming projects. We have the team,
experience, and community understanding to
achieve your objectives in a timely and cost effective
manner—through diligent project management,
team work, and state-of-the-art technical skills. As
an extension of your engineering staff, we will
perform all services in collaboration with you.
We will respond to your task orders promptly
and will prepare and submit a detailed work
plan, schedule, and cost estimate. Our main
objective is to meet and exceed your goals for
each task order. We will work very closely with
your project manager to define and understand
how to meet your objectives. This includes
selecting the appropriate team members, using
resources effectively, preparing a schedule with
clear and feasible milestones and deadlines, and
offering a fair and competitive budget. After you
select us for an assignment, we will meet with
you before proceeding to review and confirm
the scope of services, schedule, and fee.
We pride ourselves on continuously seeking
innovative approaches and solutions while
executing civil engineering design projects.
Our experience and knowledge of coastal
communities allow us to identify various
alternative solutions to a variety of projects.
During the project, we will explore value engineering
opportunities to reduce your costs. In addition,
all deliverables will undergo a thorough review by
our assigned task manager, our Contract Manager,
Mohammad Heiat, and our QA/QC Manager,
Sherry Weinmeier. Prior to each submittal, our
meticulous attention to detail helps ensure that all
deliverables from each design discipline are well-
coordinated. This is accomplished by electronic
file sharing, face-to-face coordination meetings,
and in-house QC reviews prior to submitting
each project progress phase deliverables.
Description of Efforts
We know the on-call process and have
refined our efforts to be the most efficient
and effective for your projects.
The scope of work for any one project may
involve all phases of project development.
For most general on-call engineering services
requests, we will prepare engineering
design plans, reports, specifications, and
estimates (PS&E) for construction.
The phases of work for a typical project
will include preliminary engineering, final
engineering, and bid and construction support
services. See the Project Workflow Diagram
on page 13 for a typical task order.
Preliminary Engineering
We begin the project by identifying and addressing
major project design issues before work
commences on the construction documents.
To initiate this phase, we meet with you to gain
an understanding of the project objectives,
timing, budget, and views of internal and
external stakeholders. We perform research and
discovery to understand existing conditions,
development procedures, and criteria; and
identify opportunities and constraints. We review
available plans and supporting documents and
prepare a report summarizing findings and
recommendations for the project design. We also
prepare conceptual plan alternatives, technical
studies, and cost estimates as required.
Typically, once a preferred alternative is selected, it
will be developed into preliminary construction plans
(approximately 50% level). The conceptual studies
and plans developed during this phase are used
as the basis for the design development drawings
and documents. In our experience, this phase is
instrumental in confirming design objectives,
highlighting project opportunities for cost savings,
and expediting the design and approval process.
Our Work Plan
As a well-established local firm, we have the in-house
resources and abilities to provide personalized service,
while keeping work on schedule and within budget.
On-Call Approach
12
Final Engineering
Once we receive comments on the preliminary
construction plans, we further develop the final
construction documents. We typically produce
PS&E at the 90%, 100%, and final levels and submit
them to be reviewed by the City for submittal to the
appropriate departments or other required agencies.
Bid and Construction Support
As projects are typically bid out to Contractors
after the final engineering phase is completed,
we provide bid support services as requested by
you. Once the project has been awarded, we will
attend the pre-proposal, pre-construction, and
other on-site meetings, as needed. We will review
shop drawing and material submittals, address the
Contractors questions and requests for information
in writing, and prepare the final Record Drawings.
All civil engineering assignments will follow a
systematic set of tasks, as illustrated in the
following project workflow diagram. The various
components and steps include our process for
completing a typical public works design project.
Private Development Plan Checking
In response to a specific plan check assignment, we
will enlist team members with the required skills to
prepare a detailed work plan, schedule
and cost estimate for review and approval by
you. We will meet with you to review and refine
the scope of services and schedule, and to
negotiate the corresponding contract amount, if
necessary. Once the City agrees with the project
plan and cost, and the notice to proceed is
issued, we will begin the plan check and manage
the review through satisfactory completion.
At the beginning of each plan check assignment,
we will meet with you to receive the plans and to
gather/review existing data and information, as
required. City staff will note the assignments given
to us in the plan check logbook, and we will note
the review priority for each project assigned. We
will discuss with you any concerns or conditions
associated with each project as identified by you.
When beneficial for plan review and general
project knowledge, we will conduct a field
visit of the project sites to confirm existing
improvements and adequacy of project design.
We will coordinate with you and other consultants
performing a simultaneous review of other
components of a project, as required. We will
typically make plan check comments directly on
the plans with the most significant comments
summarized in a memo to you. We will be available
to attend project meetings with you to discuss
plan check comments with plan designers.
13
Project Design Workflow Diagram
Request for Proposal
or Task Order
Prepare Scope and Fee
Negotiate Scope and Fee
Task Authorization
(NTP)
Planning and Schematic Design
• Review Existing Data
Reports
• Site Visit/Field Evaluation
• Topographic Survey
• Utility Research
• Geotechnical Study
• Environmental Documents
• Research Existing Utility/
Right-of-Way Information
• Prepare Traffic/Drainage/
Water and Sewer Studies
• Prepare Alternative, Concept
Plan, and Preliminary
Engineer's Estimate
• QA/QC Review
50% Design
• 50% Plans
• Engineer’s Opinion of
Probable Construction
Costs (EOPCC)
• SWPPP/WQMP
Requirements
• Utility Coordination
• QA/QC Review
• Submittal to City and
Other Agencies
90% and 100% Design
• Respond to Comments
• Final Plans
• Final EOPCC
• Final Specifications
• Final SWPPP/WQMP
Documents
• QA/QC Review
• Submittal to City and
Other Agencies
Bid Support
• Pre-bid Meeting
• Respond to Questions
• Issues Addendums
Construction Support
• Pre-Construction Meeting
• Respond to RFIs
• Review Shop Submittals
• Attend Weekly
Construction Meetings
• Project Close-Out/
Record Drawings
Public Outreach City Review
Meeting
City Review
Meeting
City/Other Agencies
Approval Plans
City Responsibility Stantec Responsibility
City/Stantec Responsibility City/Other Agencies Responsibility
Note: 60% or 75% design submittal may be required for larger, complex projects.
14
The following presents our approach/work plan
for the typical tasks expected under this on-
call. An exact scope of work will be determined
once a specific task order has been received.
Preliminary Engineering
Background Research, Data
Collection, and Field Reviews
We will obtain available as-built record drawings,
right-of-way maps, and other pertinent information
from you and other agencies, as appropriate, such
as the County of Orange, (the County) and Caltrans.
We will visit the site and conduct a project site
inventory to verify and supplement the available
as-built drawings and base mapping and to confirm
the scope of the project. On street improvement
projects, we typically evaluate non-compliant
ADA access improvements and identify visible
asphalt and concrete deficiencies to be repaired.
Utility Research and Coordination
We will provide full-service utility coordination,
including utility research, determining ownership
rights, submitting utility information requests,
reviewing and noting utility conflicts (providing
potholing and/or ground penetrating radar
if required), securing utility permits, and
preparing and processing utility relocations.
Design Survey and Base Mapping
An accurate base map consisting of existing
topographic information, street centerlines
and right-of-way lines, and utilities will yield the
best possible design and reduce the potential
for contractor change orders. Our in-house
surveyors will perform surveying services to
establish the existing topographic, utility and
right-of-way base maps within the project
limits. These base maps typically include:
• A mapping base depicting street centerlines,
right-of-way lines, parcel lines, and easements.
• A field topographic survey to document existing
site topography and planimetrics
• An existing utilities base which includes known
underground utility lines
We can also provide an aerial topographic survey
and a color digital orthophoto if required for the
project.
Geotechnical Investigation
We will perform subsurface explorations, soil
testing and data analyses of the existing site
and use this information to prepare a report
of our findings and provide geotechnical
recommendations for the task order.
Environmental Documents and Permit Compliance
Our multidisciplinary environmental team has
services ranging from hydrology and water quality
to paleontology to noise and air studies. We are
organized to be a scalable team that can support
larger task orders for full-service California
Environmental Quality Act (CEQA) and National
Environmental Policy Act (NEPA) documents, as
well as smaller contracts for staff augmentation.
We understand the City needs an environmental
consultant to review and evaluate existing planning
and technical documentation for a variety of
projects either already permitted and approved,
undergoing environmental review, or in the
planning process. Some of these documents may
include joint CEQA/NEPA documents in which
the City serves as the lead agency per CEQA, and
Department of Defense (DoD) or Caltrans serves
as the lead agency under NEPA, provided federal
funding or permits of projects is involved. As
such, we assume that in addition to City staff, the
Naval Weapons Station Seal Beach and Caltrans
(District 12) staff may for certain projects be
involved to some degree in oversight and review of
documents and associated permits. If Caltrans or
DoD are not involved, we would utilize the guidance
included in the 2019 CEQA guidelines or templates
approved by the City. Gilberto and Michael will
identify a task manager to coordinate and lead the
environmental documentation which may include:
Approach to Specific Assignments
The preliminary engineering
phase is instrumental to confirm
design objectives, highlight
project opportunities for cost
savings, and expedite the design
and approval process.
15
• Categorical Exemption/Categorical Exclusion
• Initial Studies/Environmental Assessments
• Environmental Impact Report/Environmental
Assessment
• Environmental Impact Reports/Environmental
Impact Statements
Stantec maintains a full suite of in-house
capabilities for the preparation of technical
studies and permits including:
• Visual simulations and viewshed inventories
• Visual resource management/visual resource
inventory
• Land evaluation and site assessment models
• Farmland conversion impact rating assessments
• Biological resources technical reports (Section
10/7, Section 2081)
• Revegetation and restoration plans
• Landscape/irrigation plans and specifications
• Archaeological technical reports
• Historic American building surveys/historic
• American engineering records
• Geotechnical hazard assessments
• Air quality impact assessments
• Health risk assessments
• Traffic impact assessment
• Coastal Development Permit
• Jurisdictional determinations and delineations
(Section 404 and 401)
Traffic Studies and Operational Analysis
We have vast experience preparing traffic studies
and operations analysis for various types of
street improvement projects. Our approach to
the wide variety of traffic studies and analysis
is to conduct thorough background research,
data collection, analysis, findings, conclusions,
and recommendations for each project. We
have a suite of state-of-the-art traffic analysis
software for level of service analysis for traffic
impact studies and for traffic simulation analysis
and traffic signal timing/coordination, including
VISSIM, Vistro, TransModeler, and Synchro/
SimTraffic. Our analysis tools also include
AutoTurn and several traffic tools for intersection
capacity utilization and queuing analysis.
Conceptual Roadway Design
We will prepare conceptual roadway plans
based on the traffic study recommendations.
Our roadway engineers will utilize Civil 3D during
this preliminary engineering phase to quickly
design the proposed roadway geometrics, both
horizontally and vertically. Preparing a 3D model
of the proposed improvements at this stage
allows us to accurately confirm impacts to off site
improvements, including any additional right-of-way
required, which is critical moving into final design.
Utilizing Civil 3D also allows us to study different
alternatives efficiently, so that we ultimately
select the best available option. The conceptual
roadway plans typically also include sight distance
triangles and design vehicle requirements.
Accompanying the conceptual roadway plans will
be the landscape concept plan which will depict
a streetscape which is most representative of
the improved site. This graphic will be a color
illustrative depicting trees, shrubs, ground covers,
decorative pavement, boulders and other softscape
elements within the area of design. It will include
a plant legend that will state the scientific as
well as common name of the plants proposed to
be used. This will help communicate the design
intent and proposed theme of the project to the
city staff, stakeholders, and public as necessary.
Finally, a preliminary cost estimate will be prepared,
so the City can review the cost of the project
versus the project budget to determine if any
value engineering revisions need to take place.
On the recent Irvine Avenue Pavement
Rehabilitation project, we provided the
City of Newport Beach with nine different
pavement rehabilitations options along with
the pros and cons of each. We also provided
rough constructions costs for the different
strategies that helped the City select the
option that best fit their budget.
Cost Savings
16
Alternatives and Value Engineering
We will provide value engineering analysis and
identify design and construction alternatives that
may be employed to reduce project costs
and minimize conflicts between the proposed
improvements, existing site improvements,
and utilities.
Community Outreach
We will provide the necessary services to schedule
and conduct public community meetings to present
the project. Stantec has extensive experience in
CEQA (and NEPA) public outreach and scoping
meeting compliance requirements and regularly
employs cutting edge community outreach
programs and techniques. Our team will work
with community groups and present informational
materials in the public forums (e.g., workshops,
public hearings) to provide the community with a
clear description of the project and its temporary
impacts and long-term benefits. We are leaders
in the use social media platforms for community
outreach campaigns and meeting preparation and
facilitation. The public increasingly expects and
demands that public agencies provide information
about projects online and have meetings conducted
“virtually” so that they may attend from anywhere
they may be. Given this, Stantec is fully integrated
into the suite of social media platforms, such
as Facebook Live, Twitter, and web meetings
or through channels such as wikis, Instagram,
YouTube, LinkedIn, online surveys, voting, and
even virtual worlds (modeling) or other digital
tools. In this new digital world, engagement
requirements and public meeting facilitation must
rapidly adapt as content/issues and projects
evolve. Stantec is well prepared for this rapidly
changing component of public outreach.
Right of Way Engineering
When right of way, permanent easements or
temporary construction easements need to be
obtained due to roadway widening or other
proposed improvements, we will prepare legal
descriptions and exhibits to identify the right of
way and easement areas required for project
construction. These exhibits show existing
property lines and all required right-of-way
and easement areas. We provide traverse
calculations and tie distances for acquisition
areas that cannot be readily tied to a survey or
construction centerline. Preliminary title reports
can be provided as part of this task, and we can
add a specialized subconsultant for appraisal
and negotiation services if necessary.
Drainage Studies and Analysis
Stantec’s holistic approach to drainage analysis
begins with our assessment of drainage related
project impacts. Drainage impacts associated
with projects will be evaluated by inventorying
the streets, catch basins, and storm drains that
presently receive flow from the project-inclusive
watersheds. Once identified, an evaluation of
flow increases or decreases will be performed for
each facility. In the event that flow increases are
anticipated, an analysis will be made to determine
the magnitude of the increase, and whether or
not that increase will be significant with respect
to existing facility capacities. At the conclusion
of the drainage evaluation, a Drainage Evaluation
Memorandum will typically be prepared that
documents the findings of the drainage evaluation.
Water and Sewer Studies and Network Analysis
We understand that your water system consists
of approximately 73.4 miles of pipelines, two
boost pump stations, two forebay reservoirs,
four active wells, one imported water supply
connections and emergency connections with
four other entities. Your Water Master Plan
Update was last completed in July 2012.
To perform a water study that requires hydraulic
modeling, we would import the existing model into
our Innozyve’s InfoWater modeling software. We
would verify the accuracy of the existing model
and make any updates that have not been reflected
in the current model. Next, we would make any
revisions to the model based on the study area
changes so that the distribution system would meet
your water system performance evaluation criteria.
We understand that your sewer collection system
includes approximately 181,000 feet of gravity
sewer pipe, and seven lift stations and force mains.
The City has seven major drainage areas that all
drain to Orange County Sanitation District facilities.
The first public meeting we held
for the City of Downey’s ongoing
Telegraph Median Improvement
project drew 20 residents—
after addressing their issues,
the number of residents who
attended the second meeting
decreased to three.
17
Your latest draft Sewer System Master Plan
was completed in February 2018. The hydraulic
modeling used Innovyze InfoSewer 7.6 platform.
To perform a sewer study that required hydraulic
modeling, we would import the existing model into
our Innozyve’s InfoSewer modeling software. We
would verify the accuracy of the existing model
and make any updates that have not been reflected
in the current model. Next we would make any
revisions to the model based on the study area
changes so that the collection system would meet
your sewer system performance evaluation criteria.
Final Engineering
Roadway Widening and
Realignment Improvements
Roadway widening and realignment improvements
will be designed in accordance with the latest
City, County, and Caltrans standard plans
and requirements. The plans will depict all
roadway improvements required to implement
the approved concept plan or scope of work.
Pavement improvements will be based on the
geotechnical report, design cross sections
will be prepared using Civil 3D to confirm
the roadway geometrics, and the plans will
address any off site improvements required.
Roadway Rehabilitation Improvements
The goal of any roadway rehabilitation project
is to provide the most cost-effective pavement
resurfacing option to help ensure that the City
is getting the “most bang for its buck” when
enhancing and maintaining its infrastructure.
We will explore all construction alternatives
using innovative techniques such as in-place
non-destructive deflection testing and ground
penetrating radar. Utilizing these advanced
techniques allows us to better value engineer the
pavement structural design section by isolating
the more distressed areas (which may require full
depth pavement repairs) from the less distressed
areas (which may only require cold milling and
overlays). We can also provide recommendations
for more advanced pavement rehabilitation
strategies such full depth reclamation (FDR),
and will be available to discuss the benefits
and drawbacks of each option. In addition to
pavement resurfacing, we will diligently review
the project site and provide all necessary ADA
upgrades to curb ramps; correct local drainage
issues; repair damaged curbs, gutters, and
sidewalk; adjust utilities to grade; provide tree
root pruning; and replace loop detection.
Signing and Striping Plans
We will adhere to your design criteria and
requirements and conduct a thorough research of
existing conditions. During our field review we will
verify improvements shown on record drawings
and to identify noteworthy features such as
existing signs, posted speed limits, existing lane
widths, and transition tapers. Signing and striping
improvements will be designed in accordance
with the latest California Manual on Uniform
Traffic Control Devices (CA MUTCD). If necessary,
existing signs may be replaced or supplemented
with new signs to meet current standards.
Traffic Signal Plans
During our field review, we will thoroughly research
existing conditions, including documentation
of existing utilities and design constraints near
the existing traffic signals. Early identification
and resolution of potential utility conflicts and
coordination with utility agencies for new electrical
services are a critical component of managing
these projects and we stress timely and well
documented communications. Traffic signal
improvements will be designed in compliance
with the latest CA MUTCD, and some intersections
may be upgraded to video detection as required.
Traffic Control Plans
We will identify construction staging that allows
efficient construction of the project improvements
while providing a safe work zone for construction
personnel and minimizing impacts to motorists
and adjacent properties. The success of many
projects is judged from a public/stakeholder
perspective as a function of the impacts associated
with implementation. We keep this in mind
throughout the development of the traffic control/
construction staging plans. Our traffic control
plans show all traffic control measures required to
implement each construction phase, including all
traffic control devices, temporary lane delineation,
and construction signing. Our traffic control
plans follow the CA MUTCD Manual and Work
Area Traffic Control Handbook latest editions.
Street /Pedestrian Lighting Plans
The existing street lights and pedestrian lights
within the project limits may require relocation to
accommodate proposed street improvements,
18
and/or additional street or pedestrian lights may
be needed to satisfy the City’s requirements for
adequate lighting. In that case, we will determine
the required “luminaire” additions, relocations,
conduit, wiring, metering, and verify all service
points of connection with the electrical company.
These design details will be added to the roadway
plans in accordance with your lighting standards.
Storm Drain and Pump Station Improvements
Upon acceptance of the drainage analysis, design
activities will be initiated and either coordinated
with the overall project schedule or scheduled
independently for projects that are exclusively
drainage related. A hydrology and hydraulics
report will typically be prepared, and storm drain
and pump station improvements will be designed
in accordance with the City’s or County’s design
standards and sized to convey the design flow.
Water Quality Improvements and Documents
Stantec will coordinate with City staff responsible
for the National Pollutant Discharge Elimination
System (NPDES) compliance and maintenance
staff to identify Best Management Practices
(BMPs) that are acceptable to the City. This
coordination will include reviewing project
opportunities for the incorporation of permanent
BMPs into the design features of the project for
the promotion of aesthetics and improvements
to water quality. Rain gardens and landscaped
bio-treatment cells, for example, are BMPs
that fit well into roadway improvements
projects. BMPs will also be integrated into the
overall flood control management plan for the
project to eliminate potential redundancies
in storm water conveyance facilities.
Upon selection of project BMPs, Stantec will
typically prepare a Water Quality Management
Plan (WQMP) for the project that will detail
water quality considerations and requirements.
The WQMP will address the conditions of the
City’s MS4 Permit as issued by the Regional
Water Quality Control Board, Santa Ana Region.
To the maximum extent practicable, BMPs will
be implemented that are consistent with Low
Impact Development (LID) guidelines as well
as the Green Streets guidelines as defined by
the US Environmental Protection Agency. If
necessary, detailed discussions will be provided
in the WQMP to document the impracticality of
BMP implementations as a part of the project.
As the project proceeds into construction,
Stantec’s in-house Qualified Storm Water Pollution
Prevention Plan Developer (QSD) can also prepare
a SWPPP for the project to address water quality
concerns during construction activities and
processes the NOI and all pre-construction filings
through the regional board’s SMARTS system.
During actual construction activities, Stantec
is available to provide Qualified Storm Water
Pollution Prevention Plan Practitioner (QSP)
services, including required inspections, directing
BMP placement, and reporting to the RWQCB.
Landscape and Irrigation Improvements
We will prepare final planting and irrigation
plans indicating the planting theme and layout
intent, plant legend with plant species and
sizes, irrigation point of connection, legend, and
methods of irrigation application. A sustainable
design will be created by using indigenous and
drought resistant materials, where appropriate.
The irrigation system will typically include a low-
volume delivery system designed to prevent water
from leaving the target site while supplying the
proper amount for the optimum plant health.
Water Improvements
Water improvements will be prepared per your
City’s design criteria and standards. These
typically include water pipeline improvements
to improve hydraulic capabilities, reliability and/
or service life. For these designs, the potential
alignment and construction method opportunities
will be thoroughly and effectively investigated.
Understanding of the existing conditions and key
constraints are critical for a pipeline alternatives
study to be effective, while reducing impacts to the
The Lakewood Boulevard
Improvements (Phase 3C) project
required traffic control plans
within Caltrans right of way. We
provided detailed plans that
provided a safe work zone for the
construction personnel to build
the new improvements, while
minimizing impacts to motorists
and adjacent properties along
Lakewood Boulevard and the I-5
interchange.
19
community and providing the City with the most
cost-efficient project. Key alignment constraints and
considerations that will be investigated will include
the following: proposed connections to the existing
water mains; options for trenchless construction
methods; California Department of Public Health
(CDPH) separation criteria with sewer and recycled
water facilities; potential impacts to adjacent
pipeline trenches, utility conflicts, and depths of
crossings; traffic impacts, driveway access, and
other impacts to the community and other activities
in the project areas; construction costs; and
construction schedule constraints and durations.
Water improvements could also include
rehabilitations of existing booster pump stations,
forebay reservoirs or wells. These rehabilitation
projects may require civil, mechanical, structural,
electrical, controls, landscape architectural,
geotechnical, architectural and/or hydro-
geology disciplines. We can provide all of these
experts with in-house team members.
Sewer Improvements
For the design of new or replacement gravity
sewers and force mains, the potential
issues will be very similar to water pipeline
designs described above. However, an
added constraint will be the requirement to
maintain vertical grades for gravity flow.
For the design of sewer lift stations, we believe
that it is important to understand the diurnal
patterns of the influent, including the minimum,
average and peak hour flow rates. This helps
us select the most efficient pump and motor
for the application, and to properly size the
wet well. Proper facility sizing improves energy
efficiency and reduces maintenance costs.
Specifications Preparation
Well-written special provisions reduce the
potential for change orders during construction.
We will prepare the project provisions based on
the City supplied boilerplate which references
the latest adopted version of the Standard
Specifications for Public Works Construction
(SSPWC), “Greenbook”. Our experienced staff will
thoroughly review and modify the City’s standard
boilerplate and provide additional information or
revisions to all relevant sections of the SSPWC
to help ensure that the special provisions do
not conflict with the improvement plans and
convey the design intent of our engineers.
Engineer’s Opinion of Probable Cost Estimate
We understand the importance of a complete and
accurate cost estimate. Since the cost estimate
will be used as a basis for the bid schedule, it’s
important to include all required work items and
confirm that the quantities for these work items are
correct. We will first determine the Bid Schedule
required for the project based on a thorough review
of the plans and project specifications. Quantities
for these items will be calculated and tracked using
custom Stantec software, and their unit costs will
be determined based on recent bids from local
contractors. The cost estimate will be provided
with all submittals to provide the City with accurate
project costs throughout the duration of the design.
Permits
We will prepare and submit applications and
documents, on behalf of the City, Caltrans, the
County, the RWQCB Coastal Commission and any
other agencies for design and permit approvals.
If necessary, we will prepare the appropriate
Authorization-to-Proceed (E-76) package that
includes the completed exhibit form and supporting
documents to receive federal funding. We have
experience supporting agencies preparing
request for authorization to proceed packages
for submittal to the Caltrans District Local
Assistance Office as described in Chapter 3 of
the LAPM. This includes authorization to proceed
with preliminary engineering and authorization to
proceed with right of way and utility relocations.
Grant Applications
We assist cities and counties to complete and/
or resubmit grant applications to the State of
California for various programs, such as the popular
Active Transportation Program (ATP), which is
a state-administered funding opportunity that
awards funds for projects that encourage increased
use of active modes of transportation, such as
biking and walking. Our local Stantec team has
produced 28 ATP grants, 8 Transit and Intercity Rail
Capital Program (TIRCP) grants, 1 Transportation
Investment Generating Economic Recovery (TIGER)
grant, and grants for other transit and TOD related
projects. Our most recent round of TIRCP grant
applications resulting in an award of over $831
million for LA Metro to advance four transit projects.
Our approach to grant writing is centered on
communication and collaboration. We regularly
meet and communicate with the project sponsors,
20
review application guidelines and evaluation criteria,
and study project history and existing project
development for all project components. The data
we gather helps demonstrate the project’s need
and benefit. We present compelling cases—need
and importance—for each project using creative
writing, maps, and graphics to effectively present
the required information. The final applications
are then submitted to the state for review.
We have also experience with other State and
Federally funded projects and understand the
specific guidelines, roles and responsibilities,
and requirements of the Caltrans Local
Assistance Procedures Manual (LAPM),
Caltrans Construction Manual, and the
Federal Highway Administration (FHWA).
Bid and Construction Support
Bid Support Services
We will assist you during the bid phase by attending
the pre-bid conference and job walk, responding
to requests for clarifications from prospective
bidders and issuing addenda to the bid package
as necessary. We can also tabulate and verify
bids using a spreadsheet and analyze bid results
to recommend and award or reject bids.
Construction Support Services
We will attend the pre-construction conference
and interpret and clarify the approved construction
documents for project design, design intent, and
implementation. We also provide construction
support to respond to contractor requests for
information (RFI), and review shop drawings
and material submittals to make sure they
conform the project bid documents.
As-Built Plan Preparation
After construction is complete, we prepare as-
built plans based on information provided by
the contractor and/or inspector. We anticipate
that this information is provided as a set of
project plans red lined to indicate the changes
that were made during project construction.
Our local team has produced 28 ATP grants,
8 Transit and Intercity Rail Capital Program
(TIRCP) grants, 1 Transportation Investment
Generating Economic Recovery (TIGER)
grant, and grants for other transit and TOD
related projects. Our most recent round of
TIRCP grant applications resulting in an
award of more than $831 million for Los
Angeles County Metropolitan Transportation
Authority (LA Metro) to advance four transit
projects.
Grant Writing Expertise
21
Sample Projects
Project Name, Client,
Location, Date Description Team Members Relevant Experience
Newport Boulevard Widening
Improvements, City of
Newport Beach, Newport
Beach, CA 2012-2016
• Provided conceptual planning, final design and
construction support for street improvements and
landscaping enhancements to help the City increase
the capacity of Newport Boulevard between 30th and
Via Lido Streets to accommodate current circulation
and anticipated traffic from a proposed hotel
• New concrete bike lanes were constructed along both
sides of Newport Boulevard to provide a connection
to the existing bike lanes along 32nd Street, we of
Newport Boulevard
• Pavement rehabilitation and new ADA compliant curb
ramps and driveways were provided.
• A new parking lot was constructed to mitigate on-
street parking loss
• Project included preparation of an MND, right-of-
way acquisition, and the processing of a Coastal
Development Permit
• Mohammad Heiat
• Jeff Wilkerson
• Roger Chung
• Keith Rutherfurd
• Greg Sebourn
• Dave Lew
• Josh Park
9 Roadway
Reconfiguration
9 Traffic/Transportation
9 Storm Drain
9 Hydrology/Hydraulics
9 Water Quality
9 Surveying
9 Landscape/Irrigation
9 Environmental
9 Structural
9 Street Lighting
9 Water Improvements
9 Permitting
9 Right-of-Way
Engineering
Long Beach Municipal Urban
Stormwater Treatment
(LB-MUST), City of Long
Beach, Long Beach, CA 2014
- Ongoing
• Provided conceptual planning, and final design for
wetland and treatment plant improvements and
landscaping enhancements that will intercept and
treat dry-weather runoff and a percentage of the first-
flush storm flows prior to discharging to LA River
• The project provides education values to the
community to learn about water quality and
sustainability
• LB-MUST facility is not a traditional solution to water
quality treatment, but instead represents a creative
and innovative regional approach
• Roger Chung
• Dan Hayes
• Robert Reid
• Greg Sebourn
• Steve Cook
9 Roadway
Reconfiguration
9 Storm Drain
9 Hydrology/Hydraulics
9 Water Quality
9 Surveying
9 Landscape/Irrigation
9 Structural
9 Permitting
9 Right-of-Way
Engineering
Anita Street Storm Drain
Improvement Project, City of
Laguna Beach, Laguna Beach,
CA, 2015-2017
• Provided preliminary findings study, conceptual
planning, and final design for 2,500 lf of storm
drain pipe along Anita and Seaview Streets and
approximately 300 lf of storm drain along Catalina
Street
• The project alignment affected numerous residents
and local businesses. Access impacts were
successfully mitigated through traffic control and
specification requirements
• Various agency coordination included water district,
SDG&E, coastal commission and Caltrans
• Roger Chung
• Dan Hayes
• Greg Sebourn
• Keith Rutherfurd
9 Storm Drain
9 Hydrology/Hydraulics
9 Water Quality
9 Surveying
9 Structural
9 Permitting
Irvine Avenue Pavement
Rehabilitation, City of
Newport Beach, Newport
Beach, CA 2017-2018
• Prepared the PS&E associated with the design
and construction of pavement rehabilitation
improvements on Irvine Avenue
• The Cities needed to rehabilitate damaged pavement
and improve pedestrian and cyclist safety to
accomodate schools adjacent to the project limits
• Sidewalk repairs and ADA-compliant curb ramps were
constructed to provide improved safety to school
children and pedestrians
• An accelerated schedule was required to complete
the improvements before the next school year
• Mohammad Heiat
• Jeff Wilkerson
• Roger Chung
• Keith Rutherfurd
9 Traffic Engineering &
Roadway Design
9 Roadway Reconfiguration
9 Land Surveying
22
Project Name, Client,
Location, Date Description Team Members Relevant Experience
Oso Parkway Roadway
Widening Improvements, City
of Mission Viejo, Mission
Viejo, California, 2015
• Provided preliminary engineering, final engineering,
and construction support services to fix a bottleneck
within a segment of Oso Parkway
• Prepared a traffic capacity and operation analysis of
widening alternatives and provided recommendations
• Provided structural engineering to modify the existing
box culvert for Oso Creek to increase its length
and provide a new parapet wall, partial wingwall
reconstruction with overhang support, 300 feet of
new concrete barrier with decorative stone veneer,
decorative masonry end pilasters, and a pipe support
system for the relocated 12-inch reclaimed water line
• Mohammad Heiat
• Jeff Wilkerson
• Keith Rutherfurd
• Dan Villines
• Greg Sebourn
• Dan Hayes
9 Traffic Engineering &
Roadway Design
9 Land Surveying
9 Stormwater Quality
Engineering
9 Structural Engineering
Lakewood 3B & 3C, City of
Downey, Downey, Califronia,
2014
• Provided design and construction of street
improvements and enhancements
• Projects included: new raised medians and roadway
way widening, removing and reconstructing concrete
curb and gutter, ADA accessible ramps with
detectable warning surface, driveway approaches
and sidewalks, installation of a recycled water
main, potable water meter adjustments, storm
drain facilities, miscellaneous utility relocations
and adjustments, masonry sound walls along
frontage roads, ornamental street and pedestrian
lighting, landscaping and irrigation, traffic signal
modifications, and striping, pavement markings, and
signage improvements
• Mohammad Heiat
• Jeff Wilkerson
• Keith Rutherfurd
• Roger Chung
• Greg Sebourn
9 Traffic Engineering &
Roadway Design
9 Land Surveying
9 Stormwater Quality
Engineering
9 Structural Engineering
9 Street Lighting
9 Landscape/Irrigation
9 Recycled Water Main
Design
9 Caltrans Coordination
Anaheim South Street Gap
Closure, City of Anaheim,
Anaheim, California, 2016
• Active Transportation Program (ATP) Cycle 1
Statewide and Small Urban and Rural State funded
project to close a sidewalk gap along South Street's
south side
• Existing conditions exposed students to safety risks,
with two schools located within a half mile of project
• Conducted a minor right-of-way acquisition, resulting
in a 4-foot-wide, ADA-compliant sidewalk with an
8-foot parkway and curb and gutter
• Provided survey, design, environmental
documentation, right-of-way, utilities, pavement and
soils report, off-site improvements, and construction
support
• Sherry Weinmeier
• Susan Reid
• Steve Cook
• Jaret Fischer
9 Traffic Engineering &
Roadway Design
9 Landscape Architecture
9 Land Surveying
9 Stormwater Quality
Engineering
9 Geotechnical Engineering
Herondo Street/Harbor Drive
Gateway Park and Class IV
Cycle Tracks, City of Redondo
Beach, Redondo Beach,
California, 2016
• Designed a link from the Hermosa Beach "Strand" to
Redondo Beach's Marina District complex
• Led public workshops and consensus building
• Prepared final plans for roadway rehabilitation
that featured a new separated bikeway and a new
Welcome Park on a former parking lot
• Provided concept drawings, concept visualization,
cycle track design, pavement rehabilitation
• Performed traffic analysis, road diet simulation, and
field surveys
• Sherry Weinmeier
• Susan Reid
• Steve Cook
9 Traffic Engineering &
Roadway Design
9 Landscape Architecture
9 Land Surveying
9 Stormwater
Engineering
9 Wayfinding and City
Regulatory Signs
Design
23
Project Name, Client,
Location, Date Description Team Members Relevant Experience
Sanitary Sewer Beach
Interceptor Trenchless
Improvements, South Coast
Water District, California, 2017
• Prepared Preliminary Design Report
• Performed flow monitoring to determine average and
peak existing flows
• Prepared construction plans and specifications for
design of the cured-in-place pipe improvements
• Provided bid assistance and engineering support
during construction
• Robert Reid 9 Roadway Reconfiguration
9 Traffic/Transportation
9 Environmental
9 Permitting
9 Hydrology/Hydraulics
9 Sanitary Sewer
9 Water Improvements
9 Right-of-Way Engineering
Peck Reservoir and Pump
Station, Manhattan Beach,
California
• Performed technical design for new 8mg cast-in-place
concrete reservoir, new 10,000 gpm pump station, and
a new green-sand treatment system.
• The new reservoir provides Manhattan Beach with
superior water storage capacity to meet peak
conditions and fire flow requirements.
• Design new pump station to meet a variety of
operational and flow conditions.
• The new treatment system will remove naturally
occurring manganese from the water and add
chloramines to provide stable residual that matches
the MWD water supply.
• Robert Reid 9 Hydraulics/Reservoir
Modeling
9 Water Improvements
9 Pump Station and
Reservoir Design
Port of Long Beach Traffic
Control Plan, Port of Long
Beach, Long Beach, California,
2018
• Prepared a stand-alone two-phase traffic control plan
set for restriping at the Pico Avenue and 9th Street
railroad grade crossing
• The intersection provides critical access for trucks
and requires lane closures on 9th Street, Pico Avenue,
the 710 Freeway ramps, and Pier B Street
• Identified restrictions on work hours, which will only
be allowed during weekday night hours
• Received Caltrans approval for issuance of
encroachment permit
• A current task order includes traffic signal
modification at the Pico Avenue/9th Street/I-710
ramps intersection
• Keith Rutherfurd
• Josh Park
9 Traffic Control Plans
9 Traffic Signal Design
Lakewood/Rosemead
Boulevards at Telegraph
Road Improvements, City of
Downey, Downey, California,
2016
• Assisted with design and construction of street
improvements and enhancements at the intersection
of Lakewood Boulevard/Rosemead Boulevard
• Involved reconstruction of the intersection with PCC
pavement and widening to ultimate width to include
additional thru and turn lanes
• Widening improvements required additional right-
of-way dedication and modification of the existing
traffic signal, including providing right turn overlap
signal phasing on the northbound and eastbound
approaches, as well as other upgrades and
relocations
• Jeff Wilkerson
• Keith Rutherfurd
• Greg Sebourn
9 Traffic Engineering &
Roadway Design
9 Landscape Architecture
9 Land Surveying
9 Stormwater Quality
Engineering
24
Project Name, Client,
Location, Date Description Team Members Relevant Experience
Cress Street Sidewalk
Improvements, Laguna Beach,
California, 2017
• Provided preliminary and final engineering services
to extend an existing sidewalk on the south side of
Cress Street in front of Bluebird Park
• Surveyed the site and conducted geotechnical
investigation; established street right of way; obtained
existing topography; and located existing utilities that
were impacted by proposed improvements
• Conducted a community outreach/public workshop
meeting; processed design plans through the City; and
obtained Design Review Board approval
• The project involved the design and construction of a
retaining wall
• Mohammad Heiat
• Carlos Pineda
• Greg Sebourn
• Dan Hayes
9 Traffic Engineering &
Roadway Design
9 Land Surveying
9 Stormwater Quality
Engineering
9 Structural Engineering
9 Public Outreach
OC Public Works Plan Check
Services, Orange County,
California, Ongoing
• Provided plan checking services related to the
development of the Rancho Mission Viejo’s
Ranch Plan Planned Community, an 8 square-mile
development within the grater 176 square-mile San
Juan Creek watershed.
• Plan checking services included the review of
hydrology studies for four of the five proposed
development planning areas for conformance with the
Orange County Hydrology Manual and its addenda
• Reviewed hydraulic calculations performed in support
of proposed master plan facilities, and proposed
flood control detention basins.
• Provided written and red-lined comments at the
conclusion of each review; participated in comment
review meetings and project proponents; and worked
with project proponents to develop a final report.
• Roger Chung 9 Plan Checking
Irvine Ranch Water District
On-Call Plan Check Services,
Irvine, California, 2016 -
Ongoing
• Provide on-call plan checking services to Irvine
Ranch Water District for submittals received from
consultants in various phases of design.
• Projects involve water, reclaimed water, sewer or
storm runoff facility improvements.
• Scope of work includes all technical submittals
including, but not limited to, technical memoranda,
basis of design calculations and reports, preliminary
design reports, design plans, and Project Manuals for
projects.
• To date, we have completed 54 plan check
assignments.
• Nahid Neidarbaghi 9 Plan Checking
Burbank On-Call Plan Check
Services, Burbank, California,
Ongoing
• Provide on-call plan checking services to the City of
Burbank for public and private improvements.
• Services include the plan check of hydrology and
hydraulic improvements related to commercial
developments, Caltrans freeway improvements within
the city, and public storm drain improvements as
required of private developments.
• Comments are issued in writing to City staff and are
back-checked to verify appropriate incorporation.
• Mohammad Heiat
• Keith Rutherfurd
• Roger Chung
9 Plan Checking
9 Hydrology and Hydraulic
25
Project Controls
All assignments will be diligently managed on a
day to day basis to keep on schedule and within
budget. We will establish and maintain project
control by utilizing strong communications and
documentation. ISO 9001 is an internationally
recognized standard for quality management—
Stantec is ISO 9001 Certified. We have developed
an internal Stantec Quality Management System
(SQMS) that documents all work practices
required on a project to conform to the ISO
9001 standard. The foundation of the SQMS is
the Project Management Frameworks tool (PM
Frameworks). This tool is readily accessible to our
staff; provides the essential guidelines, templates,
and training for effective project management;
and its use is audited on a regular basis. The PM
Frameworks is organized into four major phases
of work—initiate, plan, control, and closeout. It
identifies 10 primary activities that must occur
on each project. Many activities occur on a
regular basis throughout the project to properly
manage budget and schedule, as well as to
verify the quality of the construction documents
meet industry standards and client expectations.
Additional tasks beyond the 10 primary activities
are added as needed to address the unique
elements associated with individual projects.
Project Communication
Throughout the duration of each project, we
will communicate our progress, assumptions,
opportunities, and challenges with the City.
Project communication will be via meetings,
conference calls, and emails.
Documenting assumptions made and direction
given during the design process is important
to confirm that everyone agrees on what was
discussed. We will meticulously prepare and
distribute meeting minutes and records of
discussion, and allow the City and other attendees
a chance to review and comment on these before
proceeding further on the design or other project
tasks. An action item list and a status of project
deliverables will be updated on an ongoing basis
and be made available for each progress meeting.
Stantec Project Management Framework
Point Description
0
Prepare a proposal that includes a preliminary Project Plan including scope, project budget, resources, deliverables,
and schedule. Conduct and document an independent review of the final proposal. Conduct and document a hazard
assessment and apply applicable controls if a field or site visit is required during the proposal phase.
1 Obtain written instructions to proceed and execute an approved contract. Obtain written subconsultant agreements
(if applicable).
2 Prepare a Project Plan to an appropriate level of detail. Conduct and document an independent review.
3 Establish hard copy and electronic project record directories and file project records accordingly.
4 Complete a Health, Safety and Environment risk management assessment and documentation for all projects involving
field work.
5 Monitor the PM Dashboard on a regular basis. Follow best practices for managing project financials, including time
charges, work in progress (WIP), accounts receivable (AR), and estimates to complete (ETC).
6 Obtain the client’s written approval on scope of service changes in a timely manner.
7 Conduct and document a quality review of all final* deliverables prior to issue.
8 Conduct and document an independent review of all final* deliverables prior to issue.
9 Close off the project financials and close out the project files.
*Final: A final deliverable is defined as any record (written or graphic) based on professional expertise or judgment that is intended to be relied only by
others and that provides direction to others as part of a service to the public (e.g., professional reports, documentation issued for construction, permit
submissions, and maps).
26
As your dedicated point of contact, our task
manager will respond to all standard project
requests within 24 hours. However, in the event
of a project emergency or an urgent request,
he will be available via cell phone 24/7.
Project Plan
A detailed project plan will be developed for each
project prior to starting any activities. The purpose
of the project plan is to document activities ahead
of time, so the entire design team is clear on what
is expected from them as part of this project.
The project plan will include the following:
• Clearly define the overall project
objectives and goals
• Identity the discipline leads and
quality control reviewer(s)
• Describe the specific scope of work
and budget for each task
• List the specific project deliverables
• Provide a detailed project schedule
• Document all safety procedures
to be used while in the field
The project plan will be developed shortly after the
kick off meeting and communicated to the project
team. It will be updated and re-issued if substantial
changes are made in scope, budget, or schedule.
Cost Control System
We have a computerized accounting
system that maintains detailed records
by individual tasks, and allows tasks to be
monitored against established budgets.
Our task manager will receive regular reports to
track project status. The system is completely
integrated and easily audited. Supporting data
can be provided to you in any format required.
Schedule Control
To maintain schedule, we:
• Obtain a strong understanding of the
required project tasks and processes
• Commit the appropriate number of
qualified and available staff
• Prepare a thorough and realistic
project schedule
• Monitor the project schedule on a regular basis
• Make corrective adjustments
to the work process
• Communicate often and early with you
Our task manager utilizes the project schedule to
identify and proactively plan upcoming activities,
and to monitor the work progress. He confirms
critical information is flowing as needed to maintain
the project schedule and will develop alternative
work plans if needed to maintain schedule.
Our professionals use state-of the-art tools to
perform and manage design projects. In the event
that a project is delayed, we can immediately draw
upon our extensive pool of resources company-wide
to bring the project back on schedule. Mohammad
and our task manager will meet to establish a
strategy to complete the project by a date agreed
by you. We will then prepare a detailed schedule
to share with you and the other team members.
Quality Control Plan
A comprehensive quality control plan will be
developed specifically, for each project. The quality
control plan will emphasize the need to clearly
define requirements and standards, and the need
to independently check all work before it is issued
to you or other reviewing agencies. Sherry will
oversee the quality control program and will audit
the quality activities to see that all checks are
completed properly. Our quality control program
will help ensure that the project documents:
• Conform with the contract
documents and scope of work
• Are neat, well organized, clear,
concise, and complete
• Are technically and grammatically correct
• Comply with generally accepted standards
of engineering and applicable laws
• Are signed, dated, and stamped as required
• Are consistent with other related plans
Engineering Software Programs
We hold an enviable record, both for managing
and innovating technology. Our professionals
use state of the art tools to perform and manage
design projects. Our projects are organized around
a team concept, where all members have access
27
to a common set of project data and software. Our
computer capabilities are employed to produce
information customized for the individual needs of
our clients and their projects, in differing formats.
Our documents are produced on PC- based
systems, and some of the software we use in
our traffic engineering department includes:
• AutoCAD/Civil 3D
• AutoTURN
• Microsoft Office (Word, Excel, and Outlook)
• Microsoft Project
• Synchro/Simtraffic
• Vistro
• Highway Capacity Software
Sustainable Design
Stantec is committed to sustainable design, making
it a core part of our professional practice
by providing environmentally sensitive
solutions to our client’s projects. Recognizing
environmental impacts, we provide mitigating
designs that will reduce the negative impact
without substantially increasing the bottom
line. Our LEED and Envision accredited
professionals on staff support sustainable design
practices through the following services:
• Preparing design for alternative
transportation and parking facilities
• Using recycled content materials or
salvaged materials for pavement
value engineering alternatives
• Preparing BMPs
• Providing LIDs
• Preparing SWPPPs
• Preparing WQMPs
• Preparing site designs to meet public access
requirements and maximize open space
• Optimizing energy performance
Temporary and Permanent
File Transfer Platforms
We utilize OneDrive to temporarily share project
and plan checking related documents to users
outside our organization. This cloud-based
storage solution provides a secure platform
to exchange files by only allowing access to
the individuals granted permission. Access
is typically sent via a link in an email.
We utilize Office 365 Groups if a more permanent
shared workspace is required for project
emails, files, and calendar events. A typical
Group includes a project mailbox, a SharePoint
site, and a Group calendar. Every member
of the Group has access to these files.
28
References
Agency Names
Dates Client References Project References Key Team Members
City of Newport
Beach
2012 - Present
Andy Tran, Senior Civil Engineer
100 Civic Center Drive
Newport Beach, CA 92660
(949) 644-3315
atran@city.newport-beach.ca.us
• Newport Boulevard Widening
Improvements
• Irvine Avenue Pavement Rehabilitation
Project
• West Coast Highway and Superior
Avenue / Balboa Boulevard
Intersection Concept Plan
• Jamboree Road Widening
Improvements
• Mohammad Heiat
• Jeff Wilkerson
• Roger Chung
• Keith Rutherfurd
• Greg Sebourn
City of Downey
2011 - Present
Edwin Norris, Deputy Director of
Public Works
11111 Brookshire Ave
Downey, CA 90241
(562) 904-7110
enorris@downeyca.org
• Lakewood Boulevard Improvements,
3B & 3C
• Paramount Boulevard Median Island
Improvements
• Lakewood/Rosemead Boulevard
and Telegraph Road Intersection
Improvements
• Various Pavement Rehabilitation
Projects
• Gardendale Street Pavement
Rehabilitation
• Brookshire Road Pavement
Rehabilitation
• Mohammad Heiat
• Keith Rutherfurd
• Roger Chung
• Greg Sebourn
• Jeff Wlkerson
City of Laguna
Beach
2016 - Present
Mark Trestik, City Engineer
505 Forest Avenue
Laguna Beach, CA 92651
(949) 497-0300
mtrestik@lagunabeachcity.net
• Cress Street Sidewalk Extension in
Front of Bluebird Park
• Design and Construction Engineering
Services for Queda Way Retaining
Wall (CIP 434)
• Park Avenue Pedestrian Plaza
• Mohammad Heiat
• Keith Rutherfurd
• Roger Chung
• Dan Hayes
• Greg Sebourn
• Steve Cook
• Carlos Pineda
City of Mission
Viejo
2006 - Present
Richard Schlesinger, City Engineer
200 Civic Center
Mission Viejo CA 92619
(949) 470-3079
rschlesinger@cityofmissionviejo.
org
• Oso Parkway Roadway Widening
Improvements
• Oso Parkway at I-5 On-Ramp
• Mohammad Heiat
• Jeff Wilkerson
• Keith Rutherfurd
• Dan Hayes
• Greg Sebourn
City of Redondo
Beach
2014 - 2016
Brad Lindahl, Capital Projects
Program Manager
415 Diamond Street
Redondo Beach, California 90277
(310) 318-0661 ext. 2286
brad.lindahl@redondo.org
• Herondo Street/Harbor Drive Gateway
Park and Cycle Track
• Sherry Weinmeier
• Susan Reid
• Steve Cook
Irvine Ranch
Water District
2016-2019
Kelly Lew, Principal Engineer,
15600 Sand Canyon Avenue,
Irvine, CA 92619
(949) 453-5300
lew@irwd.com
• Irvine Ranch Water District
On-Call Check Services
• Nahid Heidarbaghi
29
Exceptions to Contract
We have reviewed your proposed RFP/contract terms and believe that should we be selected
for this assignment, we will be able to conclude a mutually satisfactory contract with you.
DIR Registration
Registration Number: 1000008020
County: San Luis Obispo
City: San Luis Obispo
License Type/Number: CSLB: 952595, SRVY: 6697
Current Status: Active
Registration Date: 06/06/2018
Expiration Date: 06/30/2019
Résumés
Appendix A
Registrations
MOHAMMAD HEIAT
PE
Contract Manager
Profile
Select Relevant Projects
Education
Mohammad has more than 38 years of
professional civil and transportation engineering
experience, including extensive on-call service
experience with local cities in Southern California.
His extensive capital improvement experience
includes street rehabilitation and reconstruction,
street widening, intersection widening, storm
drainage, and water and sewer design
improvements. He has a strong understanding
of Caltrans manuals and policies, State Standard
Plans and Specifications, CDBG Programs, Federal
requirements, and the Greenbook Standard
Specifications for Public Works Construction.
Lakewood Boulevard Improvements, Phases 3B and
3C, Downey, CA (Principal-in-Charge/QC Supervisor)
Mohammad oversaw the design and construction
of street improvements and enhancements along
Lakewood Boulevard. The project will construct
new raised medians, including new landscaping
and irrigation improvements, as well as widen
the roadway. The improved roadway will provide
a 14-foot median and three continuous through
lanes in each direction throughout the project
limits. Within the Phase 3C segment, between
the I-5 southbound and northbound on-ramps, a
northbound auxiliary lane may also be provided.
Other improvements included removal and
reconstruction of concrete curb and gutter, ADA
accessible ramps with detectable warning surface,
driveway approaches and sidewalks; installation
of a recycled water main, potable water meter
adjustments, storm drain facilities, miscellaneous
utility relocations and adjustments; masonry
sound walls along frontage roads; ornamental
street and pedestrian lighting; street parkway
trees; traffic signal modification, and striping,
pavement markings, and signage improvements.
Implementation of the project is anticipated
to require partial right-of-way acquisition
from 19 properties within the project limits.
Cerritos Recycled Water Pipeline Extension
(Principal in Charge, Quality Control Supervisor)
Principal in Charge, Quality Control Supervisor for
project management, surveying, mapping, and
civil engineering design services to extend the
City’s reclaimed water line network into the Forest
Lawn facility located in the City of Cypress. The
Professional Engineer #45776, CA
MS and BS, Civil Engineering
City of Cerritos intends to provide reclaimed water
service to the Forest Lawn Memorial Park facility in
Cypress. The project involves extending an existing
16-in recycled water pipeline to the Forest Lawn
Memorial-Park property. The pipeline starts in the
City of Cerritos, travels through City of Lakewood
and ends in City of Cypress. Project features include
construction of approximately 6,770 LF of 16-in
PVC RW pipeline, to a meter at the Forest Lawn
Memorial Park, Cypress property on Crescent
Avenue, crossing of the Moody Creek crossing of
Coyote Creek, construction in the cities of Cerritos
and Lakewood, and Cypress. Services provided
include horizontal and vertical control, right-of-
way/centerline determination, photogrammetric
control, and aerial mapping. Horizonal and vertical
control and topographic maps will be used in
the construction drawings for the proposed
facilities and to facilitate preparation of detailed
plans. Design services include utility research and
coordination, preparation of construction drawings,
preparation of construction bid documents including
technical specifications and standard drawings
and permit conditions, potholing, geotechnical
investigation, preparation of traffic control plans
and bid and construction support services.
Newport Boulevard Widening Improvements, Newport
Beach, CA (Principal-in-Charge/QC Supervisor)
Mohammad oversaw engineering design
services for widening improvements along
Newport Boulevard. The improvements provided
one additional northbound thru lane and one
additional southbound thru lane. The 32nd Street
intersection is being modified to improve roadway
geometrics and level of service. A portion of the
Project is within State jurisdiction and required
coordinating and obtaining approval of traffic
control plans and improvements related to
state right of way with Caltrans. The widening
improvements also required new right of way from
portions of three privately-owned parcels and
one public parcel (City Hall). A right-of-way map,
legal descriptions and plot plans were prepared.
Oso Parkway Roadway Widening, Mission Viejo,
CA (Principal-in-Charge/QC Supervisor)
Mohammad oversaw preparation of preliminary
and final design plans for widening improvements
on Oso Parkway. A traffic capacity and operation
analysis was prepared for widening alternatives
and the recommendation was to add one lane
in each direction on Oso Parkway and modify
the signals at County Club and Montanoso
Drives. The widening improvements required the
acquisition of additional right of way on both
sides of the street and relocation of several
utilities along the existing sidewalks. The box
culvert for Oso Creek is being lengthened to
accommodate the new lanes in each direction.
Irvine Avenue Pavement Rehabilitation, Newport Beach
and Costa Mesa, CA (Principal-in-Charge/QC Supervisor)
Mohammad oversaw the engineering design
for pavement rehabilitation and pedestrian and
cyclist safety improvements along Irvine Avenue.
Mariners Elementary School is located within the
project limits and Newport Harbor High School
is adjacent to the project limits. Sidewalk repairs
and ADA-compliant curb ramps were constructed
to provide improved safety to school children
and pedestrians. An accelerated schedule
was required to help ensure the improvements
are completed before the next school year.
Cliff Drive, Beach Street and Legion Street, Laguna
Beach, California (Principal-in-Charge)
Oversaw engineering design for traffic circulation
and parking improvements. Project converted
Cliff Drive from on-way westbound traffic only
and provided new angled on-street metered
parking spaces; reconstructed an existing raised
median island at Broadway Street to eliminate
eastbound egress and to accommodate the
proposed on-street angled parked; restriped Beach
Street for southbound traffic only; provided an
additional left-turn lane onto South Coast Highway
from Legion Street and relocated the existing
crosswalk across South Coast Highway from the
east leg to west leg; and involved removal and
construction of a new access ramp and pedestrian
barricades, and traffic signal modifications.
Bonito Canyon Park and Vista Bahia Park Restroom
Replacement Civil Site Design, San Clemente, California
(Principal in Charge, Quality Control Supervisor)
Oversaw civil site design, including precise
grading, for replacement of restrooms at Bonito
Canyon Park and Vista Bahia Park involved the
removal of existing concrete walkways and
the construction of an ADA path of travel from
the parking lots to the restroom facilities.
Registrations
JEFF WILKERSON
PE
Roadway / Site Lead
Profile
Select Relevant Projects
Education
Jeff has more than 19 years of civil engineering
experience working for both public and private
clients, with an emphasis on city transportation
projects. He has been responsible for the
project management, conceptual level design,
and delivery of final PS&Es for projects with a
wide range of size and scope. Jeff is known
for his hands-on design skills, organizational
abilities, and delivering projects on schedule
and under budget. Jeff is an expert in AutoCAD
and Civil 3D and leverages this knowledge
to create innovative and efficient solutions
to complex engineering problems.
Lakewood Boulevard Improvements, Phases
3B and 3C, Downey, CA (Civil Lead)
Jeff led civil design and construction of street
improvements and enhancements along
Lakewood Boulevard from Florence Avenue to
Telegraph Road. The project included construction
of new raised medians with landscaping,
irrigation improvements, and roadway widening.
Other improvements included removal and
reconstruction of concrete curb and gutter, ADA
accessible ramps with detectable warning surface,
driveway approaches and sidewalks, installation
of a recycled water main, potable water meter
adjustments, storm drain facilities, miscellaneous
utility relocations and adjustments, ornamental
street and pedestrian lighting, street parkway trees,
traffic signal modifications, striping, pavement
markings, and signage improvements. The Phase
3C segment was within Caltrans right of way,
so an encroachment permit was processed.
Newport Boulevard Widening Improvements,
Newport Beach, CA (Project Manager)
Jeff managed comprehensive professional
services associated with the conceptual
planning, final design, and construction of street
improvements and landscaping enhancements
along Newport Boulevard. The project included
roadway widening and median improvements
along Newport Boulevard to add an additional
northbound through lane between 30th Street
to 32nd Street and an additional southbound
through lane between Via Lido to 32nd Street.
Concrete bike lanes were constructed along
both sides of Newport Boulevard to provide a
connection to the existing bike lanes along 32nd
Professional Engineer #63466, CA
MS and BS, Civil Engineering
Street, west of Newport Boulevard. The project
also constructed a new public parking lot, which
required the demolition of an existing building.
This new public parking lot replaced the curbside
public parking spaces lost due to the new roadway
improvements. The project enhanced the visual
quality of the project area with new landscaping
and other decorative features and improved
safety by introducing raised landscape medians
on Newport Boulevard. Other tasks included the
preparation of an IS/MND, coordination with
public utility companies for utility relocations and
the processing a Coastal Development Permit.
Gardendale Street Pavement Rehabilitation,
Downey, CA (Civil Lead)
Jeff helped prepare the PS&E for pavement
rehabilitation improvements on Gardendale
Street. The project also included reconstruction/
rehabilitation of damaged curb and gutter,
cross gutters, sidewalks, ADA accessible
ramps with detectable warning surface,
restoration of traffic signal loops, utilities,
and potable water meter adjustments.
Oso Parkway Roadway Widening Improvements,
Mission Viejo, CA (Civil Lead)
Jeff provided civil design for the preliminary
and final engineering services for the widening
and pavement rehabilitation improvements
along Oso Parkway. Oso Parkway was widened
and the existing medians were reconfigured
to accommodate an additional travel lane in
each direction. The widening and pavement
rehabilitation improvements required acquiring
additional right of way on both sides of the street
and the relocation of several major utilities along
the existing sidewalks. The box culvert at Oso
Creek was widened and new retaining walls were
required to accommodate the new lanes in each
direction. The existing pavement not impacted
by the widening was cold milled and overlaid
asphalt rubberized hot mix (ARHM), full depth
pavement repairs were made to correct local
pavement failures, and ADA compliant curb ramps
and driveways were constructed throughout the
project limits. The project included traffic control
plans and the preparation and processing of
an encroachment permit and fact sheet with
Caltrans District 12 for work on the I-5 on and
off ramps inside the state right of way. Bid and
construction support services were also provided.
Irvine Avenue Pavement Rehabilitation, Costa
Mesa and Newport Beach, CA (Project Manager)
Jeff managed the engineering design services
for pavement rehabilitation and pedestrian and
cyclist safety improvements along Irvine Avenue.
Mariners Elementary School is located within the
project limits and Newport Harbor High School
is adjacent to the project limits. Sidewalk repairs
and ADA-compliant curb ramps were constructed
to provide improved safety to school children
and pedestrians. An accelerated schedule was
required to deliver improvements before the
next school year. As part of this project, a buffer
between the bike lane and the travel lane will be
added to increase the road’s safety. To mitigate
the existing abrupt grade breaks at median
noses and steep existing cross slopes and to
improve drainage and driver comfort, longitudinal
grade break and crown lines were adjusted by
providing additional leveling course pavement.
Fairview Road and Wilson Street Intersection
Improvements, Costa Mesa, CA (Project Manager)
Jeff managed the engineering design for the
roadway improvements along Wilson Street. The
project involved widening both sides of Wilson
Street to provide additional through lanes in
both directions. Services included conceptual
planning, final PS&E and right-of-way mapping.
The scope included new asphalt pavement,
curb and gutter, sidewalk, driveways, a bus
turnout, ADA compliant curb ramps, drainage
improvements, utility relocations, private property
improvements, signing and striping, and a
traffic signal modification. Construction bid
documents and an engineer’s estimate were also
prepared. Finally, legal descriptions, plats, and a
programming cost estimate were prepared for
the parcels where right-of-way acquisition that
was required for the project improvements.
Registrations
SHERRY WEINMEIER
PE, LEED® BD+C, ENV SP
QA / QC
Profile
Select Relevant Projects
Education
Sherry has provided civil engineering and design
services for public and private infrastructure
projects for the past 34 years. Her design
experience includes concept level infrastructure
design through final design services for large-
scale master planned communities and major
transportation facilities. Sherry has been
responsible for the budgeting, scheduling, staffing,
and delivery of final plans, specifications, and
estimates for a wide range of projects in size and
scope. Her understanding of the detail, as well
as the owner goals has resulted in overwhelming
success of project delivery on time and on budget.
Laguna Beach Engineering Services for
Pedestrian Pathway Projects, Laguna
Beach, CA (Principal-in-Charge)
Sherry managed the civil engineering, landscape
design, and PS&E preparation for the Top of the
World pedestrian pathway and new pathway
along Laguna Canyon Road, from the College of
Art and Design to the City’s Act V Parking Lot.
The Project consisted of right-of-way mapping,
grading and drainage plans, natural style retaining
walls, vegetation inventories and landscape plans,
CEQA compliance studies, surveys, and reporting,
County coordination and project approvals.
Herondo Street/Harbor Drive Gateway Park
and Cycle Track, Redondo Beach, California
(Civil Engineering Task Manager)
Sherry was the civil engineering task manager for
developing plans for proposed bicycle friendly
facilities along two important roadways within
Redondo Beach’s Marina district. This project
included several innovative alternatives. Concept
drawings and final plans were prepared for the
favored alternative, which included a Class
IV separated cycle track and City Welcome
Park while increasing parking capacity within
the coastal zone. The project included traffic
analysis and simulation of the road diet and
roundabout, conceptual visualization, field survey
and aerial topography, civil design of the cycle
track, drainage facilities, landscape and site
furnishings, and related signing and striping plans.
Professional Engineer #41751, CA
Envision™ Sustainability
Professional (ENV SP), Institute
for Sustainable Infrastructure
LEED AP Building Design
+ Construction, US Green
Building Council
BS, Civil Engineering
Safe Routes to School Projects, Santa Monica,
CA (Civil Engineering Quality Control)
Sherry reviewed and provided design direction
for the civil engineering elements to increase
safety for students, pedestrians and bicyclists
for the Cities Santa Monica High School
and Berkeley Street Improvement projects.
Projects included new striped bike lanes, curb
extensions, and intersection improvements. We
provided alignment studies and final PS&E’s.
Camino Del Rio Traffic Calming and Round-About
Improvements, San Clemente, CA (Quality Control)
Sherry reviewed and provided design direction
for the civil engineering elements to implement
traffic calming elements and improve safety for
all modes of travel. We provide an alternatives
analysis, community outreach support, project
report, and final engineering design for this
1-mile project that extended from Camino
De Los Mares to Camino Del Vistazo. The
project design included new striped bike
lanes, curb extensions, two round-about
design, ADA and drainage improvements.
17th Street Separated Bikeway and Michigan Avenue
Greenway Project, Santa Monica, CA (Project Manager)
Sherry is overseeing the engineering design,
site surveys, landscape design elements, and
project approvals for this nearly 1-mile safety
improvement project to improve mobility
for all modes of travel, including bicyclists,
pedestrians and vehicles within the City. The
project extends from Pico Boulevard at Santa
Monica City College to Santa Monica Boulevard,
making an improved connection at the new
Metro Expo Station at Colorado Avenue. The
project includes new Class IV and Class I
bike lanes, curb extensions, drainage, utilities,
traffic, lighting, intersection and landscape
improvements. New landscaped round-abouts
will be constructed along the Michigan Avenue
Greenway. We are providing full A-E services for
the final design and construction documents
(PS&E’s) and project approvals. Coordination and
approvals through LA Metro, the Public Utilities
Commission, and Caltrans are also being provided.
Santa Ana Boulevard and 5th Street Cycle Track,
Santa Ana, California (Project Manager)
Sherry managed the preliminary design and
precise geometrics for this 2.4-mile separated
bikeway in the City. She managed concept
refinements and precise alignment studies
for the protected bike lanes utilizing raised
medians, landscape improvements, bulb-outs
at designated intersections, and traffic signal
modifications. The design will complete a one-
way cycle track in each direction along Santa Ana
Boulevard, 5th Street, and 6th Street connecting
the Santa Ana Regional Transportation Center to
the downtown civic center area. The total project
length is approximately 2 miles of one-way cycle
track and 0.4 miles of two-way cycle track.
Aliso Creek Regional Bikeway Trail Restoration,
Orange County, California (Project Manager)
Sherry provided professional engineering services
for a portion of the 15-mile trail extends from
the Orange County foothills to Laguna Beach.
Her responsibilities included the environmental
surveys and permitting, base mapping, civil and
geotechnical engineering, and flood channel
and feasibility analysis for embankment repair
and protection of the popular bike trail and
open space adjacent to the naturally flowing
Aliso Creek. She studied and proposed repairs
along the reach from Caltrans I-5 to Paseo De
Valencia, a distance of approximately 0.6 miles.
San Diego Creek Channel Bike Trail Relocation,
Irvine, California (Project Manager)
Sherry provided engineering services for restoring
a 1.2-mile segment of the San Diego Creek
Channel, which is currently owned and maintained
by the City of Irvine. Paved bicycle and hiking
trails border the channel. Her scope of work
includes improvements to relocate the bike trail
at Alton Parkway along the Canon USA property
within the channel right of way. Channel structural
improvements were designed to replace eroded
and damaged areas of the channel including
rip rap structures, grade control structures, and
eroded soil cement ramps and slopes. The trail
relocation includes grading, asphalt paving,
fencing, ADA improvements, signage, striping
improvements, and minor landscaping. Sherry
prepared a detailed right of way mapping base
to define the existing right of way and any
new easements early in the design so the City
could secure timely right of way acquisition.
Registrations
ROGER CHUNG
PE, QSD/P
Drainage and Water Quality Lead
Profile
Select Relevant Projects
Education
Roger has 20 years of civil engineering
experience with expertise in hydrology, hydraulic,
and structural analysis for drainage studies,
drainage master plans, and design PS&Es for
water supply and flood control facilities. He
has been involved in the hydraulic analysis
and design of numerous water recharge and
flood control projects in Orange County.
Lakewood/Rosemead Boulevard at
Telegraph Road Improvements, Downey, CA
(Drainage and Water Quality Manager)
Roger provided drainage and water quality
services for the design and construct street
improvements and enhancements at the
Lakewood Boulevard/Rosemead Boulevard
intersection with Telegraph Road. This project
was funded by the Truck Impacted Intersection
Program Phase 2 through the Gateway Cities
COG and Measure R funds as part of the I-605
Congestion Hot Spots Study. It was a joint
effort between the cities of Downey and Pico
Rivera combining the two funding sources
and completing the improvement of this
intersection as one comprehensive project.
This project reconstructed the intersection
with PCC pavement and widening to ultimate
width to include additional through and turn
lanes. The scope of work was to rehabilitate
the roadway pavement and provide capacity-
enhancing improvements. The pavement
rehabilitation will involve complete pavement
reconstruction utilizing PCC pavement for the
intersection and all approaches in all directions.
Newport Boulevard and 32rd Street
Modifications, Newport Beach, CA (Drainage
and Water Quality Manager)
Roger provided comprehensive professional
drainage and water quality services associated
with the conceptual planning, final design
and construction of street improvements and
landscaping enhancements along Newport
Boulevard from 30th Street to Via Lido. The
project included roadway widening and median
Professional Engineer #65388, CA
Qualified Stormwater Pollution
Prevention Plan Practitioner
(QSP), California Stormwater
Quality Association
Qualified Stormwater Pollution
Prevention Plan Developer
(QSD), California Stormwater
Quality Association
BS, Civil Engineering
BS, Environmental Engineering
improvements along Newport Boulevard to
add an additional northbound through lane
between 30th Street to 32nd Street and an
additional southbound through lane between
Via Lido to 32nd Street. Concrete bike lanes
were constructed along both sides of Newport
Boulevard to provide a connection to the existing
bike lanes along 32nd Street, west of Newport
Boulevard. The project also constructed of a
new public parking lot on the northwest corner
of the Newport Boulevard and 32nd Street
intersection, which required the demolition of
an existing building. This new public parking
lot replaced the curbside public parking spaces
lost due to the new roadway improvements.
University of California, Irvine (UCI) Drainage
Master Plan*, Irvine, CA (Drainage Task Manager)
Roger managed development of a comprehensive
storm drain and water quality master plan for
UCI Campus. The work included performing
hydrologic, hydraulics and water quality studies
for the entire storm drain system, identifying
system deficiencies, development of a plan
for system upgrade, development of a plan
for implementation of Best Management
Practices, estimate of system upgrade costs and
preparation of a report summarizing the results.
Fullerton Road Grade Separation*,
Industry, CA (Task Manager)
Roger prepared plans, reports and supporting
technical studies for the storm drain and water
quality portions of this $140 million grade
separation project that will lower Fullerton Road
under the existing Union Pacific Railroad tracks
in the City of Industry, and unincorporated area
of Los Angeles County, between Rowland Street
and State Route 60. Plans call for constructing
a six-lane roadway underpass on Fullerton Road
with retaining walls and a new railroad bridge.
Penmar Lane Drainage Improvements*,
Pomona, CA (Project Manager)
Roger managed preparation of the PS&E and
environmental documents; and provide right-
of-way services and as-needed construction
management services for drainage improvements
along Penmar Lane (Palomares Street to
Eleanor Street). Improvement plans will include
construction of a drainage conveyance system
and pavement rehabilitation, details for private
driveway and sidewalk repairs requiring
reconstruction, off-site improvements and slope
grading beyond right of way, and intersection
grid details. The plans will include erosion
control and storm water pollution prevention
BMPs in accordance with City requirements to
safeguard water quality during construction.
Rosecrans Avenue Grade Separation,
Santa Fe Springs, CA (Task Manager)
Roger managed the preparation of plans, reports
and supporting technical studies for the storm
drain and water quality portions of a multi-
million dollar grade separation project that will
elevate Rosecrans Avenue over the existing
railroad tracks in the City of Santa Fe Springs,
California. Specific tasks include the development
of an integrated drainage and Standard Urban
Stormwater Mitigation Plan (SUSMP), the
design of storm water conveyances, and the
design of Low Impact Development (LID) Best
Management Practices (BMPs). Plans for the
project call for the construction of a roadway
overpass for Rosecrans Avenue with connecting
retaining walls. Existing street intersections
that tie to Rosecrans Avenue will also be
reconfigured as a part of the overall project.
Tustin Avenue and Rose Drive Grade Separation
Project*, Orange County, CA (Drainage Task Manager)
Roger managed the preparation of plans,
reports and supporting technical studies for
the storm drain and water quality portions of
OCTA’s Tustin Avenue Grade Separation project.
Services included the completion of the plans
for a 65% level submittal, a draft 100% level
submittal, and a final 100% level submittal;
incorporation of the Tustin/Rose Grade Separation
Quality Management System Manual (QMS
Manual) procedures, and the incorporation of
OCTA’s comments at 65% and draft 100% level
submittals; and processing of the plans and
their supporting studies with the Orange County
Flood Control District (OCFCD) for the portion
of the Project that would impact the existing
Atwood Channel that is owned by OCFCD.
*denotes projects completed at other firms
Registrations
ROBERT REID
PE
Water and Wastewater Lead
Profile
Select Relevant Projects
Education
Robert brings 30 years of diversified experience
in water resources engineering and consulting for
the private and public sectors. He has managed
all phases of water resource projects, including
conceptual planning, feasibility studies, facility
design, and construction management; evaluated
numerous water distribution and wastewater
collection systems; and developed facility plans
to meet projected future needs. These plans
have involved major infrastructure projects
related to water transmission, treatment and
storage facilities, and wastewater collection
facilities. Robert’s extensive technical expertise
includes preparing preliminary and final
designs, as well as providing construction
management services for water distribution
and wastewater collection facilities.
Lincoln Avenue 16-inch Water Main,
Anaheim, CA (Principal-in-Charge)
Robert oversaw the design of 4,500 lf of new
16-inch ductile iron pipe (DIP) in Lincoln Avenue
between Beach Boulevard and 1,250 lf east of
Dale Avenue. The project also required installation
of a water main lateral in Beach Boulevard
to the south to join the City’s existing water
mains. Robert’s effective coordination with the
City and project manager verified completion
within the expedited schedule and budget.
Katella Smart Street, Domestic Water Main Relocation,
Phase 2, Anaheim, CA (Project Manager)
Robert managed the preparation of the preliminary
design report and final design plans for replacing
approximately 2,100 lf of an existing 6-inch
diameter asbestos cement pipe and 2,100
lf of a 12-inch diameter cast iron pipe with a
single 12-inch diameter ductile iron pipe. These
domestic water improvements were a part
of the overall infrastructure improvements to
transform Katella Avenue, which is a central
arterial access, into a “Smart Street.”
Professional Engineer #049624, CA
MBA, Business
BS, Mechanical Engineering
All existing laterals and services were
reconnected to the new 12-inch water
main. This project included extensive utility
research and was bundled with additional
street and storm drain improvements.
YLWD 2010 Waterline Replacements and
Pressure Reducing Stations*, Yorba Linda/
Anaheim/Placentia, CA (Project Manager)
Robert managed preliminary and final design, and
construction support services to replace seven
pipeline segments and one pressure reducing
station and install one new pressure reducing
station. The pipeline replacements required
many connections to existing pipelines, laterals,
services, fire hydrants, and other appurtenances.
The project included 3,000 lf of 12-inch pipeline
along Plumosa Drive from Lemon Drive to
Bastanchury Road; 1,280 lf of 8-inch pipeline
along Tamarisk Drive, Fircrest Drive and Pebble
Beach Lane; 400 lf of 8-inch pipeline between
Sunwood Lane in Anaheim and Peppertree
Lane in Yorba Linda; 140 lf of 16-inch pipeline
Hidden Hills Booster Pump Station discharge
pipeline; 220 lf of 12-inch pipeline within a narrow
access road between Catalina Court and Joel
Brattain Drive; 300 lf of 8-inch pipeline within
an easement south of Gordon Lane and east of
Ohio Street; 1,400 lf of 12-inch pipeline along
Richfield Road in Placentia from YLWD Well 5 to
100 feet north of Orange County Flood Control
District Channel; replaced the pressure reducing
station southeast of the intersection of Kellogg
Drive and Cresthill Drive; installed a pressure
reducing station at the terminus of Sunwood
Land; and removed the existing buried vault.
Sand Canyon Avenue Capital Pipelines,
Irvine, CA (Project Manager)
Robert managed the preparation of the
construction drawings and technical
specifications and the providing of construction
management services for the capital pipelines
installed in Sand Canyon Avenue between
Interstate 5 and Portola Parkway. The project
involved the installation of 4,000 lf of 12-inch
domestic water PVC pipe, 8,575 lf of 12-inch
recycled water PVC pipe, and 16-inch cement
mortar lined and coated steel pipe, 6,870 lf of 18-
inch C905 PVC sewer, and other associated work.
The effort also included potholing existing utilities,
coordinating and processing permits through
the City of Irvine, coordinating with adjacent
development, and preparing cost estimates.
Jeffrey Road Recycled Water Pipeline and
Trunk Sewer, Irvine, CA (Project Manager)
Robert managed the engineering services for the
project that extended from Irvine Center Drive to
Trabuco Road. The trunk sewer and recycled water
pipeline project encompassed 9,000 lf of each
pipeline, including crossing the Metrolink railroad
tracks and the I-5 right of ways. Additionally,
various water and sewer facilities associated
with the grade separation construction project
were relocated. The scope of services included
the preparation of a preliminary design report;
evaluating environmental concerns and identifying
necessary measures to mitigate impacts of the
construction; performing necessary geotechnical
investigations; obtaining permits; and the
preparation of construction plans and technical
specifications. This project included close
coordination with Caltrans and the City of Irvine.
Replacement of 42-inch Westminster Avenue
Force Main, Seal Beach and Westminster, CA
(Project Manager/Project Engineer)
Robert designed 14,300 lf of 42-inch ceramic
epoxy-lined ductile iron force main along an
arterial road in the cities of Westminster and
Seal Beach. The scope included installing steel
pipeline over the Bolsa Chica Channel, refurbishing
a personnel platform, constructing a junction
structure, and rebuilding another junction
structure. After completing the alignment study,
it was determined that there were significant
utility crossings to pothole. Robert oversaw the
preparation of traffic detour plans that were
approved by the cities. Phased construction was
planned to allow the existing force main to remain
operational. Robert also coordinated with the U.S.
Navy; Orange County Environmental Management
Agency; State of California, Division of Industrial
Relations, Occupational Safety and Health, Mining
and Tunneling Unit; State of California, Department
of Health Services, Drinking Water Field Operations
Branch; and California Coastal Commission.
*denotes projects completed at other firms
Registrations
STEVE COOK
RLA
Landscape and Irrigation Lead
Profile
Select Relevant Projects
Education
Steve’s more than 27 years of combined
experience as a Registered Landscape
Architect, a Licensed Landscape Contractor,
a Certified Water Auditor, and a Member of
the Environmental Protection Agency’s (EPA)
Watersense Partnership Program provide
him a broad base of valuable knowledge.
Through creative, current design and
efficient use of resources, while coordinating
between contractors, architects, public
agencies, and clients, Steve’s project
management abilities aid in maintaining
the design scope budget and schedules.
Bastanchury Road, Unocal*,
Fullerton, CA (Landscape Architect)
Steve developed the landscape construction
documents for complete streetscape
improvements, which included a two-year
maintenance and acceptance into LMD. The
project was located on Bastanchury Road from
west of Fairway Island to east of Memorial Drive.
Santa Ana Canyon Road,
Anaheim, CA (Project Manager)
Steve designed a specialized irrigation delivery
system to help save hundreds of gallons of
water and thousands of dollars annually. He
incorporated previous irrigation systems with
new equipment, and used irrigation software
to help find the feasibility of old equipment.
Steve performed irrigation calculations to verify
compliance with California’s strict irrigation
regulations and provided seasonal irrigation
schedules so that the water applied to the
landscape would be specific to the plants’ water
needs. Steve used his knowledge on drought
resistant plants and irrigation to save valuable
trees along a median located on a 3.5-mile
stretch of East Santa Ana Canyon Road.
Katella Avenue Smart Street Improvements,
Ninth Street to Humor Drive, Anaheim,
CA (Landscape Architecture)
Steve provided landscape architectural services,
including the inventory of existing planting and
irrigation within and adjacent to the project to
Certified Landscape
Irrigation Auditor #82148,
Irrigation Association
Registered Landscape
Architect #4053, CA
Licensed Landscape Contractor
#C27-528894, CA
BS, Agricultural Business
Management
determine improvements to be maintained and
salvaged. Detailed coordination was required
to maintain existing landscape and connect
new landscape improvements to adjacent
privately owned and maintained landscaping.
Miraloma Streetscape, Anaheim, CA
(Landscape Architect)
Steve prepared the landscape concept plan for
preliminary approvals and later the landscape
construction documents. While the project was
mainly a property conversion from commercial
use to a ground water recharge basin, the
streetscape was considered an important
element for community acceptance. Working
closely with the staff of the Orange County
Water District, Steve’s past experience as a
landscape contractor gave him the ability to
accurately determine the existing planting and
hardscape elements that could be salvaged to
not only save money, but provide a more mature
look to the finished product. His knowledge of
California native plant material and the most
current irrigation methods and materials resulted
in reduced cost relative to construction, water
savings, and lower maintenance requirements.
Culver Drive/University Ave Intersection and
Widening, Irvine, CA (Landscape Architect)
Steve managed landscape design services for
a major arterial intersection project involving
modifications to existing planting areas as
well as creating new ones. The plant palette
was completely revamped to include low water
use plants that would bloom at various times
throughout the year and be maintainable with
little care. The irrigation system was to tie into
the existing mainlines and controllers. Steve’s
team performed the predesign field work that
could minimize the construction disruptions and
allow for a smooth transition to the refurbished
areas. Some areas, like the adjacent park, required
special irrigation design treatments to facilitate
uninterrupted service to the recreation facilities.
Maine Avenue Complete Streets, Baldwin
Park, CA (Project Manager)
Steve managed the landscape architecture effort,
which included a road diet and roundabouts
to make the street safer and rain gardens for
stormwater filtration and retention. He specified
the unique drip irrigation system, as well as the
plant palette that would complement the existing
neighborhood planting theme and clean the water
during larger storm events. Overall efforts helped
enhanced traffic calming and street beautification
and minimized the City’s water usage. Effective
coordination with our transportation department
was critical in providing a cohesive landscape
design and overall successful project.
Golden Valley Road, Santa Clarita,
CA (Landscape Architect)
Steve prepared the landscape concept plan for
preliminary approvals and later the landscape
construction documents. This project was a
street widening and renovation project which
was adjacent to and spanned the Caltrans right
or way at SR-14. He worked closely with the City’s
staff to incorporate the new landscape items into
the existing. Existing points of connections were
used where possible and new ones were installed
where necessary. One particular challenge that
presented itself during the stages of design was
the lack of an existing power source for an area
of new landscape. Steve’s knowledge of cutting
edge products within his industry, which is a result
of maintaining his Certified Irrigation Auditor and
EPA WaterSense Partner credentials, allowed
him to suggest to the City the use of a newly
released solar powered controller that would
meet the most current water saving requirements.
Avoiding the need to install a new electrical supply
saved the City design and construction costs.
*denotes projects completed at other firms
Registrations
KEITH RUTHERFURD
TE
Traffic / Transportation Lead
Profile
Select Relevant Projects
Education
Keith offers 33 years of experience in
transportation and traffic engineering with a
broad background in transportation analysis and
preparing design plans. He performs technical
analyses and studies, prepares various reports,
and designs improvement plans for numerous
private and public works projects. Keith has
also served as an on-call consultant to public
agencies. Specific transportation engineering
experience includes road alignment studies;
highway and street improvements design,
including geometric studies, interchanges,
and ramps; traffic engineering, including site
impact studies, parking and bikeway studies,
bus operations, signing, striping, traffic
signal, and traffic control plan design.
Fullerton College Traffic and Parking
Study, Fullerton, CA (Project Manager)
Keith managed traffic engineering analysis
services as part of the environmental
documentation to address potential traffic impacts
related to the construction of a new field house
and renovations to the existing football/athletic
field located at the northern end of the campus.
Services included conducting a traffic study to
recommend design guidelines that will address
the increase traffic volumes on neighboring
streets and a parking study to establish the criteria
for design guidelines of the new parking structure
and implementation. The project required
close coordination with the City of Fullerton.
Lakewood Boulevard Improvements, Phases
3B and 3C, Downey, CA (Traffic Lead)
Keith provided assistance for street
improvements and enhancements along
Lakewood Boulevard. Traffic improvements
included traffic signal modification,
striping, pavement markings, signage and
ornamental street, and pedestrian lighting.
Professional Engineer
(Traffic) #001647, CA
MS, Civil/Transportation
Engineering
BS, Administrative Studies
Gardendale Street Pavement Rehabilitation,
Downey, CA (Traffic Lead)
Keith helped prepare the signing and striping
PS&E associated with the design and construction
of pavement rehabilitation improvements on
Gardendale Street. The project also restored
traffic signal loops destroyed by implementing
street rehabilitation improvements.
Newport Boulevard Widening Improvements,
Newport Beach, CA (Traffic Lead)
Keith was traffic design lead for PS&E preparation
for widening improvements along Newport
Boulevard. Project features included pavement
widening and median improvements, pavement
rehabilitation, new ADA-compliant curb ramps
and driveways, four traffic signal modifications,
drainage improvements, signing and striping,
landscaping and irrigation, new street lighting, and
new parking lot construction. Staged traffic control
plans were prepared for project implementation.
Oso Parkway Roadway Widening Improvements,
Mission Viejo, CA (Traffic Lead)
Keith helped prepare preliminary and final
design plans for widening improvements on Oso
Parkway between the I-5 freeway and Country
Club Drive. He prepared a traffic capacity and
operations analysis of widening alternatives and
recommended adding one lane in each direction
on Oso Parkway and modifying the signals at
the I-5 northbound ramps of Country Club and
Montanoso Drives. The widening improvements
required the acquisition of additional right-of-
way on both sides of the street and relocation
of several utilities along the existing sidewalks.
The box culvert for Oso Creek was lengthened to
accommodate the new lanes in each direction.
Irvine Avenue Pavement Rehabilitation,
Newport Beach and Costa Mesa, CA (Traffic Lead)
Keith led the traffic engineering design, including
preparation of signing and striping plans
for pavement rehabilitation and pedestrian
and cyclist safety improvements along Irvine
Avenue. Mariners Elementary School is located
within the project limits, and Newport Harbor
High School is adjacent to the project limits.
Sidewalk repairs and ADA-compliant curb
ramps were constructed to provide improved
safety to school children and pedestrians.
An accelerated schedule was required to help
ensure the improvements are completed before
the next school year. As part of this project, a
buffer between the bike lane and the travel
lane will be added from 17th Street to Dover
Drive/19th Street to increase the road’s safety.
17th Street/Tustin Avenue and Harbor Boulevard/
Wilson Street Intersections Improvements,
Costa Mesa, CA (Traffic Lead)
Keith managed the PS&E for intersection capacity
and aesthetic improvements at the 17th Street/
Tustin Avenue and Harbor Boulevard/Wilson Street
intersections. Project capacity improvements
at 17th Street/Tustin Avenue included exclusive
right-turn lanes on the eastbound and northbound
approaches and a far-side bus turn-out on
eastbound 17th Street. The improvements at this
location also included decorative crosswalks, new
curb returns, and ADA-compliant access ramps,
new sidewalk and tree wells, raised medians with
landscaping and irrigation systems, and new street
lighting. Improvements at Harbor Boulevard and
Wilson Street included an exclusive westbound
right-turn lane including retaining wall design.
The firm prepared all street improvement plans
for these projects including roadway plans and
profiles, detail sheets, traffic signal modification,
signing and striping, and street lighting.
Newland Street Improvements, Cities of
Westminster and Huntington Beach, Orange
County, CA (Traffic Design Task Manager)
Keith prepared the PS&E for traffic signal
and signing and striping improvements, and
implementation of traffic control along Newland
Street from Edinger Avenue to Whitley Avenue
included as part of Newland Storm Channel
improvements. Traffic signal improvements
included two new signal installations and three
modified existing signals at five intersections
along Newland Street. The new signals were
incorporated into the City of Wetminster’s
interconnect system. Median and intersection
improvements included ADA-compliant
paths of travel and access ramps. Project
construction required detailed phased traffic
control plans that considered impacts to local
vehicle circulation and an elementary school.
MICHAEL WEBER
Environmental and Permitting Lead Profile
Select Relevant Projects
Education
With 20 years of progressive environmental
consulting experience, Michael’s expertise
involves coastal land uses subject to discretionary
agency approvals and public environmental review.
Michael provides environmental services and
leads multi-disciplinary teams through all life cycle
phases of projects. Michael has experience with
aerospace, commercial, education, industrial, oil
and gas, thermal power generation, recreation,
renewable energy, residential, mixed-use,
transportation, water, and wastewater land uses.
Michael has extensive knowledge in preparing and
managing environmental documents for projects,
especially those subject to compliance with the
California Environmental Quality Act (CEQA) and
the National Environmental Policy Act (NEPA).
Newport Bay Water Wheel Project, Newport
Beach, California (Project Manager)
Michael managed preparation of an IS/MND for
this innovative project that involves construction
and operation of a trash removal system in the
Coastal Zone of San Diego Creek/Upper Newport
Beach. The environmental impact analysis was
supported through preparation of a Jurisdictional
Wetlands/Waters Delineation Report, Aquatic
Resources Survey Report, air quality study, and
vibration analysis for pile driving. Michael also
facilitated AB 52 Consultations and guided
preparation of the IS/MND under a compressed
schedule to secure $1.7MM in Water Quality,
Supply, and Infrastructure Improvement Act of
2014 (Prop 1) funding for the innovative project.
Remedial Excavation and Systems Installation,
Seal Beach, California (Project Manager)
Michael managed preparation of two Coastal
Development Permit applications to the
California Coastal Commission to allow a
responsible party to remediate petroleum
impacted soils in the Coastal Zone of Seal
Beach. The applications included requests to
excavate and remove 11,000 yards of soil and
installation/operation of dual phase extraction
remediation wells and systems. Michael was
successful in positioning the Coastal Commission
BS, Environmental Sciences
to issue project approvals through issuance
of De Minimis Waivers which substantially
streamlined the permitting process for this
time sensitive remediation project in a coastal
environment subject to substantial public input.
Top of the World Pedestrian Pathway, Laguna
Beach, California (Environmental Task Manager)
Michael served as the Environmental Task
Manager for preparing an IS and MND and
biological and cultural resources studies
for this project that involved constructing a
pedestrian and bike path linking two adjacent
communities in the Coastal Zone of Laguna
Beach. The controversial project was subject
to public opposition from community members
living nearby that were concerned with potential
increases in noise, traffic, fire risk, and crime.
After substantial public input, the City of Laguna
Beach Planning Commission adopted the Stantec
prepared IS and MND pursuant with the CEQA.
Belmont Island Decommissioning Project*,
Orange County, California (Project Manager
and Environmental Scientist)
Michael assisted with the permitting
and environmental compliance for the
decommissioning of Belmont Island, an oil and
gas production facility located offshore of Seal
Beach, California. The project also included
the decommissioning of subsurface pipelines
across the beach and into an inland facility in
the Coastal Zone of Seal Beach. In addition to
assisting with obtaining a Coastal Development
Permit for the project and a De Minimis Waiver to
demolish a depilated structure in Seal Beach that
posed a risk to public safety risk, Michael served
as the lead on-site environmental compliance
monitor and logistics coordinator throughout
the 21-month decommissioning phase.
Boatyard Improvements Project*, Port of
San Diego, California (Project Manager)
Michael managed the effort to obtain
discretionary permit approvals for this project that
included installing two pile-based pier facilities
and fish structures at an eight-acre boatyard in
the Port of San Diego. The pier structures were
necessary to support operation of a 665-ton
capacity Travelift system, enabling mega-yachts
to be hoisted from the water for maintenance
and repair. Permits to construct and operate
the facilities were obtained from the San Diego
Unified Port District (Coastal Development
Permit), U.S. Army Corps of Engineers (Clean
Water Act Section 404 Department of the Army
Permit), and the California Regional Water Quality
Control Board (Clean Water Act Section 401 Water
Quality Certification). The six-story moving boat
crane was the second lift over 500 tons ever to
be made in the U.S. and was the cornerstone of
a South Bay Boatyard Renovation Project that
made the facility a worldwide-recognized premiere
superyacht refit facility for the West Coast.
Aliso Creek Trail Slope Repairs Project, Orange
County, California (Environmental Task Manager)
Michael served as Environmental Task Manager
for this Orange County Parks project involving
repair of an existing pedestrian and bicycle
trail and culvert replacement along Aliso Creek.
Michael managed preparation of an IS/MND,
biological resources technical report, wetlands
and jurisdictional waters delineation, and permit
application packages to the U.S. Army Corps of
Engineers, Regional Water Quality Control Board,
and California Department of Fish and Wildlife.
E&B Resources Proposed Oil Production Project,
Hermosa Beach, California (Project Manager)
Michael reviewed the technical studies
adequacy to support the public environmental
review process and assisted with technical
impact analysis for this controversial project
involving oil development within an urban,
coastal community. Michael led a team of
multi-disciplinary technical specialists that
evaluated Photo Simulations, a Traffic Study, a
Geotechnical Report, a Phase I Environmental
Site Assessment, a Phase II Environmental
Site Assessment, and a Remedial Action Plan.
He also managed preparation of a new traffic
study, supplemental photo simulations and the
aesthetics, geology and soils, hydrology and
water quality, and transportation sections of the
EIR. The analysis included evaluating relocation
of the City’s public works maintenance facility.
*denotes projects completed at other firms
Registrations
PAUL ERICSON
PE
Electrical Engineering Lead
Profile
Select Relevant Projects
Education
Paul has over 35 years of continuous involvement
in the consulting engineering profession
with design experience in lighting, power and
special systems design for both new and
renovation projects, including: healthcare, civic,
institutional, and municipal projects. Paul
performs project management, including
scheduling, estimating, and supervising design
personnel. He is actively involved with the
Illuminating Engineering Society of North
America (IESNA) at the Society level and has
received lighting design awards from the IESNA.
Port of San Diego Banner Art Project Lighting
Design*, Imperial Beach, California
Principal in Charge and Designer of architectural
lighting design for an art lighting project. In 2006,
the Port of San Diego commissioned artist John
Banks to create a new sculpture for the Imperial
Beach Art Walk at Beach Boulevard and Seacoast
Drive. This 20-foot abstract steel sculpture,
titled “Banner Art”, is a welcome addition to the
community. Painted entirely in red, the piece
spells out the word “ART” and appears as an
abstract sculpture from all other angles. We were
engaged to illuminate the sculpture to increase
visibility and prominence in the evening. The
lighting designers developed plans to light the
project from the ground and adjacent palm trees.
Plans also provided lighting to the surrounding
palm trees to frame the piece. The team selected
high-efficiency, low-wattage PAR style, metal
halide lighting fixtures for high efficiency and low
maintenance. Equipment mounting was achieved
via custom concrete enclosures at ground level
and nylon straps for the tree mounted lights.
City of San Diego Various Roadway and Bridge
Lighting Projects*, San Diego, California
Various projects including Black Mountain
Ranch Street Lighting Design; “C” Street Lighting
Improvements; First Avenue Bridge Lighting
Design; Gas Lamp Quarter Lighting Study;
Judicial Drive Over and Under Crossing at La Jolla
Village; Laurel Street Bridge Illumination Design;
Professional Engineer
#E11219, State of California
LEED Accredited Professional,
U.S. Green Building Council
Designated Design-Build
Professional, Design-Build
Institute of America
Lighting Certified Professional,
National Council on Qualifications
for the Lighting Professions
BS, Electrical Engineering
Lighting Designs for 12 Park Facilities; Pacific
Highlands Ranch Unit 7 Street Lighting Review;
and Scripps Ranch Boulevard Street Lighting.
The Hodges Golf Center*, Escondido, California
A complete practice golf driving range facility
with 70 driving stations, putting green and golf
shop. Range is lighted at night. Earthen berms
with trees were used to minimize light spill into
adjacent wetlands and fish and game areas. Low
mounted cutoff floodlights were used to light
the target greens. Lighting design and electrical
engineering with flexible controls were provided
to provide only the amount of light needed at
varying times. Documentation of light spill to
adjacent properties was required for permit.
Discovery Center at Grant Park*, San Diego, California
Electrical study for a new 9,450 sf, 2-story
interpretive center that includes educational,
meeting and community spaces, outdoor classroom
space, concessions space with restrooms, shade
structures, outdoor volunteer staging areas,
outdoor interpretive water feature, underground
site improvements, extension of the San Diego river
trail through the site and a river observation pier.
San Diego Zoo Parking, San Diego, California
644 parking stalls, 46 have been provisioned for EV
chargers of which 14 are equipped with EV chargers.
San Diego County Fleet Maintenance and Parking
Structure Facility, San Diego, California
836 parking stalls, 40 have been
provisioned for EV charging stations, 12
of stalls are equipped with chargers.
LAX- Consolidated Rent A Car (ConRac)
facility, Los Angeles, California
17,600 rental car stalls and 2,900 employee
and public parking stalls. 50% of employee
and public parking stalls will be provisioned
and 10% equipped with EV chargers. 2,500
rental car stalls will be provisioned.
San Diego Airport Terminal 2 Parking
Plaza, San Diego, California
3,000 parking stalls, 169 of stalls are
provisioned for EV charging stations and
16 are equipped with EV chargers.
*denotes projects completed at other firms
Registrations
GREG SEBOURN
PLS
Surveying and Right of Way Lead
Profile
Select Relevant Projects
Education
Greg has more than 19 years of professional
experience in numerous aspects of land
surveying and mapping. His expertise
includes business development; project
management; client management; and surveying,
mapping, and map checking services. Greg
works with public and private entity clients
throughout Southern California. Some of his
municipal projects included the Anaheim
Stadium properties subdivision, monument
preservation efforts; and design topographic,
and construction surveys for pavement, sewer,
and right-of-way improvement projects.
Multiple On-Call Map Checking*, Southern California
(Quality Assurance/Quality Control Supervisor)
Greg has provided map checking services to
numerous municipalities and other agencies
for more than 10 years. Reviewing and verifying
final maps, parcel maps, Records of Survey,
Corner Records, certificates of compliance,
lot line adjustments, legal descriptions, and
plats for compliance and conformity with local
and state regulations has allowed Greg to
sharpen his QA/QC skills. Greg has provided
map and survey document checking for the
Cities of Irvine, Fullerton, Montebello, Covina,
Baldwin Park, Bell, Bell Gardens, and Cudahy,
as well as the County of Orange and others.
On-Call Services, City of Anaheim Subdivision, and
Parcel Consolidation of Anaheim Stadium Properties*,
Anaheim, California (Senior Survey Project Manager)
Greg worked closely with city staff at all
management levels to subdivide and consolidate
the properties comprising the Anaheim Stadium
complex. This major project involved numerous
agencies and municipalities. It required reviewing
more than 25,000 pages of various legal
records to determine their affect, if any, on the
project and client goals. Through due diligence,
several potential liabilities were addressed
before they could cause harm to property
title. After resolving all title issues, the project
involved conducting boundary and topographic
Professional Land Surveyor
#8395, State of California
AS, Surveying
surveys, encroachment analysis, and writing
new legal descriptions. A parcel map was filed
and recorded. This project was completed in
2008 at a cost of approximately $160,000.
On-Call Surveying and Mapping, Metropolitan Water
District (MWD) of Southern California*, County of
Riverside, California (Survey and Mapping Task Leader)
Greg led the effort to conduct boundary and
topographic surveys over portions of MWD
pipeline easements and related properties. The
project included several miles of pipeline, as well
as dozens of properties and easements. The
boundary covered several Public Land Survey
System Sections, as well as rancho boundaries.
His deliverables included CADD files, point
files, GIS .SHP files, and a Record of Survey
map filed with the Riverside County Surveyor.
Project was completed in January 2012.
Robert W. Goldsworthy Desalter*, Torrance,
California (Project Surveyor)
The Goldsworthy Desalter expansion required
implementing a control survey, centerline
and right-of-way alignment survey, terrestrial
topographic survey, and a photogrammetric
survey. The project required a high-precision
geodetic control survey to tie current conditions
and control to the historic control used at the time
the facility was first constructed. Additionally, the
survey required setting seven aerial targets for
correlation of imagery to ground conditions. Once
the data was collected from photogrammetric
processes, a ground survey of key topographic
features was conducted. One innovation
expanded the aerial coverage beyond the initial
work limits in anticipation that the project scope
could be revised to accommodate certain
conditions. The additional photogrammetric
coverage had no additional cost and remains
available should WRD choose to revise the route
or limits of design. The survey data was delivered
on schedule and on budget in March 2014.
On-Call Services, City of Anaheim City-Wide
Sanitary Sewer Improvement Program*, Anaheim,
California (Senior Survey Project Manager)
This project involved several miles of new
pipelines together with short segments to
repair the aging infrastructure. Greg deployed
substantial resources quickly, allowing for several
construction sites to be served simultaneously.
His services included design topographic
surveying, construction surveying, and monument
preservation. With several thousands of feet of
new sanitary sewer lines being laid simultaneously,
quality assurance and quality control procedures
were an integral part of daily activities. This
project was completed in August 2009.
Lakewood Boulevard Improvements, Project Phase
3B and 3C, Downey and Pico Rivera*, Downey
and Pico Rivera, California (Project Surveyor)
This project involved comprehensive professional
services associated with the design and
construction of street improvements and
enhancements along Lakewood Boulevard from
Florence Avenue to Telegraph Road. The project
was divided into two segments: Lakewood
Boulevard between Florence Avenue and Gallatin
Road (approximately 2,800 feet); and Lakewood
Boulevard between Gallatin Road and Telegraph
Road (approximately 2,700 feet). This project
constructed new raised medians, including
new landscaping and irrigation improvements.
The Phase 3B and 3C improvements included
widening of the roadway. The minimum half-
section of the improved roadway provides a
14-foot median and three continuous through
lanes in each direction throughout the project
limits. Within the Phase 3C segment, between
the I-5 southbound and northbound on-ramps,
a northbound auxiliary lane was provided.
On-Call Services, City of Anaheim Santa Ana
Canyon Road Rehabilitation and Realignment*,
Anaheim, California (Survey Manager)
Santa Ana Canyon Road serves as a major
transportation artery for North Orange County.
With more than 20,000 commuters each day
relying on this corridor for access to regional
services, surveying activities were carefully
managed to provide the greatest free-flow of
traffic, while expediting the delivery of meaningful
data to city design staff. The project took the
survey team through nearly 100 years of legal
records and engineering notes to re-establish the
historic dual alignments. Dozens of monuments
and ties were found, reset, and re-established
to perpetuate survey evidence and comply with
state laws. Greg’s noninvasive approach was
appreciated by commuters and city staff alike.
*denotes projects completed at other firms
Registrations
MARIA MORRIS
PTP, AICP
Grant Applications Lead
Profile
Select Relevant Projects
Education
Maria has been involved in transportation
planning for more than 13 years. She is well-
rounded in the profession with experience in short
and long-range transportation planning, travel
demand modeling and forecasting, land use
impact analysis, transportation system evaluation,
highway corridor planning, transportation
demand management strategies, transportation
management plans, traffic simulation models,
roundabouts, bicycle and pedestrian plans,
SB 375 and SB 743, GHG and VMT reduction
strategies, and GIS applications. She has
prepared numerous traffic studies in support
of environmental impact reports, development
projects, major highway improvement
projects, Specific Plans, roadway improvement
projects, circulation elements, and transit
projects. Maria supports the project manager
as the lead technical manager on numerous
projects. She has developed great working
relationships with various agencies, including
OCTA, Caltrans, and County of Los Angeles.
Metro Active Transportation Plan Grants,
Los Angeles, CA (Grant Writer)
Together with Metro’s Countywide Planning
Department, Maria assisted cities and counties
complete and/or resubmit grant applications to
the state. ATP is a state administered funding
opportunity that awards funds for projects that
encourage increased use of active modes of
transportation, such as biking and walking.
Stantec provided 36 grant applications, including:
• 1 TOD
• 1 SCAG sustainability planning grant
• 28 ATP grants
• 4 Transit and Intercity Rail
Capital Program grants
• 1 Transportation Investment Generating
Economic Recovery grant
Certified Planner #028708,
American Institute of
Certified Planners
Professional Transportation
Planner #419, Transportation
Professional Certification Board Inc.
BA, Environmental
Analysis and Design
We regularly met and communicated with
Metro staff and the project sponsors, reviewed
application guidelines and evaluation criteria,
and studied project history and existing project
development for all project components.
We gathered data as needed to demonstrate
project need and benefit. We presented
a compelling case for the project need
and importance through creative writing
and used maps and graphics to present
information effectively. The final application
was submitted to Caltrans for review.
SR-91 Feasibility Study Between the SR-57 and
SR-55*, Anaheim/Fullerton, CA (Traffic Analyst)
Maria is working on the traffic portion of the SR-91
Feasibility Study, evaluating various alternatives
for increasing capacity on the SR-91 between the
SR-57 and Lakeview Avenue. The work includes
analyzing existing and future traffic conditions for
the SR-91 and portions of the SR-57 and SR-55.
Orangethorpe Avenue Grade Separation Traffic
Management Plan (TMP)*, Orange County, CA
(Transportation Planner/Lead Technical Manager)
Maria provided transportation planning and
technical management for the Transportation
Management Plan for the Orangethorpe Grade
Separation Project. The grade separation was
one of seven planned grade-separation projects
being implemented by OCTA. The TMP identified
significantly impacted intersections within the
project area, minimized the construction-related
traffic impacts, and mitigated impacts where
necessary by the application of strategies such
as construction staging, planner alternative
routes and public awareness campaigns.
Maria was involved in all aspects of
the traffic study from project initiation,
preparation of technical materials for the
traffic study, team coordination, project
management, and progress meetings.
The traffic study included operational analysis for
study area intersection, construction schedule and
staging, development of detour routes, evaluation
of pedestrian and bicycle and transit facilities,
scenario impacts, intersection queuing analysis,
displaced bus routes, school access, emergency
response and vehicle breakdowns, public
awareness campaigns, motorist information
system, restrictions on work, contingency plans,
and construction mitigation cost estimates.
Tustin Downtown Commercial Core Specific Plan
Traffic Study, Tustin, CA (Traffic Analyst)
Maria was a traffic analyst supporting the project
manager in the preparation of a traffic study
for the Downtown Commercial Core Specific
Plan. The proposed project would allow for
the addition of up to 887 dwelling units to the
downtown area based on specific allocations to
six “development areas”. Furthermore, transfer
of units between DAs would be allowed up to a
maximum increase of 25 percent for any give DA.
The traffics study was prepared for inclusion in
the project’s EIR. Maria prepared future forecast
intersection volumes, conducted an impact
analysis using the intersection capacity utilization
(ICU) methodology, and created a GIS database.
Beach Boulevard and Edinger Avenue Corridor
Study*, Huntington Beach, CA (Traffic Analyst)
Maria assisted in identifying existing and future
land use designations and its effects on traffic
operations. She helped analyze existing traffic
conditions and preparing long-range traffic
forecast data along Beach Boulevard and Edinger
Avenue using the Huntington Beach Traffic
Model. Maria also worked on other traffic studies
within the City of Huntington Beach such as
General Plan Update, Bella Terra Village Mixed-
Use, and The RipCurl Mixed-Use developments.
Villa Park Road, Katella Avenue, and Santiago Canyon
Road Corridor*, CA (Transportation Planner)
Maria was the transportation planner for a traffic
analysis of the Katella Avenue/Villa Park Road/
Santiago Canyon Road Corridor. The work included
traffic forecasting, level of service analysis, and
a traffic operations analysis for the corridor.
*denotes projects completed at other firms
Registrations
DAN HAYES
PE
Structural Engineering Lead
Profile
Select Relevant Projects
Education
Dan has 23 years of civil engineering experience
with extensive experience in structural analyses
and design, and preparation of design plans,
specifications and cost estimates for retaining
walls, water systems, pump stations, channels,
dams and reservoir facilities. He has been
involved in the structural analysis and design
of several retaining walls, water recharge
and flood control projects in Riverside, San
Bernardino, Orange, and Los Angeles counties.
Oso Parkway Roadway Widening*, Mission
Viejo, California (Structural Engineer)
Dan provided structural engineering services
for the preparation of preliminary and final
design plans for widening improvements on Oso
Parkway between the I-5 freeway and County
Club Drive. The widening improvements require
modification of the existing box culvert for Oso
Creek to increase its length and provide a new
parapet wall, partial wingwall reconstruction
with overhang support, 300 feet of new concrete
barrier with decorative stone veneer, decorative
masonry end pilasters, and a pipe support system
for the relocated 12-inch reclaimed water line.
The project also includes a new monument sign
structure for the Sunrise Senior Living Facility
and reconstruction of existing masonry walls.
Cypress Village PA 40*, Irvine,
California (Structural Engineer)
Dan provided structural engineering services for all
perimeter wall design, detailing, and specifications
for a master planned residential development.
The project involved masonry screen walls and
combination screen walls with retaining on both
conventional spread footings and trench footings
to satisfy various level or descending backfill
conditions. The perimeter walls are approximately
31,000 feet long with maximum height of 10 feet
including up to 2.5 feet of retention. The project
features special wall designs corresponding to
architectural plans for decorative monument
screen walls, vehicular gate enclosure, pedestrian
gates, and pilasters at project entry locations.
Professional Engineer #63132,
State of California
BS, Civil Engineering and
Environmental Engineering
Tract 16702, PA1, Orchard Hills*, Irvine,
California (Structural Engineer)
Dan provided structural engineering services
for all perimeter wall design, detailing, and
specifications to retrofit existing perimeter wall
in conjunction with “La Vita” master planned
residential development. The project involved
masonry screen walls and view fences on
conventional spread footings. The perimeter
walls are approximately 4,200 feet long with
maximum height of 8 feet including up to 2 feet
of retention. The project features special wall
designs to remove and reconstruct masonry walls
and pilasters as required to receive new view
fencing while preserving as much of the original
construction as possible to minimize cost.
Tract 46908 Debris Wall Design*, Valencia,
California (Structural Engineer Task Manager)
Dan provided structural engineering services
for the design and preparation of PS&E for
construction of a 370 foot long debris wall parallel
to steep natural slopes fronting a residential
development pad in the Valencia area of Los
Angeles County. The wall was designed to
County standards for stability against debris
impact and retainment. The wall height above
finished grade varies from 3 to 4 feet. The wall
design also incorporated drainage features to
facilitate the self-flushing of minor material
accumulations from the adjacent hillside.
Forest Lawn Hollywood Hills, Sennett
Creek Stabilization Project, Glendale,
California (Senior Project Engineer)
The project involved a drop structure consisting
of approximately 200-LF of sheet piling retaining
wall. Dan provided civil layout, grading, drop
scour design, and structural analysis of the
sheet piling using king piles with secondary
sheeting. The sheet piling is designed for up
to 15-ft of retention with critical dead plus
live or dead plus seismic effects considering
applicable surcharge loads, various backfill
conditions, and potential channel invert drop scour
components. The project location inside a flood
control channel also required special designs
for differential head during rapid draw down.
Forest Lawn Covina Hills, Mitigation Basin 5,
Covina, California (Senior Project Engineer)
The project involved a wetland basin with
approximately 200-LF overflow structure on grade
beam with 24” dia. CIDH foundation. Dan provided
civil layout, grading, and structural analysis of the
trough structure and foundation configurations
to resist up to 7 ft of retention with critical dead
plus live or dead plus seismic effects considering
applicable surcharge loads, descending slope
conditions, and variable depth to bedrock.
Laguna Audubon Retarding Basin
Floodwall Improvement, Aliso Viejo,
California (Structural Engineer)
Dan provided structural analysis and design of
approximately 700 lf of floodwall surrounding
the crest of the Laguna Audubon Retarding
Basin (Orange County Flood Control Facility
I02B01) in the City of Aliso Viejo. He developed
new floodwall designs for heights up to 4 feet
using reinforced concrete stems on conventional
spread footings. Dan used the CTWall computer
program and followed USACE guidelines for
inland floodwalls to satisfy stability and structural
section design requirements for dry, infrequent
flood, and maximum flood conditions. The
Project also included details to retrofit existing
structures for improved flood protection and
analyses to verify existing structure capacity
when subject to increased hydrostatic loads.
Newport Boulevard Widening Project*, Newport
Beach, California (Structural Engineer)
Dan provided structural engineering services
for the design, detailing, and specifications of
approximately 90 lf of reinforced CMU sound
wall on spread footing in support of widening
improvements along Newport Boulevard
between Via Lido and 30th Street. The wall is a
combination 6 feet sound wall with 3 feet retaining
and level backfill condition designed for critical
dead plus seismic or dead plus wind load.
Laguna Beach Cress St Improvement, Laguna
Beach, California (Structural Engineer)
Dan provided civil layout, grading, structural
engineering design, detailing, and specifications
for approximately 160 lf of steel beam soldier pile
wall with wood lagging with maximum retention
height of 9 feet. The project also involved bid
support, submittal and RFI processing, and
on-site observation during construction.
*denotes projects completed at other firms
Registrations
JARET FISCHER
PE
Geotechnical Lead
Profile
Select Relevant Projects
Education
Jaret specializes in geotechnical and
environmental engineering and has more than 18
years of experience in the industry. He manages
geotechnical and environmental portfolios
and projects for several major oil company
clients, solar energy clients, and supporting
the geotechnical needs of other regional
offices. Jaret’s duties include conducting and
managing subsurface investigations, installing
and monitoring geotechnical instrumentation,
communicating with clients, managing project
budgets, preparing project scopes, completing
analyzing laboratory data and potential geologic
hazards, preparing geotechnical reports,
compaction reports, construction management
and oversight, geotechnical soils laboratory
testing, and researching and writing Phase I and
Phase II environmental site assessments (ESA).
Roadway Expansion Project,
Anaheim, CA (Senior Engineer)
Jaret completed the geotechnical investigation
for a street widening project at South Street and
East Street in the City of Anaheim. He provided
recommendations for pavement overlay and
reporting existing pavement section thicknesses.
John Wayne Airport – Campus Drive Widening
Project, Newport Beach, CA (Senior Engineer)
Jaret completed the geotechnical investigation
for a street widening project adjacent to the John
Wayne Airport. He provided recommendations
for new pavement design and pavement
overlay, airport service building foundations,
retaining wall design, sidewalk, traffic signal
foundations, overhead sign foundations.
Culver/University Intersection Improvement
Project, Irvine, CA (Senior Engineer)
Jaret completed the geotechnical investigation
for a street widening project at Culver
Drive and University Drive. He provided
recommendations for pavement design,
retaining wall design, sidewalk, traffic signal
foundations, and overhead sign foundations.
Professional Engineer #80383, CA
BS, Environmental
Resources Engineering
Environmental Site Assessments,
Various Locations, CA (Senior Engineer)
As part of ongoing contracts, Jaret performs
Phase I and II environmental site assessments
for commercial and industrial property
transfers in California, Nevada, Washington,
and Arizona. Clients include BP West Coast
Products, LLC, Chevron Environmental
Management Company, The Olson Company,
CT Realty, and G&L Commercial.
Environmental Sampling and Remedial Excavation
Oversight, Various Locations, CA (Project Engineer)
Jaret performs environmental sampling and
remedial excavation oversight for retail gasoline
facilities and commercial properties involving soil
sampling, groundwater sampling, air monitoring,
laboratory data analysis, and environmental
reporting. Clients include BP West Coast Products,
LLC, Chevron Products Company, and 7-Eleven.
Registrations
CARLOS PINEDA
PE, QSD/P, LEED AP
Public Outreach Lead
Profile
Select Relevant ProjectsEducation
Carlos has more than 38 years of experience
in civil engineering and project management
with extensive experience working for private
and public sectors. His public works design
experience spans various projects, including
improving major arterials, secondary highways
and collectors, flood control and drainage projects,
ADA retrofit, and safe routes to school projects.
His private sector design experience includes
residential master planned communities, “in
tract” residential improvements, and commercial
centers. Carlos’ hands-on management approach
and extensive knowledge of public agencies
standards and permitting procedures will be
instrumental in helping ensure your projects
are completed within budget and schedule.
SR2S Hermosa View Improvements, Hermosa
Beach, California (Project Manager)
Carlos managed the design of the Hermosa View
School Safe Route to School Project. The existing
routes to Hermosa View School are characterized
by a lack of continuous sidewalks, limited sight
distance, outdated signage, high commuter
traffic, crossing deficiencies, incomplete
crosswalks, and other features that contribute
to hazardous conditions for students walking
or biking to school. The improvements included
installation of continuous sidewalk and ADA
curb access ramps, installation of crosswalks
and pedestrian countdown signals, upgrading
of school zone signs, and the addition of stand
back lines with barriers in front of the school.
Carlos attended two public meetings at the City
to present the preliminary and final design and
to answer question from the residents being
impacted by the proposed improvements.
Lincoln Park Street and Landscape Improvements
Project, Pomona, California (Project Manager)
Carlos managed the preliminary and final design
activities for this project including, exploring
alternatives to improve circulation and access
to Lincoln Park, participating in public outreach
meetings to explain the alternatives and get
Professional Engineer #38639, CA
LEED Accredited Professional,
U.S. Green Building Council
Qualified Stormwater Pollution
Prevention Plan Practitioner
(QSP), State of California
Qualified Stormwater Pollution
Prevention Plan Developer
(QSD), State of California
MBA, Business Administration
MS and BS, Civil Engineering
feedback from the residents around the park,
preparation of plans, specifications and estimate
(PS&E), and as-needed construction engineering
and landscape support during the construction
phase of the project). The project also included
providing survey topographic services, traffic
engineering report, ADA Ramp details and
signing and striping and traffic control plans.
Fairview Road Safety Improvement Project HSIPL -5312
(102), Costa Mesa, California (Project Manager)
Carlos managed the engineering and
environmental services for the Fairview Road
Safety Improvements Project. This project
involved the design of safety improvements
at two median breaks within Fairview Road
between Baker Street and Adams Avenue. The
project involved the construction new raised
median to restrict or control left turn movements
out of out of existing driveways at these two
locations. The project also involved the removal
of segments of curb and gutter, sidewalks and
driveways that were damaged or didn’t comply
with ADA requirements. Participated in two public
outreach meetings with residents being impacted
by the proposed improvements. Assisted the
City in completing all E-76 documentation
to obtain the release of federal funding.
North San Fernando Boulevard Safety Improvements,
Burbank, California (Project Manager)
Carlos managed the engineering services
implementing safety enhancements to reduce
vehicle travel speeds, improve traffic operations,
and increase visibility and separation of vehicles,
bicycles, and pedestrians. The project involved
the design of bulb-outs, ADA ramps, traffic signal
modifications, adding bike lanes, left turn lanes
and other traffic calming measures to enhance
safety to pedestrians, vehicles, and bicycles.
The project involved participating in 2 public
outreach meetings to present the preliminary
and final engineering design to the public.
Leland Way Streetscape Project., Burbank,
California (Project Manager)
Carlos managed the engineering, surveying
and Landscape services for the design of the
Streetscape improvements for Leland Way. The
City’s objectives were to improve the safety,
operational, and aesthetics characteristics
of Leland Way between North Broadway St.
and South Broadway St. The project involved
several community meetings to obtain input and
ultimately support from the community for the
proposed improvements. The project involved
the narrowing of the roadway to provide one-way
traffic only, a two-way bike track and a landscape
area that would provide screening of a recently
constructed sound wall by Caltrans as part of the
Golden State FWY 5 Improvements, pavement
overlays, and signing and striping plans.
Cress Street Sidewalk Improvements, Laguna
Beach, California (Project Manager)
Carlos managed the Cress Street Sidewalk
Improvement Project. This project required the
extension of an existing sidewalk on the south
side of Cress Street in front of the Bluebird
Park, westerly to the intersection of Cress
street and Temple Terrace. The project require
the design of a bulb out and ADA ramp at the
intersection, sidewalk and driveways and a
retaining wall to provide adequate access from
the residential areas to the Bluebird Canyon
Park. Stantec provided survey topo, structural
design, roadway design and traffic control
design. Stantec also provided utility coordination,
construction staking and construction engineering
support. Carlos participated in a public
meeting with the public residents to present
the preliminary design and with the Design
Review Board at the City of Laguna Beach.
Butterfield Stage Road, Phase 3 Improvements,
Butterfield Stage Road and Rancho California
Road Intersection Improvements, Temecula,
California (Project Manager)
Carlos managed the civil engineering design
and field survey services for the design of
Butterfield Stage Road, Phase 3 Improvements.
This project involved the widening of 4,300 lf of
Butterfield Stage Road from La Serena Way to
Rancho California Road from a two-lane to a
four-lane roadway with bike lanes and a raised
median. The project involved the widening of
the easterly side of BSR and the plans required
permits from the City of Temecula and The
County of Riverside Transportation Department
and Flood Control District. This project involved
extensive grading, the design of a 20 foot high
retaining wall and the extension of three drainage
culverts. The project also involved the design of
the Butterfield Stage Road and Rancho California
Road Intersection Improvements which included
a traffic signal modification, the widening of
1,000 lf of Rancho California Road, and drainage
improvements. Design plans included: plan
and profile plans, signing and striping plans,
grading plans, erosion control plans, drainage
plans, retaining wall plans, street lighting plans,
and traffic signal modification plans. We also
prepared a water quality management plan.
April 26, 2019
Attention: Iris Lee
Deputy Public Works
Director/City Engineer
City of Seal Beach
Public Works Department
211 Eighth Street
Seal Beach, CA 90740
RE:
Separate Fee Proposal
for On-Call Professional
Engineering Services for the
City of Seal Beach
Design with community in mind
Dear Ms. Lee:
Per your RFP, we're providing our fee schedule in this separate
sealed envelope which includes our standard billing rates for
various staff levels. At Stantec, we strongly believe that the
measurement of value is partially referenced from pricing, but
also from credentials and capabilities. Our attached hourly billing
rate table was created with an understanding of this balance.
The rate table is subject to escalation on a yearly basis, effective each
January 1 during the term of this Agreement, by the most current
Consumer Price Index for All Urban Consumers (CPI-U) year over
year percentage increase, not seasonally adjusted, for the preceding
July, as published by the U.S. Bureau of Labor Statistics plus 1.0%.
Should you have any questions or require additional information about
our proposal, please contact our primary representative Contract
Manager, Mohammad Heiat by telephone at (949) 923-6962 or email at
mohammad.heiat@stantec.com; or alternative Contract Manager, Jeff
Wilkerson at (949) 923-6959 or by email at jeff.wilkerson@stantec.com.
Sincerely,
Stantec Consulting Services Inc.
Mohammad Heiat, PE
Contract Manager/Principal-in-Charge
(949) 923-6962
mohammad.heiat@stantec.com
Jeff Wilkerson, PE
Alternate Contract Manager/Task Manager
(949) 923-6959
jeff.wilkerson@stantec.com
LABOR CLASSIFICATION HOURLY RATE
LEVEL 17
Principal/QA/QC Manager
Sr. Transportation Specialist
$224.00
$224.00
LEVEL 16
Sr. Project Manager $216.00
LEVEL 15
Project Manager/Sr. Architect
Environmental Services Manager
Structural Engineer
Survey/Mapping/Right-of-Way
$196.00
$196.00
$196.00
$196.00
LEVEL 14
Deputy Project Manager
Task Manager I
Sr. Project Engineer
Sr. Traffic Engineer
$185.00
$185.00
$185.00
$185.00
LEVEL 13
Sr. Engineer/Project Engineer/Project Architect
Sr. Transportation Planner
Traffic Engineer II
Geotechnical Engineer
Landscape Architect
Field Survey Coordinator
Senior Scientist II
$175.00
$175.00
$175.00
$175.00
$175.00
$175.00
$175.00
LEVEL 12
Civil Engineer/Architect
Transportation Planner
Traffic Engineer I
Design Engineer/Architect Job Captain
Senior Scientist I
$166.00
$166.00
$166.00
$166.00
$166.00
LEVEL 11
Engineering and Landscape Designer
Survey Analyst
Associate Scientist II
$158.00
$158.00
$158.00
LEVEL 10
Senior Designer
CAD Technician
Associate Scientist I
$147.00
$147.00
$147.00
LEVEL 9
Design Technician
CAD Technician/Asst. Engineer II
Sr. Project Coordinator
Project Scientist II
Assistant Planner
$142.00
$142.00
$142.00
$142.00
$142.00
STANTEC CONSULTING SERVICES INC.
RATE TABLE
Stantec Consulting Services Inc.
LABOR CLASSIFICATION HOURLY RATE
LEVEL 8
Project Coordinator
Junior Engineer/Asst. Engineer I
Project Scientist I
$137.00
$137.00
$137.00
LEVEL 7
Administative Support/Processing/Lab Tech
Staff Scientist III
$126.00
$126.00
LEVEL 6
Staff Scientist II $121.00
LEVEL 5
Staff Scientist I $116.00
1-MAN SURVEY CREW $190.00
2-MAN SURVEY CREW $270.00
3-MAN SURVEY CREW $365.00
PROFESSIONAL SERVICES AGREEMENT
for
On-Call Professional Engineering Services
between
City of Seal Beach
211 - 8th Street
Seal Beach, CA 90740
&
Kreuzer Consulting Group
320 Main Street, Unit D
Seal Beach, CA 90740
(714) 656-0160
This Professional Service Agreement (“the Agreement”) is made as of June 24, 2019
(the “Effective Date”), by and between Kreuzer Consulting Group (“Consultant”), a
California corporation and the City of Seal Beach (“City”), a California charter city,
(collectively, “the Parties”).
1 of 13
RECITALS
A. City desires certain on-call professional engineering services.
B. Pursuant to the authority provided by its City Charter and Seal Beach
Municipal Code § 3.20.025(C), City desires to engage Consultant to provide
Professional Engineering services in the manner set forth herein and more
fully described in Section 1.0.
C. Consultant represents that the principal members of its firm are
qualified professional Engineers and are fully qualified to perform the services
contemplated by this Agreement in a good and professional manner; and it
desires to perform such services as provided herein.
NOW THEREFORE, in consideration of the Parties' performance of the
promises, covenants, and conditions stated herein, the Parties hereto agree
as follows.
AGREEMENT
1.0 Scope of Services
1.1. Consultant shall provide those services (“Services”) set forth in the
attached Exhibit A, which is hereby incorporated by this reference. To the extent
that there is any conflict between Exhibit A and this Agreement, this Agreement
shall control.
1.2. Consultant shall perform all Services under this Agreement in
accordance with the standard of care generally exercised by like professionals
under similar circumstances and in a manner reasonably satisfactory to City.
1.3. In performing this Agreement, Consultant shall comply with all
applicable provisions of federal, state, and local law.
1.4. As a material inducement to City to enter into this Agreement,
Consultant hereby represents that it has the experience necessary to undertake
the Services to be provided. In light of such status and experience, Consultant
hereby covenants that it shall follow the customary professional standards in
performing all Services. The City relies upon the skill of Consultant, and
Consultant’s staff, if any, to do and perform the Services in a skillful, competent,
and professional manner, and Consultant and Consultant’s staff, shall perform
the Services in such manner. Consultant shall, at all times, meet or exceed any
and all applicable professional standards of care. The acceptance of
Consultant’s work by the City shall not operate as a release of Consultant from
such standard of care and workmanship.
2 of 13
1.5. Consultant will not be compensated for any work performed not
specified in the Scope of Services unless the City authorizes such work in
advance and in writing. The City Manager may authorize extra work to fund
unforeseen conditions up to the amount approved at the time of award by the
City Council. Payment for additional work in excess of this amount requires prior
City Council authorization.
2.0 Term
2.1. The term of this Agreement shall commence as of the Effective
Date and shall continue for a term of three (3) years (“Original Term”) and shall
expire at midnight on June 24, 2022, unless sooner terminated or extended as
provided by this Agreement.
2.2. The City, at its sole option, may elect to extend the Original Term of
this Agreement, upon the same terms and conditions, for up to two (2) additional
terms of one year each (“extension”), by providing written notice to Contractor at
least one month prior to the expiration of an existing term. If timely elected by the
City, the first extension shall have a term extending from June 24, 2022 through
and including June 24, 2023, unless sooner terminated or extended pursuant to
this Agreement. If timely elected by the City, the second extension shall be from
June 24, 2023 through and including June 24, 2024, unless sooner terminated
pursuant to this Agreement. Any extension shall not be effective except upon
execution of a written amendment to this Agreement signed by the City Manager
and Contractor’s authorized representatives.
3.0 Consultant’s Compensation
3.1. City will pay Consultant in accordance with the hourly rates shown
on the fee schedule set forth in Exhibit A for Services but in no event will the City
pay more than the total not-to-exceed amount of $300,000 for the Original Term.
3.2. In the event that City elects to extend the Original Term in
accordance with Section 2.2 of this Agreement, City will pay Consultant in
accordance with the hourly rates shown on the fee schedule set forth in Exhibit A
for Services but in no event will the City pay more than the total not-to-exceed
amount of $100,000 for each extension.
3.3. Consultant will not be compensated for any work performed not
specified in the Scope of Services unless the City authorizes such work in
advance and in writing. The City Manager may authorize extra work to fund
unforeseen conditions up to the amount approved at the time of award by the
City Council. Payment for additional work in excess of this amount requires prior
City Council authorization. Any additional work authorized by the City Council
pursuant to this Section will be compensated in accordance with the fee
schedule set forth in Exhibit A.
3 of 13
4.0 Method of Payment
4.1. Consultant shall submit to City monthly invoices for all Services
rendered pursuant to this Agreement. Such invoices shall be submitted within 15
days of the end of the month during which the Services were rendered and shall
describe in detail the Services rendered during the period, the days worked,
number of hours worked, the hourly rates charged, and the Services performed
for each day in the period. City will pay Consultant within 30 days of receiving
Consultant’s invoice. City will not withhold any applicable federal or state payroll
and other required taxes, or other authorized deductions from payments made to
Consultant.
4.2. Upon 24-hour notice from City, Consultant shall allow City or City’s
agents or representatives to inspect at Consultant’s offices during reasonable
business hours all records, invoices, time cards, cost control sheets and other
records maintained by Consultant in connection with this Agreement. City’s rights
under this Section 4.2 shall survive for two years following the termination of this
Agreement.
5.0 Termination
5.1. This Agreement may be terminated by City, without cause, or by
Consultant based on reasonable cause, upon giving the other party written notice
thereof not less than 30 days prior to the date of termination.
5.2. This Agreement may be terminated by City upon 10 days’ notice to
Consultant if Consultant fails to provide satisfactory evidence of renewal or
replacement of comprehensive general liability insurance as required by this
Agreement at least 20 days before the expiration date of the previous policy.
6.0 Party Representatives
6.1. The City Manager is the City’s representative for purposes of this
Agreement.
6.2. Rick Kreuzer is the Consultant's primary representative for
purposes of this Agreement. Rick Kreuzer shall be responsible during the term
of this Agreement for directing all activities of Consultant and devoting sufficient
time to personally supervise the Services hereunder. Consultant may not
change its representative without the prior written approval of City, which
approval shall not be unreasonably withheld.
7.0 Notices
7.1. All notices permitted or required under this Agreement shall be
deemed made when personally delivered or when mailed 48 hours after deposit
4 of 13
in the United States Mail, first class postage prepaid and addressed to the party
at the following addresses:
To City: City of Seal Beach
211-8th Street
Seal Beach, California 90740
Attn: City Manager
To Consultant: Kreuzer Consulting Group
320 Main Street, Unit D
Seal Beach, CA 90740
Attn: Rick Kreuzer
7.2. Actual notice shall be deemed adequate notice on the date actual
notice occurred, regardless of the method of service.
8.0 Independent Contractor
8.1. Consultant is an independent contractor and not an employee of
the City. All work or other Services provided pursuant to this Agreement shall be
performed by Consultant or by Consultant’s employees or other personnel under
Consultant’s supervision, and Consultant and all of Consultant’s personnel shall
possess the qualifications, permits, and licenses required by State and local law
to perform such Services, including, without limitation, a City of Seal Beach
business license as required by the Seal Beach Municipal Code. Consultant will
determine the means, methods, and details by which Consultant’s personnel will
perform the Services. Consultant shall be solely responsible for the satisfactory
work performance of all personnel engaged in performing the Services and
compliance with the customary professional standards.
8.2. All of Consultant’s employees and other personnel performing any
of the Services under this Agreement on behalf of Consultant shall also not be
employees of City and shall at all times be under Consultant's exclusive direction
and control. Consultant and Consultant’s personnel shall not supervise any of
City’s employees; and City’s employees shall not supervise Consultant’s
personnel. Consultant’s personnel shall not wear or display any City uniform,
badge, identification number, or other information identifying such individual as
an employee of City; and Consultant’s personnel shall not use any City e-mail
address or City telephone number in the performance of any of the Services
under this Agreement. Consultant shall acquire and maintain at its sole cost and
expense such vehicles, equipment and supplies as Consultant’s personnel
require to perform any of the Services required by this Agreement. Consultant
shall perform all Services off of City premises at locations of Consultant’s choice,
except as otherwise may from time to time be necessary in order for Consultant’s
personnel to receive projects from City, review plans on file at City, pick up or
deliver any work product related to Consultant’s performance of any Services
5 of 13
under this Agreement, or as may be necessary to inspect or visit City locations
and/or private property to perform such Services. City may make a computer
available to Consultant from time to time for Consultant’s personnel to obtain
information about or to check on the status of projects pertaining to the Services
under this Agreement.
8.3. Consultant shall be responsible for and pay all wages, salaries,
benefits and other amounts due to Consultant’s personnel in connection with
their performance of any Services under this Agreement and as required by law.
Consultant shall be responsible for all reports and obligations respecting such
additional personnel, including, but not limited to: Social Security taxes, other
retirement or pension benefits, income tax withholding, unemployment insurance,
disability insurance, and workers' compensation insurance. Notwithstanding any
other agency, State, or federal policy, rule, regulation, statute or ordinance to the
contrary, Consultant and any of its officers, employees, agents, and
subcontractors providing any of the Services under this Agreement shall not
become entitled to, and hereby waive any claims to, any wages, salaries,
compensation, benefit or any incident of employment by City, including but not
limited to, eligibility to enroll in, or reinstate to membership in, the California
Public Employees Retirement System (“PERS”) as an employee of City, and
entitlement to any contribution to be paid by City for employer contributions or
employee contributions for PERS benefits.
8.4. Consultant shall indemnify and hold harmless City and its elected
officials, officers, employees, servants, designated volunteers, and agents
serving as independent contractors in the role of City officials, from any and all
liability, damages, claims, costs and expenses of any nature to the extent arising
from Consultant’s personnel practices. City shall have the right to offset against
the amount of any fees due to Consultant under this Agreement any amount due
to City from Consultant as a result of Consultant’s failure to promptly pay to City
any reimbursement or indemnification arising under this Section. This duty of
indemnification is in addition to Consultant’s duty to defend, indemnify and hold
harmless as set forth in Sections 9.0 and 16.0 of this Agreement.
9.0 PERS Compliance and Indemnification
9.1. General Requirements. The parties acknowledge that City is a local
agency member of PERS, and as such has certain pension contributions to
PERS on behalf of qualifying employees. In providing its employees and any
other personnel to perform any work or other Services under this Agreement,
Consultant shall assure compliance with the Public Employees’ Retirement Law,
commencing at Government Code § 20000, the regulations of PERS, and the
Public Employees’ Pension Reform Act of 2013, as amended. Without limitation
to the foregoing, Consultant shall assure compliance with regard to personnel
who have active or inactive membership in PERS and to those who are retired
6 of 13
annuitants and shall not assign or utilize any personnel in a manner that will
cause City to be in violation of the applicable retirement laws and regulations.
9.2. Indemnification. In the event that Consultant or any of its officers,
employees, agents, or subcontractors providing any of the Services under this
Agreement, is determined by a final enforceable decision of a court of competent
jurisdiction or by PERS to be a common law employee of City, to be eligible for
enrollment in PERS as an employee of City, or to be reinstated from PERS
retirement as an employee of City, Consultant shall defend (with legal counsel
approved by City, whose approval shall not be unreasonably withheld), indemnify
and hold harmless City for the payment of any employee and/or employer
contributions for PERS benefits on behalf of Consultant or its officers,
employees, agents or subcontractors, as well as for the payment of penalties and
interest on such contributions, and any other any fees, fines, reimbursements,
losses, or other monetary damages of any kind whatsoever that is claimed,
asserted, or alleged, which would otherwise be the responsibility of City. This
duty of indemnification is in addition to Consultant’s duty to defend, indemnify
and hold harmless as set forth in Sections 8.0 and 16.0 of this Agreement.
10.0 Confidentiality
Consultant covenants that all data, documents, discussion, or other information
developed or received by Consultant or provided for performance of this
Agreement are deemed confidential and shall not be disclosed by Consultant
without prior written authorization by City. City shall grant such authorization if
applicable law requires disclosure. All City data shall be returned to City upon
the termination of this Agreement. Consultant’s covenant under this Section
shall survive the termination of this Agreement.
11.0 Subcontractors
No portion of this Agreement shall be subcontracted without the prior written
approval of the City. Consultant is fully responsible to City for the performance
of any and all subcontractors.
12.0 Assignment
Consultant shall not assign or transfer any interest in this Agreement whether by
assignment or novation, without the prior written consent of City. Any purported
assignment without such consent shall be void and without effect.
13.0 Inspection and Audit of Records
Consultant shall maintain complete and accurate records with respect to all
Services and other matters covered under this Agreement, including but
expressly not limited to, all Services performed, salaries, wages, invoices, time
cards, cost control sheets, costs, expenses, receipts and other records with
7 of 13
respect to this Agreement. Consultant shall maintain adequate records on the
Services provided in sufficient detail to permit an evaluation of all Services in
connection therewith. All such records shall be clearly identified and readily
accessible. At all times during regular business hours, Consultant shall provide
City with free access to such records, and the right to examine and audit the
same and to make copies and transcripts as City deems necessary, and shall
allow inspection of all program data, information, documents, proceedings and
activities and all other matters related to the performance of the Services under
this Agreement. Consultant shall retain all financial and program service
records and all other records related to the Services and performance of this
Agreement for at least three (3) years after expiration, termination or final
payment under this Agreement, whichever occurs later. City’s rights under this
Section 12.0 shall survive for three (3) years after expiration, termination or
final payment under this Agreement, whichever occurs later.
14.0 Safety Requirements
All work performed under this Agreement shall be performed in such a manner
as to provide safety to the public and to meet or exceed the safety standards
outlined by CAL OSHA. The City may issue restraint or cease and desist orders
to Consultant when unsafe or harmful acts are observed or reported relative to
the performance of the Services. Consultant shall maintain the work sites free of
hazards to persons and property resulting from its operations. Consultant shall
immediately report to the City any hazardous condition noted by Contractor.
15.0 Insurance
15.1. Consultant shall not commence work under this Agreement until it
has provided evidence satisfactory to the City that Consultant has secured all
insurance required under this Section. Consultant shall furnish City with original
certificates of insurance and endorsements effecting coverage required by this
Agreement on forms satisfactory to the City. The certificates and endorsements
for each insurance policy shall be signed by a person authorized by that insurer
to bind coverage on its behalf, and shall be on forms provided by the City if
requested. All certificates and endorsements shall be received and approved by
the City before work commences. The City reserves the right to require complete,
certified copies of all required insurance policies, at any time.
15.2. Consultant shall, at its expense, procure and maintain for the
duration of the Agreement, insurance against claims for injuries to persons or
damages to property that may arise from or in connection with the performance
of this Agreement. Insurance is to be placed with insurers with a current A.M.
Best's rating no less than A:VIII, licensed to do business in California, and
satisfactory to the City. Coverage shall be at least as broad as the latest
version of the following: (1) General Liability: Insurance Services Office
Commercial General Liability coverage (occurrence form CG 0001); (2)
Automobile Liability: Insurance Services Office Business Auto Coverage form
8 of 13
number CA 0001, code 1 (any auto); and, if required by the City, (3)
Professional Liability. Consultant shall maintain limits no less than: (1) General
Liability: $2,000,000 per occurrence for bodily injury, personal injury and
property damage and if Commercial General Liability Insurance or other form
with a general aggregate limit is used, either the general aggregate limit shall
apply separately to this Agreement/location or the general aggregate limit shall
be twice the required occurrence limit; (2) Automobile Liability: $1,000,000 per
accident for bodily injury and property damage; and (3) Professional Liability:
$1,000,000 per claim/aggregate.
15.3. The insurance policies shall contain the following provisions, or
Consultant shall provide endorsements on forms supplied or approved by the
City to state: (1) coverage shall not be suspended, voided, reduced or canceled
except after 30 days prior written notice by certified mail, return receipt
requested, has been given to the City; (2) any failure to comply with reporting or
other provisions of the policies, including breaches of warranties, shall not
affect coverage provided to the City, its directors, officials, officers, (3) coverage
shall be primary insurance as respects the City, its directors, officials, officers,
employees, agents and volunteers, or if excess, shall stand in an unbroken chain
of coverage excess of the Consultant's scheduled underlying coverage and that
any insurance or self-insurance maintained by the City, its directors, officials,
officers, employees, agents and volunteers shall be excess of the Consultant's
insurance and shall not be called upon to contribute with it; (4) for general liability
insurance, that the City, its directors, officials, officers, employees, agents and
volunteers shall be covered as additional insureds with respect to the services or
operations performed by or on behalf of the Consultant, including materials, parts
or equipment furnished in connection with such work; and (5) for automobile
liability, that the City, its directors, officials, officers, employees, agents and
volunteers shall be covered as additional insureds with respect to the ownership,
operation, maintenance, use, loading or unloading of any auto owned, leased,
hired or borrowed by the Consultant or for which the Consultant is responsible.
15.4. All insurance required by this Section shall contain standard
separation of insureds provisions and shall not contain any special limitations on
the scope of protection afforded to the City, its directors, officials, officers,
employees, agents, and volunteers.
15.5. Any deductibles or self-insured retentions shall be declared to and
approved by the City. Consultant guarantees that, at the option of the City, either:
(1) the insurer shall reduce or eliminate such deductibles or self-insured
retentions as respects the City, its directors, officials, officers, employees,
agents, and volunteers; or (2) the Consultant shall procure a bond guaranteeing
payment of losses and related investigation costs, claims and administrative and
defense expenses.
9 of 13
16.0 Indemnification, Hold Harmless, and Duty to Defend
16.1. Indemnity for Design Professional Services. To the fullest extent
permitted by law, Consultant shall, at its sole cost and expense, indemnify and
hold harmless the City, its elected officials, officers, attorneys, agents,
employees, designated volunteers, successors, assigns and those City agents
serving as independent contractors in the role of City officials (collectively
“Indemnitees” in this Section 16.0), from and against any and all damages, costs,
expenses, liabilities, claims, demands, causes of action, proceedings, judgments,
penalties, liens, and losses of any nature whatsoever, including fees of
accountants and other professionals, and all costs associated therewith, and
reimbursement of attorneys’ fees and costs of defense (collectively “Claims”),
whether actual, alleged or threatened, which arise out of, pertain to, or relate to,
in whole or in part, the negligence, recklessness or willful misconduct of
Consultant , and/or its officers, agents, servants, employees, subcontractors,
contractors or their officers, agents, servants or employees (or any entity or
individual that Consultant shall bear the legal liability thereof) in the performance
of design professional services under this Agreement by a “design professional,”
as the term is defined under California Civil Code § 2782.8(c). Notwithstanding
the foregoing and as required by Civil Code § 2782.8(a), in no event shall the
cost to defend the Indemnitees that is charged to Consultant exceed Consultant’s
proportionate percentage of fault.
16.2. Other Indemnitees. Other than in the performance of design
professional services, and to the fullest extent permitted by law, Consultant shall,
at its sole cost and expense, protect, defend, hold harmless and indemnify the
Indemnitees from and against any and all damages, costs, expenses, liabilities,
claims, demands, causes of action, proceedings, judgments, penalties, liens and
losses of any nature whatsoever, including fees of accountants, attorneys and
other professionals, and all costs associated therewith, and the payment of all
consequential damages (collectively “Damages”), in law or equity, whether
actual, alleged or threatened, which arise out of, pertain to, or relate to the acts
or omissions of Consultant, its officers, agents, servants, employees,
subcontractors, materialmen, suppliers, or contractors, or their officers, agents,
servants or employees (or any entity or individual that Consultant shall bear the
legal liability thereof) in the performance of this Agreement, including the
Indemnitees’ active or passive negligence, except for Damages arising from the
sole negligence or willful misconduct of the Indemnitees, as determined by final
arbitration or court decision or by the agreement of the Parties. Consultant shall
defend the Indemnitees in any action or actions filed in connection with any
Damages with counsel of the Indemnitees’ choice, and shall pay all costs and
expenses, including all attorneys’ fees and experts’ costs actually incurred in
connection with such defense. Consultant shall reimburse the Indemnitees for
any and all legal expenses and costs incurred by the Indemnitees in connection
therewith.
10 of 13
16.3. Subcontractor Indemnification. Consultant shall obtain executed
indemnity agreements with provisions identical to those in this Section 16.0 from
each and every subcontractor or any other person or entity involved by, for, with
or on behalf of Consultant in the performance of this Agreement. If Consultant
fails to obtain such indemnities, Consultant shall be fully responsible and
indemnify, hold harmless and defend the Indemnitees from and against any and
all Claims in law or equity, whether actual, alleged or threatened, which arise out
of, are claimed to arise out of, pertain to, or relate to the acts or omissions of
Consultant’s subcontractor, its officers, agents, servants, employees,
subcontractors, materialmen, contractors or their officers, agents, servants or
employees (or any entity or individual that Consultant’s subcontractor shall bear
the legal liability thereof) in the performance of this Agreement, including the
Indemnitees’ active or passive negligence, except for Claims or Damages arising
from the sole negligence or willful misconduct of the Indemnitees, as determined
by final arbitration or court decision or by the agreement of the Parties.
16.4. The obligations of Consultant under this or any other provision of
this Agreement shall not be limited by the provisions of any workers’
compensation act or similar act. Consultant expressly waives any statutory
immunity under such statutes or laws as to the Indemnitees. Consultant’s
indemnity obligation set forth in this Section 16.0 shall not be limited by the limits
of any policies of insurance required or provided by Consultant pursuant to this
Agreement.
16.5. Consultant’s covenants under this Section 16.0 shall survive the
expiration or termination of this Agreement.
17.0 Equal Opportunity
Consultant affirmatively represents that it is an equal opportunity employer.
Consultant shall not discriminate against any subcontractor, employee, or
applicant for employment because of race, religion, color, national origin,
handicap, ancestry, sex, sexual orientation, or age. Such non-discrimination
includes, but is not limited to, all activities related to initial employment,
upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, or
termination.
18.0 Labor Certification
By its signature hereunder, Consultant certifies that it is aware of the provisions
of Section 3700 of the California Labor Code that require every employer to be
insured against liability for Workers’ Compensation or to undertake self-insurance
in accordance with the provisions of that Code, and agrees to comply with such
provisions before commencing the performance of the Services.
11 of 13
19.0 Prevailing Wage and Payroll Records
If this Agreement calls for services that, in whole or in part, constitute “public
works” as defined in the California Labor Code, then Consultant shall comply in
all respects with all applicable provisions of the California Labor Code,
including those set forth in Exhibit B, attached hereto and incorporated by
reference herein.
20.0 Entire Agreement
This Agreement contains the entire agreement of the parties with respect to the
subject matter hereof, and supersedes all prior negotiations, understandings, or
agreements. This Agreement may only be modified by a writing signed by both
parties.
21.0 Severability
The invalidity in whole or in part of any provisions of this Agreement shall not
void or affect the validity of the other provisions of this Agreement.
22.0 Governing Law
This Agreement shall be governed by and construed in accordance with the laws
of the State of California.
23.0 No Third Party Rights
No third party shall be deemed to have any rights hereunder against either party
as a result of this Agreement.
24.0 Waiver
No waiver of any default shall constitute a waiver of any other default or breach,
whether of the same or other covenant or condition. No waiver, benefit, privilege,
or service voluntarily given or performed by a party shall give the other party any
contractual rights by custom, estoppel, or otherwise.
25.0 Prohibited Interests; Conflict of Interest
25.1. Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the Services, or
which would conflict in any manner with the performance of the Services.
Consultant further covenants that, in performance of this Agreement, no person
having any such interest shall be employed by it. Furthermore, Consultant shall
avoid the appearance of having any interest, which would conflict in any manner
with the performance of the Services. Consultant shall not accept any
12 of 13
employment or representation during the term of this Agreement which is or may
likely make Consultant "financially interested" (as provided in California
Government Code §§ 1090 and 87100) in any decision made by City on any
matter in connection with which Consultant has been retained.
25.2. Consultant further warrants and maintains that it has not employed
or retained any person or entity, other than a bona fide employee working
exclusively for Consultant, to solicit or obtain this Agreement. Nor has Consultant
paid or agreed to pay any person or entity, other than a bona fide employee
working exclusively for Consultant, any fee, commission, gift, percentage, or any
other consideration contingent upon the execution of this Agreement. Upon any
breach or violation of this warranty, City shall have the right, at its sole and
absolute discretion, to terminate this Agreement without further liability, or to
deduct from any sums payable to Consultant hereunder the full amount or value
of any such fee, commission, percentage or gift.
25.3. Consultant warrants and maintains that it has no knowledge that
any officer or employee of City has any interest, whether contractual, non-
contractual, financial, proprietary, or otherwise, in this transaction or in the
business of Consultant, and that if any such interest comes to the knowledge of
Consultant at any time during the term of this Agreement, Consultant shall
immediately make a complete, written disclosure of such interest to City, even if
such interest would not be deemed a prohibited "conflict of interest" under
applicable laws as described in this subsection
26.0 Attorneys' Fees
If either party commences an action against the other party, either legal,
administrative or otherwise, arising out of or in connection with this Agreement,
the prevailing party in such litigation shall be entitled to have and recover from
the losing party all of its attorneys’ fees and other costs incurred in connection
therewith.
27.0 Exhibits
All exhibits referenced in this Agreement are hereby incorporated into the
Agreement as if set forth in full herein. In the event of any material discrepancy
between the terms of any exhibit so incorporated and the terms of this
Agreement, the terms of this Agreement shall control.
28.0 Corporate Authority
The person executing this Agreement on behalf of Consultant warrants that he or
she is duly authorized to execute this Agreement on behalf of said Party and that
by his or her execution, the Consultant is formally bound to the provisions of this
Agreement.
EXHIBIT A
Consultant’s Proposal
320 Main Street • Unit D • Seal Beach, CA 90740 • 714-656-0160 phone • 714-656-0165 fax
April 26, 2019
Ms. Iris Lee
Deputy Director of Public Works
City of Seal Beach
Public Works Department
211 Eighth Street
Seal Beach, CA 90740
RE: Proposal to Provide On-Call Professional Engineering Services
Dear Ms. Lee,
The Kreuzer Consulting Group (KCG) appreciates the opportunity to present our proposal for the subject
project. Our firm is uniquely qualified for this assignment for three primary reasons. One, we are completely
committed to the public works sector. We are a small company led by seasoned individuals that are
completely devoted to providing quality planning and design services to Southern California municipalities;
two, we have significant experience serving as on-call consultants to local municipalities. Currently, we have
active on-call engineering with the following agencies: Anaheim Public Works, Anaheim Development
Services, Lake Forest, Irvine, Tustin, Long Beach, Newport Beach, San Juan Capistrano, San Clemente, Signal
Hill, Culver City and Brea; and three, we offer a team with subconsultants who share our principal
involvement, quality first philosophy for delivering projects.
Per the instructions contained in the RFP, we have formatted our proposal as follows:
1.0 Project Team ................................................................. Page 2
2.0 Firm Overview and Qualifications................................ Page 17
3.0 Project Experience and References .............................. Page 21
4.0 Exceptions .................................................................. Page 30
We trust the enclosed proposal meets your expectations. If you have any questions or require additional
information, please do not hesitate to contact us.
Respectfully Submitted,
Rick Kreuzer, P.E.
President
1
1.0 PROJECT TEAM
Our team organization is depicted on Exhibit A below. KCG’s president, Rick Kreuzer, PE, will be the Project Manager
as well as the Principal in Charge. He will be the single point of contact with the City of Seal Beach, and will have the
authority to act on behalf of the firm regarding all contractual, project performance and quality matters.
Mr. Kreuzer is a registered civil engineer in the State of California with 35 years of professional experience. The
unique aspect of Mr. Kreuzer’s experience is that he has spent his entire professional career as an owner of (or
working for) small firms which means he has been, and continues to be, a very involved and hands -on Project
Manager. He is not a delegator or glorified principal but is “on the boards” and intimately involved with the day to
day design aspects of his projects. We believe this attribute is a real value to our clients and is the cornerstone
operating philosophy of our company.
Assisting Mr. Kreuzer with the day to day design of the project will be Mr. David Jarvi. Mr. Jarvi has been Mr.
Kreuzer’s right hand man for the last decade including the current assignments within the City of Laguna Beach. He
is a registered Civil Engineer with 20 years of experience and is proficient with the use of AutoCAD software. He is
also well versed with Civil 3D design software.
Greg Rende is KCG’s structural engineer. Mr. Rende has 24 years of experience and is a registered engineer in the
State of California. His structural design experience includes bridge structures, retaining walls, foundation and flood
control culverts.
Eric Metz, LS has 20 years of professional experience. As the KCG party chief, Mr. Metz will provide field surveying
and mapping services for all Seal Beach projects.
2
Chris Becker is KCG’s Storm Water Quality expert. Mr. Becker has 25 years of professional experience in the public
works industry. He is a Qualified SWPP Developer and Practitioner (QSD/QSP), Certified Professional in Erosion and
Sediment Control and Certified Sediment and Storm Water Quality Management Plans (WQMP), Storm Water
Pollution Prevention Plans (SWPPP) and Caltrans Storm Water Data Reports (SDR).
The key KCG personnel identified for this on-call project will remain for the duration of the project and will not be
removed or replaced without the prior written consent of the City of Seal Beach.
Subconsultants
KCG utilizes the same subconsultant firms on all of our projects. These firms share our philosophy of hands-on
principal involvement on all projects. Depending on the needs of a particular project or assignment, KCG would
utilize the services of some or all of the following subconsultants:
Mike Green, ASLA Current Projects with KCG
Firm: Clark & Green Associates Past Projects with KCG
Role: Landscape & Irrigation On-Call Experience
Mr. Green has 37 years of experience. During his career, Mr. Green has worked
with the City of Westminster Planning Department and the Port Authority for
the City of Long Beach in Environmental Impact Research Preparation and Risk
Management Assessment. In 1986, he and his partner, Bob Clark, formed Clark
& Green Associates. Mr. Green has specialized in community residential
projects and public streetscapes with an emphasis on wat er management, conservation and sustainable landscape
design. He has received multiple ASLA awards for his design work over the years. Mr. Green has multiple roadway
intersection improvement projects with KCG, including the ongoing Brookhurst Street and Orangewood Avenue
Improvements in the City of Anaheim.
Cheryle Hodge Current Projects with KCG
Firm: Hodge & Associates Past Projects with KCG
Role: Environmental Documents On-Call Experience
Ms. Hodge will oversee the preparation and processing of the environmental
documents for the project. Ms. Hodge has over 23 years of experience
delivering environmental documentation pursuant to the California
Environmental Quality Act (CEQA) and the National Environmental Policy Act
(NEPA). Her project experience ranges from delivery of discretionary permits to
Environmental Impact Reports. She is currently working with KCG on the
Glendora Avenue Improvements in West Covina.
Ed Miller, PE, TE Current Projects with KCG
Firm: Advantec Past Projects with KCG
Role: Traffic Engineering On-Call Experience
Mr. Miller has more than 34 years of experience in ‘well -rounded’ background
of transportation infrastructure planning and engineering. For his entire career
has focused on meeting the improvement needs of public agency clients. Ed has
an exceptional, hands-on knowledge on various aspects of roadway and traffic
improvements. He is currently leading the traffic engineering efforts, as a
subconsultant to KCG, on multiple roadway projects in the City of Anaheim.
CLARK & GREEN
Attributes of the Firm
Principal involvement on every
project.
Completed numerous projects
with KCG staff over last 20
years.
Innovate, creative designers.
HODGE & ASSOCIATES
Attributes of the Firm
Principal involvement on all
projects.
Track record delivery
defendable environmental
documentation.
Numerous projects completed
subject to Caltrans review.
Cost effective project delivery.
ADVANTEC
Attributes of the Firm
Offices in Diamond Bar, Ontario
and Irvine.
Founded in 1998.
On-call traffic engineering firm.
for multiple Orange County cities.
Long standing working
relationship with KCG PM.
Registered DBE firm.
3
Steven Andrews, PE Current Projects with KCG
Firm: Steven Andrews Engineering Past Projects with KCG
Role: Water Resources On-Call Experience
and Pump Stations
Mr. Andrews has 45 years experience in master planning, design and construction
of groundwater supply, water treatment, water pipelines, water storage
reservoirs; preparation of master water supply plans, wastewater treatment plants,
wastewater reclamation plants, wastewater lift stations, force mains, gravity sewers
and water reuse systems for large proposed and existing developments and cities.
Joseph Welch, PE, GE Current Projects with KCG
Firm: Harrington Geotechnical Past Projects with KCG
Role: Geotechnical On-Call Experience
Joseph Welch, PE, GE, Geotechnical Engineer, is a registered civil and geotechnical
engineer in California with 40 years of experience. Mr. Welch is a graduate of West
Point and holds a master’s degree in civil engineering from George Washington
University. His responsibilities include geotechnical engineering, laboratory
management, and expert witness. Project experience with KCG includes the
ongoing Newport Avenue improvements in the City of Tustin.
Natale Lessey Current Projects with KCG
Firm: Blais & Associates Past Projects with KCG
Role: Grant Funding Assistance On-Call Experience
Natale Lessey is a senior associate with Blais and Assocaites. She has 20 years
of experience preparing and processing grant applications through a multitude
of agencies for many municipal clients including the cities of Indio, Fontana,
Anaheim, Chino Hills and Claremont.
Personal resumes for these key KCG Team personnel are contained on the following pages.
STEVEN ANDREWS
ENGINEERING
Attributes of the Firm
Long standing working
relationship with KCG staff.
Specialists in water resource
engineering.
Small firm committed to
principal involvement.
HARRINGTON ATTTRIBUTES
Attributes of the Firm
Good working relationship
with KCG
Principal involvement on all
projects
Pragmatic approach to street
rehabilitation evaluations.
BLAIS & ASSOCIATES
Attributes of the Firm
Recognized as the industry
leader for the preparation and
procurement of grant funding
for public agencies.
Worked with KCG project
manager on previous projects.
Our approach to delivering projects will be the same approach we have used for the past 25 years on all of our
projects which consists of providing an experienced Project Manager who is “hands-on” with the day to day
design elements of the project and who proactively manages a team of subconsultants who share the same
commitment of providing seasoned firm principals to direct and manage their work. All of the su bconsultants
on our team have worked extensively with KCG on past projects. They know what we expect and are fully
committed to delivering quality work.
4
RICK KREUZER, P.E.
Mr. Kreuzer, the founder and President of KCG, has 35 years of experience
managing complex transportation and civil projects. His strength is managing
multi-disciplined teams on projects which require innovative solutions and
hands-on principal involvement.
PROJECT EXPERIENCE:
Project Manager for on-call contracts with the following agencies:
City of Anaheim – Public Works Department
City of Anaheim – Development Services Department
City of Anaheim – Public Utilities Department
City of Irvine
City of Tustin
City of Lake Forest
City of Brea
City of Long Beach
City of Newport Beach
City of San Juan Capistrano
City of Signal Hill
City of Culver City
City of San Clemente
Southern Avenue Phase 2 Streetscape Improvements, Mesa, Arizona: Mr.
Kreuzer is the Project Manager for the final design of the 2nd phase of the
Southern Avenue Improvements in the Fiesta District from Sycamore to the
west City limit at the Tempe Canal. This project is a natur al extension of the
Phase 1 improvements that were recently constructed. This project includes
street narrowing, landscape and streetscape improvements, drainage, lighting
and traffic signal improvements. The project will also require the preparation
of right of way acquisition documents and coordination with the City’s real
estate staff as well as the public and other stakeholders.
Disneyland Resort Area Improvements: Mr. Kreuzer has been involved with the transformation of the Disneyland
Resort Area in the City of Anaheim for the last decade in various capacities. He was involved with the initial planning
efforts which established the vision for the 800 acre Resort Area including significant outreach activities with local
residents and business owners. From there, Mr. Kreuzer managed the Preliminary and Final Design efforts for the
construction of the two main backbone arterial streets in the Resort District, namely Katella Avenue and Harbor
Boulevard. These projects included significant streetscape and landscape enhancements to make the Resort Area a
more attractive destination.
Katella Avenue Smart Street Phases 1 & 2: Project Manager of an alignment study and final design for the widening
of three miles of Katella Avenue along the Disneyland and Anaheim Convention Center frontages. This included
widening of four major intersections. Total construction value of Phases 1 and 2 was approximately $35 million. The
project included the design of street, storm drain, sewer, water, landscape, streetscap e and traffic signal
improvements. In addition right of way acquisition documents in the formal of legal descriptions and plans were
prepared by KCG staff for approximately 120 partial takes of existing parcels. This project also included coordination
with Caltrans with regard to I-5 improvements at the east end of the project.
EEDDUUCCAATTIIOONN::
BB..SS.. iinn CCiivviill EEnnggiinneeeerriinngg
UUnniivveerrssiittyy ooff CCaalliiffoorrnniiaa,, IIrrvviinnee,,
11998833
CCeerrttiiffiiccaattee PPrrooggrraamm iinn
CCoonnssttrruuccttiioonn MMaannaaggeemmeenntt,,
AAmmeerriiccaann SSoocciieettyy ooff CCiivviill EEnnggiinneeeerrss,,
11998877
AAFFFFIILLIIAATTIIOONN::
AAmmeerriiccaann SSoocciieettyy ooff CCiivviill EEnnggiinneeeerrss
IInnssttiittuuttee ooff TTrraannssppoorrttaattiioonn
EEnnggiinneeeerrss
RREEGGIISSTTRRAATTIIOONN::
RReeggiisstteerreedd CCiivviill EEnnggiinneeeerr
((CCaalliiffoorrnniiaa && AArriizzoonnaa))
RReeggiisstteerreedd CCiivviill EEnnggiinneeeerr
((AArriizzoonnaa))
5
Brookhurst Street Widening: KCG recently completed preliminary and final design services for the widening of
Brookhurst Street between Katella Avenue and Ball Road in the City of Anaheim. This project will include s roadway,
drainage, utility, landscaping, and traffic signal improvements.
Platinum Triangle Backbone Infrastructure Implementation Plan: The Platinum Triangle is located in the City of
Anaheim at the confluence of the I-5 and SR-57 freeways. The Platinum Triangle is approximately 820 acres in size.
It is traversed by a major intercity/commuter railroad line and encompasses Angel Stadium of Anaheim, as well a s
the Arrowhead Pond of Anaheim.
The Platinum Triangle project will be a mixed-use development with a dynamic mix of uses including upscale, high
density urban housing integrated by a carefully planned network of pedestrian walkways, streetscape improvements
and recreation spaces.
For this project, Mr. Kreuzer managed the completion of the Platinum Triangle Implementation Plan for Backbone
Public Works Facilities. This plan served to define the:
required arterial roadway, streetscape and landscape improvements
required sewer system improvements
required storm drain system improvements
required water system improvements
required electrical system improvements
right of way acquisition required to construct all backbone infrastructure improvements
breakdown of project segments for implementation
cost estimates for all project segments
schedule for implementation of the program
cash flow estimate for the implementation of the program
This plan is currently being used as the basis for establishment of a $200 mi llion Community Facilities District (CFD)
to finance all required backbone infrastructure improvements needed to support development in the Platinum
Triangle project area.
Katella Avenue Widening: Final PS&E for the first arterial improvement project in the Platinum Triangle project
area. This project consists of widening of Katella Avenue between Lewis Street and State College Boulevard to
accommodate 4 lanes of traffic in each direction. New parkway and median landscaping will be constructed along
with upgraded streetscape furnishings consisting of light poles, bus shelters, and traffic signs.
Brookhurst Street Widening: Final PS&E for the widening of Brookhurst Street from I-5 to SR-91 in the City of
Anaheim. This project includes widening the existing 4 lane roadway to 6 lanes as well as the construction of a new
54 inch mainline storm drain and extensive landscaping in the medians and parkways.
Imperial Highway Smart Street: Completed Project Report, Alignment Study and Implementation Plan for the
widening of Imperial Highway from the Los Angeles County line to Rose Drive, a distance of 8.5 miles.
Foothill Transportation Corridor (SR241): Design and PS&E for a 1-mile section of the Foothill Transportation
Corridor (SR 241), and the Avenida De Las Banderas interchange in South Orange County for TCA and Caltrans District
12. The project included geometrics, grading, drainage, lighting, signing, striping, traffic signals and electrical
systems. Specific design responsibilities included preparation of the hydrology/hydraulic report and the preparation
of drainage PS&E.
Arizona Avenue Streetscape Improvements: Planning and design for the downtown revitalization of Arizona
Avenue in Chandler, Arizona.
Elliot Road Technology Corridor: Visioning, Urban Planning and final design for 2 miles of Arterial Street in the City
of Mesa, Arizona.
6
David Jarvi, P.E.
Mr. Jarvi has over 20 years of experience in General Civil and Transportation
Engineering. He specializes in local roadway planning and design projects with
experience in design engineering with a focus on civil and transportation projects.
His extensive knowledge of roadway layout, reconstruction, and rehabilitation are
evident by a growing list of local agencies that seek his street improvement
involvement (Los Alamitos, Cypress, Anaheim, Stanton, Long Beach, Downey, Costa
Mesa, Industry, Yorba Linda, Newport Beach, Orange, Dana Point, Irvine, Mission
Viejo, San Clemente, Lake Forest, San Juan Capistrano, and Laguna Niguel). Mr. Jarvi
has been responsible for the preparation of street plans, cross sections and details
for a wide range of roadways from single intersections to miles of large arterial
highways.
PROJECT EXPERIENCE:
Atlantic Avenue / Pacific Coast Highway Intersection Improvements, City of Long
Beach, Long Beach, CA – Project Engineer for the rehabilitation of over two miles of
Atlantic Avenue in the City of Long Beach. Tetra Tech prepared the preliminary and
final PS&E for roadway rehabilitation, right turn pocket widening, storm drain inlet
upgrades and pipe reconstruction, utility relocations, traffic signal, traffic control, and
parking lot improvements at the Atlantic Avenue and Pacific Coast Highway
intersection in the City of Long Beach. Since the widening portion of the project
impacted the adjacent high school parking lot, our Team effectively coordinated with
the school district to complete the required work within the schedule. In addition,
our work included obtaining an encroachment permit from Caltrans for construction
within the state highway system.
Lakewood Boulevard Improvements Phase 3A, City of Downy, Downey, CA – Project Engineer for the design of
streetscape and roadway improvements on Lakewood Boulevard in the City of Downey. Tetra Tech prepared
preliminary and final plans for streetscape and engineering improvements for the 4,000 foot segment of Lakewood
Boulevard from 5th Street to Florence Avenue in the City of Downey. The project included additional through lanes,
extensive median and parkway improvements, decorative lighting, stre et furniture and both potable and recycled
water improvements. Great care was taken to minimize impacts to private development and to provide a seamless
transition between old and new areas. The project created an aesthetically pleasing corridor, while dec reasing
construction cost savings of over $500,000 through the use of recycled pavement.
La Palma Avenue / Kraemer Boulevard Intersection, City of Anaheim, Anaheim, CA – Project Engineer for the $2.4
million widening of La Palma and Kraemer Intersection for the City of Anaheim Orange County, including right -of-
way engineering and utility coordination. Tetra Tech prepared plans, specifications and cost estimates for the
widening of this key arterial intersection in the City of Anaheim. The project involved the development of a Precise
Alignment Plan, Landscape Concept Plan, and legal descriptions for 8 parcels. The project included the design of a
raised, landscaped median, parkway landscaping in both the City area as well as a large slope in Caltrans right -of-
way, and significant redesign of private property improvements impacted by the roadway widening. The approval
process included obtaining an easement and encroachment permit from the County of Orange as well as an
encroachment permit from Caltrans. Other elements of the project included the design of a traffic signal, traffic
control, a MSE retaining wall, and utility improvements.
EEDDUUCCAATTIIOONN::
BB..SS..,, CCiivviill EEnnggiinneeeerriinngg,, CCaalliiffoorrnniiaa
SSttaattee UUnniivveerrssiittyy,, CChhiiccoo
SSOOFFTTWWAARREE SSKKIILLLLSS::
AAuuttooTTUURRNN,, MMiiccrroossoofftt EExxcceell,,
BBeennttlleeyy IInnrrooaaddss,, MMiiccrroossttaattiioonn,,
AAuuttooddeesskk CCiivviill 33DD
RREEGGIISSTTRRAATTIIOONN::
PPrrooffeessssiioonnaall EEnnggiinneeeerr,,
CCaalliiffoorrnniiaa,, NNoo.. 6666779922
7
Firestone Boulevard Rehabilitation Old River School Road to Lakewood Boulevard, City of Downey, Downey, CA –
Project Engineer for the construction of sidewalk and pavement rehabilitation of an over one mile reach of Old River
School Road in the City of Downey. The project includes pavement reconstruction and rehabilitation, reconstruction
of curb ramps per current ADA criteria, and signing and striping.
Chapman Avenue Widening, City of Orange, Orange CA – Project Engineer for the alignment study for a one mile
segment of Chapman Avenue. Responsibilities include the development of base plans and cross sections for the
purpose of alignment analysis and the completion of a summary report outlining roadway widening costs and right -
of-way impacts for various alignment alternatives. Tetra Tech completed alignment plans and is designing final PS&E
for a 1 mile widening of Main Street from Palmyra Avenue to Chapman Avenue. This project included design of
roadway, water line, drainage, utility, landscape, and lighting improvements. Project also included traffic control
plans, signing and striping plans and traffic signal modification plans. Parking lot modifications were also involved on
the project.
Katella Avenue Smart Street Improvements, Orange County, CA – Project Engineer for sections of the Katella
Avenue Smart Street running through the cities of Los Alamitos, Cypress, Anaheim an d Stanton. Responsibilities
included the preparation of street plans, cross sections, utility coordination, water vault design and the preparation
of legal plats and descriptions.
Bus Stop Improvement Projects, City of Santa Clarita, Santa Clarita, CA - Project Engineer for the improvement of
23 selected bus stop locations throughout the City of Santa Clarita. The design of each bus stop addressed the safety
and accessibility needs of the rider, passenger with disabilities, driver, pedestrians, cyclists, mot oring public, and
people living and working near the stops. Each site specific bus stop safety improvements included the sidewalk
access, concrete pads, shelter and amenities, adequate right -of-way, grading/separating walls, signage, bus
approach zones, future needs, and existing site constraints including utility features and covers. Mr. Jarvi also
provided utility research, data collection, conceptual design report, and final plan, specifications and estimate. The
project met all federal guidelines and requirements, City procedures and guidelines, and Transit Agency regulations.
Orangethorpe Avenue Widening, City of Buena Park, Buena Park, CA- Project Engineer for the widening of the
south side of Orangethorpe Avenue from Stanton Avenue to Thomas Street. Topographic survey of 50-foot cross
sections were completed and site investigation and research of the crown elevation and gutter lip elevations were
provided. Additional detail collected at each location where new ADA curb ramps, and cross gutters were
constructed.
On-Call Engineering Projects - Project Engineer for KCG on-call contracts with the following agencies:
City of Anaheim – Public Works Department
City of Anaheim – Development Services Department
City of Anaheim – Public Utilities Department
City of Irvine
City of Tustin
City of Lake Forest
City of Brea
City of Long Beach
City of Newport Beach
City of San Juan Capistrano
City of Signal Hill
City of Culver City
City of San Clemente
8
Greg Rende, PE
Mr. Rende has more than 18 years of experience in all phases of project
development for major highway and public works structures projects. As a
consultant to both public and private-sector clients, Mr. Rende has provided
project management, preliminary and final engineering design, plan-
preparation, specification writing, agency permit processing, plan-checking, and
construction engineering in a wide variety of projects.
The following is a list of some of the types of structures for which Mr. Rende has
been directly involved and responsible for the preliminary and/or final
structures design:
Highway Bridges (>50 in So. California)
Cast-in-Place Prestressed Concrete Box Girder
Pre-Cast Concrete I-Girder / Box Girder / Slab
Widenings, Seismic Retrofits, Staged Replacements
15 Structure Type Selection & PS&E Approvals by Caltrans
>30 Bridges over Major Regional Drainage Facilities and Environmentally-
Sensitive Habitat Areas
Non-Standard Earth-Retaining Structures
Cast-in-Place Concrete Cantilever Retaining Walls
Tieback Retaining Walls
Soldier Pile Retaining Walls
Sheet Pile Retaining Walls
Mechanically-Stabilized Embankment (MSE) Walls
Pedestrian Bridges
Cast-in-Place Prestressed Concrete Box Girder
Pre-Fabricated Steel Through-Truss
Rolled Wide-Flange Beam Deck-Girder
Flood Control / Water Quality Structures
Open-Channels / Transitions / Drop Structures
Single and Multi-Cell RCB Culverts
Detention Basin Intake Towers / Outlet Structures
Non-Standard Junction Structures
Stormwater Pump Stations
EEDDUUCCAATTIIOONN::
BB..SS..,, 11999911,, CCiivviill EEnnggiinneeeerriinngg,,
UUnniivveerrssiittyy ooff CCaalliiffoorrnniiaa,, BBeerrkkeelleeyy,,
11999944 GGrraadduuaattee
CCaallttrraannss BBrriiddggee DDeessiiggnn AAccaaddeemmyy,,
SSaaccrraammeennttoo,, CCAA
11999955 GGrraadduuaattee
CCaallttrraannss RReessiiddeenntt EEnnggiinneeeerr’’ss
AAccaaddeemmyy
PPRROOFFEESSSSIIOONNAALL AAFFFFIILLIIAATTIIOONN::
AAmmeerriiccaann SSoocciieettyy ooff CCiivviill EEnnggiinneeeerrss
RREEGGIISSTTRRAATTIIOONN::
RReeggiisstteerreedd CCiivviill EEnnggiinneeeerr
CCAA ##5544552299
AAZZ ##3366003344
9
ERIC W METZ, PLS
Mr. Metz has over 18 years of professional experience in land surveying and
engineering work for government organizations, public agencies, and the private
sector. His experience includes preparation of Records of Surveys, Tract Maps,
topographic surveying, boundary surveys, aerial control, GPS control surveys,
right-of-way mapping, ALTA surveying, and construction staking. Mr. Metz also
has extensive knowledge in AutoCAD Civil 3D, Revit and Navisworks BIM
software.
Project Experience:
Orangethorpe Ave Widening Phase 1 & 2, City of Buena Park, Buena Park, CA
Project Surveyor responsible for topographic survey, right-of-way survey,
property research, legal descriptions and plats for right of way acquisitions and
temporary construction easements required by the city. In addition , provided
construction staking support for the project.
Bus Stop Improvement Projects, City of Santa Clarita, Santa Clarita, CA
Project Surveyor responsible for topographic survey, survey control plans, utility
research, legal descriptions and plats for right-of-way acquisitions and temporary
construction easements to meet city requirements.
Lakewood Stormwater and Runoff Capture Project, City of Lakewood,
Lakewood, CA
Project Surveyor responsible for topographic survey and cross sections of the
flood control channels. Legal descriptions and plats were prepared for proposed
city storm drain easements across county land.
Waste Management (Southern California Sites)
Project Surveyor responsible for topographic survey, right-of-way survey,
property research and construction staking support for eight sites across
Southern California.
USPS Redevelopment, Pacific Industrial, Long Beach, CA
Project Surveyor responsible for topographic survey, right-of-way survey,
property research and ALTA survey of the United States Postal Service 10 acre
sorting facility.
Limekiln Creek Restoration Project, City of Los Angeles Bureau of Engineering,
Los Angeles, CA
Project Surveyor responsible for topographic survey, cross-sections of the flood
channels and site utility research.
Houghton Park Community Center, City of Long Beach, Long Beach, CA
Project Surveyor responsible for topographic survey, cross -sections and profile
survey, preparation of horizontal control plans, and preparation of existing
conditions base map.
Los Angeles Bureau of Sanitation Monitoring Station, Gardena, CA
Project Surveyor responsible for utility research and topographic survey of the
Dominguez Channel from right-of-way to right-of-way for approximately 1,000
feet at the West 135th Street bridge.
Riverside Drive near Zoo Drive Bridge over Los Angeles River, Bridge No. 53C -1298, City of Los Angeles, Los
Angeles, CA
Project Surveyor responsible for topographic survey to support the bridge widening and retrofit. Ongoing
construction staking support.
EL Paseo Drive Pedestrian Overcrossing Replacement, City of Santa Clarita, Santa Clarita, CA ,
Project Surveyor responsible for topographic survey, survey control plans and construction staking support.
Surveying and Mapping at Marine Corps Recruit Depot (MCRD) NAVFAC SW, San Diego, CA
Project Surveyor responsible for topographic cross section survey of all roadways within the MCRD base boundary
as well as project aerial control.
Education:
Santiago Canyon College,
Survey/Mapping Sciences
Registrations/Certifications:
Professional Land Surveyor,
California No. 9198
Trimble Business Center,
Project Specialist
OPUS,
Projects Manager’s Training
Professional Affiliations:
California Land Surveyors
Association
Orange County Land Surveyors
Association
Society of American Military
Engineers
10
CHRISTOPHER BECKER, CHRISTOPHER BECKER, QSD/QSPQSD/QSP
Mr. Becker has 25 years of outstanding success in delivering complicated
public and private construction, infrastructure, real estate and
transportation projects from inception to completion. His background
includes all phases of project coordination including feasibility, technical
writing, conceptual planning, environmental clearance, final design,
entitlement processing, obtaining agency approvals and construction
management.
Over the last 10 years, he has specialized in comprehensive storm water
compliance services for design and construction clients. As a State Certified
QSD/QSP; Certified Professional in Erosion and Sediment Control; Certified
Erosion, Sediment and Stormwater Inspector, he has provided the following
services:
Prepare bid estimates and develop proposals and marketing
materials.
Prepare Water Pollution Control Programs/SWPPPs
Water Quality Management Plans
Storm Water Data Reports
Provide Qualified SWPPP Practitioner inspection services
Design Water Pollution Control Drawings
Establish cost effective Best Management Practices
Perform QSP services for approximately 20 projects per quarter
including being the Water Pollution Control Manager of record for
several Caltrans projects
Recent project experience includes:
WQMP for Williams Street Roadway and Storm Drain Improvements in Tustin.
WQMP for Valencia Avenue Street Improvements in the City of Brea.
WQMP for Imperial Highway Greenbelt Improvements in the City of Brea.
WQMP for the Anaheim Convention Center Grand Plaza in the City of Anaheim.
WQMP and SWDR for SR-1/Old Newport Boulevard Intersection Improvements in the City of
Newport Beach.
WQMP and SWDR for SR-1/Broadway Road Intersection Improvements in the City of Laguna
Beach.
Numerous SWPPP’s for various construction contractors in Southern California.
EEDDUUCCAATTIIOONN::
BB..SS.. iinn UUrrbbaann PPllaannnniinngg
CCaalliiffoorrnniiaa SSttaattee PPoollyytteecchhnniicc
UUnniivveerrssiittyy,, PPoommoonnaa
AAFFFFIILLIIAATTIIOONN::
CCoonnssttrruuccttiioonn MMaannaaggeemmeenntt
AAssssoocciiaattiioonn ooff AAmmeerriiccaa
PPrroojjeecctt MMaannaaggeemmeenntt IInnssttiittuuttee
RREEGGIISSTTRRAATTIIOONN::
QQuuaalliiffiieedd SSWWPPPPPP DDeevveellooppeerr aanndd
PPrraaccttiittiioonneerr ((QQSSDD//QQSSPP)) ##2244333311
CCeerrttiiffiieedd PPrrooffeessssiioonnaall iinn EErroossiioonn aanndd
SSeeddiimmeenntt CCoonnttrrooll ##77440088
CCeerrttiiffiieedd EErroossiioonn,, SSeeddiimmeenntt aanndd
SSttoorrmmwwaatteerr IInnssppeeccttoorr ##33008800
OOSSHHAA 1100 aanndd 3300 SSaaffeettyy CCeerrttiiffiieedd
11
Edward Miller, Jr., PE, TE
Traffic Engineer
Ed Miller is a Principal for ADVANTEC and in this role oversees the civil
and traffic engineering team leaders in the firm. He has over 36 years
of civil and traffic/transportation engineering and project
management experience on Caltrans, freeway, arterial highway, and
local agency projects and public transportation funding measures
throughout Southern California and the Western US.
His project experience includes:
Traffic Engineer - John Wayne Airport, Orange County, CA - Fifteen
years of on-call traffic engineering services to John Wayne Airport.
Work has included QA/QC review of consultant design plans,
responding to Contractor RFI's and addressing vehicular/pedestrian
traffic safety issues for the terminal roadways and parking lots.
Project experience included:
Preliminary design of cell phone “waiting lot” with Airport
Architect
Traffic design oversight of Terminal C expansion
Traffic design oversight of Parking Structure C
Terminal C construction access modifications to Airport Way
Traffic design for East Parking Structure
Ground Transportation Center layout
Traffic support on upper level roadway and parking structure
seismic retrofit
Traffic support in developing Airport’s threat level security
response after “9/11”
Anaheim Grand and Transit Plaza, Anaheim, CA - Project Manager in
the conceptual and final design phase in converting portion of the
existing Convention Way into a pedestrian-friendly Grand Plaza based
upon circulation, traffic/parking patterns, and staging needs of transit
services, buses, taxis, trucks, pedestrians and bicyclists by the
Anaheim Convention Center. Design features involved roundabouts,
bus/taxis loading and unloading areas, and modification of existing
parking lots and access roads to accommodate the needs of private
stakeholders impacted by the development.
Ocean Boulevard Improvements, Port of Long Beach, CA - Project Manager for development of traffic control
plans for the Port of Long Beach's improvements to Ocean Boulevard from the Vincent Thomas Bridge toll plaza
to the Gerald Desmond Bridge westerly approach structure. This project involved preparation of traffic control
plans for four stages on the roadway reconstruction, maintaining a continuous left-turn lane, and right-turn
lanes at intersections. Port traffic through the project limits was maintained in each stage of construction.
Registration:
Civil Engineering:
CA 47615, AZ, WA
Traffic Engineering:
CA 2084
Years of Experience: 36
Years with Firm: 9
Education:
B.S., Civil Engineering,
Pennsylvania State University,
1983
Professional Affiliations:
California State Board for
Professional Engineers and
Land Surveyors – Civil and
Traffic Engineering Exam
Committees
Publications:
Design of Two Lane Roadways
in Difficult Terrain, 1995
STEVEN R. ANDREWS, P.E.
EDUCATION:
B.S., Environmental Engineering, Pennsylvania State University
PROFESSIONAL DATA:
Registered Professional Engineer, Civil, States of California, R.C.E. No. 31259
EXPERIENCE: Forty-five (45) years’ experience in master planning, design and construction
of groundwater supply, water treatment, water pipelines, water storage
reservoirs; preparation of master water supply plans, wastewater treatment plants,
wastewater reclamation plants, wastewater lift stations, force mains, gravity
sewers and water reuse systems for large proposed and existing developments and
cities.
District Engineer for Marygold Mutual Water Company, Walnut Park Mutual Water Company,
Tract 180 Water Company and Terrace Water Company. Steven Andrews Engineering provides
on-call engineering support for operation and maintenance rehabilitation and upgrades as needed.
SAE provides office and field engineering support as part of the water company staff.
Principal Engineer responsible for the design and preparation of construction plans and specifications
for the construction of the Preserve City of Chino Sewer Lift Station Project. The design consisted
of the installation of two (2) 1,800 gpm submersible sewage pump assembly, 16” steel piping and
valving, 400 Kw emergency generator assembly, a 2,000 gallon above ground diesel storage tank
with fuel transfer pumps, electrical control assembly placed on a 16-foot-high concrete platform and
all other appurtenances. Design includes future addition of two (2) 1,800 gpm submersible pump
systems for a total of 7,200 gpm. Wet well depth was 40 feet below platform with access ladders from
ground to platform.
Principal Engineer responsible for the design of three (3) muffin monster grinder pump assemblies
for the Theo Lacy Facility Improvements, Industrial Size Garbage Grinders, Orange County Sheriff
Department. The project included two (2) 12-inch muffin monster grinder pumps assemblies and one
(1) 8-inch muffin monster grinder pump assembly each placed in a separate below grade valve vault.
Principal Engineer for the design of two (2) sump pump vaults and seven (7) above ground water
tanks for conveyance and detention of storm water runoff to meet onsite water quality objectives for
Waste Management Irvine Hauling Station, Irvine, CA. The project included an 8-foot deep precast
concrete manhole with dual submersible 450 gpm sump pumps, 6-inch PVC on-site piping
connecting to the seven (7) HDPE poly process tanks 11’-11” diameter x 14’-2” tall each having a
capacity of 10,300 gallons of wastewater storage connected in series, and a concrete tank farm pad.
Principal Engineer responsible for the storm water pump station engineering design and preparation
of construction plans and specifications for the Puente Hills Intermodal Facility Workman Mill Road
12
Page | 2
Grade Separation Project in La Puente, CA. The project included a 7 cfs storm water pump station
that was poured in place with manway access and ventilation. It included 3 main pumps and 2
sump pumps, 25 horsepower and 7.5 horsepower respectively.
Principal Engineer for design for a 4,000 gpm stainless steel casing domestic water well for
Walnut Park Mutual Water Company, vertical turbine well pump, electric motor with VFD, piping,
valving, waste bypass piping, chlorination facilities and appurtenances. The well pump was
installed in a concrete block building with sound attenuation system to reduce noise and
provide additional security. In addition, the domestic water well included an aquifer recharge
and storage (ASR) design to permit local groundwater injection.
Principal Engineer for construction plans and specifications for a 2,500 gpm domestic water well
for Marygold Mutual Water Company, vertical turbine pump, electric motor, sodium hypochlorite
disinfection facilities, and appurtenances to replace an existing well that serves the domestic water
system. Previously, Steven Andrews Engineering prepared plans and specifications and managed
the construction of Well No. 6 drilling and development.
Principal Engineer for the plans and specifications for the construction of a 3,000 gallon per minute
booster pump station for Marygold Mutual Water Company. The design included three (3) 1,000
gpm horizontal split case end suction pumps with 50 hp variable speed motors and VFD’s, onsite
back up emergency generator assembly and bypass assembly adjacent to the existing well building.
Project Manager responsible for preparation of master water and sewer plans for the City of
Brawley, Walnut Park Mutual Water Company, El Toro Water District, Trabuco County Water
District, City of Calexico, Rancho Matilija (Ojai, California), Fontana Special Area Plan, City of
Pismo Beach, and the Orange County Water Districts' Green Acres Predesign Study. Studies
included hydraulic network analysis involving computer modeling technique, engineering
economic analysis and development of an implementation plan. Some studies also included
preparation of water supply planning and wastewater treatment plant studies.
EMPLOYMENT HISTORY:
1989 to Present President, Steven Andrews Engineering
1985 to 1988 Founding Principal, IWA Engineers
1979 to 1985 Project Manager, PRC Engineering, Inc.
1974 to 1978 Project Engineer, The Chester Engineers
PROFESSIONAL AFFILIATIONS:
Orange County Water Association, President 2001 and Life Time Member
Water Environment Federation
American Water Works Association
13
14
Michael A. Green ASLA
Principal
Education
Masters of Landscape Architecture,
California State Polytechnic University,
Pomona, 1981
Registrations
Landscape Architect, CA #2311
Landscape Architect, AZ #19864
Landscape Architect, CO #508
Landscape Architect, FL #6666965
Landscape Architect, GA #1535
Landscape Architect, HI #15113
Landscape Architect, ID #LA-16574
Landscape Architect, NV #857
Landscape Architect, OK #la0336
Landscape Architect, OR #456
Landscape Architect, TX #02138
Landscape Architect, UT #99-368388-5301
Landscape Architect, WA #1801
Affiliations
American Society of Landscape Architects
Old Town Plaza - Placentia
Harbor Blvd.
As Principal of Clark & Green Associates
with over 35 years of experience, Michael
Green oversees project management and
design for the firm.
Mr. Green graduated from California State
Polytechnic University, Pomona in 1982
with a master’s degree in landscape
architecture and formed Clark & Green
Associates in 1987.
During his career, Mr. Green has worked with
the City of Westminster Planning Department
and the Port Authority for the City of Long
Beach in Environmental Impact Research
Preparation and Risk Management
Assessment. He also is an ASLA award
winner.
Mr. Green has specialized in community
residential projects and streetscapes with an
emphasis on water management, conservation
and sustainable landscape design.
Analogous Projects
Jamboree Road Widening (Main to Barranca)
-City of Irvine/Norris-Repke Engineers
Orange County Gateway
-Orange County Transit Authority/Caltrans
Beach Boulevard Streetscape Redevelopment
-City of Buena Park/Caltrans
Old Town Plaza, Placentia
-City of Placentia
17th and 19th Streets, Streetscape/Redevelopment
-City of Costa Mesa
Harbor Boulevard Redevelopment
-Cities of Anaheim and Fullerton
CURRICULUM VITAE
Joseph L. Welch, R.C.E., G.E.
1590 North Brian Street Phone: 714-637-3093
Orange, CA 92867-3406 joe@harringtongeotechnical.com
PROFESSIONAL LICENCES
Registered Geotechnical Engineer (CA #2239)
Registered Civil Engineer (CA #040236)
EDUCATION
MASTERS OF SCIENCE, CIVIL ENGINEERING
George Washington University, Washington DC, 1977
BACHELOR OF SCIENCE, CIVIL ENGINEERING
U.S. Military Academy, West Point, NY, 1966
CAREER OVERVIEW
Mr. Welch is an expert in the field of geotechnical engineering. His 38-year career in civil and
geotechnical engineering together with his advanced education has led him to senior
responsibilities for large scale construction projects. His duties include acting as the City of
Yorba Linda’s geotechnical expert responsible for review of geotechnical engineering reports
submitted to the City. Mr. Welch is the acting Laboratory Manager for HGEI’s AMRL Accredited
Geotechnical Engineering Laboratory.
He has overseen large civil engineering projects acting as the geotechnical engineer of record;
responsible for project management and geotechnical engineering from the preliminary
investigation through review of the civil engineering plan to earthwork design and construction;
coordinating with clients, municipalities, review agencies, and contractors; responsible charge of
field investigations and laboratory testing programs; in addition to preparation of analysis and
technical reports.
His technical skills include Seismic Hazard Evaluation, Hydrology, Settlement Analysis, Pavement
Design, Foundation Design, Slope-Stability Analysis, Liquefaction Analysis, and Grading Review.
15
7545 Irvine Center Drive, Suite 200 Irvine, CA 92618
Phone (949) 589-6338 www.blaisassoc.com
Natale Lessey
Current Position: Senior Associate, Blais & Associates, Inc. August, 2013 - Present.
Responsible for grant development and client relationships.
Most Recent Position: Grant Writer, Circle of Help Foundation. 21012- 2013. Complete
management and development of the grant processes for the Circle of Help Foundation.
Education: B.A. English, California State University, Fullerton, 1999.
Abbreviated List of Grant and Loan Writing Accomplishments:
Grant Award Program Client
$3.0 million California Department of Transportation (Caltrans) Active
Transportation Program
City of Indio, CA
$2.0 million California Department of Transportation (Caltrans) Active
Transportation Program
City of Fontana, CA
$1.7 million California Department of Transportation (Caltrans) Active
Transportation Program
City of Chino Hills, CA
$1.6 million California Department of Transportation (Caltrans) Active
Transportation Program
City of Fontana, CA
$1.3 million California Housing and Community Development Housing
Related Parks Program
City of Anaheim, CA
$1.0 million California Department of Housing and Community
Development – Housing Related Parks Program
City of Indio, CA
$997,400 California Housing and Community Development Housing
Related Parks Program
City of Indio, CA
$901,996 Strategic Growth Council, Urban Greening Project Grant City of Anaheim, CA
$775,039 North Central Texas Council of Governments –
Transportation Alternatives Set-aside
City of Keller, TX
$751,960 California Natural Resources Agency – Urban Rivers
Program
City of Claremont, CA
$732,925 California Housing and Community Development Housing
Related Parks Program
City of Indio, CA
$629,950 California Housing and Community Development Housing
Related Parks Program
City of Fontana, CA
$498,750 Mobile Source Air Pollution Reduction Review Committee
Local Government Match Program
City of Claremont, CA
$491,770 Strategic Growth Council – Sustainable Communities
Planning and Incentives Grant
City of Anaheim, CA
$486,625 California Natural Resources Agency – Urban Rivers
Program
City of Indio, CA
$426,625 California Housing and Community Development Housing
Related Parks Program
City of Fontana, CA
$391,745 California Department of Transportation (Caltrans) –
Sustainable Transportation Planning Grant
City of Indio, CA
$377,000 California Department of Forestry and Fire Protection –
Urban and Community Forestry Climate Investment Grant
City of Claremont, CA
$368,800 California Department of Transportation (Caltrans) Highway
Safety Improvement Program
City of Indio, CA
16
17
2.0 FIRM OVERVIEW AND QUALIFICATIONS
BACKGROUND: The Kreuzer Consulting Group (KCG) is a California corporation. We were formed July 1, 2009 by our
president and founder, Rick Kreuzer. Mr. Kreuzer has spent his entire 35+ year professional career as a civil
engineering design consultant serving the public sector. As a 1983 civil engineering graduate of the University of
California, Irvine, Mr. Kreuzer began his engineering career with ASL Consulting Engineers. In 1988, M r. Kreuzer
moved on to become a project manager with UMA Engineering in Irvine. After 5 years, he was promoted to branch
manager of the office in charge of a staff of 30, where he remained for another 5 years. In 1998, after 10 years with
UMA, Mr. Kreuzer decided to start his own firm, KFM Engineering. Founded in 1998, KFM grew from a staff size of
3 to 20 in 2004 when the firm was merged with Bryan A. Stirrat & Associates (BAS), an environmental firm based in
Diamond Bar, California. KFM continued to operate as the civil engineering arm and wholly owned subsidiary of the
BAS Group until the BAS Group was acquired by Tetra Tech in June of 2009. At the time of this transaction, KFM had
grown to a staff size of 35. Having spent his entire career running projects and being intimately involved with his
clients as well as the day to day design of his projects, Mr. Kreuzer knew the large corporate structure was not
conducive to delivering the quality, hands-on, cost effective project delivery that his municipal clients expected and
deserved. As such, he decided to “get back to his roots” and formed the Kreuzer Consulting Group.
SERVICES: Municipalities, counties, and public agencies as a whole, face diverse challenges when planning and
implementing improvements to public infrastructure. Public planning issues, environmental constraints, and the
concerns of local residents all have the potential to impact a project’s bottom line. KCG has created a network of
resources, both in-house and through long-standing relationships with quality subconsultants, to provide clients with
“one-stop shopping” in all of the technical disciplines necessary to address these issues. Services provided by the
KCG team include:
Roadways
-Widening /
Streetscapes
-Rehabilitation
Drainage
-Hydrology /
Hydraulics
-Storm Drain Design
SWPPPs
Utilities
-Sewer Design
-Water Design
-Dry Utility
Coordination
Right of Way
Engineering
Corridor & Alignment
Studies
Caltrans PSRs & PRs
Highway Design
Traffic
-Signing & Striping
-Traffic Control
Railway Design
-Roadway Grade
Separations
-Track Design
-Quiet Zone Studies
Roundabout Design
Project Management
Grant Writing
Plan Checking
Value Engineering
Implementation Plans
Permitting Support
Oversight / Extension
of Staff
Cost Estimating
Critical Path
Scheduling
Community
Revitalization Studies/
Implementation Plans
MUNICIPAL
SERVICES
TRANSPORTATION
SERVICES
PROJECT
MANAGEMENT &
AGENCY SUPPORT
SERVICES
Rick Kreuzer, PE
KCG Team Leader
18
KCG staff have worked extremely hard over the years to establish the firm’s reputation as engineers who will “go
the extra mile” for our clients. We are proud of this reputation.
CLIENTELE: KCG staff have provided consulting services to municipalities, counties, and state agencies throughout
Southern California and beyond, summarized as follows:
Municipalities:
City of Anaheim
City of Brea
City of Buena Park
City of Costa Mesa
City of Cypress
City of Dana Point
City of Diamond Bar
City of Fullerton
City of Garden Grove
City of Huntington Beach
City of Irvine
City of Industry
City of Irvine
City of La Habra
City of Laguna Beach
City of Laguna Niguel
City of Long Beach
City of Los Alamitos
City of Los Angeles
City of Mesa, AZ
City of Mission Viejo
City of Moreno Valley
City of Newport Beach
City of Norwalk
City of Orange
City of Phoenix, AZ
City of Placentia
City of Riverside
City of San Juan Capistrano
City of San Diego
City of Stanton
City of Upland
City of Whittier
City of Yorba Linda
County Governments:
County of Imperial
County of Kern
County of Los Angeles
County of Maui, HI
County of Maricopa, AZ
County of Orange
County of Riverside
County of San Bernardino
County of San Diego
Transportation Authorities:
Orange County Transportation Authority
State Agencies:
California Department of Transportation
Arizona Department of Transportation
Utah Department of Transportation
Mission Statement
KCG will be a “client-
driven” firm, focused
on providing top
quality products and
services, always
exceeding the
expectations of those
we serve.
Our ultimate goal will
be to add value to our
clients’ projects and
organizations with
each and every
endeavor we
undertake.
In the end, KCG will be
known as a reputable
and responsive firm
who truly cares about
their clients. In our
clients’ eyes, a very
difficult or critical
project will always be
“a job for KCG”.
“The quality of their plans and project deliverables is always excellent. Most importantly, the City appreciates the
value Mr. Kreuzer and his team provide us, which is a direct result of the proactive and day to day hands on
management approach Mr. Kreuzer brings to all of our projects, large and small. We would highly recommend
KCG for your engineering needs.”
- Natalie Meeks, PE, Director of Public Works, City of Anaheim and National APWA Top 10 Leader of the Year, 2015
19
RELEVANT EXPERIENCE: A big part of our firms practice includes the provision of design services through on -call
engineering contracts. The following summarizes our current on-call design services contracts:
KCG QUALIFICATIONS
The following directly addresses the “minimum” and “desirable” qualifications outlined in the RFP :
Valid California Professional Civil Engineering license, and/or California Professional Engineering license for the
discipline of Work.
All of the personal identified on our Project Team chart, with the exception of our grant funding subconsultant ,
are professionally licensed in their respective disciplines.
Valid City of Seal Beach business license for the term of the Agreement, if selected.
KCG is located in Seal Beach at 320 Main Street, Unit D. We have maintained a City business license sinc e moving
to Seal Beach in 2010.
Minimum ten (10) years of professional engineering experience.
All of the individuals identified on our Project Team chart in Section 1.0 have 20 or more years experience.
Collectively, our team has a total of 290 years of experience providing engineering- related services.
Minimum of five (5) years of professional working history with similar sized municipalities with satisfactory
references.
Our project manager has spent his entire 35 year career designing/managing public works projects for Southern
California agencies. He currently serves as the project manager for on call contracts in Anaheim, Long Beach,
Tustin, Brea, San Juan Capistrano, Newport Beach, Irvine, Lake Forest, Laguna Beach, San Clemente, Signal Hi ll
and Culver City. 95% of our work is repeat work for existing clients. We encourage the City of Seal Beach to contact
our clientele regarding our quality of work and responsiveness.
Ability to provide deliverables consistent with the latest City -adopted AutoCAD and other engineering/non-
engineering-related software.
KCG staff are proficient in all industry standard CADD platforms, including AutoCAD as well as Microstation. Our
designers are also proficient with Civil 3D design software as well as all other supporting technical and document
preparation software.
Proficiency with applicable regulatory agencies’ rules and regulations.
Our team has experience working with and processing approvals through outside agencies including Caltrans,
Orange County Flood Control, OCTA as well as the Regional Water Quality Control Board and California Coastal
Commission. We also have experience working with Seal Beach neighboring cities of Long Beach, Westminster and
Garden Grove.
City of Anaheim – Public Works Department
City of Anaheim – Development Services Department
City of Anaheim – Community Development Department
City of Long Beach
City of Tustin
City of Brea
City of San Juan Capistrano
City of Newport Beach
City of Lake Forest
City of Laguna Beach
City of San Clemente
City of Signal Hill
City of Culver City
City of Irvine
Minimum Qualifications
20
Experience in providing professional engineering services for a coastal community.
KCG currently has active projects ongoing in San Clemente, Newport Beach, Laguna Beach and Long Beach. We
also maintain on-call engineering contracts with each of these coastal cities.
Familiarity with the City of Seal Beach standards, provisions, and practices.
To date, we have not provided any services to the City directly. However, we have completed numerous projects
in the City for private clients. We also provided the civil engineering design for the commercial site (350 Main) on
the southeast corner of PCH and Main Street constructed in 2017. These projects have provided us a good
understanding of City standards and requirements
Demonstrated experience with community public outreach, in particular, for a coastal community.
KCG has spearheaded numerous downtown streetscape/revitalization projects throughout Southern California
and Arizona. All of these projects were generally controversial at the start and have required significant outreach
and consensus building. We have been very successful in building consensus and obtaining approvals for these
projects. With respect to coastal communities, we recently completed the design and construction oversight for
the implementation of four separate beach access stairway reconstruction projects in Laguna Beach. These
projects included numerous public meetings and workshops as well as presentations to the City Design Review
Board and City Council. Due to the success of these projects, we are now designing improvements to 3 more access
locations in the City of Laguna Beach.
Experience in providing effective and efficient file transfer platforms to facilitate document/plan check tracking
and exchanges.
KCG is very diligent in documenting all plan check comments and responses provided throughout the duration of
our projects.
With respect to the specific scope of work for under this on-call project, the KCG Team can address the entire range
of services needed, summarized as follows:
Full plans, specifications, and estimates for a broad-range of engineering disciplines
Cost estimating and value engineering services
Bid support and record drawings preparation services
Construction support, administration, and management services
Professional surveying services
Professional geotechnical services
A board-range of community outreach services
Public/private development plans and maps
Regulatory agency permitting/coordination support
Grant-writing services
Various studies and supporting documentation, including hydrology and hydraulic analysis, water and sewer
studies and network analysis
Prepare/review NPDES reports, Water Quality Management Plan (WQMP) and Storm Water Pollution Prevention
Plans (SWPPP)
Maps and legal descriptions for right-of-way acquisition and easements other engineering-related tasks, as
necessary
Desirable Qualifications
21
3.0 PROJECT EXPERIENCE AND REFERENCES
Based upon our firm’s extensive public works design experience, we believe the key issues for successful
completion of on-call design projects will be as follows:
Effective Project Management
There is no doubt that all proposing firms will tout their abilities to effectively “manage” a project. Unfortunately,
many firms believe if they stay somewhat on schedule and submit their invoices on time they have been “effective”
managers. We at KCG do not subscribe to this. Our core business philosophy is centered around effective
management of all of our projects with the goal of making our clients job easier. The cornerstone goal of this
philosophy is to “get out and stay out in front of the issues” on each and every project. W e feel very strongly that
our clients hire us for an assignment it is our obligation to bring it to a successful completion without having our
hands held or being reliant on City staff to do our job for us. We know that cities have this hand -holding experience
with consultants too frequently… KCG will not allow this to take place on this or any project. The way we achieve
this objective is by providing seasoned engineers that are also effective managers, not only because they understand
the project process but because they understand the technical background of the design itself. We can anticipate
issues faster than those managers who are reliant on younger design engineers to keep them informed. This
disconnect cannot and will not happen at KCG because our Project Managers have hands on day to day involvement
in the project design. Our project manager for the subject project will be Rick Kreuzer. Mr. Kreuzer is the President
of KCG and has 35 years of experience managing and designing public works projects.
Proactive Utility Coordination
Utility coordination is an element that, if not properly addressed and managed, can significantly effect a project
schedule and budget. This work task is much more than gathering record drawings and plotting then on the plan s.
The success of this task is proactively managing the relationship with all utility agencies involved. It certainly requires
the establishment of the existing location of utilities as a first step but the real key is identifying the impacts to these
facilities early on in the design process and coordinating proactively with the affected agency staff/service planners
to mitigate those impacts and facilitate needed relocations. Overlooking or addressing utility impacts late in the
design process usually results in schedule overruns and cost increases during construction.
NPDES Expertise
Water quality requirements have become a critical component of projects over the last decade. Successful delivery
of a project requires a firm that understands this reality and can deliver the permits required. KCG’s stormwater
specialist, Chris Becker, has a thorough understanding of the City’s plans for long-term pavement maintenance and
rehabilitation, while maintaining strict compliance with today’s stringent water quali ty regulatory environment. He
is a seasoned stormwater compliance expert that specializes in the municipal sector. He is a California
Certified/Qualified SWPPP Practitioner (QSP) and Qualified SWPPP Developer (QSD). KCG can turn -key all storm
water compliance needs from site assessment, to report preparation, to site inspections and monitoring. We have
a working knowledge of the complex California General Stormwater Permit for New Construction and are currently
performing work for many cities, Caltrans and several developers and general contractors.
Community Interaction
Effective public outreach and community interaction is essential to delivering controversial improvement projects.
Construction by its very nature can be a major disruption to residen ts and business, so informing them, early and
often, goes a long way to facilitating smoother project delivery. KCG has successfully delivered multiple downtown
streetscape and coastal projects that have required extensive community outreach programs.
Focus and Experience
KCG’s primary core business is planning and design for public agencies. Our staff has delivered successful projects
all over Southern California for the last two decades. Moreover, we provide in house experience in the
22
complementary functions, namely water quality and community outreach, that have become so integral to the
successful delivery of projects in today’s world. This experience and focus will translate to value, via cost effective
design, to the City of Seal Beach.
Quality Assurance
Last but certainly not least is the delivery of a quality product. We believe that quality assurance is rooted in the
philosophy by which you conduct your business. It is true that quality can be monitored and controlled to some
degree via checklists and independent reviews, but a true “quality” product comes from a firm’s commitment to
excel for their clients. Do they care about their product? KCG does. Do they have experienced staff overseeing or
doing the work every step of the way? KCG will. Do they want the next job? KCG does. Are they staying out in
front of the issues and “leading” the project? KCG will. Quality is a culture within a company… you either have it or
you don’t. The graphic on page 3 depicts KCG’s QA/QC approach.
At KCG, we pride ourselves on the quality of our work product. We encourage the Seal Beach to contact our past
and current clients regarding this claim.
The following summarizes a broad range of recent projects completed or underway by KCG:
GLENDORA LAS RAMBLAS DOWNTOWN REVITALIZATION
West Covina, CA
KCG is currently completing conceptual, preliminary and final design for
the conversion of Glendora Avenue into a complete street “Ramblas”
with a better balance of vehicular, pedestrian and bike accessibility in
the downtown area of West Covina. This project includes road, drainage,
utility and traffic design as well as environmental clearance through a
comprehensive CEQA process including significant public outreach.
Prime Consultant: Kreuzer Consulting Group
Project Manager: Rick Kreuzer, PE
Firm Role: Project Management & Civil Engineering
Construction Value: $10 M
Design Completed: Ongoing
Construction Completed: Pending
Contracting Agency: City of West Covina
References: Chino Consunji
Former Director Public Works
(714) 686-8911 (cell)
“The KCG Team has used a very proactive, collaborative approach to develop an exciting Downtown revitalization design
which has been well received by the City management and Council. Their Teams creativity, balanced with an attention to
construction details, has been instrumental in building community-wide consensus for the project which will serve to
reestablish our downtown and revitalize our community.”
Chino Consunji, PE
Former Director of Public Works
City Engineer
City of West Covina
23
ANAHEIM CONVENTION CENTER GRAND PLAZA
Anaheim, CA
KCG was the civil engineering lead for the conversion
of Convention Way from a 4 lane arterial street to a
pedestrian only plaza at the front door step to the
Anaheim Convention Center. Design of 2 vehicular
intersection roundabouts at both ends of the
proposed plaza was a major element of the KCG
design. The project also included the design of
extensive hardscape, landscape and storm drain
mainline improvements as well as construction of 2
fountains. KCG also provided construction support
services for this $20 million project which was
completed in 2014.
Prime Consultant: Kreuzer Consulting Group
Project Manager: Rick Kreuzer, PE
Firm Role: Project Management & Civil Engineering
Contract Value: $400,000
Delivery Method: Low Bid
Construction Value: $20 M
Final Construction Cost: $20 M
Design Completed: 2013
Construction Completed: 2015
Contracting Agency: City of Anaheim
References: Joann Wu
714-765-5176
jwu@anaheim.net
24
DOWNTOWN TUSTIN STREETSCAPE ENHANCEMENTS
Tustin, CA
KCG is completing preliminary and final design for improvements
in the Old Town Historic District in the City of Tustin. These
improvements including the narrowing of Main Street to
implement a more “complete street” consisting of a more
balanced vehicular/pedestrian/bicycle facility on main street and
the construction of a series of “parklets” along El Camino Real to
provide additional open space and facilitate the expansion of
outdoor dining venues for local restaurants.
BROOKHURST STREET WIDENING PHASE 1
Katella to Ball
Anaheim, California
KCG completed preliminary engineering, environmental clearance, project report and final PS&E for this one mile
long widening project in the City of Anaheim. This project involved the widening of Brookhurst Street from 4 to 6
lanes between Katella Avenue and Ball Road, a distance of 1 mile. This project included the acquisition of 21
residential properties and 3 part takes of commercial property. This project included extensive sound wall
improvements which were designed as CIDH pile foundation walls along the entire east side of the alignment. The
project also included extensive storm drain design and utility coordination efforts and interfacing with Union Pacific
Railroad (at-grade crossing improvements) and the County of Orange.
Prime Consultant: Kreuzer Consulting Group
Project Manager: Rick Kreuzer, PE
Firm Role: Project Management & Civil Engineering
Contract Value: N/A
Construction Value: $5 M (Estimate)
Design Completed: Ongoing
Construction Completed: Pending
Contracting Agency: City of Tustin
References: Doug Stack- Director of Public Works
(714) 573-3000
Prime Consultant: Kreuzer Consulting Group
Project Manager: Rick Kreuzer, PE
Firm Role: Project Management & Civil Engineering
Contract Value: $600 K
Construction Value: $ 18 M
Final Construction Cost: $17.8 M
Design Completed: 2014
Construction Completed: 2015
Contracting Agency: City of Anaheim
References: Jimson Gutierrez 714-765-5251
jgutierrez@anaheim.net
25
SOUTHERN AVENUE STREETSCAPE IMPROVEMENTS
Mesa, Arizona
KCG was the prime consultant for the
final design of corridor improvements to Southern Avenue from Alma School Road to Sycamore Street, a distance of
approximately 1.2 miles. This project’s construction was completed using the CMAR process. This project included
narrowing Southern Avenue from 6 to 4 lanes and construction of wider pedestrian parkways along with drainage,
traffic signal and utility undergrounding improvements. KCG was assisted by J2 Engineering (landscape/ hardscape),
Wright Engineering (lighting and traffic signals), MakPro (public outreach), and RAMM (geotechnical) on the project
design. As depicted below, the KCG Team received an excellent rating in 13 of 14 categories and an overall rating of
98% for our performance of this project by the City of Mesa. In addition, the KCG Team recently received on ACEC
“Grand Award” for Engineering Excellence for this project. Due to our performance on Phase 1, KCG also completed
the design of Phase 2 from Sycamore Street to the Tempe Canal, a distance of approximately 1 mile.
Prime Consultant: Kreuzer Consulting Group
Project Manager: Rick Kreuzer, PE
Firm Role: Project Management & Civil Engineering
Contract Value: $600,000
General Contractor: Haydon Corp.
Delivery Method: Construction Management @ Risk (CMAR)
Construction Value: $20 M
Final Construction Cost: $20 M (on budget)
Design Completed: June 2015
Construction Completed: March 2017
Contracting Agency: City of Mesa, AZ.
References: Marc Alstrom- Deputy City Engineer
(480)644-4622 marc.Ahlstrom@mesaaz.gov
“The KCG Team was instrumental in
developing the vision for Fiesta District
Revitalization Program by working closely
with a wide variety of stakeholders to build
consensus. They worked effectively and
proactively with the contractor, City staff and
management, and the Public and other
stakeholders to deliver the initial project in
the District, a much needed streetscape
enhancement of the Southern Avenue
Corridor.”
Mark Ahlstrom- Deputy City Engineer
City of Mesa, AZ
“Haydon Corp. has worked seamlessly with
the KCG Team under a CMAR delivery
process on the Southern Avenue Corridor
Project in the City of Mesa. The attention to
detail on their plans and responsiveness to
suggested field revisions has resulted in
delivering this important streetscape
enhancement project on time and within
budget.”
Gary Haydon, President
Haydon Corp.
TOTAL SCORE: 69 RATING: 98% COM
Rating
Project Manager: Reviewed On:
4/14/15
Deputy Engineer: Reviewed On:
4/14/15
Chris Scott
Marc Ahlstrom
26
PLATINUM TRIANGLE MIXED USE DISTRICT
Anaheim, CA
The Platinum Triangle is located in the City of Anaheim at the confluence of the I-5 and SR-57 freeways. The Platinum
Triangle is approximately 820 acres in size. It is traversed by a major intercity/commuter railroad line and
encompasses Angel Stadium of Anaheim as well as the Honda Center of Anaheim.
The Platinum Triangle project will be a mixed-use development with a dynamic mix of uses including upscale, high
density urban housing integrated by a carefully planned network of pedestrian
walkways, streetscape improvements and recreation spaces. For this project,
KCG completed the Platinum Triangle Implementation Plan for Backbone Public
Works Facilities and subsequently designed streetscape improvements on
Katella Avenue between Lewis Street and State College Boulevard. This $8M
project was constructed in 2015.
Prime Consultant: Kreuzer Consulting Group
Project Manager: Rick Kreuzer, PE
Firm Role: Project Management & Civil Engineering
Contract Value: N/A
Construction Value: $200 M
Final Construction Cost: N/A
Design Completed: Ongoing
Construction Completed: In progress
Contracting Agency: City of Anaheim, CA
References: Rudy Emami- Director of Public Works
714-765-5176 remami@anaheim.net
KATELLA AVENUE WIDENING
Lewis Street to 400’ e/o State College Boulevard
Anaheim, California
KCG completed the design of roadway widening and streetscape
improvements of Katella Avenue from Lewis Street to 400’ east of
State College Boulevard, a distance of 3,000 feet including
intersection widening improvements at Katella/ State College and
Katella/ Lewis. This project includes extensive utility coordination
and off-site improvements. A total of 12 properties were impacted
by the widening, all of which required partial right of way acquisition.
KCG completed all right of way legal
description and plats to support this
acquisition effort. The project roadway
improvements included the construction
of a new raised median with significant
landscaping treatments. This project was
completed ahead of schedule, under
budget.
Prime Consultant: Kreuzer Consulting Group
Project Manager: Rick Kreuzer, PE
Firm Role: Project Management & Civil Engineering
Contract Value: $200 K
Construction Value: $8 M
Final Construction Cost: $8 M
Design Completed: 2014
Construction Completed: 2015
Contracting Agency: City of Anaheim, CA
References: Jimson Gutierrez 714-765-5175
jgutierrez@anaheim.net
27
DISNEYLAND RESORT AREA STREETSCAPE IMPROVEMENTS
Anaheim, California
As the Program Manager, Mr. Kreuzer has been involved with
the transformation of the Disneyland Resort Area in the City
of Anaheim for the last decade in various capacities. He was
involved with the initial planning efforts which established
the vision for the 800 acre Resort Area including significant
outreach activities with local residents and business owners.
From there, Mr. Kreuzer managed the Preliminary and Final
Design efforts for the construction of the two main backbone
corridor streets in the Resort District, namely Katella Avenue
and Harbor Boulevard.
These projects included
significant widening, streetscape and landscape enhancements to make the Resort
Area a more attractive destination.
Mr. Kreuzer continues to work with the City of Anaheim on the Resort Project to
this day as an extension of City Staff providing consulting services including
establishing, maintaining, and updating special Anaheim Resort Area (ARA)
standard plans, plan checking developer submittals for conformance with ARA
standards and design guidelines, and assisting with streetscape design
enhancement projects on an as-needed basis.
Prime Consultant: Kreuzer Consulting Group
Project Manager: Rick Kreuzer, PE
Firm Role: Project Management & Civil Engineering
Contract Value: $ 1.5 M
General Contractor: Various
Delivery Method: Low Bid
Construction Value: $30 M
Final Construction Cost: $30 M
Design Completed: Between 2005- Present
Construction Completed: Ongoing
Contracting Agency: City of Anaheim, CA
References: Rudy Emami, PE- Director of Public
Works
(714)756-5176 remami@anaheim.net
“The quality of their plans and project deliverables is always
excellent. Most importantly, the City appreciates the value Mr.
Kreuzer and his team provide us, which is a direct result of the
proactive and day to day hands on management approach Mr.
Kreuzer brings to all of our projects, large and small. We would
highly recommend KCG for your engineering needs.”
- Natalie Meeks, PE, Director of Public Works, City of Anaheim and
National APWA Top 10 Leader of the Year, 2015
28
I-5 PRE-CONSTRUCTION MITIGATION STREET REHABILITATION PROJECTS (PROJECT 100)
Norwalk, California
KCG completed the design of 3.5 miles of street rehabilitation
improvements, along with ADA access ramp improvements, on
various streets as part of the mitigation required for the planned
improvements to the widening of Interstate 5. This project
involved a combination of rehabilitation and total reconstruction
of Shoemaker Avenue, Excelsior Drive, Bloomfield Avenue,
Carmenita Road, Alondra Boulevard and Firestone Boulevard.
This project included coordination with adjacent Cities (Santa Fe
Springs and Cerritos) and with another consultant who prepared
traffic signal improvement plans which KCG incorporated into the
project bid set. KCG delivered the project PS&E under our
estimated design budget and on time with a very aggressive
design schedule.
BEACH ACCESS IMPROVEMENTS
Laguna Beach, California
KCG is preparing preliminary design and final PS&E for improvements to four beach access locations in the City of
Laguna Beach at Oak Street, Mountain Road, Thalia Street and Agate Street. These projects included preliminary
design, environmental documentation and approval through the City’s Design Review Board and City Council, and
preparation of final plans, specifications and estimates for each access location. These projects received
recognition for project excellence from APWA.
Prime Consultant: Kreuzer Consulting Group
Project Manager: Rick Kreuzer, PE
Firm Role: Project Management & Civil Engineering
Contract Value: $ 150 K
General Contractor: Various
Delivery Method: Low Bid
Construction Value: $ 2.2 M
Final Construction Cost: $ 2.2 M
Design Completed: 2014
Construction Completed: 2015
Contracting Agency: City of Norwalk, CA
References: Chino Consunji- Former City Engineer
(714) 686-8911 (cell)
Prime Consultant: Kreuzer Consulting Group
Project Manager: Rick Kreuzer, PE
Firm Role: Project Management & Civil Engineering
Contract Value: $ 400 K
General Contractor: Various
Delivery Method: Low Bid
Construction Value: $ 5.5 M
Final Construction Cost: $ 5.5 M
Design Completed: 2018
Construction Completed: 2018
Contracting Agency: City of Laguna Beach, CA
References: Tom Sandefur
Associate Civil Engineer
(949) 497-0792
tsandefur@lagunabeachcity.net
29
ORANGEWOOD AVENUE WIDENING
Anaheim, California
KCG is completing the final design for the widening of Orangewood Avenue
from State College Boulevard to the Santa Ana River, a distance of
approximately 3,000 lineal feet. This project includes roadway widening,
structural retaining walls, new landscaping and extensive utility design
including new storm drains and domestic and recycled water lines.
COAST HIGHWAY/OLD NEWPORT BOULEVARD IMPROVEMENTS
Newport Beach, California
KCG is preparing preliminary engineering, environmental documentation,
and final PS&E for widening improvements of Coast Highway and Old
Newport Boulevard in the City of Newport Beach. This project includes
roadway, drainage, utility, landscaping, and traffic signal improvements,
right of way engineering, and CEQA processing through Caltrans.
Prime Consultant: Kreuzer Consulting Group
Project Manager: Rick Kreuzer, PE
Firm Role: Project Management & Civil Engineering
Contract Value: $600,000
Construction Value: $10M
Final Construction Cost: N/A
Design Completed: Ongoing
Construction Completed: Pending
Contracting Agency: City of Anaheim, CA
References: Ellie Yazdani 714-765-5066
eyazdani@anaheim.net
Prime Consultant: Kreuzer Consulting Group
Project Manager: Rick Kreuzer, PE
Firm Role: Project Management & Civil Engineering
Contract Value: $ 250K
Construction Value: $ 2.5M
Final Construction Cost: N/A
Design Completed: Ongoing
Construction Completed: Pending
Contracting Agency: City of Newport Beach, CA
References: Patrick Arciniega
949-644-3347
parciniega@ newportbeach.ca.gov
30
4.0 EXCEPTIONS
KCG takes no exceptions to the Request for Proposal (RFP) or the standard Professional Services Agreement
attached thereto.
EXHIBIT B
TERMS FOR COMPLIANCE WITH CALIFORNIA LABOR LAW REQUIREMENTS
1. This Agreement calls for services that, in whole or in part, constitute “public works”
as defined in Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the
California Labor Code (“Chapter 1”). Further, Consultant acknowledges that this
Agreement is subject to (a) Chapter 1 and (b) the rules and regulations established by
the Department of Industrial Relations (“DIR”) implementing such statutes. Therefore, as
to those Services that are “public works”, Consultant shall comply with and be bound by
all the terms, rules and regulations described in 1(a) and 1(b) as though set forth in full
herein.
2. California law requires the inclusion of specific Labor Code provisions in certain
contracts. The inclusion of such specific provisions below, whether or not required by
California law, does not alter the meaning or scope of Section 1 above.
3. Consultant shall be registered with the Department of Industrial Relations in
accordance with California Labor Code Section 1725.5, and has provided proof of
registration to City prior to the Effective Date of this Agreement. Consultant shall not
perform work with any subcontractor that is not registered with DIR pursuant to Section
1725.5. Consultant and subcontractors shall maintain their registration with the DIR in
effect throughout the duration of this Agreement. If Consultant or any subcontractor
ceases to be registered with DIR at any time during the duration of the project,
Consultant shall immediately notify City.
4. Pursuant to Labor Code Section 1771.4, Consultant’s Services are subject to
compliance monitoring and enforcement by DIR. Consultant shall post job site notices,
as prescribed by DIR regulations.
5. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem
wages for each craft, classification, or type of worker needed to perform the Agreement
are on file at City Hall and will be made available to any interested party on request.
Consultant acknowledges receipt of a copy of the DIR determination of such prevailing
rate of per diem wages, and Consultant shall post such rates at each job site covered by
this Agreement.
6. Consultant shall comply with and be bound by the provisions of Labor Code Sections
1774 and 1775 concerning the payment of prevailing rates of wages to workers and the
penalties for failure to pay prevailing wages. Consultant shall, as a penalty to City, forfeit
$200.00 for each calendar day, or portion thereof, for each worker paid less than the
prevailing rates as determined by the DIR for the work or craft in which the worker is
employed for any public work done pursuant to this Agreement by Consultant or by any
subcontractor.
7. Consultant shall comply with and be bound by the provisions of Labor Code Section
1776, which requires Consultant and each subcontractor to: keep accurate payroll
records and verify such records in writing under penalty of perjury, as specified in
Section 1776; certify and make such payroll records available for inspection as provided
by Section 1776; and inform City of the location of the records.
8. Consultant shall comply with and be bound by the provisions of Labor Code Sections
1777.5, 1777.6 and 1777.7 and California Code of Regulations, Title 8, Section 200 et
seq. concerning the employment of apprentices on public works projects. Consultant
shall be responsible for compliance with these aforementioned Sections for all
apprenticeable occupations. Prior to commencing work under this Agreement,
Consultant shall provide City with a copy of the information submitted to any applicable
apprenticeship program. Within 60 days after concluding work pursuant to this
Agreement, Consultant and each of its subcontractors shall submit to City a verified
statement of the journeyman and apprentice hours performed under this Agreement.
9. Consultant shall not perform Work with any Subcontractor that has been debarred or
suspended pursuant to California Labor Code Section 1777.1 or any other federal or
state law providing for the debarment of contractors from public works. Consultant and
subcontractors shall not be debarred or suspended throughout the duration of this
Contract pursuant to Labor Code Section 1777.1 or any other federal or state law
providing for the debarment of contractors from public works. If Consultant or any
subcontractor becomes debarred or suspended during the duration of the project,
Consultant shall immediately notify City.
10. Consultant acknowledges that eight hours labor constitutes a legal day’s work.
Consultant shall comply with and be bound by Labor Code Section 1810. Consultant
shall comply with and be bound by the provisions of Labor Code Section 1813
concerning penalties for workers who work excess hours. Consultant shall, as a penalty
to City, forfeit $25.00 for each worker employed in the performance of this Agreement by
Consultant or by any subcontractor for each calendar day during which such worker is
required or permitted to work more than eight hours in any one calendar day and 40
hours in any one calendar week in violation of the provisions of Division 2, Part 7,
Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code Section 1815, work
performed by employees of Consultant in excess of eight hours per day, and 40 hours
during any one week shall be permitted upon public work upon compensation for all
hours worked in excess of eight hours per day at not less than one and one-half times
the basic rate of pay.
11. California Labor Code Sections 1860 and 3700 provide that every employer will be
required to secure the payment of compensation to its employees. In accordance with
the provisions of California Labor Code Section 1861, Consultant hereby certifies as
follows:
“I am aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers’
compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this contract.”
12. For every subcontractor who will perform work on the project, Consultant shall be
responsible for such subcontractor’s compliance with Chapter 1 and Labor Code
Sections 1860 and 3700, and Consultant shall include in the written contract between it
and each subcontractor a copy of those statutory provisions and a requirement that each
subcontractor shall comply with those statutory provisions. Consultant shall be required
to take all actions necessary to enforce such contractual provisions and ensure
subcontractor’s compliance, including without limitation, conducting a periodic review of
the certified payroll records of the subcontractor and upon becoming aware of the failure
of the subcontractor to pay his or her workers the specified prevailing rate of wages.
Consultant shall diligently take corrective action to halt or rectify any failure.
13. To the maximum extent permitted by law, Consultant shall indemnify, hold harmless
and defend (at Consultant’s expense with counsel reasonably acceptable to City) City, its
officials, officers, employees, agents and independent contractors serving in the role of
City officials, and volunteers from and against any demand or claim for damages,
compensation, fines, penalties or other amounts arising out of or incidental to any acts or
omissions listed above by any person or entity (including Consultant, its subcontractors,
and each of their officials, officers, employees and agents) in connection with any work
undertaken or in connection with the Agreement, including without limitation the payment
of all consequential damages, attorneys’ fees, and other related costs and expenses. All
duties of Consultant under this Section shall survive the termination of the Agreement.
Submitted To :
I r i s L ee
D ep u ty P ub l i c W or k s D i r ec to r,
D ep a rt men t o f P ub l ic W o rk s
2 1 1 Ei g ht h S t r eet
S ea l B ea ch , C A 9 0 7 40
Submitted By:
T A I T & A sso ci a t es , In c .
7 0 1 P ar k c en t er D r .
S a n ta An a, C A 9 2 7 0 5
( 7 1 4 ) 5 6 0 -8200
www.tait.com
TAIT & A S S O C I A T E S , I NC.
P R O P O S A L F O R
O N -C A L L P R O F E S S I O N A L S E R V I C E S –
C I V I L E N G I N E E R I N G D E S I G N
A p r i l 26, 2 0 1 9
Cover Letter
Cover Letter
April 26, 2019
Iris Lee
Deputy Public Works Director,
Department of Public Works
211 Eighth Street
Seal Beach, CA 90740
RE: Request for Proposals for On-Call Professional Services – Civil Engineering Design
Dear Ms. Lee,
TAIT & Associates, Inc. (TAIT) is pleased to submit the enclosed Proposal in response to the City of Seal Beach’s
(City) Request for Proposals (RFP) for On-Call Professional Engineering Services. We believe our local, broad
experience and expertise coupled with family owned values and responsiveness will be an excellent added
benefit to the City of Seal Beach for the On-Call Civil Engineering Design Services list.
TAIT at a Glance. At TAIT, we have provided innovative engineering solutions to our clients for more than 55
years. We understand that public projects have their own specific issues, and with 170 associates, we have the
right blend of professional engineers, architects, surveyors, environmental assessors, and construction
personnel with the experience necessary to address critical and big picture concerns. Since TAIT was founded in
1964 in Orange County, we have built mature relationships with state and local agencies throughout Southern
California, and consistently create successful partnerships with the agencies for which we work.
Expertise and Experience. TAIT’s experienced personnel have expertise in the many facets of civil engineering,
planning, and design services including: roadways, utilities, drainage, surveying, mapping, water quality, water,
and waste water, site development, site remediation, asbestos and lead paint investigation, Phase I and II
environmental assessments, and fueling systems. We have extensive relevant design experience, including
recent projects such as the Campus Drive Rehabilitation Project for City of Irvine, Pier G Ave Sewer Line Project
for the Port of Long Beach, City of Newport Beach’s Newport Heights Alley and Sewer Replacement Project, City
of Diamond Bar’s Citywide Drainage Analysis and Reagan & Peterson Parking Lot Rehabilitation, the Harbor
Boulevard Street & Waterline Improvements for the City of Garden Grove, and most recently County of Orange’s
new Animal Care Facility Design-Build project, to name a few.
We have been selected as an on-call consultant to the Port of Long Beach, the County of Orange—OC Public
Works, OC Facilities, OC Parks, OC Sanitation District, and the Orange County Sheriff Department--City of
Newport Beach, Lake Forest, Irvine, Lake Elsinore, Mission Viejo, and to the City of San Diego Public Works
Division to provide On-Call Civil Engineering Services to the City, County, and Port of San Diego, all within the
past five years.
Project Team. TAIT has carefully analyzed and hand selected our proposed team for this on-call contract in
order to provide the best services to the City of Seal Beach.
Cover Letter
The leadership includes Jacob Vandervis, PE, who is the Chief Operations Officer will be the Principal-in-
Charge/Alternate Project Manager and has the authority to negotiate the contract.
David Sloan, PE, Director of Engineering for TAIT will serve as the prime Project Manager for the City’s projects.
David’s career has been rooted exclusively in the public sector. His background and experience with local public
works projects, especially roadway improvements, will be invaluable to the City. Mr. D. Todd Schmieder, PE,
QSD/P will act as TAIT’s QA/QC Manager for this contract. Todd will also act as the alternate project
manager/representative should it be deemed necessary based on the project’s specific requirements. Todd,
who currently serves as the County of Orange plan check manager for TAIT, has 38 years of experience in a
variety of public works projects.
In addition to the noted key leaders, TAIT boasts a wide array of 170 associates including Engineers, Architects,
Surveyors, Storm Water Practitioners, Geologists, Contractor’s, and quality design engineers. The City can be
assured that the necessary support and availability of staff will be provided on each contract that is assigned to
us. For our sub-consultants, we’ve teamed with tried and true partners who have worked with TAIT on
numerous projects and other on-call contracts, including the Port of Long Beach. Key sub-consultants for this
contract include TJW Engineering (TJW) for Traffic Engineering, GMU for Geotechnical Engineering, Paragon
Partners for Right-of-Way Consulting, LAE Associates (LAE) for grant/federal consulting, Conceptual Design
Planning Company (CDPC) for landscape Architecture, and Bess Test Labs (BTL) for precise potholing and other
subsurface investigations.
Scope of Work. It is understood that this engineering proposal is for an on-call contract that includes potential
design services including street improvements, traffic engineering, storm drain improvements, sewer
improvements, as well as associated WQMPO/SWPPP/Hydrology studies and the preparation of detailed bid
packages with estimates and project specifications. TAIT’s noted diverse staffing and background in
multifaceted projects are ideally suited for the City’s wide range of anticipated needs and projects. Upon
issuance of an RFP, TAIT will actively review the project requirements and will provide a project specific letter
proposal for the City’s consideration.
Commitment to Service. TAIT understands we will have contractual obligation with the City of Seal Beach with
regard to this on-call contract. We aim to act as an extension of the City’s staff and will place an emphasis on
Customer Service which has been and will remain one of TAIT’s Corporate Goals “To Completely Satisfy our
Customers”. David Sloan will be the lead project manager and main point of contact for TAIT’s services and can
be reached in our Santa Ana office at phone number 714-560-8643, email dsloan@tait.com, and address 701
Park Center Drive, Santa Ana, CA.
We thank you for this opportunity to submit our qualifications and look forward to further discussing with you
our capabilities and commitment to working with the City of Seal Beach.
Very truly yours,
TAIT & ASSOCIATES, INC.
Jacob Vandervis, P.E.
Chief Operations Officer and Vice President
TAIT & Associates, Inc.
On-Call Engineering Services
TOC
TABLE OF CONTENTS
Cover Letter
Table of Contents
Local Staffing List 1
Organization Chart 1
Key Personnel Qualifications 2
Sub-Consultants 2
Resumes of Key Personnel 4
Company Qualifications 20
Firm Background 20
Experience 20
Strengths - What Sets Us Apart 21
Approach & QA/QC Management 21
References 23
Exceptions 30
Fee Proposal 30
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 1
LOCAL STAFFING LIST
Organization Chart
The chart provided on the following page summarizes our key personnel and their organizational
structure for this contract.
QA/QC Manager
Todd Schmieder, P.E., QSD/P*
Principal in Charge
Jacob Vandervis, P.E.
TAIT Engineering, Design & Survey Support Staff Other Technical Support
Specs
David Sloan, P.E.*
Surveyors
Jesse Guzman, P.L.S.
Michael Furlong, P.L.S Lead Project Manager
David Sloan, P.E.
Sub-Consultants
Geotech – GMU
LAE – Grant Consulting
Paragon – Right-of-Way
TJW – Traffic Engineering
CDPC – Landscape Architecture
BTL – Subsurface Investigations
Roadway Engineering
Christopher Engelbach, E.I.T.
Nick Flores, CAD Designer
Bart Mink, P.E., LEED AP
Water Quality/Sewer/Drainage
Samantha Wohlfarth, P.E.
Daniela Malott, P.E.
Bart Mink, P.E., LEED AP
Project Manager
Bart Mink, P.E.
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 2
Key Personnel Qualifications
TAIT boasts a wide array of Professional Engineers, QSP & QSD Certified Engineers, Professional Land
Surveyors, Licensed Architects, Licensed Geologists, Construction Managers, Construction Inspectors,
and a skilled bench of Design and Project Engineers. We pride ourselves on our engineering diversity,
and actively train our in-house staff with weekly design seminars on topics such as ADA compliance,
Water Quality Design and Compliance, Civil 3D Design Best Practices, and Water, Waste Water, and
Storm Drain Design Principals.
The key personnel and Sub-Consultant for the TAIT Team are listed below with their positions and
qualifications, followed by brief bios. All have performed directly for local agencies within the last 5
years.
SUB-CONSULTANTS
GMU Geotechnical (GMU) – Geotechnical/Pavement Engineering
GMU has built a reputation over 50 years as a trusted consultant for some of the
most challenging and recognizable projects throughout Southern California. GMU
approaches each project with the objective of developing innovative geotechnical
and pavement engineering solutions. We make it a personal goal to find cost-effective and implementable
solutions. GMU’s in-house laboratory is approved by the California Department of Transportation
(Caltrans), AASHTO Materials Reference Lab (AMRL), the County of Orange, and other public agencies.
LAE Associates – Grants/Federal Funding
LAE Associates, Inc. (LAE), SBE, specializes in Construction, Program, and Project
Management services for public agencies. In addition, LAE's services include:
Construction Observation, City Services, Staff Augmentation, Capital Project Planning,
Transportation Funding, Grant Preparation and Management Strategies to individual
Cities and other Public Agencies, including Caltrans Local Assistance Consulting. A California Corporation
founded in 2007, LAE also has special experience with Active Transportation Program (ATP) projects.
Name Classification/Designation
Licenses/Registratio
ns
Years of
Experience
Time
with Firm
Jacob Vandervis, P.E. PIC CA No. C46301 33 22
Todd Schmieder, P.E., QSD/P
QA/QC Manager/
Sr. Project Manager CA No. C37167 39 14
David Sloan, P.E. Lead Project Manager CA No. C82595 12 5
Bart Mink, P.E., LEED AP Project Manager CA No. C82953 21 1
Samantha Wohlfarth, P.E. Project Engineer (Utility) CA No. C86126 7 7
Daniela Malott, P.E. Project Engineer (Drainage) CA No. C86581 7 2
Christopher Engelbach, E.I.T. Project Engineer (Roads) E.I.T. 10 3
Nick Flores Designer/CAD Manager n/a 14 3
Jesus (Jesse) Guzman, PLS Survey Manager CA PLS No. 8648 21 2
Michael Furlong, PLS Surveyor CA PLS No. 8899 40 1
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 3
In recent years, LAE has been working with the following agencies on various phases of their ATP funded
projects: Cities of Arcadia (current), CVAG (current) , Duarte, Compton, Jurupa Valley, Pomona, County of
Riverside (Current), San Jacinto, and SBCTA.
Paragon Partners – Right-of-Way Engineering
Recognizing a void in the quality of service provided by Right of Way a nd
Real Estate consultants, Neilia LaValle and Joel Sewell founded Paragon
Partners in 1993. Since then, we have been Advancing the Industry by
improving our clients’ outcomes across a wide range of projects – regardless of size, scope, or
complexity. Paragon Partners is a privately -held, certified woman -owned corporation. We serve our
clients from our headquarters in Cypress, California and numerous regional and project offices located
nationwide. We constantly pursue a pattern of excellence in deliverin g the land rights essential to our
public and private sector clients’ projects.
TJW Engineering (TJW) – Traffic Engineering
TJW Engineering, Inc. (TJW), VSBE, is a professional traffic engineering and
transportation planning firm founded by Thomas J. Wheat, P.E., T.E., who has over
twenty years of experience in the transportation sector of civil engineering. The TJW
team provides complete range of transportation engineering services having designed
and prepared hundreds of traffic engineering design plans and transportation planning studies to various
public agencies, contractors, developers, architects, and other engineering firms throughout Southern
California. Over the past five years the TJW team has worked with TAIT on various projects requiring
street signing, striping, lighting, signalization and traffic control plans.
Conceptual Design and Planning Company (CDPC) – Landscape Architecture
CDPC is an innovative, comprehensive landscape architectural firm offering services for a wide
variety of project types and clients. Their corporate resume includes projects for state, city
and government agencies, as well as, private developers of retail, commercial, institutional,
recreation, hospitality, senior housing, and large scale residential. Established in 1994 by
Registered Landscape Architect, Jim Baldovin and founded on the principle that design should be driven by
purpose, CDPC seeks to create functional outdoor spaces with cohesive aesthetics that enable the people
who use them to connect with their environment. Our portfolio of professional services covers all aspects of
Landscape Architecture & Design.
Bess Testlab, Inc. (BTL) – Subsurface Investigations
Bess Testlab, Inc. (BTL) provides a complete range of Subsurface Utility Engineering
Services (SUE) to both private and public companies throughout Northern and Southern
California. We specialize on “hard to find” facilities and blind searches. We learned that
a combination of Electromagnetic, Acoustic and Ground Penetrating Radar (GPR) technologies is the best
approach to solve the most challenging underground utility designating jobs. In addition, we use the
Vacuum Excavation (potholing) to expose underground utilities to the naked eye and “positively”
determine their actual depth and physical conditions.
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 4
Resumes of Key Personnel
Jacob Vandervis, PE
PRINCIPAL-IN-CHARGE
Mr. Vandervis currently serves as a Vice President/Chief Operations Officer in
TAIT’s Corporate Office in Santa Ana. In addition to his management duties, he
acts as the primary point of contact for several national retail and residential
developers. Mr. Vandervis is a licensed civil engineer with over 33 years of
experience with land development projects in the western United States. He
has been a member of the TAIT team for the past 22 years. His areas of
expertise include site design, grading design, drainage studies, water pollution
control plans, erosion & sediment control plans, as well as street improvement
plans. He is experienced in site design of all sizes for commercial development,
involved in preliminary design to develop cost estimates & due diligence
packages, as well as experienced in the entitlement phase of projects. His
surveying experience includes the preparation of ALTA and topographic surveys,
parcel maps, record of survey and legal descriptions. He is a certified Qualified
SWPP Developer (QSD), Certified Development, Design & Construction
Professional (CDP) and Certified Retail Property Executive (CRX)
Harbor Blvd. Reconfiguration, Water Main Replacement & Utility Relocations,
City of Garden Grove, Principal-in-Charge, 2013
Principal-in-Charge of the work being conducted by all TAIT staff to provide
Design Engineering Service for then $500 K water main replacement and utility
relocation project and the $ 1 M Street Reconfiguration Project in the City of
Garden Grove. Primary responsibilities were to ensure the project was properly
staffed and that the work was completed to the satisfaction of both TAIT &
Associates as well as the City of Garden Grove.
Monterey Park Plaza, Monterey Park, CA, Project Manager, 2015 – Present
The design of the development includes slope stabilization, retaining wall design,
street improvement design, utility installation, overall site development, and
over 400,000 cubic yards of dirt removal and regrading. The project involves
three geotechnical analysis. The geotechnical analysis included
recommendations for the design on and near the landfill; for the slope
stabilization throughout the site; and for the overall site development and
construction. The project utilized detailed retaining wall designs and in some
areas, pile designs. These retaining walls and pile designs were specially
designed near SCE facilities and towers. Unique construction equipment has
been detailed out and coordinated for this construction.
Education
B.S. -- Civil Engineering
California State University,
Long Beach
Year of TAIT Team
Enlistment
1997
Total Experience
33
Certifications
Registered Professional
Engineer, Civil – California,
Oregon, Arizona, Utah,
Nevada, North Dakota,
Washington, Hawaii, and
Alaska.
Professional Engineer
California No. C46301
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 5
On-Call Engineering Services, Orange County Public Works, Principal-In-Charge, 2010 - Present
Principal-in-Charge of the work being conducted by all TAIT staff and sub-consultants to provide Plan
Check and On-Call Engineering Services for the County of Orange Planned Communities. Primary
responsibilities were to ensure the project is properly staffed and that the work is completed to the
satisfaction of both TAIT & Associates as well as the County of Orange.
100 Acre Parcel Development El Toro Marine Base, Orange County Public Works, Irvine, CA, Project
Director, 2009 – Present
Prepared infrastructure assessment of the existing Marine Corps base facilities on the southerly 100-
acres that had been closed in recent years. Reviewed existing record documents, met with utility
purveyors, inspected existing structures and roadways, and prepared executive summary for
presentation to the County of Orange for potential reuse of the facilities.
Phase 1, 2 & 3 Water Main Replacement Design Build Project, Los Angeles County, Golden State Water
Company, Project Manager, 2013
Project Manager & Principal in Charge of the work being conducted by all TAIT staff to provide Design
Engineering Service for then $2.5 M water main replacement project throughout six locations in Los
Angeles County for Golden State Water. Primary responsibilities were to review and stamp design PS&E,
and supervise all staff, contract requirements, and construction coordination on project.
Beaudry Terrace Water Main Design Build Project, Glendale Water & Power, Project Manager, 2014
Principal-in-Charge to provide Design Engineering Service for then $1.5 M water main replacement
project in the Beaudry Terrace Neighborhood in the City of Glendale for Glendale Water and Power.
Primary responsibilities were to review and stamp plans and specifications, supervise design engineers
and coordinate with client and contractor through the design and construction phases.
FBI Training Center, Orange County Public Works, Irvine, CA, Principal-In-Charge and Structural
Engineer, 2007 -2008
Provided structural design for a 1,480 square foot masonry block structure to be constructed at new FBI
training facility on the former El Toro Marine Base. The site improvements were to include the
construction of a new classroom and a covered training area adjacent to an existing structure. The site
was a former USMC shooting range and was being upgraded by the FBI. To help minimize the overall
construction cost and to speed up construction, the use of a pre-manufactured roof truss for the
structure was proposed. The design/build construction of the facility was completed in August 2008.
Abridged List of Additional Project Experience by Jake:
City Hall Underground Fuel Storage Tank Removal and Replacement, City of Irvine, Principal-In-
Charge
Foothill Crossing, City of Rancho Cucamonga (Principal-In-Charge)
Columbus Square Infrastructure Improvements, City of Tustin, (Principal-In-Charge)
Entertainment Park, City of Anaheim (Senior Project Manager)
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 6
Todd Schmieder, PE
SR. PROJECT MANAGER/QA-QC MANAGER
Mr. Schmieder has worked on numerous public infrastructure and private
development projects ranging from small residential and commercial projects to
a 30-mile long toll road, a 40-acre commercial center, and 1000-home master
planned communities. His project experience includes plan check services,
preparation of feasibility, and site assessment studies, site planning studies and
preliminary and final design plans, tentative and final maps, and environmental
studies and reports. Mr. Schmieder’s technical experience also includes
conducting design reviews, development of traffic signing and striping plans,
preparation of traffic control and construction staging plans, preparation of
construction specifications and cost estimates, and providing construction
management and inspection. His project management experience includes
utility coordination, master planning, and project scheduling.
Library of the Canyons - Silverado Campus Conversion, County of Orange, Sr.
Project Manager, 2013-Present
TAIT’s current task order assignment with OC Parks includes preparing plans for
the demolition of several existing campus structures with the conversion of the
former Silverado Elementary School into a County Library, offices for County
Park staff, and community meeting rooms that cover 3500 square feet of usable
enclosed space. Site work in the initial phase will consist of implementing Code-
required ADA improvements for public access at the campus and for public
restrooms, upgrading of the existing parking lot, and provisions to provide
security lighting for night-time use of the facility.
Orange County Animal Care Facility, County of Orange, Sr. Project Manager,
2016- Present
Oversaw the preparation of rough and precise grading plans, street plans, sewer
and water plans, fire water protection plans, Water Quality Management Plan
(WQMP) and Storm Water Pollution Prevention Plan (SWPPP) for a 10-acre site
on the former USMC Tustin Air Station for the new Orange County Animal Care
Facility. This project is the first Design-Build project being implemented in by
the County. TAIT & Associates, Inc. is the Civil Engineering Consultant to Snyder
Langston, the County’s Design-Build Contractor. The contract was award in the
spring of 2016 and a Rough Grading Permit was issued by the City of Tustin in
July 2016 while the County Animal Care and the Design-Build Contractor
finalized the building and kennel improvements. Construction of the $28 million
facility is scheduled to be completed by August 2016. When completed the
facility will include a 2-story 40,000 SF administration building with state of the
art veterinary facilities, six dog kennels, special cat housing quarters and a small
corral. Separate parking lots are provide for the public and staff with the staff
Education
B.S. – Civil Engineering
Ohio State University, 1980
Year of TAIT Team
Enlistment
2005
Total Experience
39
Certifications
Professional Engineer
California No. C37167
Certificate program in light
construction and
development management
University of California—
Irvine Extension, 2004
Affiliations
American Society of Civil
Engineers, Member
Building Industry
Association of Orange
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 7
parking lot repurposing nearly 1-acre of existing concrete tarmac. The project also includes eight storm
water bio-filtration basins to treat storm water runoff from the site before it enters the public storm
drain system.
FY13/14 Major Street Rehabilitation, City of Pomona, QA/QC Manager, 2014
The project includes the rehabilitation of eight arterial and collector segments of roadway throughout
the City. The project required analysis of the existing pavement conditions, recommendation of
alternate rehabilitation methods by use of recycled pavement options, obtaining an SCRRA railroad
encroachment permits, upgrading of 4 roadway segments in add new bike lanes and the analysis and
replacement of all curb ramps along the project limits. Served as TAIT’s QA/QC Manager on this project.
Harbor Boulevard Street Reconfiguration, Water Main Replacement & Utility Relocations, City of
Garden Grove, Senior Project Manager, 2013
Project Manager of the work being conducted by all TAIT staff to provide Design Engineering Service for
then $500 K water main replacement and utility relocation project and the $ 1 M Street Reconfiguration
Project in the City of Garden Grove. Primary responsibilities were to review and stamp the plans,
supervise engineering team, and attend and coordinate project meetings with City staff and other
stakeholders. Project included Providing Plans Specifications and Cost estimate for City improvements to
Harbor Boulevard that will accommodate the future redevelopment of several city-owned parcels. This
project included reconfiguration of Harbor Boulevard from Palm Street to Lampson Avenue
(approximately 1/3-mile total length), improvements to an existing raised median, abandonment of
existing 8-inch ACP and 12-inch DIP City water lines, installation of a 800 LF of new 16-inch water line,
relocation of SCE and AT&T main distribution service lines, and the installation of new public storm
drains, sewer and water services.
Quadrant III A and B Water Line Replacement Project, City of Chino, QA/QC Manager, 2017-2018
This City project required the replacement of approximately 8000LF of existing 6-inch ACP water pipe
with new 8-inch PVC water pipe within13 local streets for the City. The process included obtaining DDW
approvals for 8 of the 13 segments.
A-Town Sewer and Street Improvements, City of Anaheim, Sr. Project Manager, 2007
Engineering design services included the design of sewer capacity enhancements for over 2 miles on
new 15-inch and 21-inch sewer lines in Katella Ave., Gene Autry Way and Santa Cruz Rd. in the City’s
Platinum Triangle area. Encroachment permits were obtained from the Orange County Sanitation
District for connections to a district sewer line and with Caltrans District 12 (Orange County) for work
within Interstate I-5 right of way. The engineering design services also included the preparation street
widening plans for Katella Avenue, State College Boulevard and Gene Autry Way (approximately one-
mile) that included a new raised landscape median in Katella Avenue, and the reconstruction of a City
Changeable Message Sign.
Abridged List of Additional Project Experience by Todd:
Tustin Metrolink Station Redevelopment, City of Tustin/OCTA, Sr. Project Manager
Red Hill Median & Streetscape Feasibility Study, City of Tustin, Sr. Project Manager
County Regional Park Program of Utilization Study, OC Parks, Sr. Project Manager
Antonio Parkway Widening Improvements, County of Orange, Project Manager
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 8
David Sloan, P.E.
LEAD PROJECT MANAGER
As a Project Manager, David is responsible for supervising staff at TAIT on the
preparation of public and private development projects. David has performed
and coordinated detailed designs on federally funded arterial roadways,
conducted utility coordination for major relocations on high profile projects and
conducted project management efforts on multiple projects throughout the
Sothern California region. David has designed and managed the construction
for multiple projects in the southern California region and is an ideal candidate
to manage this project for the City. David is an effective communicator and
actively stays in contact with his clients throughout the life of his projects.
David has also managed multiple public works construction projects and
understands the methods and costs of construction.
Newport Height Alley & Sewer Reconstruction Project, City of Newport Beach,
Project Manager, 2015
David is currently acting as the Project Manager to the City of Newport Beach
for the Newport Heights Alley & Sewer Reconstruction Project. The project
includes the survey, design, and reconstruction of over three miles of residential
alleys. The project is designed in three phases with phase 1 being sewer main
replacements, and phase 2 & 3 being alley reconstructions within select
neighborhoods. The alley replacement design included the geometric and
profile analysis of each alley along with the preparation of design plan and
profile sheets for each alley segment. The design also included the preparation
and analysis of design cross sections (via use of Civil 3D corridors) to ensure
design crossfalls along the alley are appropriate. The project is scheduled to
complete phase 1 design in April, 2016, and phase 2 & 3 design in July, 2016.
Portola Parkway Resurfacing Project, Project Manager, 2015
David is currently serving as the Project Manager to the City of Lake Forest on
this federally funded arterial pavement rehabilitation project which included
design engineering, geotechnical engineering, surveying, and federal
documentation/ approvals. The project included the rehabilitation of the
arterial roadway as well as the identification and replacement of non-ADA
compliant or non-functional PCC sidewalk, curb ramp, curb and gutter and other
improvements. The design also included the replacement and updating of the
roadway and bike lane striping throughout the project limits. The project also
included the relocation and reconstruction of an existing median at Bake
parkway in order to construct an additional left turn pocket.
FY13/14 Major Street Rehabilitation, City of Pomona, Project Manager, 2015
David served as the Project Manager to the City of Pomona for their annual
major street rehabilitation project. The project includes the rehabilitation of
Education
BS Civil Engineering – Tau
Beta Pi Honor Society &
Chi Epsilon, University of
Southern California
BS Physical Science, Biola
Year of TAIT Team
Enlistment
2014
Total Experience
12
Certifications
Professional Engineer
California No. 82595
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 9
eight arterial and collector segments of roadway throughout the City. The project required analysis of
the existing pavement conditions, recommendation of alternate rehabilitation methods by use of
recycled pavement options, obtaining an SCRRA railroad encroachment permits, upgrading of 4 roadway
segments in add new bike lanes and the analysis and replacement of all curb ramps along the project
limits.
Parking Lot Rehabilitation for the City of Diamond Bar, Project Manager, 2015
David served as the Project Manager and Construction Manager to the City of Diamond Bar for
expansion and reconstruction of two public park parking lots. The design included the analysis of traffic
flow, preparation of a geotechnical investigation, design of water quality management plan and
hydrology, and the preparation of detail PS&E for the construction of the proposed improvements.
Jamboree Road Roadway Rehabilitation Project, City of Irvine, Project Engineer, 2013
David served as Project Engineer for the City of Irvine to rehabilitate Jamboree Road, from MacArthur to
Camp. The project was located in the City of Irvine as well as the City of Newport Beach which required
extensive correspondence with both agencies during the design phase. Funding deadlines required an
expedited design, and the design was modified mid-way through to eliminate anticipated median island
improvements on this 119-foot-wide major arterial. The design included grind and ARHM overlay, 2,232
tons of 10-inch FDR, upgrading 9 ramps to meet ADA compliance, loop installation, and video detection
at 2 intersections.
STPL Woodruff Ave. & Palo Verde Ave. Rehab. Project, City of Bellflower, Project Engineer, 2013
As Project Engineer, David provided Design engineering and Federal Aid Documentation services to the
City of Bellflower for this STPL-funded project. The project spanned 5,200 LF of arterial roadway, along
Woodruff Avenue, from Alondra Boulevard to Somerset Boulevard and Palo Verdes Avenue, from the
South City Limits to Artesia Boulevard. The project was designed as a single project, but split for
construction. The scope included full-width grind and ARHM overlay, localized full-depth
reconstruction, PCC sidewalk, curb & gutter, driveway, installing 16 ADA-compliant curb ramps, as well
as extensive traffic control to allow access to open businesses during construction. David prepared an E-
76 Construction Authorization Package to obtain Caltrans approval on the project and to secure funding.
David continued to coordinate with Caltrans for the duration of this contract.
Culver Drive Pavement Rehabilitation Project – City of Irvine, Project Engineer, 2011
David served as Project Engineer, providing PS&E to the City of Irvine on the Culver Drive Rehabilitation
Project. The project spanned 1,800 LF along Culver Drive, from the north railroad tracks to Walnut
Avenue. Culver Drive is a principal arterial roadway, providing northeast/southwest access through the
western portions of the City of Irvine, while also serving as a primary travel route through a variety of
commercial, residential and institutional zoning areas. David designed localized pavement
reconstruction at the Northbound #3 lane and the Southbound #1 lane, where pavement conditions
were considerably worse than adjacent lanes; the length of the project was treated with full width 2-
inch grind, a 2-inch AC leveling course and 2-inch ARHM overlay. The project also entailed removing and
replacing the existing median shed gutter with a standard 8-inch median curb, median island landscape
improvements, and ensuring ramps throughout the project were ADA compliant.
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 10
Bay Street Alley Reconstruction Project (CDBG) – City of Costa Mesa, Project Engineer, 2010
David served as Project Engineer, providing design engineering and coordinating Topographic Survey
and Geotechnical Investigation services for this CDBG-funded alley reconstruction project. The project
spanned roughly 1,000 LF along Bay Street Alley and Ford Road Alley. Plans included plan and profile,
cross sections and special details. A cost analysis was conducted to provide the City of Costa Mesa with
cost-to-lifespan design alternatives, including Asphalt Rubber Aggregate Membrane (ARAM), Asphalt
Rubber Hot Mix (ARHM), Cold-In-Place Recycling (CIR), Full Depth Reclamation & Sub-grade treatments.
Full-depth PCC reconstruction with rebar reinforcement was determined to be the most cost effective
solution.
Irvine Center Drive Rehabilitation Project – City of Irvine, Project Engineer, 2009
David served as Project Engineer, providing design engineering and construction support services to
rehabilitate 1.5 miles of this 6 lane arterial and major thoroughfare in Irvine. The project spanned Irvine
Center Drive, from Jeffrey Road to Culver Drive, and the design phase included stretches of full depth
reconstruction combined with a grind and overlay of the entire roadway, 6,300 SF of sidewalk, 15,800 LF
of median curb, 136 traffic loops, 30,000 SF of landscaping and irrigation, and upgrading ramps to meet
ADA compliance. Along with the design, David also provided Construction Support Services, including
responding to RFI’s, attending meetings, providing assistance related to Change Orders, and reviewing
Contractor’s submittals for conformance with contract documents. David also prepared As-Built
documentation.
Phase 1 & 2 Water Main Replacement Project, City of Norwalk, Project Engineer, 2010
David served as Project Engineer for the City of Norwalk on Phase 1 & Phase 2 of this water main
replacement project. Phase 1 spanned from Alondra Boulevard to 166th Street, and various other
streets, and included the Installation of 4,512 LF of 8-inch DIP pipe, 27 gate valves, 125 new house
meters with re-connections, and the repaving and capping of all excavated areas. Phase 2 included
6,200 LF of 8-inch DIP water main replacement between Elmhurst Drive and Harvard Drive, and Gridley
Road and Gard Avenue. David was also responsible for analyzing fire hydrant spacing to ensure
adequate fire water coverage was available at all residential and commercial blocks. All phases of the
water main replacement project were designed to fit the City's CIP funding needs.
Abridged List of Additional Project Experience by David:
STPL Bellflower Blvd. & Woodruff Ave. Rehabilitation, City of Bellflower, Project Engineer
SRTS Campus Drive Class I Bikeway Project, City of Irvine, Project Engineer
Citywide Comprehensive Drainage Study, Diamond Bar, Project Manager
FTA-Administrated 2010 Bus Shelter Replacement Project – Norwalk Transit, Project Engineer
Area 2 & Zone 1 Roadway Maintenance Project, City of Diamond Bar, Project Engineer
Berry Street & Imperial Highway Sewer Main Replacement Project, City of Brea, Project Engineer
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 11
Bart Mink, PE, LEED AP
PROJECT MANAGER
Bart Mink, PE, LEED AP, a registered civil engineer in California and LEED AP
certified brings 21 years of multidisciplinary experience to our team. Bart is
results-driven and detail-oriented. He is proficient in many facets of civil site
engineering, including the municipal, industrial, commercial and residential
fields. Bart is proficient in water hydraulic modeling utilizing KY Pipe and
WaterCAD. He is also proficient in wastewater modeling using SewerCAD. Bart
has in depth knowledge and experience in water/wastewater treatment and
design. He is skilled in state and federal funding policies and procedures and is
efficient with Autodesk Civil 3D including grading, corridors, and pipe networks.
Bart is experienced and knowledgeable in hydrology and hydraulics utilizing
such programs as TR-55 and HEC-RAS. He is also knowledgeable with FEMA
Letters of Map Amendment and Map Revision procedures.
7th Street Waterline and Sewer Replacement, Seal Beach, CA
Utilities engineer for PS&E for designing replacement of approximately 450
linear feet of existing 6” water and sewer mains. In conjunction with the utility
replacement, rehabilitation of approximately 6,750 square feet of asphalt and
concrete pavement was also designed.
Pavement Rehabilitation Ximeno Avenue and Redondo Avenue, City of Long
Beach, CA
Project engineer for engineering services for the pavement rehabilitation of
Ximeno Avenue (from Atherton Street to Los Coyotes Diagonal) and Redondo
Avenue (from Reservoir Drive to Stearns Street). Design and support during
construction services include supervising, coordinating, monitoring and reviewing
design for conformance with local agency standards, policies and procedures.
6th Street Storm Drain, Long Beach, CA
Project engineer for the final design of this key relief storm drain system in the
City of Long Beach. The project included an extensive potholing effort,
hydrology, hydraulics, traffic control and obtaining encroachment permits from
the County.
Del Cerro Park/Burma Road Entrance to Palos Verdes Nature Preserve ADA
Access Improvements, City of Rancho Palos Verdes, CA
Project engineer for design engineering services to complete the City's ADA
Access Improvements for the Del Cerro Park/Burma Road Entrance to the PV
Nature Preserve. The project involved removing vegetation and natural physical
impediments to provide unobstructed mobility and access for the elderly and
severely disabled adults. The project entailed the construction of three ADA curb
ramps, including curb and gutter along the ramps as well as 800 feet of new
Education
BS Civil Engineering –
Arkansas State University
Year of TAIT Team
Enlistment
2018
Total Experience
21
Certifications
Professional Engineer
California No. 82953
Arkansas No. 12169
2009/LEED Accredited
Professional
Associations
American Public Works
Association, US Green
Building Council
Leadership in Energy and
Environmental Design,
American Society of Civil
Engineers
Past Memberships:
National Society of
Professional Engineers,
American Water Works
Association, Arkansas
Water Works, and Water
Environment Association
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 12
sidewalk to create pedestrian linkage to the PV Nature Preserve entrance. These improvements are
constructed along Crenshaw Boulevard/Burma Road, between Park Place and Burrell Lane.
Vincent Street Sanitary Sewer Rehabilitation, Redondo Beach, CA
Project engineer for the design, preparation of the civil plans and construction management for the
building of an approximate 745 LF parallel sewer system near the Vincent Street Park and surrounding
neighborhoods.
Phase 2 Neighborhood Street Rehabilitation, City of La Mirada, CA
Project engineer for roadway improvements, street resurfacing and appurtenant infrastructure repairs.
Provided PS&E as required, for bidding and construction of the proposed improvements. The intent of
this project was to renovate the roadway pavement and hardscape leaving the neighborhood with a like
new appearance. APP’s initial recommendation was to mill 0.5” of the existing pavement (avoiding
impacting the existing macadam), construct 2” of new pavement for much of the roadway, remove 4” of
the outside six feet of A.C./macadam, and construct 4” of new A.C. pavement and resulted in significant
cost savings for the City relative to the approach they used in previous years.
Firestone Boulevard Median Project, Downey, CA
Project engineer for raised median islands, entry monument sign, street rehabilitation and water
facilities improvements on Firestone Boulevard between Old River School Road and West City Limits.
Work includes preparation of traffic study, complete plans, technical specifications and estimate (PS&E)
for the proposed improvements, providing the bidding document, suitable for bidding and award of a
formal unit price public works construction contract, and construction support.
Lincoln Avenue Widening, Anaheim, CA
Performed hydrology and hydraulic calculations as well as catch basin sizing due to the moving of
existing catch basins in Lincoln Avenue.
Brookshire Avenue Pavement Rehabilitation, Downey, CA
Served as project engineer responsible for assisting the project engineer on the road rehabilitation
project for the City of Downey, CA. The project included rehabilitation of the street to a new centerline
profile while utilizing the existing curb and gutter location and elevation.
Sidewalk Evaluation and Analysis, Santa Fe Springs, CA
Served as project engineer responsible for assisting the project team and the City of Santa Fe Springs by
analyzing sidewalk inspection data, developing a representative unit price cost estimate for repairs,
preparation of a summary report and incorporation of the evaluation into the City’s existing GIS system.
Richmond Street Arterial Improvements, El Segundo, CA
Project engineer responsible for providing engineering services for Richmond Street arterial
improvements located between El Segundo Blvd. and Holly Ave. within the downtown area for 1,600
lineal feet with 60 feet of street and sidewalk width. Design work includes street, sidewalk, parking,
survey, traffic and landscape improvements.
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 13
Samantha A. Wohlfarth, PE
PROJECT ENGINEER (UTILITIES)
Ms. Wohlfarth has professional experience that includes the preparation of
grading plans, water main replacement plans, storm drain plans and drainage
reports, sewer plans, cost estimates and storm water management reports for
public and private developments throughout Southern California, Western
Washington, and North Dakota. Her project experience also includes the
preparation of storm water quality reports such as SWPPP, WQMP, SUSMP and
LID as mandated by the state and local municipalities. Ms. Wohlfarth has
technical knowledge with multiple software programs including AutoCAD 2014,
Civil 3D, Land Desktop, Microstation, GeoPak, WWHM2012, RetainPro, and
additional specialty programs.
Quadrant III A and B Water Line Replacement Project, City of Chino
Project, Project Engineer, 2017-2018
This City project required the replacement of approximately 8000LF of existing
6-inch ACP water pipe with new 8-inch PVC water pipe within13 local streets for
the City. The process included obtaining DDW approvals for 8 of the 13
segments.
Hoover, Toll, Keppel Recycled Water Project, Glendale Water & Power, Project
Engineer, 2016-2017
TAIT was contracted to provide design build services with JDC for the recycled
water project within the Glenwood residential neighborhood and surrounding
schools. The project was located in the residential streets in an area of Glendale
which required our team to develop construction documents that could
accommodate traffic while working and a design that would work with many
existing utilities.
Kenneth and Ben Lomond Water Main Replacement Projects
Glendale Water & Power, Project Engineer, 2015-2016
TAIT was contracted to provide design build services with JDC for the Kenneth and Ben Lomond
neighborhoods water main replacement projects. The project was located in residential streets in an
area of Glendale which required our team to develop construction documents that could accommodate
traffic while working in residential streets and a design that would work with many existing utilities.
Beaudry Terrace Water Main Replacement Project, Glendale Water and Power, Project Design
Engineer, 2014
The Beaudry Terrace water main replacement project included four phases, six streets, and
approximately 5,300 linear feet of water line that was designed to replace existing service pipe mains
with ductile iron pipe. The project included new services, hydrants, inverts, tie-ins, and other
appurtenances. Department of Public Health waiver exhibits were prepared for select non-potable and
Education
B.S. -- Civil Engineering
Valparaiso University
Valparaiso, IN, 2012
Year of TAIT Team
Enlistment
2012
Total Experience
7
Certifications
Professional Engineer
California No. 86126
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 14
water crossings. The project included a community outreach meetings, service survey coordination, as
well as detailed final As-Built submittals.
Silverado Campus Conversion, County of Orange, Project Engineer, 2013-Present
TAIT’s current task order assignment with OC Parks includes preparing plans for the demolition of
several existing campus structures with the conversion of the former classrooms and office space into a
County Library, offices for County Park staff, and community meeting rooms that cover 3500 square feet
of usable enclosed space. Site work in the initial phase will consist of implementing Code-required ADA
improvements for public access at the campus and for public restrooms, upgrading of the existing
parking lot, and provisions to provide security lighting for night-time use of the facility.
Adams Hill Water Main Replacement Project, Glendale Water and Power, Design Engineer, 2014
The Adams Hill water main replacement project included six phases, 13 streets, and approximately
10,620 linear feet of water line that was designed to replace existing service pipe mains with ductile iron
pipe. The project included new services, hydrants, inverts, tie-ins, and other appurtenances. As well, the
project included different pressure zones and the installation of a division gate. Department of Public
Health waiver exhibits were prepared for select non-potable and water crossings. The project included
a community outreach meetings, service survey coordination, as well as detailed final As-Built
submittals.
Monterey Park Marketplace Site Development, Monterey Park Retail Partners, LLC/City of Monterey
Park, Design Engineer/Project Coordinator, 2015
TAIT was awarded a contract with the developer, Monterey Park Retail Partners, LLC for the design of a
41 acre retail development within the City of Monterey Park and the City of Montebello. The design of
the development includes slope stabilization, retaining wall design, street improvement design, utility
installation, overall site development, and over 400,000 cubic yards of dirt removal and regrading. The
project involves three geotechnical analysis. The geotechnical analysis included recommendations for
the design on and near the landfill; for the slope stabilization throughout the site; and for the overall site
development and construction. The project utilized detailed retaining wall designs and in some areas,
pile designs. These retaining walls and pile designs were specially designed near SCE facilities and
towers. Unique construction equipment has been detailed out and coordinated for this construction.
Foothill Water Line Improvement Projects, Golden State Water Company, Design Engineer, 2013
The Foothill Improvements included six projects that were designed to replace existing service pipe
mains with 8” ductile iron pipe. One of the six projects included replacement of the transmission line
and reconnection to three existing wells. The total pipe replacement was approximately 13,200 linear
feet. Multiple agencies reviewed the design plans, including City of San Dimas, City of Claremont, City of
Arcadia and the County of Los Angeles in addition to Golden State Water.
Normandie Ave. Water Line Improvements, Golden State Water Company, Design Engineer, 2013
The project encompassed the planning and design for a 12” water main replacement in Normandie Ave.
in the County of Los Angeles, approximately 1400’ linear feet. Project included new services, hydrants,
inverts, tie-ins and other appurtenances. Existing 14” pipe was designed for abandonment. Department
of Public Health waiver exhibits were prepared to the satisfaction of Golden State Water Company for
select non-potable and water crossings. GWSC project engineer: Conde Ventura.
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 15
Daniela Malott, P.E.
PROJECT ENGINEER (DRAINAGE)
Ms. Malott has a strong civil engineering background with a water resources
and surface runoff focus. Her engineering experience includes hydrology, storm
drain design, and hydraulics. Her computer modeling background includes the
application of the U.S. Army Corps of Engineers HEC-HMS (Hydraulic Modeling
System), HEC-SSP (Statistical Software package), and HEC-RAS (River Analysis
Software), Watershed Modeling System (WMS), Advanced Engineering Software
(AES) for hydrologic/hydraulic analysis in Southern California, Water Surface
Pressure Gradient (WSPGW) Software, XP-Solutions Storm Water and
Wastewater Management Model (XP-SWMM), AutoCAD Civil 3D, and ArcGIS.
She has worked for projects in the County of Los Angeles, County of Orange,
and San Bernardino County. The projects she has been involved with are both in
the private and public sector. In the private sector she worked on projects for
developers including Rancho Mission Viejo and the Irvine Company. Her public
sector experience includes working on projects for the County of Orange, the
City of Rancho Palos Verdes, the City of Chino, the City of Chino Hills, and the
City of Santa Ana. She is an out of the box thinker with great energy and a hard
working ethic. She has great communication, writing, organizational and
leadership skills.
Rancho Mission Viejo Planning Area 3 Runoff Management Plan, Rancho
Mission Viejo, LLC, Project Engineer, 2015-2017
Task managed the hydrology and hydraulics portion for the initial phases of the
Planning Area (PA3) Runoff Management Plan (ROMP) for Rancho Mission
Viejo. The PA3 ROMP is a comprehensive watershed planning document that
supports the future design and planning within PA3. The primary focus of this
study is to provide a framework for the implementation of the project drainage
patterns and storm water management facilities. Updated the hydrology
models using the Advance Engineer Software (AES) for the Rational Method and
the Unit Hydrograph models following the Orange County Hydrology Manual
requirements and the unique modeling procedures for the San Juan Creek
Watershed. Prepared studies for flood control and water quality regional basin
analyses and studied alternatives to optimize the basin location and sizes.
Rancho Palos Verdes Storm Drain Repair, City of Rancho Palos Verdes, Project Engineer, 2016-2017
Prepared the hydrologic and hydraulic analyses using a hydrodynamic modeling approach in XP-SWMM.
Identify and analyzed the storm drain systems that were determined hydraulically deficient per the 2015
Master Plan of Drainage. Completed street flooded width calculations and catch basins sizing analysis
using FlowMaster. Prepared the Basis of Design Report for the proposed improvements satisfying the
client’s time constraints and goals.
Education
M.S. - Civil Engineering
(Hydrology and Water
Resources), University of
California at Irvine
B.S. - Civil Engineering,
California State
University, Long Beach
Year of TAIT Team
Enlistment
2017
Total Experience
7
Certifications
Professional Engineer,
California No. C86581
Affiliations
American Society of Civil
Engineers (ASCE), OC
YMF
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 16
Santiago Hills II, Irvine Community Development Company, Engineering Technician, 2015-2016
Completed the storm drain design plans for the on-site improvements for Santiago Hills II Tract 16199
and for the off-site Street Improvements within Santiago Canyon Drive and Jamboree Road. Tract 16199
is a 200 acre development located in the City of Orange. The project comprise a water quality basin
system that included a combination of emergent marshes, extended detention basins and biofiltration
basins that supported the future development. This water quality system was designed to tie comply
with all the regulations and to satisfy the client needs. Prepared the Hydrology and Hydraulics Basis of
Design Report for both the on-site and the off-site studies. The Report included hydrology analysis using
AES, hydraulics using WSPGW, catch basin design using AES and FlowMaster, hydraulics calculations for
the Water Quality Piping System design.
Subarea 2 Agricultural Preserve Master Plan of Drainage, City of Chino, Project Engineer, 2015-2016
Prepared the Master Plan of Drainage (MPD) Report and Analysis for the Agricultural Preserve storm
drain system. The 2016 MPD incorporated amendments and updates to the Agricultural Preserve storm
drain system that were completed after the 2001 MPD. The 2016 MPD included hydrologic and
hydraulic analysis following the County of San Bernardino standards. The analysis was prepared for the
existing, interim and ultimate condition. The analysis provided alternatives for the master plan storm
drain systems in order to accommodate the City of Chino requirements. The MPD included studies for
regional water quality basin preliminary design following the Santa Ana Region Water Quality Board
Control and the San Bernardino County requirements. The storm drain design and regional water quality
basin design optimized the basin location and sizes to maximize the developable land within the area.
Storm Water Master Plan, City of Rancho Palos Verdes, Project Engineer, 2014-2015
The Rancho Palos Verdes Storm Water Master Plan includes the development of a GIS database for the
storm drain inventory including a Facility Mapping Tool which is being utilized to gather field data and
keep the City informed of the field work schedule and findings. Data gathering for the project includes
filling in missing as-built data such as inverts and facility naming. The hydrology and hydraulics modeling
is being completed utilizing GIS, XPSWMM, and XPWSPGW. This master plan includes the integration of
storm water quality retrofit opportunities. The Master Plan will ultimately provide the City with a
comprehensive “living” storm water master plan. The master plan also includes a project prioritization
scheme and a Capital Improvement Plan.
Santa Ana Storm Drain Master Plan, City of Santa Ana, Designer, 2013
Responsible for CADD design. Provided professional engineering services to update the city's storm
drain master plan. The city has an established drainage system with some segments over 50 years old
and other segments recently constructed. Michael Baker analyzed the main line drainage system and
prepared a hydrology study along with maps for the entire city boundary and for individual sub-areas for
2-, 10-, 25- and 100-year storm events. The capacity of the existing storm drainage was evaluated to
determine system capacity sufficiency using a hydrodynamic hydraulic model. A comprehensive list of
needed storm drainage improvements was then generated. Performed a hydraulic analysis to size
sufficient storm drain lines and provided an ESRI ARCGIS geodatabase of city storm drain facilities,
including storm drain pipes, city-owned drainage channels, manholes, catch basins, and culverts.
Michael Baker used the Bentley software hydrodynamic hydraulic model CivilStorm, which uses
hydrographs with in the hydraulic model to determine adequate pipe sizing.
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 17
Christopher Engelbach, E.I.T.
PROJECT ENGINEER (ROADWAY)
Chris is an experienced Project Engineer in design, approval, and quality control
of residential and commercial land development as well as public work projects.
He has expertise in preparation of tentative tract maps, street, rough grading,
erosion control, storm drain, sewer and water, and precise grading plans;
hydrology and hydraulic calculations utilizing Civil-D and WSPG; WQMP
employing new low impact development methods; coordination with clients,
sub-consultants, site managers, contractors, and survey crew. Chris technical
skills include AutoCAD Civil 3D, Water Surface Profile Gradient Software (WSPG),
Civil-D, and Microsoft Project.
Orange County Engineering Plan Check, County of Orange, Project Engineer,
2016
Chris currently provides plan check services for the County of Orange including
review of Tentative Tract Maps, Site Development Plans, and Street
Improvement Plans. Plans are reviewed for compliance with various codes and
regulations including California Building Code, the Americans with Disabilities
Act, and community specific development standards.
Newport Heights Alley Replacement, City of Newport Beach, Project Engineer,
2016
Chris is currently a Project Engineer on this alley rehabilitation project which
includes design engineering, utility research and sewer replacement. Chris is
responsible for rehabilitation of the alley-ways as well as the addition of ADA
compliant PCC sidewalks, curb ramps, curb and gutter and other improvements.
Redlands Packing House, City of Redlands, Project Engineer, 2016
Chris is currently a Project Engineer on this 10 acre commercial development in
the City of Redlands which includes design engineering, utility research, and
coordination with consultants and field crew. The project includes Street
Improvements, and on-site Rough Grading and Stockpile, Utilities, Water
Quality, and Precise Grading. Chris is responsible for Street Improvements
including relocation and reconstruction of medians, traffic signal relocation,
identification and replacement of non-ADA complaint curb ramps, and updated
crosswalks and landings designed to enhance urban feel, encourage pedestrian
traffic, and increase safety.
Limonite Sumner Retail Development, City of Eastvale, Project Engineer, 2016
Chris is currently a Project Engineer on this 7 acre commercial development in
the City of Eastvale. The project includes Off-site Street Improvements, Rough
Grading, Water Quality, Precise Grading, Utility, and on-site Storm Drain design.
Chris is responsible for street improvements including relocation and
Education
BS Civil Engineering,
California State
Polytechnic University,
Pomona
Year of TAIT Team
Enlistment
2016
Total Experience
10
Certifications
E.I.T.
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 18
reconstruction of existing medians and updated signing and striping as well as
On-site Storm Drain design including Hydraulic calculations and utilization of the
most current Low Impact BMPs.
Orange County Animal Care Facility, City of Tustin, Project Engineer, 2016
Chris is currently a Project Engineer on this Orange County Animal Care Facility
in the City of Tustin. The project includes Public Sewer, Water, Fire Water,
Water Quality, On-site Utilities, and Grading plans. Chris is responsible for the
public Sewer, Water, and Fire Water plans
Vons-Albertsons Distribution Center, City of El Monte, Project Engineer, 2016
Chris is currently the Project Engineer on this 36 acre Industrial Project which
includes Demolition, Grading, and Utility Research. Chris is responsible for the
Demotion, and Grading Plans as well as coordination with Utility Providers.
These plans include the removal and disposal of Hazardous materials as well as
the protection of existing ground-water monitoring wells and grading design
which duplicates existing flow patterns.
Limonite Marketplace, City of Jurupa Valley, Assistant Project Manager, 2015
Chris was the Assistant Project Manager and Engineer for this 39 acre mixed use
development in the City of Jurupa Valley. This mixed use project combined
Retail development with private, high-density, residential. Chris was responsible
for the Tentative Tract and Parcel Maps, Site Development Plan, on and off-site
Street Improvements, Water Quality, Hydrology, Storm Drain, Rough Grading,
and Precise Grading Plans. Off-site Street Improvement Plans included
relocation of traffic signals, roadway widening, new signing and striping,
addition of ADA ramps, bus turn-outs, and horse trails, and development of 1
mile of unpaved rural dirt road.
Stoneridge, County of Riverside, Assistant Project Manager, 2015
Chris was the Assistant Project Manager and Engineer for this 700 acre Master-
Planned residential community in Riverside County. This project included
Tentative Maps, Phasing Exhibits, Street Improvements, Water Quality,
Hydrology, Storm Drain, Rough Grading, Precise Grading, and Traffic Studies.
Chris was responsible for Street Improvement, Rough Grading, Storm Drain, and
Phasing of this project. Street improvement plans included the development of
20 miles of new roadway along with signing, stripping and signalization.
Crossroads at Chino Hills, City of Chino Hills, Assistant Project Manager, 2015
Chris was the Assistant Project Manager and Engineer for this 15 acre high
density residential development. This project included on-site Street, Utility,
Storm Drain, Water Quality, and Grading. Chris was responsible for on-site
Street, Sewer, Water, Grading and Storm Drain design.
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 19
Jesus Guzman, PLS
SURVEY MANAGER
Mr. Guzman is a Land Surveyor licensed in the State of California and has a wide
distribution of different types of projects where he has acted as the project
Surveyor: commercial, water infrastructure, storm Drain, sewer, street
improvements, airport, public works, and other site development and
infrastructure related projects. Selected project experience:
Public Works Related Projects
Adjunct staff for the Cities of San Gabriel. Diamond Bar, Stanton and
Buena Park, acting as Civil Engineering counter, Map Checker and Public
Works improvement Plan Checker.
Topo and mapping of various rivers at bridge crossings along HWY 101,
Santa Clara County.
Various Tustin Fire Stations Topo and construction Staking
Fort Irwin Mapping for future Training Center
Quality Control surveyor for Orange County airport general aviation
runway resurfacing
Project Surveyor for LAX taxiway improvements
Water Infrastructure Projects
Mapping of Los Angeles River subcontracted for FEMA
Mapping of San Luis Rey River Subcontracted for FEMA
MWD Highland Tunnels
Mapping of Lake Isabella Dam and Lake
Subdivisions
Various small subdivision in Los Angeles County, CA
Year of TAIT Team
Enlistment
2017
Total Experience
21
Certifications
CA PLS 8648
Experience
2017 – Present, TAIT and
Associates
2010 – 2017, Joseph C.
Truxaw & Assoc.
2008 – 2010, Robert
Wada and Assoc.
Associated Engineering
2007 – 2008, Towill Inc.
Survey and Mapping
2005 – 2006, Norris
Repke Inc
2004 – 2005, CNC
Engineering
1998 – 2004, Norris
Repke Inc.
Equipment
GPS-Trimble & Lieca,
Total Stations Trimble &
Leica, Data Collectors-
Trimble, Leica & Allegro,
Electronic Levels,
AutoCAD
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 20
COMPANY QUALIFICATIONS
Firm Background
TAIT is a Southern California based, family owned
engineering firm founded by Dr. Kenneth E. Tait,
P.E., established in 1964, and incorporated in the
State of California. TAIT began as a design
consulting engineering and land surveying firm
dedicated to providing a range of engineering
services to our clients.
For the past 55 years, TAIT has grown to have 8
offices throughout the Western United States,
namely headquarters in Santa Ana and regional
offices in Norco, San Diego, Sacramento, Boise,
Denver, Atlanta, and Dallas. We have approximately
170 associates who work together as a team to
provide a full range of design services.
Each project presents new challenges, and we use them as an opportunity to learn something new and
apply that knowledge to future projects. Whether it is a new technical approach, a better management
system, or simply improving our communication with clients, the end result is always improved service
while strengthening our existing relationships with our clients. Our goal is to determine our client’s
needs while acting as an extension of their staff.
Experience
TAIT’s multi-disciplined firm offers an array of consulting services to both public agencies and private
development clients. TAIT has been providing civil design and management services to local agencies for
over 50 years. Within the Engineering Group, our in-house design and management services include:
Public Roadway Rehabilitation, Widening, and New Construction
Water Quality Design & Review (LID Plan, SWPPP, etc.)
Storm Drain Design and Hydrologic & Hydraulic Analysis
Water & Waste Water Rehabilitation & New Construction
Public Building Site Improvements
Public Parking Facilities Site Improvements
Public Improvement & Private Development Design Plan Checking
Structural Design & Architectural Services
Phase I and Phase II Environmental Assessments
Construction Management, Inspection & Surveying Services
Design and Construction Survey Services
Our Corporate Headquarters—Santa Ana, CA
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 21
Strengths - What Sets Us Apart
TAIT has built a reputation of successfully managing projects from concept to completion,
simultaneously with both big company expertise and a small company family culture dedicated to
customer service. We have specific expertise in public infrastructure development, land development,
natural resource preservation, and environmental management. A key component of TAIT’s strength is
based upon our ability to focus on solutions that are cost-effective. We understand the tight time and
money constraints under which our clients frequently operate, and strive to provide unique solutions
that allow our client’s projects to be completed on time and within budget.
Approach & QA/QC Management
Public works engineering contracts require careful planning, effective communication, and precise
execution. For each project assigned to TAIT, we will employ our proven 5 step project management
protocol (UnderstandAssignPlanExecuteQA/QC) in order to ensure a successful project:
UNDERSTAND: Upon receipt of an RFP from the City, TAIT will conduct a cursory project review and will
research existing conditions in order to ensure we have a full understanding of the scope. We will meet
with the City to discuss the project in an effort to understand the City’s needs, and will coordinate with
and obtain design requirements from all stakeholders or jurisdictions that will be affected by the
project. All records obtained during the proposal will be compiled for future reference and benefit
during the design phase.
ASSIGN: TAIT’s engineering division has expertise in public works water, sewer, roadway, storm drain,
hydrology/hydraulics, pre/post construction water quality control, surveying, and minor structural
engineering and analysis. Based on the scope of the project, TAIT’s project manager will assign a lead
project engineer to each contract whose background best matches the needs of the project. Key sub-
consultants such as geotechnical, traffic, landscaping, environmental, and MEP team members will then
be assigned to the project at this phase based on the needs of the project.
PLAN: We will prepare and submit a clear and concise scope of work, project schedule, and fee proposal
that includes all necessary tasks to successfully complete the contract. Key considerations in the
planning phase will include the funding source (local/state/federal) and associated
permitting/documentation requirements, stakeholder requirements/needs, level of design detail
desired by the City (plan/plan & profile), storm water quality requirements, coordination and meeting
needs, and the overall scheduling needs.
EXECUTE: Upon issuance of the notice to proceed, TAIT will actively and effectively execute the scope of
work for the contract. Our assigned project manager will stay in constant contact with the City and will
remain available and responsive to the City’s needs through the life of the project.
QA/QC: The final component to each of our projects is the implementation of our Quality
Assurance/Quality Control (QA/QC) program. Our QA/QC Program focuses on the following four
primary objectives:
1. Ensure that a quality design has been provided to the City, by following established in-house
design checklists that meets our own requirements as well as the agency’s,
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 22
2. Verify that different disciplines and agencies have been coordinated with in the development of
the design plans,
3. Verify that the proposed improvements are able to be constructed, and
4. Verify that a cost effective analysis approach was followed to achieve the City’s specific project
goals and objectives.
TAIT utilizes a Total Quality Management approach. TAIT’s philosophy is that quality control begins at
day one and does not end until the project is constructed.
Quality Control is the responsibility of each and every team member. It includes the selection of
project team members who have demonstrated the experience and the ability to understand and apply
the project objectives to achieve a specific goal. It also requires open and continuous communication
between all team members.
Timely reviews are provided prior to making submittals. Before plans are submitted to outside parties
and the City, a senior member of TAIT will conduct a detailed review of the design to verify the quality,
constructability and completeness of the documents to be submitted. If a Value Engineering measure is
identified by the reviewer, it will be discussed with the Project Manager to determine the next
appropriate action (i.e.: implement the measure, review the measure with the City, or conduct
additional analysis to determine the feasibility and potential cost savings). At the completion of TAIT’s
in-house review, the design documents are returned to the design team for corrections. The Project
Manager is then responsible to ensure that all review comments have been properly addressed prior to
submittal of the plans and reports for agency review and approvals.
TAIT understands the needs of public agencies and their projects, and we look forward to proving our
value to the City of Seal Beach on your upcoming design engineering projects.
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 23
REFERENCES
On-Call Engineering Contracts
EX: ORANGE COUNTY PUBLIC WORKS—ON-CALL LAND
PLANNING AND ENGINEERING SERVICES
County of Orange, CA
TAIT & Associates, Inc. (TAIT) was retained by the County of Orange to
provide On-call Land Planning and Engineering Services to assist OC
Planned Communities in the review of development applications for new
planned communities in being developed in South County and to assist in
the evaluation of County owned properties for redevelopment
opportunities.
Since 2011, the TAIT team; consisting of Planners, Landscape Architects,
Traffic Engineers, Civil Engineers, Storm Water Engineers, Geotechnical
Engineers and Building & Safety Reviewers – have provided on-call
services to the County for the review of environment planning
documents, tentative and final maps, and Site Development plans for
grading, buildings, landscaping, street (public and private) and storm
drain improvements. Additional assignments have included the review of
preliminary and final Water Quality Management Plans and the
processing of Construction Permits for developer improvement plan.
Engineering design services have included due diligent studies, cost
estimates, site planning and infrastructure analysis.
OTHER ON-CALL ENGINEERING CONTRACTS
On-Call Engineering Services, City, County, and Port of San Diego
On-Call Engineering Services, City of Newport Beach
On-Call Engineering Services, City of Lake Forest
On-Call Engineering Services, City of Irvine
On-Call Engineering Services, Port of Long Beach
On-Call Engineering Services, Orange County Sanitation District
On-Call Surveying Services, South Orange County Community College District
On-Call Engineering Services, City of Lake Elsinore
On-Call Engineering Services, City of Mission Viejo
On-Call Engineering Services, City of Norco
Reference:
James Campbell, Project
Manager
445 Civic Center Dr. West,
2nd Flr, Santa Ana, CA
(714) 567-7742
James.Campbell@ocgov.com
Client:
OC Public Works
Costs:
Various
Project Dates:
2011-Present
Key Staff:
PIC: Jacob Vandervis
PM: Todd Schmieder
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 24
Campus Drive Pavement Rehabilitation Project
Irvine, CA
TAIT was selected by the City of Irvine to provide civil engineering and
surveying on the Campus Drive Rehabilitation Project from Michaelson Drive
to University Drive. The project limits include a total of 4000 linear feet of
arterial roadway rehabilitation and reconstruction on Campus Drive which is
a 2 lane arterial roadway with bike lanes extending through the City of Irvine.
The project includes the design of pavement rehabilitation strategies as well
as the identification and replacement of non-ADA compliant curb ramps,
sidewalk, replacement of damaged curb and gutter, reconstruction and re-
grading of the low point of the roadway due to flooding and ponding issues,
coordination with IRWD and UCI for right of way and wetlands protection,
and the identification and adjustment/protection of utility facilities
throughout the project limits.
Careful attention was paid to the roadway profile which required
modification in order to raise the low point of the roadway by more than 6”.
Plan and profile for the roadway was re-designed per CA Highway Design
Manual standards, and extensive coordination with conducted with the City
to verify that the pavement replacement scenario is in line with the
proposed and revised grades.
This project was also further complicated due to excessively saturated
subgrade soils which required careful consideration and design of the structural section. After design
review and consideration of conventional pavement rehabilitation scenarios, it was selected to conduct
full depth AC pavement sections within the saturated soil limits so as to limit the depth of excavation in
saturated soils.
The project is currently completed with the design phase and is awaiting project funding for
constructoin implementation.
Reference:
Darrell Hartman, PE
1 Civic Center Plaza,
Irvine, CA 92606
(949) 724-7556
dhartman@cityofirvine.org
Client:
City of Irvine
Construction Cost:
$2.6 M
Project Dates:
Design: 2017-2018
Construction: 2018
Key Staff:
PIC: Jacob Vandervis
PM: David Sloan
QA/QC: Todd Schmieder
PE: Chris Engelbach
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 25
Pier G Avenue North Sewer Line Improvement Project
Port of Long Beach, CA
As part of TAIT’s On-Call Contract with the Port of Long Beach (POLB), TAIT
was selected to provide civil engineering services for the review,
recommendation, design, and construction support services for the Pier G
Avenue North Sewer Line Improvement Project. The project limits spanned
approximately 1/3 of a mile within Pier G, and included the review of
existing conditions, analysis of tributary areas and hydraulic capacity for the
existing system, preliminary design and recommendation for five separate
design alternatives which included conventional open trench, pipe bursting,
sewer lift stations, sewer force mains, and retrofit of existing sewer lift
stations to accommodate the current peak flow conditions. Extensive
meetings and coordination efforts were conducted with POLB during the
preliminary engineering phase to prepare detailed quality management
plans and a basis of design report that outlined all project parameters.
Disciplines included within this project include civil, geotechnical, traffic,
plumbing, and utility potholing/locating services, all of which required
coordination and incorporation to the basis of design report.
In addition to the sewer improvement plans, this project also includes the
rehabilitation and widening of pier G Avenue North as well as the
Reconstruction of Pier G avenue South. TAIT was tasked with preparation
of master traffic control plans and phasing concepts for the project in order
to ensure POLB trucking operations were not impacted during the course
of the project. Careful and detailed review of traffic sections and phasing
alternatives have been conducted so as to minimize impacts.
This project is currently completing preliminary design and analysis and will enter in to construction
drawing phase in July of 2018 upon POLB Management approval of the preliminary design concept and
recommendations.
Reference:
Daniel Shieh, PE
Deputy Chief Harbor Eng.
4801 Airport Plaza Drive,
Long Beach, CA 90815
(562) 283-7860
daniel.shieh@polb.com
Client:
Port of Long Beach
Construction Cost:
$3.1 M
Project Dates
Design:
2017-18: Prelim Design
2018: Construction Dwg
2019: Construction
Key Staff:
PIC: Jacob Vandervis
PM: David Sloan
QA/QC: Todd Schmieder
PE: Bart Mink
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 26
Overlay, Alley Reconstruction, and Cerritos Ave.
Widening Project
Stanton, CA
TAIT & Associates was selected by the City of Stanton to provide roadway and
drainage design services on three separate project areas.
1. Cerritos Avenue Widening & Drainage Improvement Project
2. Palais Alley Reconstruction Project
3. Bradford Community and Rutledge Avenue Rehabilitation Project
Cerritos avenue widening project required the widening of Cerritos avenue
from Rose Ave to Flower Street which included removal and reconstruction
of existing parkway improvements, relocation of power poles, fire hydrant,
water meter, and roadway signs, construction of new curb and gutter, curb
ramps, and alley approach, and the relocation and construction of a new
storm drain catch basin and lateral. The existing storm drain lateral was
discovered to be extremely shallow which required special design and
consideration for the relocated condition. TAIT checked the capacity and
flows of the existing inlets to ensure proposed conditions were not
constrained.
Newport Heights Alley and Sewer Replacement
Project
Newport Beach, CA
TAIT was selected by the City of Newport Beach to provide civil engineering
services on Newport Height Alley and Sewer Replacement Projects. The
project limits spanned across an entire neighborhood in the City’s coastal
community of Newport Heights and include a total of 3+ miles of alley
reconstructions as well as the review and repair of existing alley sewer and
lateral connections. In order to facilitate the City’s budget and timelines, the
design project was split in to three phases which required separate design
PS&E for each project. Phase 1 included all sewer main replacements while
Phases 2 and 3 included the alley removal and replacements in the
neighborhoods. The proposed design includes the preparation of design plan
and profile for each alley, prepare of design cross sections at 25’ intervals for
review of proposed cross falls, preparation of sewer main replacement and
lateral replacement plans, field review of all alley locations to field locate
existing utilities, conflicts, and join locations, identification of sewer laterals
that have been recently been replaced for protection, and the detailing of all
alley approaches for ADA compliance.
Reference:
Allan Rigg, City Engineer
7800 Katella Avenue,
Stanton, CA
(714) 890-4203
ARigg@ci.stanton.ca.us
Client:
City of Stanton
Construction Cost:
$1.3 M
Project Dates:
Design: Jan-May, 2017
Construction: Summer, 2017
Key Staff:
PIC: Jacob Vandervis
PM: David Sloan
QA/QC: Todd Schmieder
PE: Chris Engelbach
Reference:
Frank Tran, PE
100 Civic Center Drive,
Newport Beach, CA
(949) 644-3340
FTran@NewportBeachCa.gov
Client:
City of Newport Beach
Construction Cost:
$1.3 M (Sewer)
TBD $1.8 M (Alley)
Project Dates:
2016-2017
Key Staff:
PIC: Jacob Vandervis
PM: David Sloan
QA/QC: Todd Schmieder
PE: Chris Engelbach
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 27
Portola Parkway Resurfacing Project
Lake Forest, CA
TAIT was selected by the City of Lake Forest to provide civil engineering,
surveying, geotechnical engineering and federal funding assistance services
on the Portola Parkway Resurfacing Project from Alton Parkway to El Toro
Road. The project limits include a total of 2 miles of arterial roadway
rehabilitation on Portola Parkway which a 6 lane arterial roadway with bike
lanes extending through the City of Lake Forest. The project includes the
design of pavement rehabilitation strategies as well as the identification and
replacement of non-ADA compliant curb ramps, sidewalk, replacement of
damaged curb and gutter, and the identification and adjustment/protection
of utility facilities. The City has recently expanded the scope of the project to
include improvements within SR-241 Caltrans right-of-way.
This project also included the relocation of an existing median at Portola
Parkway and Bake Parkway in order to construct an additional left turn lane.
The scope of the reconstruction included design of plan and profiles and
design sections as well as the analysis of the existing and proposed traffic
signal system to ensure adequate capacity is available in the existing
conduits/system.
Reagan & Peterson Park Parking Lot
Rehabilitation Project
Diamond Bar, CA
TAIT was hired by the City of Diamond Bar to analyze, design and conduct
construction management and inspection services for the expansion of two
public park parking lots. The design services included topographic survey,
geotechnical investigation, water quality management design, Los Angeles
County Flood Control District storm drain permit processing, and the
preparation of detailed PS&E for the construction of the park improvements.
Design analysis included addition of handicapped parking stalls, design of
optimal cross and longitudinal grades and the installation of retaining curbs
to optimize the parking stall configuration.
Extensive coordination between the City’s public works and Park
Maintenance Division was required in order to ensure the design was both in
compliance with public works standards as well as the park division’s
ultimate master plan.
Reference:
Doug Erdman, PE
25550 Commercentre Drive,
Suite 100, Lake Forest, CA
(949) 282-5233
derdman@lakeforestca.gov
Client:
City of Lake Forest
Construction Cost:
$1.5 M
Project Dates:
Design: 2015-2016
Construction: 2016
Key Staff:
PIC: Jacob Vandervis
PM: David Sloan
QA/QC: Todd Schmieder
Reference:
John Beshay, Assoc. Engineer
21810 Copley Drive
Diamond Bar, CA
(909) 839-7043
JBeshay@DiamondBarCA.Gov
Client:
City of Diamond Bar
Construction Cost:
$575 K
Project Dates:
2014-2015
Key Staff:
PIC: Jacob Vandervis
QA/QC: Todd Schmieder
PM/CM: David Sloan
Inspector: Michael Delagarza
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 28
Drainage Improvement Project Phase 1 & 2
Diamond Bar, CA
TAIT was hired by the City of Diamond Bar to provide design engineering
and construction management services for Phase 1 & Phase 2 of the City’s
Drainage Improvement Project. This project included three separate areas:
Brea Canyon Road – Parkway Drain System & Perforated Drain
Hipass Drive – Sub drain System, Low Flow Storm Drain & X-gutters
Golden Springs – Sub drain System & Low Flow Storm Drain
This project included extensive coordination with the City and the design
team in order to recommend and implement final design scenarios for
each location. Appropriate water quality treatment systems were
implemented in all systems that have direct storm drain connection
(modular wetland system), and the sub drain system and crossing were
analyzed to avoid conflicts.
During the construction phase, TAIT managed the contractor in order to
review the field operations, respond to design related inquiries, updated
designs based on final field needs, and successfully completed the
construction project. The construction of this project was completed in
2018 within budget.
Citywide Comprehensive Drainage Analysis and
CIP Design Projections
Diamond Bar, CA
TAIT was hired by the City of Diamond Bar to analyze, design and
recommend pavement and drainage solutions for 11 locations throughout
the City which currently experience groundwater seepage problems. The
analysis included field investigations, geotechnical testing and reporting,
pavement design, and the preliminary design and cost estimating for
multiple design scenarios at each project location. The cost estimate
included estimation of the design consultant fees as well as the
construction costs for the ultimate design scenarios.
Extensive coordination was required on this contract with City, Utility,
LACFCD Staff, and private residences in order to understand the existing
conditions and to project the required design and permitting efforts for the
design and construction phase. Upon completion of the report, the City
will utilize TAIT’s recommendations for future CIP budget and project
planning efforts in order to justify the cost and importance of each location.
Reference:
Christian Malpica, Assoc.
Engineer
21810 Copley Drive
Diamond Bar, CA
(909) 839-7042
CMalpica@DiamondBarCA.Gov
Client:
City of Diamond Bar
Construction Cost:
Approx. $1.5 M
Project Dates:
2014-2015
Key Staff:
PIC: Jacob Vandervis
PM: David Sloan
Reference Contact:
John Beshay
21810 Copley Drive
Diamond Bar, CA
(909) 839-7043
JBeshay@DiamondBarCA.Gov
Client:
City of Diamond Bar
Construction Cost:
$400 K
Project Dates
Design: 2017-2018
Construction: 2018
Project Team:
PIC: Jacob Vandervis
PM/CM: David Sloan
IOR: Michael Delagarza
QA/QC: Todd Schmieder
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 29
FY 13/14 Major Street Rehabilitation Project
Pomona, CA
TAIT was hired by the City of Pomona to prepare PS&E for the City’s
FY13/14 Major Street Rehabilitation Project that included the rehabilitation
of eight arterial and collector segments of roadway throughout the City.
The project required analysis of the existing pavement conditions,
recommendation of alternate rehabilitation methods by use of recycled
pavement options, obtaining an SCRRA railroad encroachment permits,
upgrading of 4 roadway segments to add new bike lanes and the analysis
and replacement of all curb ramps along the project limits.
Cost analysis was a critical component of this contract due to the limited
budget and wide reaching impact of the project. Careful consideration and
coordination of traffic control and access conditions were also required due
to the wide impact of the project area. Finally, additional design analysis
and upgrades to traffic signal systems and bus pads were also conducted
as part of this project.
Library of the Canyons
Silverado, CA
In 2013 the County of Orange purchased an 11-acre Silverado Elementary
School campus with the intended purpose to convert it into a 3700 SF County
Public Library and provide a community facility to serve the residents of
Silverado and Modjeska Canyons. In addition, the project will also be
providing office space for OC Parks staff. Future plans for the campus
include its redevelopment as a small Orange County park site. TAIT’s current
task order assignment with OC Parks includes architectural and civil
engineering services for the preparation of construction documents for the
demolition of several existing campus structures and the conversion of the
former classrooms and office space into a County Library, offices for County
Parks staff, and community meeting rooms that cover 3500 square feet of
usable enclosed space. Building improvements include reconstruction of
existing restrooms for ADA code compliance, reconfiguration of existing
classrooms and office space, electrical and HVAC system upgrade, and
interior improvements for the public library and meeting rooms.
Reference:
Matt Durbin, Sr. Project
Manager
1143 E. Fruit St.
Santa Ana, CA
714-667-1626
Matthew.Durbin@ocpw.ocgov.
com
Client:
OC Public Library and OC Parks
Construction Cost:
$1.5 M
Project Dates:
2013-Present
Key Staff:
PIC: Jacob Vandervis
PM: Todd Schmieder
Reference:
Matt Pilarz, P.E.
505 South Garey Avenue
Pomona, CA
(909) 620-3652
Matt_Pilarz@ci.pomona.ca.us
Client:
City of Pomona
Construction Cost:
$6.5 M
Project Dates:
2014-April 2015
Key Staff:
PIC: Jacob Vandervis
QA/QC: Todd Schmieder
PM: David Sloan
TAIT & Associates, Inc.
On-Call Engineering Services
Page | 30
EXCEPTIONS
TAIT has thoroughly reviewed the RFP and its attached standard professional services agreement, and
we have no exceptions.
FEE PROPOSAL
We have included our standard fee schedule in a separate envelope, per the RFP’s request.
PROFESSIONAL SERVICES AGREEMENT
for
On-Call Professional Engineering Services
between
City of Seal Beach
211 - 8th Street
Seal Beach, CA 90740
&
EXP U.S. Services, Inc.
473 E. Carnegie Drive, Suite 200
San Bernardino, CA 92408
(949) 648-5200
This Professional Service Agreement (“the Agreement”) is made as of June 24, 2019
(the “Effective Date”), by and between EXP U.S. Services, Inc.(“Consultant”), a
California corporation and the City of Seal Beach (“City”), a California charter city,
(collectively, “the Parties”).
1 of 13
RECITALS
A. City desires certain on-call professional engineering services.
B. Pursuant to the authority provided by its City Charter and Seal Beach
Municipal Code § 3.20.025(C), City desires to engage Consultant to provide
Professional Engineering services in the manner set forth herein and more
fully described in Section 1.0.
C. Consultant represents that the principal members of its firm are
qualified professional Engineers and are fully qualified to perform the services
contemplated by this Agreement in a good and professional manner; and it
desires to perform such services as provided herein.
NOW THEREFORE, in consideration of the Parties' performance of the
promises, covenants, and conditions stated herein, the Parties hereto agree
as follows.
AGREEMENT
1.0 Scope of Services
1.1. Consultant shall provide those services (“Services”) set forth in the
attached Exhibit A, which is hereby incorporated by this reference. To the extent
that there is any conflict between Exhibit A and this Agreement, this Agreement
shall control.
1.2. Consultant shall perform all Services under this Agreement in
accordance with the standard of care generally exercised by like professionals
under similar circumstances and in a manner reasonably satisfactory to City.
1.3. In performing this Agreement, Consultant shall comply with all
applicable provisions of federal, state, and local law.
1.4. As a material inducement to City to enter into this Agreement,
Consultant hereby represents that it has the experience necessary to undertake
the Services to be provided. In light of such status and experience, Consultant
hereby covenants that it shall follow the customary professional standards in
performing all Services. The City relies upon the skill of Consultant, and
Consultant’s staff, if any, to do and perform the Services in a skillful, competent,
and professional manner, and Consultant and Consultant’s staff, shall perform
the Services in such manner. Consultant shall, at all times, meet or exceed any
and all applicable professional standards of care. The acceptance of
Consultant’s work by the City shall not operate as a release of Consultant from
such standard of care and workmanship.
2 of 13
1.5. Consultant will not be compensated for any work performed not
specified in the Scope of Services unless the City authorizes such work in
advance and in writing. The City Manager may authorize extra work to fund
unforeseen conditions up to the amount approved at the time of award by the
City Council. Payment for additional work in excess of this amount requires prior
City Council authorization.
2.0 Term
2.1. The term of this Agreement shall commence as of the Effective
Date and shall continue for a term of three (3) years (“Original Term”) and shall
expire at midnight on June 24, 2022, unless sooner terminated or extended as
provided by this Agreement.
2.2. The City, at its sole option, may elect to extend the Original Term of
this Agreement, upon the same terms and conditions, for up to two (2) additional
terms of one year each (“extension”), by providing written notice to Contractor at
least one month prior to the expiration of an existing term. If timely elected by the
City, the first extension shall have a term extending from June 24, 2022 through
and including June 24, 2023, unless sooner terminated or extended pursuant to
this Agreement. If timely elected by the City, the second extension shall be from
June 24, 2023 through and including June 24, 2024, unless sooner terminated
pursuant to this Agreement. Any extension shall not be effective except upon
execution of a written amendment to this Agreement signed by the City Manager
and Contractor’s authorized representatives.
3.0 Consultant’s Compensation
3.1. City will pay Consultant in accordance with the hourly rates shown
on the fee schedule set forth in Exhibit A for Services but in no event will the City
pay more than the total not-to-exceed amount of $300,000 for the Original Term.
3.2. In the event that City elects to extend the Original Term in
accordance with Section 2.2 of this Agreement, City will pay Consultant in
accordance with the hourly rates shown on the fee schedule set forth in Exhibit A
for Services but in no event will the City pay more than the total not-to-exceed
amount of $100,000 for each extension.
3.3. Consultant will not be compensated for any work performed not
specified in the Scope of Services unless the City authorizes such work in
advance and in writing. The City Manager may authorize extra work to fund
unforeseen conditions up to the amount approved at the time of award by the
City Council. Payment for additional work in excess of this amount requires prior
City Council authorization. Any additional work authorized by the City Council
pursuant to this Section will be compensated in accordance with the fee
schedule set forth in Exhibit A.
3 of 13
4.0 Method of Payment
4.1. Consultant shall submit to City monthly invoices for all Services
rendered pursuant to this Agreement. Such invoices shall be submitted within 15
days of the end of the month during which the Services were rendered and shall
describe in detail the Services rendered during the period, the days worked,
number of hours worked, the hourly rates charged, and the Services performed
for each day in the period. City will pay Consultant within 30 days of receiving
Consultant’s invoice. City will not withhold any applicable federal or state payroll
and other required taxes, or other authorized deductions from payments made to
Consultant.
4.2. Upon 24-hour notice from City, Consultant shall allow City or City’s
agents or representatives to inspect at Consultant’s offices during reasonable
business hours all records, invoices, time cards, cost control sheets and other
records maintained by Consultant in connection with this Agreement. City’s rights
under this Section 4.2 shall survive for two years following the termination of this
Agreement.
5.0 Termination
5.1. This Agreement may be terminated by City, without cause, or by
Consultant based on reasonable cause, upon giving the other party written notice
thereof not less than 30 days prior to the date of termination.
5.2. This Agreement may be terminated by City upon 10 days’ notice to
Consultant if Consultant fails to provide satisfactory evidence of renewal or
replacement of comprehensive general liability insurance as required by this
Agreement at least 20 days before the expiration date of the previous policy.
6.0 Party Representatives
6.1. The City Manager is the City’s representative for purposes of this
Agreement.
6.2. Anh Case is the Consultant's primary representative for purposes of
this Agreement. Anh Case shall be responsible during the term of this
Agreement for directing all activities of Consultant and devoting sufficient time
to personally supervise the Services hereunder. Consultant may not change its
representative without the prior written approval of City, which approval shall
not be unreasonably withheld.
7.0 Notices
7.1. All notices permitted or required under this Agreement shall be
deemed made when personally delivered or when mailed 48 hours after deposit
4 of 13
in the United States Mail, first class postage prepaid and addressed to the party
at the following addresses:
To City: City of Seal Beach
211-8th Street
Seal Beach, California 90740
Attn: City Manager
To Consultant: EXP U.S. Services, Inc.
473 E. Carnegie Drive, Suite 200
San Bernardino, CA 92408
Attn: Khalil Saba
7.2. Actual notice shall be deemed adequate notice on the date actual
notice occurred, regardless of the method of service.
8.0 Independent Contractor
8.1. Consultant is an independent contractor and not an employee of
the City. All work or other Services provided pursuant to this Agreement shall be
performed by Consultant or by Consultant’s employees or other personnel under
Consultant’s supervision, and Consultant and all of Consultant’s personnel shall
possess the qualifications, permits, and licenses required by State and local law
to perform such Services, including, without limitation, a City of Seal Beach
business license as required by the Seal Beach Municipal Code. Consultant will
determine the means, methods, and details by which Consultant’s personnel will
perform the Services. Consultant shall be solely responsible for the satisfactory
work performance of all personnel engaged in performing the Services and
compliance with the customary professional standards.
8.2. All of Consultant’s employees and other personnel performing any
of the Services under this Agreement on behalf of Consultant shall also not be
employees of City and shall at all times be under Consultant's exclusive direction
and control. Consultant and Consultant’s personnel shall not supervise any of
City’s employees; and City’s employees shall not supervise Consultant’s
personnel. Consultant’s personnel shall not wear or display any City uniform,
badge, identification number, or other information identifying such individual as
an employee of City; and Consultant’s personnel shall not use any City e-mail
address or City telephone number in the performance of any of the Services
under this Agreement. Consultant shall acquire and maintain at its sole cost and
expense such vehicles, equipment and supplies as Consultant’s personnel
require to perform any of the Services required by this Agreement. Consultant
shall perform all Services off of City premises at locations of Consultant’s choice,
except as otherwise may from time to time be necessary in order for Consultant’s
personnel to receive projects from City, review plans on file at City, pick up or
deliver any work product related to Consultant’s performance of any Services
5 of 13
under this Agreement, or as may be necessary to inspect or visit City locations
and/or private property to perform such Services. City may make a computer
available to Consultant from time to time for Consultant’s personnel to obtain
information about or to check on the status of projects pertaining to the Services
under this Agreement.
8.3. Consultant shall be responsible for and pay all wages, salaries,
benefits and other amounts due to Consultant’s personnel in connection with
their performance of any Services under this Agreement and as required by law.
Consultant shall be responsible for all reports and obligations respecting such
additional personnel, including, but not limited to: Social Security taxes, other
retirement or pension benefits, income tax withholding, unemployment insurance,
disability insurance, and workers' compensation insurance. Notwithstanding any
other agency, State, or federal policy, rule, regulation, statute or ordinance to the
contrary, Consultant and any of its officers, employees, agents, and
subcontractors providing any of the Services under this Agreement shall not
become entitled to, and hereby waive any claims to, any wages, salaries,
compensation, benefit or any incident of employment by City, including but not
limited to, eligibility to enroll in, or reinstate to membership in, the California
Public Employees Retirement System (“PERS”) as an employee of City, and
entitlement to any contribution to be paid by City for employer contributions or
employee contributions for PERS benefits.
8.4. Consultant shall indemnify and hold harmless City and its elected
officials, officers, employees, servants, designated volunteers, and agents
serving as independent contractors in the role of City officials, from any and all
liability, damages, claims, costs and expenses of any nature to the extent arising
from Consultant’s personnel practices. City shall have the right to offset against
the amount of any fees due to Consultant under this Agreement any amount due
to City from Consultant as a result of Consultant’s failure to promptly pay to City
any reimbursement or indemnification arising under this Section. This duty of
indemnification is in addition to Consultant’s duty to defend, indemnify and hold
harmless as set forth in Sections 9.0 and 16.0 of this Agreement.
9.0 PERS Compliance and Indemnification
9.1. General Requirements. The parties acknowledge that City is a local
agency member of PERS, and as such has certain pension contributions to
PERS on behalf of qualifying employees. In providing its employees and any
other personnel to perform any work or other Services under this Agreement,
Consultant shall assure compliance with the Public Employees’ Retirement Law,
commencing at Government Code § 20000, the regulations of PERS, and the
Public Employees’ Pension Reform Act of 2013, as amended. Without limitation
to the foregoing, Consultant shall assure compliance with regard to personnel
who have active or inactive membership in PERS and to those who are retired
6 of 13
annuitants and shall not assign or utilize any personnel in a manner that will
cause City to be in violation of the applicable retirement laws and regulations.
9.2. Indemnification. In the event that Consultant or any of its officers,
employees, agents, or subcontractors providing any of the Services under this
Agreement, is determined by a final enforceable decision of a court of competent
jurisdiction or by PERS to be a common law employee of City, to be eligible for
enrollment in PERS as an employee of City, or to be reinstated from PERS
retirement as an employee of City, Consultant shall defend (with legal counsel
approved by City, whose approval shall not be unreasonably withheld), indemnify
and hold harmless City for the payment of any employee and/or employer
contributions for PERS benefits on behalf of Consultant or its officers,
employees, agents or subcontractors, as well as for the payment of penalties and
interest on such contributions, and any other any fees, fines, reimbursements,
losses, or other monetary damages of any kind whatsoever that is claimed,
asserted, or alleged, which would otherwise be the responsibility of City. This
duty of indemnification is in addition to Consultant’s duty to defend, indemnify
and hold harmless as set forth in Sections 8.0 and 16.0 of this Agreement.
10.0 Confidentiality
Consultant covenants that all data, documents, discussion, or other information
developed or received by Consultant or provided for performance of this
Agreement are deemed confidential and shall not be disclosed by Consultant
without prior written authorization by City. City shall grant such authorization if
applicable law requires disclosure. All City data shall be returned to City upon
the termination of this Agreement. Consultant’s covenant under this Section
shall survive the termination of this Agreement.
11.0 Subcontractors
No portion of this Agreement shall be subcontracted without the prior written
approval of the City. Consultant is fully responsible to City for the performance
of any and all subcontractors.
12.0 Assignment
Consultant shall not assign or transfer any interest in this Agreement whether by
assignment or novation, without the prior written consent of City. Any purported
assignment without such consent shall be void and without effect.
13.0 Inspection and Audit of Records
Consultant shall maintain complete and accurate records with respect to all
Services and other matters covered under this Agreement, including but
expressly not limited to, all Services performed, salaries, wages, invoices, time
cards, cost control sheets, costs, expenses, receipts and other records with
7 of 13
respect to this Agreement. Consultant shall maintain adequate records on the
Services provided in sufficient detail to permit an evaluation of all Services in
connection therewith. All such records shall be clearly identified and readily
accessible. At all times during regular business hours, Consultant shall provide
City with free access to such records, and the right to examine and audit the
same and to make copies and transcripts as City deems necessary, and shall
allow inspection of all program data, information, documents, proceedings and
activities and all other matters related to the performance of the Services under
this Agreement. Consultant shall retain all financial and program service
records and all other records related to the Services and performance of this
Agreement for at least three (3) years after expiration, termination or final
payment under this Agreement, whichever occurs later. City’s rights under this
Section 12.0 shall survive for three (3) years after expiration, termination or
final payment under this Agreement, whichever occurs later.
14.0 Safety Requirements
All work performed under this Agreement shall be performed in such a manner
as to provide safety to the public and to meet or exceed the safety standards
outlined by CAL OSHA. The City may issue restraint or cease and desist orders
to Consultant when unsafe or harmful acts are observed or reported relative to
the performance of the Services. Consultant shall maintain the work sites free of
hazards to persons and property resulting from its operations. Consultant shall
immediately report to the City any hazardous condition noted by Contractor.
15.0 Insurance
15.1. Consultant shall not commence work under this Agreement until it
has provided evidence satisfactory to the City that Consultant has secured all
insurance required under this Section. Consultant shall furnish City with original
certificates of insurance and endorsements effecting coverage required by this
Agreement on forms satisfactory to the City. The certificates and endorsements
for each insurance policy shall be signed by a person authorized by that insurer
to bind coverage on its behalf, and shall be on forms provided by the City if
requested. All certificates and endorsements shall be received and approved by
the City before work commences. The City reserves the right to require complete,
certified copies of all required insurance policies, at any time.
15.2. Consultant shall, at its expense, procure and maintain for the
duration of the Agreement, insurance against claims for injuries to persons or
damages to property that may arise from or in connection with the performance
of this Agreement. Insurance is to be placed with insurers with a current A.M.
Best's rating no less than A:VIII, licensed to do business in California, and
satisfactory to the City. Coverage shall be at least as broad as the latest
version of the following: (1) General Liability: Insurance Services Office
Commercial General Liability coverage (occurrence form CG 0001); (2)
Automobile Liability: Insurance Services Office Business Auto Coverage form
8 of 13
number CA 0001, code 1 (any auto); and, if required by the City, (3)
Professional Liability. Consultant shall maintain limits no less than: (1) General
Liability: $2,000,000 per occurrence for bodily injury, personal injury and
property damage and if Commercial General Liability Insurance or other form
with a general aggregate limit is used, either the general aggregate limit shall
apply separately to this Agreement/location or the general aggregate limit shall
be twice the required occurrence limit; (2) Automobile Liability: $1,000,000 per
accident for bodily injury and property damage; and (3) Professional Liability:
$1,000,000 per claim/aggregate.
15.3. The insurance policies shall contain the following provisions, or
Consultant shall provide endorsements on forms supplied or approved by the
City to state: (1) coverage shall not be suspended, voided, reduced or canceled
except after 30 days prior written notice by certified mail, return receipt
requested, has been given to the City; (2) any failure to comply with reporting or
other provisions of the policies, including breaches of warranties, shall not
affect coverage provided to the City, its directors, officials, officers, (3) coverage
shall be primary insurance as respects the City, its directors, officials, officers,
employees, agents and volunteers, or if excess, shall stand in an unbroken chain
of coverage excess of the Consultant's scheduled underlying coverage and that
any insurance or self-insurance maintained by the City, its directors, officials,
officers, employees, agents and volunteers shall be excess of the Consultant's
insurance and shall not be called upon to contribute with it; (4) for general liability
insurance, that the City, its directors, officials, officers, employees, agents and
volunteers shall be covered as additional insureds with respect to the services or
operations performed by or on behalf of the Consultant, including materials, parts
or equipment furnished in connection with such work; and (5) for automobile
liability, that the City, its directors, officials, officers, employees, agents and
volunteers shall be covered as additional insureds with respect to the ownership,
operation, maintenance, use, loading or unloading of any auto owned, leased,
hired or borrowed by the Consultant or for which the Consultant is responsible.
15.4. All insurance required by this Section shall contain standard
separation of insureds provisions and shall not contain any special limitations on
the scope of protection afforded to the City, its directors, officials, officers,
employees, agents, and volunteers.
15.5. Any deductibles or self-insured retentions shall be declared to and
approved by the City. Consultant guarantees that, at the option of the City, either:
(1) the insurer shall reduce or eliminate such deductibles or self-insured
retentions as respects the City, its directors, officials, officers, employees,
agents, and volunteers; or (2) the Consultant shall procure a bond guaranteeing
payment of losses and related investigation costs, claims and administrative and
defense expenses.
9 of 13
16.0 Indemnification, Hold Harmless, and Duty to Defend
16.1. Indemnity for Design Professional Services. To the fullest extent
permitted by law, Consultant shall, at its sole cost and expense, indemnify and
hold harmless the City, its elected officials, officers, attorneys, agents,
employees, designated volunteers, successors, assigns and those City agents
serving as independent contractors in the role of City officials (collectively
“Indemnitees” in this Section 16.0), from and against any and all damages, costs,
expenses, liabilities, claims, demands, causes of action, proceedings, judgments,
penalties, liens, and losses of any nature whatsoever, including fees of
accountants and other professionals, and all costs associated therewith, and
reimbursement of attorneys’ fees and costs of defense (collectively “Claims”),
whether actual, alleged or threatened, which arise out of, pertain to, or relate to,
in whole or in part, the negligence, recklessness or willful misconduct of
Consultant , and/or its officers, agents, servants, employees, subcontractors,
contractors or their officers, agents, servants or employees (or any entity or
individual that Consultant shall bear the legal liability thereof) in the performance
of design professional services under this Agreement by a “design professional,”
as the term is defined under California Civil Code § 2782.8(c). Notwithstanding
the foregoing and as required by Civil Code § 2782.8(a), in no event shall the
cost to defend the Indemnitees that is charged to Consultant exceed Consultant’s
proportionate percentage of fault.
16.2. Other Indemnitees. Other than in the performance of design
professional services, and to the fullest extent permitted by law, Consultant shall,
at its sole cost and expense, protect, defend, hold harmless and indemnify the
Indemnitees from and against any and all damages, costs, expenses, liabilities,
claims, demands, causes of action, proceedings, judgments, penalties, liens and
losses of any nature whatsoever, including fees of accountants, attorneys and
other professionals, and all costs associated therewith, and the payment of all
consequential damages (collectively “Damages”), in law or equity, whether
actual, alleged or threatened, which arise out of, pertain to, or relate to the acts
or omissions of Consultant, its officers, agents, servants, employees,
subcontractors, materialmen, suppliers, or contractors, or their officers, agents,
servants or employees (or any entity or individual that Consultant shall bear the
legal liability thereof) in the performance of this Agreement, including the
Indemnitees’ active or passive negligence, except for Damages arising from the
sole negligence or willful misconduct of the Indemnitees, as determined by final
arbitration or court decision or by the agreement of the Parties. Consultant shall
defend the Indemnitees in any action or actions filed in connection with any
Damages with counsel of the Indemnitees’ choice, and shall pay all costs and
expenses, including all attorneys’ fees and experts’ costs actually incurred in
connection with such defense. Consultant shall reimburse the Indemnitees for
any and all legal expenses and costs incurred by the Indemnitees in connection
therewith.
10 of 13
16.3. Subcontractor Indemnification. Consultant shall obtain executed
indemnity agreements with provisions identical to those in this Section 16.0 from
each and every subcontractor or any other person or entity involved by, for, with
or on behalf of Consultant in the performance of this Agreement. If Consultant
fails to obtain such indemnities, Consultant shall be fully responsible and
indemnify, hold harmless and defend the Indemnitees from and against any and
all Claims in law or equity, whether actual, alleged or threatened, which arise out
of, are claimed to arise out of, pertain to, or relate to the acts or omissions of
Consultant’s subcontractor, its officers, agents, servants, employees,
subcontractors, materialmen, contractors or their officers, agents, servants or
employees (or any entity or individual that Consultant’s subcontractor shall bear
the legal liability thereof) in the performance of this Agreement, including the
Indemnitees’ active or passive negligence, except for Claims or Damages arising
from the sole negligence or willful misconduct of the Indemnitees, as determined
by final arbitration or court decision or by the agreement of the Parties.
16.4. The obligations of Consultant under this or any other provision of
this Agreement shall not be limited by the provisions of any workers’
compensation act or similar act. Consultant expressly waives any statutory
immunity under such statutes or laws as to the Indemnitees. Consultant’s
indemnity obligation set forth in this Section 16.0 shall not be limited by the limits
of any policies of insurance required or provided by Consultant pursuant to this
Agreement.
16.5. Consultant’s covenants under this Section 16.0 shall survive the
expiration or termination of this Agreement.
17.0 Equal Opportunity
Consultant affirmatively represents that it is an equal opportunity employer.
Consultant shall not discriminate against any subcontractor, employee, or
applicant for employment because of race, religion, color, national origin,
handicap, ancestry, sex, sexual orientation, or age. Such non-discrimination
includes, but is not limited to, all activities related to initial employment,
upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, or
termination.
18.0 Labor Certification
By its signature hereunder, Consultant certifies that it is aware of the provisions
of Section 3700 of the California Labor Code that require every employer to be
insured against liability for Workers’ Compensation or to undertake self-insurance
in accordance with the provisions of that Code, and agrees to comply with such
provisions before commencing the performance of the Services.
11 of 13
19.0 Prevailing Wage and Payroll Records
If this Agreement calls for services that, in whole or in part, constitute “public
works” as defined in the California Labor Code, then Consultant shall comply in
all respects with all applicable provisions of the California Labor Code,
including those set forth in Exhibit B, attached hereto and incorporated by
reference herein.
20.0 Entire Agreement
This Agreement contains the entire agreement of the parties with respect to the
subject matter hereof, and supersedes all prior negotiations, understandings, or
agreements. This Agreement may only be modified by a writing signed by both
parties.
21.0 Severability
The invalidity in whole or in part of any provisions of this Agreement shall not
void or affect the validity of the other provisions of this Agreement.
22.0 Governing Law
This Agreement shall be governed by and construed in accordance with the laws
of the State of California.
23.0 No Third Party Rights
No third party shall be deemed to have any rights hereunder against either party
as a result of this Agreement.
24.0 Waiver
No waiver of any default shall constitute a waiver of any other default or breach,
whether of the same or other covenant or condition. No waiver, benefit, privilege,
or service voluntarily given or performed by a party shall give the other party any
contractual rights by custom, estoppel, or otherwise.
25.0 Prohibited Interests; Conflict of Interest
25.1. Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the Services, or
which would conflict in any manner with the performance of the Services.
Consultant further covenants that, in performance of this Agreement, no person
having any such interest shall be employed by it. Furthermore, Consultant shall
avoid the appearance of having any interest, which would conflict in any manner
with the performance of the Services. Consultant shall not accept any
12 of 13
employment or representation during the term of this Agreement which is or may
likely make Consultant "financially interested" (as provided in California
Government Code §§ 1090 and 87100) in any decision made by City on any
matter in connection with which Consultant has been retained.
25.2. Consultant further warrants and maintains that it has not employed
or retained any person or entity, other than a bona fide employee working
exclusively for Consultant, to solicit or obtain this Agreement. Nor has Consultant
paid or agreed to pay any person or entity, other than a bona fide employee
working exclusively for Consultant, any fee, commission, gift, percentage, or any
other consideration contingent upon the execution of this Agreement. Upon any
breach or violation of this warranty, City shall have the right, at its sole and
absolute discretion, to terminate this Agreement without further liability, or to
deduct from any sums payable to Consultant hereunder the full amount or value
of any such fee, commission, percentage or gift.
25.3. Consultant warrants and maintains that it has no knowledge that
any officer or employee of City has any interest, whether contractual, non-
contractual, financial, proprietary, or otherwise, in this transaction or in the
business of Consultant, and that if any such interest comes to the knowledge of
Consultant at any time during the term of this Agreement, Consultant shall
immediately make a complete, written disclosure of such interest to City, even if
such interest would not be deemed a prohibited "conflict of interest" under
applicable laws as described in this subsection
26.0 Attorneys' Fees
If either party commences an action against the other party, either legal,
administrative or otherwise, arising out of or in connection with this Agreement,
the prevailing party in such litigation shall be entitled to have and recover from
the losing party all of its attorneys’ fees and other costs incurred in connection
therewith.
27.0 Exhibits
All exhibits referenced in this Agreement are hereby incorporated into the
Agreement as if set forth in full herein. In the event of any material discrepancy
between the terms of any exhibit so incorporated and the terms of this
Agreement, the terms of this Agreement shall control.
28.0 Corporate Authority
The person executing this Agreement on behalf of Consultant warrants that he or
she is duly authorized to execute this Agreement on behalf of said Party and that
by his or her execution, the Consultant is formally bound to the provisions of this
Agreement.
13 of 13
IN WITNESS WHEREOF, the Parties hereto, through their respective authorized
representatives have executed this Agreement as of the date and year first
above written.
CITY OF SEAL BEACH
By: _________________________
Jill R. Ingram, City Manager
Attest:
By: _________________________
Gloria D. Harper, City Clerk
Approved as to Form:
By: _________________________
Craig A. Steele, City Attorney
CONSULTANT: EXP U.S. Services,
Inc., a California corporation
By: __________________________
Name:
Its:
By: __________________________
Name:
Its:
(Please note, two signatures required
for corporations pursuant to California
Corporations Code Section 313.)
Khalil Saba
Anh Case
VP, Transportation Sector Leader,
Southern California
VP, Director of Construction
Management, Southern California
EXHIBIT A
Consultant’s Proposal
April 12, 2019
Contracting Officer
Name
Address
City, State Zip
re:
Company Name
Solicitation Number: ##-##-##-##-#-####
proposal number:
######-##
Dear Mr. (or Ms. ) last name,
April 12, 2019
Contracting Officer
Name
Address
City, State Zip
re:
Company Name
Solicitation Number: ##-##-##-##-#-####
proposal number:
######-##
Dear Mr. (or Ms. ) last name,
Submitted by
473 E. Carnegie Drive, Suite 200
San Bernardino, California 92408
t: 909.228.2821 | exp • com
On-Call Professional
Engineering Services
The City of Seal Beach
Request for Proposal
April 26, 2019
TECHNICAL PROPOSAL
2.0 TABLE OF CONTENTS
1.0 Cover Letter
3.0 Local Staffing List + Resumes 1 - 17
• Organization Chart
• Resumes
4.0 Company Qualifications 18 - 27
• Firm Qualifications Summary
• Firm Background + Experience
5.0 References 26 - 30
6.0 Exceptions
• There are no exceptions
7.0 Sealed Fee Proposal
• Provided under seperate cover
473 E. Carnegie Drive, Suite 200
San Bernardino, California 92408
t: 909.228.2821 | exp • com
April 26, 2019
Iris Lee
Deputy Director of Public Works / City Engineer
Department of Public Works
211 Eighth Street
Seal Beach, CA 90740
re: City of Seal Beach
Request for Proposals for On-Call Professional Engineering Services
Dear Ms. Lee,
EXP U.S. Services Inc. (EXP) is pleased to submit our Proposal for the City of Seal Beach On-Call Professional Services. We have assembled a
strong and locally experienced team of professionals that has the required leadership, experience, and expertise to successfully support the
On-Call Program. Our Team’s local portfolio of transportation experience is directly relevant to the City of Seal Beach’s requested services and is
described throughout our proposal.
With a mission to understand, innovate, partner and deliver, EXP provides engineering, architecture, design and consulting services to the world’s
built and natural environments. Our heritage dates back to 1906, when the earliest of EXP’s predecessor companies started its engineering
infrastructure practice. Today, over 3,000 creative EXP professionals across North America provide the passion and experience needed to deliver
successful projects around the world. EXP is a private corporation with over 90 offices in North America, including 25 offices across the United
States. We have offices in Glendale, San Bernardino, San Diego and San Francisco, California.
As a multidisciplinary practice, EXP has been infrastructure focused since our founding. Since that time, we have worked with numerous local
agencies and municipalities to provide multidisciplinary services for public works task orders in urban environments. Ranked #32 in the Top
500 Design Firms by ENR in 2018, EXP is consistently recognized by our clients for the quality of our services. We are client focused with the
capabilities and depth of resources of a large multidisciplinary practice.
Team experience | As a multi-disciplinary firm, EXP has a vast depth of in-house technical expertise that includes planning, bridge, civil, and traffic
engineering and construction management. We fully understand that as your consultant, we have the obligation to identify the right solutions
that will address all the different challenges of your transportation projects, and that is what separates us from the competition. Project Manager
Anh Case, PE, CCM has 20 years of experience including project management, civil and structural engineering knowledge to lead our team and
drive each task order to a successful completion.
Team Member Firms | The EXP team has led numerous multidisciplinary on-call contracts as a Prime Consultant. We know that it takes a team
effort with the combined strength of regional firms. To meet the diverse needs across the contract, EXP has included the following firms on our
roster:
• Engeo | Geotechnical
• Coast Surveying | Survey and Mapping
• David Evans and Associates | Land Development
• Carlson Strategic Land Solutions | Permitting/Environmental
• Westbound Communications | Community Outreach
• Environmental Science Associates | Coastal Commission Liason
• Fountainhead | Construction Management
• CivilPros | Grant Writing
Our team of personnel across EXP, presented in our proposal and our 9 hand-selected subconsultants have successfully delivered numerous
similar projects task orders to several local agencies in Southern California. Related example projects/task orders our team has worked on include:
•SR-1 Traffic Signal Upgrades, Newport Beach, Huntington Beach, Seal Beach, CA and SR-1-Pavement Rehabilitation, Huntington Beach to
County Line CA
•Interstate 215 Bi-County Landscape Project, San Bernardino County Transportation Authority, Contract No. 19-1002005, San Bernardino, CA
•Franklin Avenue Improvement, City of Franklin Park, Franklin Park, IL
Experience Leading and Managing Task Order Contracts | EXP has successfully provided engineering and architectural services under task order,
on-call and Indefinite Design/Indefinite Quantity (IDIQ) contracts for both public and private sector clients for many years. We have both the
capability and experience to perform nearly any engineering-related service required by the City of Seal Beach. This ability to serve any need,
together with our highly experienced staff and excellent delivery record, are the reasons why EXP has been awarded and re-selected for a
number of similar task order type of contracts. We are proud of our ability to take on contracts that span such a wide variety of services and
project types, and have made these contract types a core practice of EXP.
Committing our Experience and Expertise | This on-call contract is critical to supporting the on-going transportation and infrastructure needs for
residents, businesses, and visitors. An innovative partner with extensive experience in the planning, design, and construction is key to successfully
executing and delivering projects. EXP is that partner!
EXP’s team is fully committed to providing the services outlined in the RFP. We are enthusiastic about being selected as your consultant. If you
have any further questions regarding our proposal, please contact Anh Case, PE, Project Manager, at 714.423.8171, or by email at Anh.Case@exp.
com.
Sincerely,
Khalil Saba, PE
Principal-In-Charge
EXP
473 E. Carnegie Drive, Suite 200
San Bernardino, California 92408
t: 909.228.2821 | exp • com
EXP
Company: The City of Seal Beach
Re: Request for Proposals for On-Call Professional Engineering Services
Date: April 26, 2019
LEGEND AVAILABILITY (%)*Denotes key team members, which resumes have been provided within the proposal. Due to page restrictions, all other resumes can be provided upon request. CITY OF SEAL BEACHIris Lee, Deputy Public Works Director | City EngineerPublic Works DepartmentPROJECT MANAGER*Anh Case, PE, CCM | EXP | 90%ON-CALL PROFESSIONAL ENGINEERING SERVICESorganization chartCIVIL | STREET *Gabriel Rodriguez, PE | EXP | 60%Derek Benedict, PE | EXP | 90%Sampath Goolla, PE | EXP | 80%*Marie Martson, PE, QSD | CW | 50%Tamara Allee, PE, QSD | CW | 70%Francois Zugmeyer, PE | CW | 60%Ricky Chan, PE, TE, TPOE | CW | 60%QA / QC ENGINEER*Richard Huang, PE | EXP | 80%PRINCIPAL-IN-CHARGE*Khalil Saba, PE | EXP | 50%LEGEND TRAFFIC | TRANSPORTATION*Ben Hashemloo, P.Eng., TPOE | EXP | 90%COST ESTIMATING + VALUE ENGINEERING*Gabriel Rodriguez, PE | EXP | 60%GEOTECHNICAL*Jeffrey Braun, PE, PMP | ENG | 75%Josef Tootle, GE | ENG | 10%Matthew Swanson, PE, QSD | ENG | 50%Craig Wright, CEG | ENG | 40%Oliver Chang, PE | ENG | 50%Jimmy Lagasca | ENG | 75%SURVEY + MAPPING*Nick Coates, PLS | CS | 20%Ruel del Castillo, PLS | CS | 10%DRAINAGE | STORM DRAIN*Portia Gonzalez, PE, QSD | EXP | 90%Santosh Bhalekar, PE | EXP | 60%STORM WATER QUALITY*Portia Gonzalez, PE | EXP | 90%Sandra Homola, PE, CFM, LEED AP | EXP | 60%Brian Olson, PE, CFM, CPESC | EXP | 60%COMMUNITY OUTREACH*Robert Chavez | WB | 20%Scott Smith | WB | 30%GRANT WRITING*Bob Morin, PE, TE | CP | 10%BID SUPPORT | PROGRAM MANAGEMENT*Richard Huang, PE | EXP | 80%Karen Matthews | EXP | 90%COASTAL COMMISSION LIAISON*May Lau | ESA | 50%Ryan Todaro | ESA | 60%CONSTRUCTION MANAGEMENT*Anh Case, PE, CCM | EXP | 90%*Ivan Benavidez, PE, QSP, QSD | FH | 50%Victor Valdivinos, PE, QSD | FH | 75%Javid Sharifi, PE, QSD | FH | 100%Jessica Byrd, EIT | FH | 100%Call Professional Engineering ServicesCity of Seal Beach | Request for ProposalEXP EXP Services, Inc.CW CivilWorksENG EngeoCS Coast SurveyingDEA David Evans and AssociatesCSLS Carlson Strategic Land SolutionsWB Westbound Communications CP CivilProsESA Environmental Science AssociatesFH FountainheadPUBLIC | PRIVATE DEVELOPMENT*Mark Oskorus, PE, QSP | DEA | 50%David Stuetzel, PE | DEA | 50%Ariam Veira, EIT | DEA | 60%Helen Wilson, PE | DEA | 50%UTILITY COORDINATION*Christian Avila, PE | EXP | 50%ENVIRONMENTAL | PERMITTING*Peter Carlson | CSLS | 60%Crysta Dickson | CSLS | 85%Lennie Rae Cooke | CSLS | 60%LOCAL STAFFING LIST | SECTION 3 | PAGE: 1
Project Experience
I-405 Improvements Project, Orange County, CA, Orange County Transportation
Authority
Orange County Transportation Authority (OCTA) in cooperation with Caltran is widening
the I-405 between SR-73 and I-605. The project will improve 16 miles of I-405 between the
SR-73 freeway in Costa Mesa and I-605 near the L.A. County line. The project includes adding
one general purpose lane in each direction between Euclid Street and I-605 and making
improvements to freeway entrances, exits and bridges. In addition, the project will add the
405 Express Lanes, incorporating the existing carpool lanes and a new lane in each direction
between SR-73 and I-605. The project is within 4 City agencies including Seal Beach, Huntington
Beach, Westminster and Costa Mesa and includes improvements to 32 utilities and 22
bridges along the corridor. Improvements to the 22 bridges include widenings, rehabilitation,
replacements and stage construction. Role | Segment 3 Structures Lead | Start/End Dates: May
2017 – January 2019
Responsibilities: Anh was responsible for the oversight of the Caltrans Quality Verification
Structures Team in Segment 3. She also manages inspection staff, reviews a variety of submittals
such as shoring, falsework, excavation plans, bridge demo plans and concrete mix designs. Anh
also review the Quality Management Plans and various construction work plans.
Safety Improvements Program, J-126, Fountain Valley, CA, Orange County
Sanitation District (OCSD)
Anh served as project manager for the $10 million Safety Improvement Program for the
Orange County Sanitation District (OCSD). The project involves the design and construction
of over 1600 safety improvements for OCSD’s two plants and 15 off-site pump stations. Anh
was responsible for advertising and procuring for the designer for the safety program, as well
as supporting project procurement of construction and construction management contracts.
Role: Project Manager | Start/End Dates: January 2016 – January 2019
Responsibilities: Anh developed the Scope of Work for the Request for Proposal for the
procurement of the design team. She managed the design team to adhere to OCSD’s
Guidelines for Professional Design Services Agreement. She also coordinated with the OCSD’s
Operations and Maintenance (O&M) Division and the Risk Management Division to ensure
that safety improvements will comply with OSHA regulations and will be effective for O&M
personnel.
Anh Case, PE, CCM
Vice President, Director of Construction Management | EXP
Proposed Project Role: Project Manager | Construction Manager
Professional Registrations
• Professional Engineer, Civil, 64709,
CA
• CMAA CCM #5798, 2018
Education + Training
• MS, Civil Engineering, University of
California, Irvine, 2003
• BS, Civil Engineering, California
Polytechnic State University, San
Luis Obispo, 1999
Affiliations + Memberships
• ASCE Orange County - Membership
Chair 2000-2018
• CMAA Southern CA - CCM
Committee Member 2019-present
• WTS Orange County - Treasurer
2018-present; Mentoring Committee
2016-present
Anh Case has 20 years of structural and civil engineering experience in the areas of bridges and
commercial buildings. Her experience includes construction management, quality assurance/
quality control (QA/QC) inspection, planning, scheduling, structural design, quantity takeoffs,
cost estimates, plan preparation, and client correspondence. Anh has held positions ranging
from bridge and construction inspector to bridge engineer, as well as structures representative.
She has worked on various transportation projects, including the I-405 Improvement Project,
Borden Bridge Road Improvements, SR 101/Springville Interchange, SR 178/Fairfax Interchange,
Metro Exposition Transit Corridor, SR 22 High Occupancy Vehicle (HOV) Widening Design-Build
project and the Ocean Boulevard/Terminal Island Freeway Interchange. Anh has worked with
a variety of agencies, including California Department of Transportation (Caltrans), Orange
County Transportation Authority (OCTA), Port of Long Beach (POLB), Metrolink, and various
city agencies including Los Angeles, Bakersfield, Camarillo, and San Marcos.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 2
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
Anh is
authorized to
negotiate the
contract on
behalf of EXP.
Project Experience
*Caltrans District 8 Capital Program, San Bernardino & Riverside Counties, CA,
USA
Khalil served as Deputy District Director for Program/Project Management and
was ultimately responsible for the delivery of the District’s capital program, which included
over $1.5B of transportation improvement projects in Riverside and San Bernardino
Counties. He directly supervised a team of 18 project managers and supervisors and their
staff of approximately 50 professionals. He was able to assemble well-functioning project
development teams that delivered projects and got things done through ongoing coordination
and consensus building with local cities, regional transportation planning agencies, FHWA,
stakeholders, and other state and federal regulatory agencies.
City of Coachella, Dillon Road/I-10 and Dillon Road/SR 86 Interchanges, Coachella,
CA, USA
Project Manager responsible for the day-to-day management and the ultimate delivery of
the project on schedule and within budget. Also responsible for coordination with City staff,
Caltrans, County of Riverside, Indian Tribes, and the Coachella Valley Water District. The
project involves the preparation of two separate project study reports (PSRs) for improving the
I-10/Dillon Road interchange and the SR 86/Dillon Road interchange in the city of Coachella.
The PSRs will be prepared in accordance with the California Department of Transportation
(Caltrans) guidelines set forth in the Caltrans Project Development Procedures Manual (PDPM).
The scope of services includes developing potential alternatives; conducting an initial site
assessment; and preparing preliminary engineering plans, environmental analyses, technical
and engineering studies and reports, right-of-way data sheets, surveys and mapping, and
construction cost estimates. The project also involves the preparation of a separate and stand-
alone environmental document for the Dillon Road Bridge at Whitewater Channel, just west of
the SR 86/Dillon Road interchange.
Khalil Saba, PE
Transportation Sector Leader, Southern California | EXP
Proposed Project Role: Principal-in-Charge
Professional Registrations
• Professional Engineer (Civil): CA
Education + Training
• B.S., Civil Engineering, California
Polytechnic State University at
Pomona, 2001
Affiliations + Memberships
• American Public Works Association
(APWA)
• Leonard Transportation Center
• Women’s Transportation Seminar
(WTS)
Khalil Saba brings more than 39 years of experience in civil engineering and program/project
management. He has held multiple assignments in the US, Canada and the Middle East. He
spent 13 years with the California Department of Transportation
(Caltrans) serving in numerous roles, including deputy director for program/project
management, overseeing the delivery of all phases of Caltrans District 8 highway projects –
from planning and environmental work, through to final design and construction.
Khalil has been working in the private sector since 2005 and has a proven record of leading
operations and establishing sustainable growth. Khalil’s success has been the direct result of
establishing relationships with clients that are built on mutual trust, understanding and respect.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 3
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
*Work performed at previous firm.
Project Experience
*I-405 Improvement Project Program Management, Orange County, CA, USA
Deputy Project Manager, Design Manager. This $1.9B project involved developing and managing
the tolled express lanes design-build project to widen 16 miles of
I-405 between State Route 73 to I-605. This project introduces toll express lanes to the existing
I-405 in addition to increasing capacity to the general-purpose lanes. Richard’s responsibilities
included overall project risk management, capital (CAPEX) and operational (OPEX) expenditures
development, procurement development and coordination of the RFP, proposal evaluations,
managing the delivery of the design plans and specifications, tolling facilities, utility
relocation and agreements, right-of-way acquisition management, environmental compliance,
maintenance of traffic, railroad coordination and agreements, construction support, contracts
management, requirements management, quality compliance, and resource allocation.
*Omnitrans (PS&E), E-Street Corridor BRT, San Bernardino County, CA, USA
Deputy Project Manager, Engineering Services Manager. This $200M project involved the
preparation of a PS&E for arterial widening through the cities of San Bernardino and Loma Linda
to introduce BRT to the region. The project consists of 15.7 miles with 5.4 miles of exclusive
lanes and 10.3 of mixed-flow. Richard was responsible
for management and coordination with stakeholders, sub-consultants, and other design
disciplines while supervising the design plans-specifications-estimates as the Engineer of Record
(EOR), utility coordination, right-of-way acquisition, maintenance of traffic, environmental
compliance, systems integration, and design support during construction. Richard led the
development of project policies, procedures, and practices.
*State Route 91 Corridor Improvement Project Program Management, Riverside County, CA,
USA
This $1.3B project involves developing and managing the tolled express lanes design-build
project to extend the existing State Route 91 tolled express lanes 8 miles into Riverside County
and 3 miles on Interstate 15. This project added toll express lanes to the existing State Route
91 and Interstate 15 in addition to increasing capacity to the general-purpose lanes of State
Route 91. Richard’s responsibilities included overall project risk management, capital (CAPEX) &
operational (OPEX) expenditures development, procurement development and coordination
of the RFP, proposal evaluations, managing the delivery of the design plans and specifications,
tolling facilities, utility relocation and agreements, right-of-way acquisition management,
environmental compliance, maintenance of traffic, railroad coordination and agreements,
support construction activities including request for information and notice of design changes,
contracts management, requirements management, quality compliance, as well as resource
allocation.
Richard C. Huang, PE
Vice President, Program Manager | EXP
Proposed Project Role: Quality Assurance | Quality Control and Bid Support | Program Managment
Professional Registrations
• Professional Engineer: CA, NJ, NY
Education + Training
• Executive MBA, Auburn University
• B.S., Civil Engineering, New Jersey
Institute of Technology, NJ
Richard Huang brings more than 22 years of diversified experience in management, supervision
and coordination for the planning, design, and construction of major transportation projects,
including highways, bridges, complex interchanges, managed lanes, Bus-Rapid Transit (BRT), and
development of design-build and design-bid-build project deliveries. Richard has helped deliver
over $8B worth of projects across the US in engineering, project management and program
management services.
He has been primarily focused on leading and delivering PMC/GEC design-build transportation
mega-projects.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 4
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
*Work performed at previous firm.
Project Experience
IDOT, I-74 over ICRR/Oak Street and I-74 over Market Street, Champaign, IL
Civil Engineer. EXP is providing Phase I and II engineering for rehabilitation
of two bridges along I-74 – I-74 over ICRR/Oak Street and I-74 over Market Street. Anticipated
improvements for I-74 over Market Street may range from rehabilitation to replacement.
Improvements for I-74 over ICRR/Oak Street may range from repair to rehabilitation.
IDOT, Central Avenue Improvement, Chicago, IL, USA
Civil Engineer for IDOT’s Central Avenue Corridor from 63rd Street to
79th Street in Cook County, IL. EXP has provided Phase I engineering for connecting Central
Avenue across the BRC rail yard in an underpass, which will include five railroad bridges, one
roadway bridge, over 5000’ of tall retaining walls and a 100’ wide x 230’ long tunnel to be jacked
underneath hump tracks of the BRC rail yard.
IDOT, IL 43 (Harlem Avenue) Phase I Study from 46th Street to Archer Avenue,
Cook County, IL, USA
Christian is a civil engineer on this Phase I study along IL 43 (Harlem Avenue) between 46th
Street to Archer Avenue. The scope of work will: investigate and determine bridge deficiencies,
and recommend proposed improvements to bridges that carry Harlem Avenue over the
CN Railroad, I-55 and Sanitary and Ship Canal (5 bridges in total); determine recommended
geometric, drainage and lighting improvements along the corridor; and study the potential for
a future new interchange configuration at I-55/Harlem Ave.
Christian Avila, PE
Department Manager, Water Resources | EXP
Proposed Project Role: Utility Coordination
Professional Registrations
• Professional Engineer: IL
Education + Training
• B.S., Civil Engineering, Marquette
University, 2012
Affiliations + Memberships
• Young Professionals in
Transportation, Member,
2016-Present
• Toastmasters International, Vice
President of Public Relations,
GOspeak Chapter
Christian Avila is an experienced and motivated civil engineer with over eight years of design
experience in the transportation infrastructure industry, with a focus in roadway, airport design
and site development. His transportation skills include: roadway design, maintenance of traffic,
pavement marking and signage, underground utilities, site development, mass grading, drainage
and ADA compliance. He also brings significant experience in runway/ taxiway design.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 5
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
Project Experience
City of Irvine, Preliminary Design Services for University Drive Widening
Improvements, Ridgeline Drive to I-405 On-Ramp, Irvine, CA
The PR/ED project proposed to provide a third lane in the eastbound direction between
Ridgeline Drive and the I-405 freeway. The efforts included analyzing roadway geometrics,
drainage, storm drain facilities, utility impacts, active transportation elements while avoiding
right-of-way impacts. Portia was responsible for the preliminary drainage design and WQMP
for the project. The project drained to two major drainage areas – the San Joaquin Channel
and Sand Canyon Wash. Drainage and stormwater mitigation included providing new inlets
and storm drains to meet the City’s 25-year storm event and linear infiltration basins and grade
control structure for water quality compliance.
*Transportation Corridor Agencies, Ford Road Austin Vault Sand Filter Retrofit,
Newport Beach, CA USA
The project is for the preparation of design documents to retrofit the AVSF and potentially
route dry weather from the wetland to Bonita Creek. It was determined that continuous dry
weather flow is the main reason for the AVSF’s imminent failure to operate effectively. Dry
weather flow from a residential area is routed to a wetland/detention basin which then enters
the AVSF via a 24” pipe. Dry weather flows include activities such as landscape irrigation, car
washing, sidewalk and driveway cleaning and conveyed by paved surfaces to drainage systems.
Outflows from the AVSF directly discharge to Bonita Creek via a 24” pipe. The following
alternatives represent previously discussed ideas by the team.
*OCTA, I-405 HOV Improvement Project (I-605 to SR-73) Design/Build, CA, USA
I-405 Improvement Project proposed to construct two additional lanes in each direction
between State Route 73 (SR-73) and Interstate 605 (I-605). The approximately 16-mile-long
project corridor is primarily located in Orange County on I-405 and traverses the cities of Costa
Mesa, Fountain Valley, Huntington Beach, Westminster, Garden Grove, Seal Beach, Los Alamitos,
Long Beach, and the community of Rossmoor. Portia provided the drainage and stormwater
design/construction oversight on behalf of OCTA. Along with Caltrans’ Stormwater Data
Report, the Contractor and their designers prepared several local city WQMPs to address
stormwater quality for the project. The corridor cities are co-permittees of the County of
Orange MS4 permits.
Portia Gonzalez, PE, QSD/QSP
Vice President, Area Manager - Orange County | EXP
Proposed Project Role: Drainage and Stormwater Lead
Professional Registrations
• Professional Engineer (Civil): AZ, CA
• Qualified SWPPP Developer (QSD)
• Construction General Permit
Qualified SWPPP Practitioner (QSP)
Education + Training
• M.S., Water Resources, California
State University-Long Beach, 2010
• B.S. Civil Engineering, California State
Polytechnic University, Pomona, CA,
1991
Affiliations + Memberships
• ASCE Orange County, EWRI
Committee Member
Portia Gonzalez brings more than 27 years of experience. She has served as project manager
for various transportation projects in California, Arizona and Nevada. Her expertise includes
project management, drainage design, hydrologic and hydraulic modeling, storm water
management, BMP Design, river modeling, floodplain delineation studies, storm drain master
planning, detention basin design, bridge scour, roadway drainage and design, water resource
planning, sediment transport and water distribution. She brings working knowledge of multiple
drainage softwares including ArcGIS and has authored several Water Quality Management Plans
(WQMP) and SWPPP.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 6
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
*Work performed at previous firm.
Project Experience
Toronto Transit Commission – Finch Ave. Light Rail Transit, Operational
Performance Reviews, Toronto, ON
Conducted a detailed analysis of a transit corridor with LRT lane. Traffic volume
and capacity information was reviewed for the existing and after the LRT lane implementation
network. Microsimulation platform was used to model LRT system and its effects on the
existing traffic network. Identified potential for operational improvements and developed
countermeasures for potential implementation to address queueing and deficiencies and
prepared engineering reports.
City of Toronto – Pan Am Games Transportation Network Micro-Simulation,
Toronto, ON
Lead engineer to develop, calibrate and validate microsimulation model of the transportation
network for a Pan Am Games venue in the City of Toronto using Aimsun and VISSIM simulation
platform. Developed scenarios and implemented strategies to address requirements and
congestion during the Pan Am Games event. Reviewed the feasibility of implementing toll
roads and Bus Rapid Transit during the event.
Vaughan Metropolitan Centre Transportation Study, Vaughan, ON
Reviewed existing transportation network developed for Vaughn Metropolitan Centre in
VISSIM including public transit and evaluated future development to include new Light Rail
Transit. Also, queue analysis was performed at Hwy 400 ramp terminals to address any potential
queuing deficiencies. Synchro was used to perform Level of Service and capacity analysis.
Ministry of Transportation – Leslie St. to Warden Ave. Strategic Rehabilitation &
Preliminary Design, Toronto, ON
Developed a simulation model along Hwy 401 between Avenue Road and Kennedy Road using
Aimsun simulation package and EMME travel demand forecasting tool to evaluate design
alternatives, queueing deficiencies and weaving issues. Performed capacity, LOS, delay and
queuing analysis using HCS and Synchro to identify deficiencies to improve the network.
Ben Hashemloo, P.Eng., PTOE
Project Manager, Transportation | EXP
Proposed Project Role: Traffic | Transportation
Professional Registrations
• P.Eng.
• PTOE
Education + Training
• Master of Applied Science,
Transportation Engineering,
University of Waterloo (2008)
• Master of Applied Science, Highway
Engineering, Sharif University, Iran
(1998)
• Bachelor of Civil Engineering, K.N.T
University, Tehran, Iran (1992)1
Affiliations + Memberships
• Professional Engineers Ontario
• Professional Traffic Operations
Engineer (PTOE)
• Institute of Transportation
Engineering membership
Ben has over 12 years of experience in transportation engineering and project management. His
working experience includes traffic impact studies, traffic demand forecasts, traffic network
simulation, Environmental Assessments (EA), traffic safety, and construction staging.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 7
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
Project Experience
*City of Irvine, Jamboree Road Widening, Irvine, CA, USA
Gabriel served as project manager for the Jamboree Road Widening project and was
responsible for leading the project design team which included roadway, traffic, utility
coordination, landscape, survey, environmental, and geotechnical. The project, located in the
city of Irvine, proposed to expand Jamboree Road from an 8-lane arterial to a 10-lane arterial
for approximately 1.5 miles between Barranca Parkway and the north side of I-405. The design
and environmental effort included preliminary engineering, alternative analysis, environmental
report, project study, and final plans, specifications and estimates.
*Caltrans District 7 Engineering On-Call, Los Angeles, CA, USA
Gabriel served as project manager for the Engineering On-Call Contract for Caltrans District
7. A significant portion of the on-call effort was dedicated to the High Desert Corridor of
which Gabriel managed an engineering team that provided preliminary high speed rail and
grade separation design as a component of the proposed highway corridor between the
cities of Victorville and Palmdale. The design effort which included rail, roadway, drainage,
and traffic was in support of Caltrans who was the lead for the highway design for the Project
Approval and Environmental Document phase. The rail component of the High Desert Corridor
termination point in the City of Palmdale is proposed to share the future California High Speed
Rail station, which required close coordination with the California High Speed Rail Authority
and the City of Palmdale.
*City of Hesperia, I-15/Ranchero Road Interchange, Hesperia, CA, USA
Gabriel served as project manager for the I-15/Ranchero Road Interchange project which is
part of the overall Ranchero Road Corridor improvement. This will provide a new alternative
access point to Interstate 15 for residents and business owners located in south east Hesperia.
Gabriel led the construction engineering support effort which includes direct coordination
with Caltrans Local Assistance, City of Hesperia, and San Bernardino Associated Governments
(SANBAG).
Gabriel Rodriguez, PE
Project Manger, Civil Engineering | EXP
Proposed Project Role: Civil Lead and Value Engineering
Professional Registrations
• Professional Engineer (Civil): CA
Education + Training
• B.S., Civil Engineering, California
Polytechnic State University at
Pomona, CA 2001
Gabriel Rodriguez has more than 20 years of civil engineering experience in the design and
management of transportation and public infrastructure projects. His project experience
includes street improvements, state system improvements, storm drain facilities, sanitary sewer
and water distribution infrastructure, storm water management and analysis, and dry utility
coordination. He has executed projects from preliminary engineering and alternative analysis
through final design and construction management.
Gabriel brings experience with a number of agencies, including LA Metro, Orange County
Public Works, SBCTA, Riverside County Transportation Department, Riverside Transit Agency, as
well as local agencies such as the Cities of Palmdale, Irvine, Fontana and Colton.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 8
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
*Work performed at previous firm.
Project Experience
Cucamonga Creek Watershed Regional Water Quality Project (Mill Creek
Wetlands), City of Ontario, Chino, CA
Mill Creek Wetlands is a 52-acre natural wetland system that provides water quality, recreation,
and habitat restoration benefits, located in the Prado Basin. Mr. Carlson led a multi-agency
partnership with the USACE, City of Ontario, City of Chino, San Bernardino County Parks,
Orange County Water District, and the Inland Empire Utilities Agency to make this award-
winning project a reality. Mr. Carlson prepared the CEQA and NEPA documentation, biological
technical studies, secured all regulatory permits, and assisted with governmental relations
and program management services. He oversaw construction to confirm compliance with all
required environmental measures and managed the design and implementation of all plant
material. The project has won numerous grants and awards, including the Outstanding Public
Sector Civil Engineering Project Award by the American Society of Civil Engineers in June 2014.
Currently, Mr. Carlson is under contract with the City of Ontario to manage and operate the
Wetlands.
Bedford Canyon Wash Restoration - Aratine Hills, The New Home Company,
Corona, Ca, CA
Mr. Carlson prepared and secured all Regulatory Permits, which included a complicated
MSHCP/DBESP, Biological Opinion, 1602, 401, and 404 permits, for impacts to Bedford Canyon
Wash associated with the development of the Arantine Hills residential community. The
solution included restoring Bedford Canyon Wash into a 27.93-acre natural channel and
community amenity. Restoration included bank armoring, grade control structures, bridge
crossing, and flood control access, while conserving alluvial fan sage scrub and maintaining
sediment transport. Mr. Carlson has been responsible for biological and construction
monitoring and oversight of project implementation.
City of Lake Forest Civic Center, City of Lake Forest, Lake Forest, CA
Mr. Carlson prepared and secured all Regulatory Permits, including a U.S Army Corps of
Engineers Individual Permit, 1602, 401, and Biological Opinion for impacts to a perennial drainage
associated with construction of the City of Lake Forest Civic Center. Included in the permits
is on-site mitigation designed and field implemented by Mr. Carlson to create a parallel natural
drainage to remaining preserved area. Mr. Carlson also prepared an Addendum to two prior EIR’s
to accommodate changes to a Development Agreement and project design associated with a
neighboring development.
Peter Carlson
Regulatory Lead | Carlson Strategic Land Solutions (CSLS)
Proposed Project Role: Environmental
Education + Training
• B.A. Environmental Studies, with
an emphasis in Urban Planning and
History: University of California,
Santa Barbara, 1987
Affiliations + Memberships
• Association of Environmental
Planners American Planning
Association
Mr. Carlson’s role for the project will include leading the SLS Team and will function as the
daily contact and team leader. Mr. Carlson’s experience includes 12 years working for local
jurisdictions as a planner and 18 years as an environmental consultant, working for both
public agencies and private sector development applicants. With 31-years of experience, he
has worked on a wide variety of complicated projects and as a result, brings a combination
of technical expertise, environmental analysis experience, and leadership to the City and the
project team.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 9
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
Project Experience
Auto Center Grade Separation Project, Corona, CA
While at the City of Corona, Bob was responsible for oversight of the project and management
of the Project Manager. Bob assisted the Project Manager with as-needed contract
management, Construction management as-needed, monthly payment review and final project
cost. He also provided coordination between the construction management consultant
and the contractor, reviewed the final change order and was responsible for the final project
acceptance.
Cajalco/I-15 Interchange Project, Corona, CA
Bob is currently providing project management and oversight services to his client, The New
Home Company for this $65M project. Bob is responsible for attending weekly construction
management meetings, coordinating with the CM team, SouthStar, monitoring the three-week
look ahead schedule, reviewing change orders, and providing a weekly report for this client.
Bob also serves as a liaison between his client and the City Public Works Staff.
Foothill Parkway Westerly Extension Project, Corona, CA
Bob was the project manager for the $65 million project. His responsibilities included overall
project management, CM and coordination of the project resident engineer, inspection staff
and contractor. Approval for all change orders, payment requests and bid quantity verification.
The project included nearly 2.5 million CY of grading, 2 miles of a new 4-lane arterial roadway,
two bridges, three new signalized intersections, 2 potable water mains and one reclaimed
water main. The project also included one earthen dam and detention basin, landscaping and
irrigation as well as off-site environmental mitigation for over 80 acres.
Fairway Grade Separation Project, City of Industry, CA
Prior to joining CivilPros, Bob was the Project Manager for the Fairway Avenue Grade Separation
Project. Bob’s responsibilities included overall project management and coordination for this
$45M project. He reported directly to the Alameda Corridor East Construction Authority
and managed the construction management team including one resident engineer (RE), one
assistant RE, a structure representative, a field team of two inspectors and a surveying team.
Bob Morin, PE, TE
Assistant Vice President, Inlands Office Area Manager | CivilPros (CP)
Proposed Project Role: Grant Writing
Professional Registrations
• Civil Engineer: California, 1991 (46758)
• Traffic Engineer: California, 2010
(2550)
Education + Training
• B.S., Civil Engineering, Lawrence
Institute of Technology Southfield,
Michigan 1984
• A.S., Civil Engineering, Hartford
State Technical College, Hartford
Connecticut 1980
Affiliations + Memberships
• American Public Works Association
(APWA) member since 1987
Bob Morin is an Assistant Vice President and Area Manager for CivilPros Riverside Office. He is
experienced in project management, civil engineering, construction management and traffic
engineering services for grade separation projects, major freeway projects and major roadway
projects in Riverside County.
He is currently providing project management and oversight services for the Cajalco/I-15
Interchange project on behalf of the New Home Company and has provided valuable insight
for the project team and the City of Corona.
He has exceptional working relationships with staff at a number of regional agencies in
Southern California including Riverside County Transportation Commission (RCTC), Western
Regional Council of Governments (WRCOG), Caltrans, Riverside County Transportation and
Land Management Agency (RCTLMA), Riverside County Flood Control (RCFC) and Southern
California Association of Governments (SCAG).
Bob is also providing staff augmentation for the City of Menifee Public Works Department
where he assisted the City in obtaining approximately $10M in TUMF for design of the Scott
Road Widening Project (Sunset to Haun) and Holland Road Overpass project. Bob also assisted
the City in having WRCOG reallocate $32M in TUMF to the Scott Road/I-215 Interchange
project. Bob further assisted the City of Menifee with obtaining $8M in unspent federal funds
through RCTC for the Scott Road/I-215 Interchange.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 10
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
Project Experience
FEMA Updates Study, City of Newport Beach
Coast Surveying performed a survey to determine the elevations of seawalls in the Newport
Beach Harbor area. The purpose of the survey was support computer modelling to determine
if recently re-published FEMA maps for the area were an accurate representation of the
existing conditions. Due to numerous access issues a mixture of ground surveys and 1”=20’ scale
targeted aerial mapping were used to collect the data which were delivered in GIS format.
Stormwater Study Surveys, City of Laguna Beach
Design level surveys were performed at three separate residential areas within the City of
Laguna Beach to support the development of improved stormwater run-off systems. Due
to the variances in local topography highly detailed surface models, along with planimetric
information, were prepared by Coast Surveying.
LAX CTA Survey Control, Los Angeles, CA
As part of the development for the Los Angeles International Airport Modernization Program,
Airport Automated People Mover, this project required developing a high accuracy survey
control network throughout the airport’s Central Terminal Area. This extremely challenging and
complex project involved setting, and measuring, control monuments on the access levels for
all of the terminal buildings, on each level of the parking structures and within the terminal
buildings. Due to continuing airport operations while the survey was underway it was necessary
to coordinate the survey work on daily basis so as not to interfere with the movement of foot
and motorized traffic as well as other ongoing construction projects.
Nick Coates, PLS
Survey Project Manager | Coast Surveying (CS)
Proposed Project Role: Survey + Mapping
Professional Registrations
• CA, Professional Surveyor No. 9306
• MO, Professional Surveyor No.
2008000716
Education + Training
• HNC Land and Engineering
Surveying, Polytechnic of the
Southbank, London, UK
Affiliations + Memberships
• American Public Works Association
(APWA) member since 1987
Mr. Coates has over 37 years of diverse, worldwide surveying experience in both the field and
office performing many types of surveying including vertical and horizontal control, photo
control, GPS surveys, topographic surveys, design surveys, boundary surveys, Right of Way
surveys, monitoring surveys and construction layout.
Bob is also providing staff augmentation for the City of Menifee Public Works Department
where he assisted the City in obtaining approximately $10M in TUMF for design of the Scott
Road Widening Project (Sunset to Haun) and Holland Road Overpass project. Bob also assisted
the City in having WRCOG reallocate $32M in TUMF to the Scott Road/I-215 Interchange
project. Bob further assisted the City of Menifee with obtaining $8M in unspent federal funds
through RCTC for the Scott Road/I-215 Interchange.
Bob’s technical experience and vast contract administration knowledge has enabled him to
successfully manage and deliver some of the largest construction projects in the area, on-time,
on-budget and to the client’s complete satisfaction.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 11
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
Project Experience
Heritage Fields, Great Park Neighborhood—Irvine, CA
Associate Engineer. Jeff provided the geotechnical design and project management. Since 2009,
ENGEO has provided geotechnical, environmental, and water quality consulting services to
the design team and master developer for the Great Park Neighborhoods TTOD (aka Heritage
Fields) project. Services performed included geotechnical and environmental assessment
reports for individual development districts, water resources services, construction SWPPP
preparation and implementation, post-construction BMP stormwater management design
and reports, and geotechnical and environmental construction observation and testing for
earthwork and site improvement activities. The project is a master-planned community
that will include roughly 9500 residential units, schools, parks, open space, commercial, and
industrial developments along with associated drainage and utility improvements. The project
encompasses approximately 4,700 acres and is a base reuse project for the former El Toro
Marine Corps Air Station (MCAS).
Atria Senior Living—Newport Beach, CA
Project Manager. ENGEO was the geotechnical engineer of record for the Atria Senior Living
project in Newport Beach, California. The project included demolition of one single-story
building and construction of a two-story structure in its place, along with renovation of
an adjacent two-story structure over a one-level garage. The geotechnical scope included
identifying potential seismic hazards, slope stability analyses, percolation testing, and analyses
of foundation options for the new structure, including a portion extending over a hillside.
Lucas Museum—Los Angeles, CA
Project Manager. The Lucas Museum of Narrative Art was constructed on two state-owned
parking lots on Vermont Avenue south of Exposition Boulevard. ENGEO was the geotechnical
and environmental engineer of record for this project that houses the private art and
memorabilia collections of famed filmmaker, George Lucas and his wife, Mellody Hobson. The
Museum of Narrative Art is a five-story, 115-foot-tall building.
Jeffrey T. Braun, PE, PMP
Associate Engineer | ENGEO (ENG)
Proposed Project Role: Geotechnical
Professional Registrations
• Professional Engineer, CA 75229
• Project Management Professional,
1763345
Education + Training
• MS Geotechnical Engineering
University of California, Berkeley
2009
• MS Engineering Management
Missouri University of Science &
Technology 2003
• BS Civil Engineering U.S. Military
Academy 1999
Affiliations + Memberships
• ASCE American Society of Civil
Engineers
• BIA Building Industry Association ULI
Urban Land Institute
Jeff joined ENGEO in 2015 and is a Project Management Professional and Professional Engineer
with 18 years of experience in the engineering industry. During his time as an Engineer Officer in
the U.S. Army, he provided master planning, design, construction management, and inspection
services on projects in several countries with international clients and contractors. As an
Associate with ENGEO, he has provided geotechnical design, review, and project management
services for projects throughout California.
Bob’s technical experience and vast contract administration knowledge has enabled him to
successfully manage and deliver some of the largest construction projects in the area, on-time,
on-budget and to the client’s complete satisfaction. federal agencies, and school districts.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 12
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
Project Experience
Standard Plans, for the City of Yucaipa, California
As project engineer, Mark prepared the Standard Design Guidelines for Public Works
Construction and Grading Manual. The purpose of the City of Yucaipa Standard Design
Guidelines is to assist Homeowners, Developers, Builders, Engineers, and Architects by
providing information regarding the standard drawings, specifications, design procedures and
requirements, checklists, and other information applicable to construction of public works
projects and private developments within the city of Yucaipa.
On-Call Engineering Services and Plan Review, for the City of Tustin, California
As project manager, Mark served as DEA’s primary client contact for the plan checking contract
and he serves on the engineering design staff for the City’s projects. Services provided have
included project reviews, development of the conditions of approval, and plan checking
services including coordination with the City’s various engineering departments on an on-
call basis. Typical project assignments have included residential and commercial public
improvements, public park improvements and bike/horse trail expansions. Plan checking
services include roadway grading and street improvements, sewer and water improvements,
hydrology and hydraulics, storm drains improvements, grading and earthwork, water quality
basins, and WQMPs. Surveying and mapping services include tentative and final tract maps,
parcel maps, legal descriptions and plats, deeds, and subdivision report reviews. DEA was also
responsible for ensuring all proposed public and private property development designs meet
Federal, State, and Local Agency requirements including ADA, NPDES, and City policies.
On-Call Engineering, for the City of Ontario, Ontario Redevelopment Agency, and
Ontario Housing Authority, Ontario, California
As project engineer, Mark is on DEA’s on-call team to provide civil engineering services to three
of the City of Ontario’s infrastructure and development agencies. Services provided include
street and drainage design, site planning, feasibility studies, and construction management for
projects undertaken by the Redevelopment Agency, the Housing Authority, and the City Public
Works Department.
Ladera Ranch (Covenant Hills), for Rancho Mission Viejo, Orange County, California
As design engineer, Mark was a key member of the team that designed and prepared sewer,
water, storm drain, and street improvement construction documents for various tracts and
private streets in Covenant Hills, including Riverine Phase 2 and 3.
Mark Oskorus, PE, QSP
Plan Checking Services | David Evans Associates (DEA)
Proposed Project Role: Public | Private Development
Professional Registrations
• Professional Civil Engineer, California
(62159) 2001
• Certified QSP
Education + Training
• BS, Civil Engineering, 1996, California
State University, Fullerton
Affiliations + Memberships
• American Society of Civil Engineers
(ASCE) Orange County Chapter ;
Building Industry Association (BIA)
Orange County Chapter
Mark has more than 20 years of experience in the civil engineering profession. He has successful hands-on design engineering experience
on public works, education, commercial, and residential development projects. He has an extensive background in all aspects of computer
technology as it relates to the civil engineering profession including grading design, street design, storm drain design, sanitary sewer system
design, water design, and coordination with utility companies for relocation and installation of new wet and dry utilities.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 13
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
Project Experience
OCTA 91 Improvement Projects from SR-71 to I-5 – PA/ED, Design, Construction
Phases; Cities included Anaheim, Buena Park, Corona, Fullerton, Orange, Placentia,
Yorba Linda
OC Streetcar – Construction Phase; Cities include Santa Ana and Westminster
OC Public Works San Juan Creek Levee Improvement Project; Cities included Dana
Point and San Juan Capistrano
OCTA I-605/Katella Interchange Project; Cities included Los Alamitos, Rossmoor,
Long Beach, Cypress
Port of Long Beach Gerald Desmond Bridge Replacement Project
City of Long Beach Economic Equity Summit
NextEra Energy Resources Ord Mountain Solar Project; County of San Bernardino
Robert Chevez
Account Director | Westbound Communications (WB)
Proposed Project Role: Community Outreach
Professional Registrations
• Professional Civil Engineer, California
(62159) 2001
• Certified QSP
Education + Training
• B.A., Journalism, Emphasis in Public
Relations, Minor in Marketing,
California State University, Long
Beach
Affiliations + Memberships
• B.A., Journalism, Emphasis in Public
Relations, Minor in Marketing,
California State University, Long
Beach
Robert Chevez is a fully bilingual (Spanish) with 20 years of experience working with public
affairs, Hispanic, business-to-business, professional services, philanthropy, consumer and
technology clients. Robert is Westbound Communications’ technical lead for projects going
through the project development process from Project Approval/Environmental Document to
Design, Design/Build, and Construction. Specialties include message development, scoping/
public meeting facilitation, issues/crisis management, business and community outreach, media
relations, government relations, social media strategies and events.
Robert has led and supported public outreach programs for agencies such as the Orange
County Transportation Authority, OC Public Works, OC Health Care Agency, Caltrans,
City of Long Beach, Riverside County Transportation Commission, San Bernardino County
Transportation Authority, Coachella Valley Association of Governments, San Manuel Band
of Mission Indians (environmental and construction phases), Western Riverside Council of
Governments, and Omnitrans. As part of the projects, he worked extensively with electeds and
staff at various municipalities and with key stakeholders including residents and businesses.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 14
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
Project Experience
Los Cerritos Wetlands Authority, Los Cerritos Wetlands Restoration Program EIR,
Seal Beach and Long Beach, CA
Senior Biologist/Regulatory Specialist. Lead by the Los Cerritos Wetlands Authority (LCWA), a
joint powers agreement between the San Gabriel and Lower Los Angeles Rivers and Mountains
Conservancy (RMC), State Coastal Conservancy (SCC), City of Seal Beach, and City of Long
Beach, ESA was retained to develop an Optimized Restoration Alternative and Restoration Plan
for 500-acres of salt marsh, seasonal wetlands, and other freshwater marsh in the Los Cerritos
Wetland Complex. The Restoration Plan will proceed through the CEQA review process in
the form of a Program PEIR. In addition to the Restoration Plan, as part of the PEIR, ESA is
facilitating a series of public workshops and technical advisory committee meetings. May is
responsible for peer review of the jurisdictional delineation report and biological reports;
evaluation of the program’s compliance with federal, state, and local regulatory requirements;
and preparation of the biological resources chapter of the EIR.
Dominguez Gap Wetland Vegetation Management, Los Angeles County Flood
Control District, Long Beach, Los Angeles County, CA
Project Manager/Regulatory Specialist. As part of the operations and maintenance activities
of the Dominguez Gap Wetland, LACFCD reconfigured the low flow channel to original
design capacity, and is removing wetland vegetation as a wetland values and vector control
maintenance procedure. ESA worked with LACFCD staff to develop an appropriate method
for vegetation management activities, prepared a notification of lake or streambed alteration
for submittal to CDFW, identified ways to control algal bloom, performed preconstruction
nesting bird surveys, and is currently monitoring and reporting annual wetland vegetation
removal efforts in compliance with the streambed alteration agreement. May led the regulatory
permitting effort, and assisted LACFCD with developing methods for vegetation management.
May Lau
Senior Managing Associate | ESA
Proposed Project Role: Coastal Commission Liaison
Education + Training
• BS, Environmental Science,
University of California, Santa
Barbara
May is a senior project manager and regulatory specialist with 15 years of experience in the
environmental consulting industry. Her management and technical capabilities include review
and preparation of environmental documents in compliance with CEQA/NEPA, Federal
Endangered Species Act (FESA), and California Endangered Species Act (CESA); wetland and
jurisdictional delineations; Clean Water Act permitting; streambed alteration agreements;
coastal development permits; mitigation planning; biological assessments; and natural resource
studies. She has consulted extensively with the United States Army Corps of Engineers
(USACE), United States Fish and Wildlife Service (USFWS), California Department of Fish
and Wildlife (CDFW), California coastal agencies, and regional water quality control boards
(RWQCBs) for permit preparation and compliance, and to provide feasible and successful
mitigation to her clients.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 15
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
Project Experience
Portola Pkwy Improvements, City of Lake Forest
Principal. Widening design for a third southbound lane and rehabilitation of center medians to
provide irrigation and landscaping between El Toro Road and SR241.
Bastanchury Road Storm Drain Improvements, City of Yorba Linda
Principal. Planning and design of a new storm drain system in Bastanchury Road. During storm
events, the northeast corner of the Rose Drive and Bastanchury Road intersection experiences
localized flooding. Prepared a hydrology study, drainage report and alternatives analysis, and
final storm drain design and construction documents.
Great Street Project 2017-18, City of San Gabriel
Principal. Provided pavement rehabilitation reconstruction design services for 18 streets (3.6
miles) located primarily in residential and commercial areas. The project included determination
of appropriate pavement rehabilitation, field review, surveying, geotechnical investigations,
pavement analysis, geotechnical report, pre-design report, ADA ramp reconstruction, sidewalk
reconstruction, striping, specifications, estimates, bidding document preparation, and
construction support.
Dover Drive Rehabilitation & Streetscape Improvements, City of Newport Beach
Principal. Roadway rehabilitation design and new and widened landscaped center medians for
1.4 miles. Included curb ramp improvements, traffic signal upgrades, traffic handling, catch basin
upgrades, and irrigation and landscaping.
Seal Beach Boulevard / Westminster Avenue Intersection Improvements, Street
Widening, City of Seal Beach
Project Manager for preparation of preliminary and final engineering for intersection widening
improvements involving addition of dual left turn on both streets for all movements,
additional through lanes, a right turn pocket on Westminster Avenue, pavement design and
overlay, drainage modifications, signal modifications, right-of-way engineering and acquisition,
and construction. Involved two phases of street improvements to the Seal Beach Blvd./
Westminster Avenue intersection.
Fremont Park Renovation, David Volz Design, City of Glendale
Civil Project Manager providing site redevelopment engineering services for the existing 7.9
acre oldest public park site in the city. The renovation includes new community buildings,
tennis courts, artificial turf soccer field, splash pad, picnic pavilions, water fountains, pickleball
courts, and exercise equipment. Prepared site layout, site paving, site grading, site drainage,
construction details, drainage report, LID, specifications, and cost estimate.
Marie Marston, PE
Principal Civil Engineer | Civil Works Engineers (CW)
Proposed Project Role: Environmental
Professional Registrations
• Registered Professional Engineer in
California
• Qualified SWPPP Developer &
Practitioner
Education + Training
• B.S., 1980, Civil Engineering, Oregon
State University
• M.B.A., 1988, University of California,
Irvine
Affiliations + Memberships
• Association of Environmental
Planners American Planning
Association
Marie Marston has over 35 years of professional civil engineering experience. Her background
includes general infrastructure and public works improvement projects on streets and highways,
site improvements, hydrology and storm drains, right-of-way engineering, utility modifications,
grading, as well as funding applications. Her experience covers projects from inception to
completion including project and program management, planning, design, and construction.
She has experience in working with public and private sectors including cities, counties, state
agencies, federal agencies, and school districts.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 16
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
Project Experience
Rancho Mission Viejo Development, Rancho Mission Viejo, CA
Project Manager. Responsible for ensuring scheduling coordination for all utilities, construction
projects and staffing assignments. Enforcing permit compliance for all phases of construction
improvements, construction phasing, contract administration, traffic handling, documentation,
and scheduling analysis. This 20,000-acre development has a current schedule build out over
the next 20 years. Current Project Cost: $500 Million.
Caltrans District 12 (12A1589), On-Call Construction CPM Analysis Services, Orange
County, CA
Project Manager. Responsible for clear and accurate deliverables, task orders, managing
budgets, meeting minutes, and staffing CPM scheduling personnel, maintain quality control,
managing sub-consultants, monitoring DBE’s, and ensuring contract compliance. Project Cost:
$2.0 Million.
City of Newport Beach, Park Avenue Bridge over the Grand Canal, Newport Beach,
CA
Project Manager / Resident Engineer. The $7 Million Park Avenue Bridge over the Grand Canal
connects Balboa Island and Little Balboa Island is to reconstruct because the existing bridge
has experienced advanced deterioration and has been determined to be functionally obsolete.
A temporary steel bridge spanning across the Grand Canal will be installed at Balboa Avenue
for the construction duration. The original structure was built in 1930 and is the only access
to/from Little Balboa Island. Ivan is responsible for project / construction management,
constructability review, construction engineering, CPM scheduling and public relations support
on this new bridge project.
Ivan Benavidez, Jr., PE, QSP, QSD
Principal-in-Charge | Fountainhead (FH)
Proposed Project Role: Construction Management
Professional Registrations
• CA, Civil Engineer, CA No. 52076
• CA, Qualified SWPPP Practitioner
• CA, Qualified SWPPP Developer
Education + Training
• MS, Civil Engineering, California
State University, Long Beach
• BS, Civil Engineering, New Mexico
State University
Mr. Ivan S. Benavidez Jr, PE, QSP, QSD, has over 26 years of experience in the construction
engineering industry and has managed more than $1 billion in various agencies projects for
both design-build and design-bid-build contracts. As a registered Professional Engineer in
California, Ivan has worked in Los Angeles, Orange, San Bernardino, Riverside, Imperial, and
San Diego Counties in a management role as a project manager, structures representative,
and as a resident engineer overseeing contract administration, quality control and inspection
of numerous projects in the southern California region. His experience includes private
development, utility agency, federal funded improvements of duct banks, water and sewer
lines, bridges, tunnels, housing tracks, channels, retaining walls, storm drains, dams, flood
control basins, interchanges, freeways, HOV lanes, toll lanes, roadways and other transportation
facilities. In addition, he has been responsible for project administration, scheduling, scheduling
analyses, partnering, staff supervision, claims support, safety training and inspection training.
Through these various assignments, Ivan has cultivated an expert knowledge of various
construction methods, Federal and State Local Assistance Procedures, Safety procedures, and
SWPPP.
LOCAL STAFFING LIST | SECTION 3 | PAGE: 17
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
COMPANY QUALIFICATIONS | SECTION 4 | PAGE: 18
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
4.0 Company Qualifications
Firm Background
With a mission to understand, innovate, partner and deliver, EXP
provides engineering, architecture, design and consulting services to
the world’s built and natural environments. Our heritage dates back
to 1906, when the earliest of EXP’s predecessor companies started
its engineering infrastructure practice. Today, over 3,000 creative EXP
professionals across North America provide the passion and experience
needed to deliver successful projects around the world. We are a private
corporation with 90+ offices across North America, including 25 offices
in the United States. In California, we have offices in Glendale, San Diego,
and San Francisco
We have worked with numerous local agencies and municipalities to
provide multidisciplinary services for public works projects in urban
environments. We bring a full range of services from planning and
feasibility through design and construction management, as well as
overall program management. Ranked #32 in the Top 500 Design Firms by
Engineering News-Record (ENR) in 2018, EXP is consistently recognized by
our clients for the quality of our services. We are client focused with the
capabilities and depth of resources of a large multidisciplinary practice.
Highways + Roads
Connecting Communities through Transportation
With diverse experience in the planning, design and construction
of highways, expressways, tollways, local roads and streets, we bring
innovative solutions for every type of roadway. We have designed
modern highways to bring new paths of travel, reconstructed and
rehabilitated roadways to facilitate more efficient movement and solved
the challenges of complex urban interchanges. Combining modern
technology and innovative design we deliver customized solutions for
toll roads and bring expertise in Intelligent Transportation Systems (ITS)
to make our roadways smarter.
As a multidisciplinary transportation practice, we bring added expertise
such as bridge design, roadway lighting, traffic signals, streetscaping and
stormwater management. From
feasibility studies and environmental assessments to design and
construction administration, we provide a complete solution to meet our
clients’ transportation needs.
Firm Qualifications
The EXP team was formed to provide the City of Seal Beach with the
personnel and project experience it needs to successfully address all
services identified in the RFP. In addition to technical and managerial
expertise, we provide a highly qualified team with the following:
• Scalable approach to workplans encompassing both small- and
large-scale projects;
• Team with the right skillsets that gives the City of Seal Beach the
people it needs, when it needs them;
• Team with past and current experience with federal, state and local
approval and permitting agencies;
• Thorough understanding of the anticipated and required efforts
from project inception to completion;
• Experience with small and disadvantaged business enterprise firms
to conduct services similar to those being advertised
Across the EXP team, our proposed key personnel bring decades of
experience working with local agencies and municipalities in Southern
California to deliver similar programs and contracts. These key personnel
bring current and previous experience:
• Managing multidisciplinary teams;
• Working with various municipalities in Southern California to deliver
municipal improvement programs;
• Developing innovative solutions across all disciplines;
• Mitigating impacts to keep projects on schedule;
• Coordinating with federal, state and local agencies and stakeholders;
• Working with agencies to obtain funding and grant
Our proposed team is ready to make this contract with the City of
Seal Beach their priority and are ready and available for any work that
may arise out of this contract. All proposed EXP and subconsultant
staff, including principals and all assigned professionals, are available to
commit their time to projects under this contract. Our team organization
provides an integrated team for performance of services required on this
contract. Our Project Manager, Anh Case, is the key member and leader
of our team. She will be the City of Seal Beach’s point of contact for all
matters related to this contract and for its entire duration.
3000+
professionals
worldwide
3
office locations in
California
113
years of
service
COMPANY QUALIFICATIONS | SECTION 4 | PAGE: 19
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
As stated in the RFP, the scope of services includes design engineering
services, value engineering, bid support, construction management, land
surveying, mapping, geotechnical services, community outreach, public/
private development plans, permitting support grant writing, various
hydrology and wet utility studies, water quality services, and all other
related services. EXP is a full-service civil engineering and transportation
firm and we are confident that, along with our talented and dedicated
subconsultants, we can successfully deliver all the construction
documents listed in the RFP.
This section will demonstrate our team’s knowledge of the City of Seal
Beach and stakeholders such as County of Orange, Caltrans, Santa Ana
Regional Water Quality Control Board, and other State and Federal Codes
agencies. EXP will fully comply with the requirements of the Scope of
Services identified in the RFP.
Plans, Technical Specifications and Estimates
The consultant shall be expected to deliver completed and approved
design assignments on or ahead of approved schedules. All designs
shall be prepared and submitted in a manner that ensures a complete
design approved by the City Engineer with no more than three plan
check submittals. Consultant must be proactive and knowledgeable of
all regulations required for project acceptance. Consultant shall be an
advisor, advocate, and produce a product with the best interest intended
for the City within the required schedule and project budget. All work
shall be done in conformance with applicable City, State and Federal
laws, latest versions of Street, Sewers and Water Standard Plans, Caltrans
manuals and policies, Caltrans Standard Plans and Specifications, APWA
Standard Specifications for Public Works Construction “Greenbook,”
Orange County Public Works Standard Plans, Manual of Uniform
Traffic Control Devices and California Building Codes, all as revised
and amended. All contract documents shall be prepared under the
responsible direction and supervision of appropriate state licensed/
registered professionals. Prepare all exhibits and plans in the latest
City-adopted AutoCAD (or equivalent) format. City projects requiring
Caltrans approval will require consultant to conform to Caltrans policies
and mapping standards unless directed otherwise. Where applicable for
surveying and material testing services, prevailing wages must be paid and
documented for all field personnel in accordance with California Labor
Code § 1770-1781, et seq.
Technical specifications as Special Provisions in conformance with APWA
“GreenBook” format will be developed and EXP will provide copies of
required permits and reference standard plans/materials to be inserted
into the City’s contract bid documents. We will edit City of Seal Beach
“boilerplate” contract document to include all required text. Every
contract item of work must be fully specified including a measurement
(how is item measured, i.e. Lump Sum, Each, Square Foot, etc.) and
payment clause (what additional items of work are included for the
price, i.e. demolition, salvage, protect in place, etc.) if the “GreenBook”
requirements do not fully describe the required work or comply with
City standards.
EXP will provide source of information and justification of bid item
unit prices prior to final plan approval. We will provide a construction
quantity take-off list broken down by sheet and an updated cost
estimate for each plan check submittal and a final engineer’s estimate of
the project cost. The quantity calculations should be clear as to where
the specific items are located, i.e. reference to station/offset or other
method.
EXP will provide electronic (Excel and PDF) files and hard copies of
construction items and construction item breakdown of quantities/
calculations by plan sheet. Cost estimates shall be provided at each
plan review including the 80% and final plan submittal. Engineer’s Cost
Estimates and Quantity take-offs will be developed using TAA-compliant
(Trade Agreement Act) cost estimates built from realistic cost libraries.
Quantity take-off calculations will be checked in accordance with EXPs
QA/QC procedures.
Bid Support and Construction Managment
EXP has extensive experience in Bid Support and Construction
Management services for a multitude of agencies, such as the City
of Irvine, City of Los Angeles, City of Camarillo, the Orange County
Transportation Agency (OCTA), Orange County Sanitation District
(OCSD), Riverside County Transportation Commission (RCTC), San
Bernardino County Transportation Authority (SBCTA) and Caltrans
throughout California. Our team specializes in delivering projects
from cradle to grave and that begins with Contactor Bid Support to
Construction Management and Closeout. We will be by your side to help
and assist the City every step of the way.
In preparation for construction bidding, the EXP team will utilize a Plan
Checklist to consolidate all the comments and responses for the plans
and specifications, review and verify the Engineer’s Estimate for accuracy
and provide any value engineering analysis and a constructability review
of the project to ensure that the City gets accurate and complete bids
for the project. Moving forward to the construction bid phase, the EXP
team will attend the Pre-bid meeting and will answer any questions
that may arise. We will also respond to bidder questions outside of the
Pre-Bid Meeting and our team will assist the City to answer and provide
clarification for all the bidders’ questions. We will prepare concise and
thorough addendum(s), if necessary, and will provide them to the City’s
Administration & Engineering Division for distribution. The EXP team will
also perform bid analysis by reviewing and evaluating the bids.
Local street improvements including curb and gutter replacement, sidewalk replacement, bike paths
and signing and striping
COMPANY QUALIFICATIONS | SECTION 4 | PAGE: 20
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
We will begin by reviewing the bids for responsiveness. We will use a
Bid Form Check-off List to assist in this step. After all bids have been
reviewed for responsiveness, we will assist the City to determine the
lowest bidder by providing a Bid Summary. The Bid Summary is used to
document the determination of the lowest bidder and is used along
with contract execution and award procedures. We will also assist the
City in preparation and during the City Council meeting for the award
of the contract. This may include assisting the City with preparing the
award package, reviewing the DBE submissions from the Contractor,
if applicable, and reviewing bonds and insurance documents. Karen
Mathews has provided bid support services for a variety of agencies
including, San Bernardino County Transportation Authority and Caltrans.
Her experience will help the City award the contract with minimal
disruption.
Once the contract has been awarded, we will support your team in
preparation of the Pre-construction meeting by providing an agenda
and inviting all the attendees. At the Pre-construction meeting, we will
assist the City by answering any questions that may arise and following
up with meeting minutes and action items. These will be distributed to
all the attendees and we will ensure that the action items are completed
by the dates their respective due dates. Richard Huang has extensive
knowledge and experience in delivering projects from inception through
construction. Richard was the Deputy Project Manager for the I-405
Improvement Project, as $1.9B project for OCTA in Orange County.
Richard’s responsibilities included day-to-day management, project risk
management, capital (CAPEX) and operational (OPEX) expenditures
development, procurement development and coordination of the RFP,
proposal evaluations, managing the delivery of the design plans and
specifications, utility relocation and agreements, right-of-way acquisition
management, environmental compliance, maintenance of traffic,
railroad coordination and agreements, construction support, contracts
management, requirements management, quality compliance, and
resource allocation.
Once Notice-to-Proceed has been given to the Contractor, the EXP
team will begin to coordinate with the Contractor on a daily basis.
This includes conducting weekly construction meetings and progress
reports, reviewing shop plans and submittals and addressing Request
for Information (RFI’s). Other responsibilities include reviewing the
Baseline Schedule, monthly schedule updates, Quality Control Plan and
environmental compliance.
In addition, the EXP team has extensive experience negotiating and
providing supporting documents for change orders to our clients.
Towards the end of the construction phase, a punch list item will be
developed and tracked to ensure that all deficiencies are addressed by
the contractor before he/she moves of site.
The EXP team will ensure that all aspects of construction will adhere to
the Bid Documents, City of Seal Beach Standards Plans (Street, Sewer
and Water), the Orange County Public Works Construction Management
Manual, where applicable, and the Caltrans’ Local Assistance Procedures
Manual, where applicable. The latter manual is critical in ensuring the City
gets reimbursed for all Federally funded projects. Anh Case, P.E, CCM, has
been a Structures Representative and Construction Manager for a variety
of projects for a number of cities and Caltrans throughout California.
Her role and experience in bridge design, bridge construction, street
rehabilitation and improvements, construction management and project
management will be a vital part in delivering your quality projects on
time and under budget.
Throughout the duration of the construction phase, our team will have
a hardcopy full-size plan set of the project where the EXP Construction
Management team will provide red-lines resulting from RFI’s, field
changes and change orders. We will red-line the as-built plans as soon as
changes are officially incorporated into the project and we will check our
red-lines against the Contractor’s red-lines on a weekly basis to ensure
they are keeping up to date with their as-built plans. This will allow a
quick and efficient hand-over to the Engineer of Record so they can
incorporate the changes into the official as-built plans.
Survey
Survey Control
Survey field crews will conduct research to obtain values for existing
survey control within the project area. Any supplemental survey control
to be set will be tied to found existing survey control. If no survey
control exists within the project limits, then Horizontal and Vertical
control will be established to support the topographic mapping. The
survey control will be tied into the North American Datum of 1983
(NAD83) and the North American Vertical Datum of 1988 (NAVD88).
Infrastructure Surveys
The topographic field surveys will be used to create a 40-scale
topographic map and include survey data such as grade breaks,
centerline, road striping, curb & gutter, surface visible utilities, invert
elevations, sidewalks, pathways and other features obscured by
vegetation.
Record Centerline + Right-of-Way
The street centerlines and record rights of way for streets will be
computed from publicly available record maps. Research will be
conducted at Orange County for existing centerline and right-of-way
files and/or available cadastral records in support of the centerline and
rights-of-way of the street and intersecting rights of way within the
project limits. Centerline monuments will be tied into the horizontal
survey control established for this project and utilized in the orientation
of the existing centerline and right of way.
Legal Descriptions + Mapping
The preparation of legal descriptions and plats will be available should
the improvements fall outside of the existing street right of way. Legal
descriptions and plats can be prepared to document additional needs of
the project including temporary construction easements and portions
of parcels for right of way purposes. Legal descriptions and plats will
be prepared by or under the supervision of a Licensed Land Surveyor
licensed in the State of California.
Map deliverables will be prepared in the latest City-adopted AutoCAD
(or equivalent) format.
As a full-service Professional Land Surveying company, Coast Surveying
would provide a full range of Land Surveying services to support this on-
call contract. The services provided would include the following;
COMPANY QUALIFICATIONS | SECTION 4 | PAGE: 21
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
• Survey Control
• Property Boundary/Right of Way determination
• Design Surveys
• Aerial Mapping
• Terrestrial Laser Scanning
• Construction Management Support
• Other specialized surveying services as required
Geotechnical
ENGEO is a premier geotechnical engineering consultancy, serving
projects in California and abroad for 48 years. An employee-owned,
award-winning firm of more than 300 geotechnical and civil engineers,
geologists, environmental scientists and water resources professionals,
ENGEO has served many iconic and highly visible projects, including
those with engineering challenges in difficult soil, terrain, and
earthquake-prone conditions.
ENGEO’s engineers and geologists have helped companies and
public agencies manage their project development risk, drive down
construction costs, and improve schedules. ENGEO’s geotechnical
services are uniquely designed to address client objectives. Geotechnical
services include:
• Foundation Engineering
• Slope Analysis and Stabilization
• Seismic Analysis
• Levee and Dam Design
• Construction-Phase Testing and Observation
• Subgrade Stabilization
• Grading Design
• Subsurface Characterization
• Earthquake Engineering
• Slope Instrumentation and Monitoring
• Laboratory Testing
• Pavement Analysis and Design
• Seismic Retrofit
• Fault Characterization
Community Outreach
Westbound Communications was founded in 2003 with headquarters
located in Orange and offices in Riverside and Long Beach. We provide
branding, marketing, public relations, diversity outreach, community
relations, social and digital media, and integrated communications
strategies and support for municipalities and agencies for
government and grant-funded social initiatives, public entities,
corporate organizations and more in Southern California and
nationwide. Westbound is an S-Corporation and has 16 full-time
employees.
Westbound has developed and successfully implemented public
outreach programs for numerous municipalities and government agencies
serving Southern California. Our team has a strong understanding of the
needs in and around Seal Beach. Our founder Scott Smith is a long-
standing resident of the City and stays informed on city-wide issues. As
it relates to transportation, our team recently completed an effective
multi-year Project Approval/Environmental Document phase for OCTA’s
I-605 Katella Interchange Project and has completed a number of
successful planning and construction phase projects for OCTA and many
other local, county and regional organizations. For the past seven years
our team has also led communications efforts for the nearby Port of
Long Beach’s $1.5 billion Gerald Desmond Bridge Replacement Project.
And, we work regularly with the Seal Beach Police Department and Fire
Departments as part of our decade-long management of the ReadyOC
initiative covering all of Orange County.
Public Related Experience
Westbound Communications has extensive experience working with
municipalities to effectively communicate project development
initiatives in their respective communities. Through all phases of a project
development process, from project approval/environmental document
to design/design-build to construction, Westbound has developed an
exceptional toolbox of proven best practices to educate, notify and
engage residents, businesses and other stakeholders.
Specifically, we have direct experience on projects that impact local and
major roadways, public transportation, water systems, SWPPP education,
right-of-way-acquisitions and private development. Services include
public workshops / meeting facilitation, issues management/helpline,
collateral development, community presentations, community/business/
government/media outreach, construction notifications, multilingual
services, social/digital media, photography, and video production.
Public | Private Development Plans
David Evans and Associates, Inc. (DEA) has experience and technical
expertise in the fields of public works design, land development
engineering, land survey and mapping, GIS, traffic engineering, hydrology
and hydraulic engineering, WQMP and SWPPP preparation, and
construction management. It is their philosophy to serve as an extension
of agency staff. Their goal is to assist in all elements of a project - from
the initial planning stages through completion of construction. They
understand the importance of project communication, coordination, and
working with the financial considerations of each project to make it a
success.
ENGEO provided geotechnical services for the Heritage Fields, Great Park Neighbourhood,
Irvine, CA
COMPANY QUALIFICATIONS | SECTION 4 | PAGE: 22
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
The leadership of DEA promotes professional development through
dedicated training programs, resource management, and programs for
staff advancement. Their project managers and team members are
selected for each project assignment based on their expertise. This
provides their clients with an experienced team that has been selected
to provide the required technical and practical solutions for the project
which benefits the Client.
DEA’s Tustin office is located 30 minutes from the City of Seal Beach, and
fully staffed to handle as-needed plan-checking services. DEA provide the
following services as needed:
• Design Review with City project planners to ensure consistency with
the General Plan, Development codes, applicable ordinances, and
design guidelines.
• Site Visits
• Preparation of plan check comments (digital and hard copy)
• Notification to applicants
• Supplemental plan checks after initial review
• Inspection Services
• Preparation of site inspection reports
• Attendance at meetings (Planning Commission, City Council)
It is DEA’s plan to assign a plan checker who is a California Licensed
Professional Engineer to work with the City and coordinate reviews
between various City departments and DEA project team members. This
individual will maintain DEA’s submittal log record, inspection report log,
and daily reports and along with other team members, will be available
to meet with applicants and their engineers to discuss and resolve design
issues. This individual will also coordinate with City staff to obtain project
guidelines and requirements such as current Conditions of Approval for
private development project(s) assigned to DEA’s project team. DEA’s
Project Manager and other team members will be made available to
provide expedited reviews upon request from the City.
It is DEA’s goal to provide the requested Plan Checking Services to meet
the City’s needs. With DEA’s team of qualified engineers and surveyors
available to the City, DEA’s goal will be to pick up or have delivered
submittals within 24 hours of notification by the City, and complete all
first check reviews within a ten working day turnaround time period.
Depending on the complexity and number of comments from earlier
reviews, a ten working day review turnaround goal will be established for
all additional reviews.
DEA will review and recommend approval of various plans, NPDES/
SUSMPs, street plans, sanitary sewer plans, storm drain plans, and
hydrology studies for both public and private developments.
DEA will provide preliminary design review of site/grading plans and
attend City design review meetings as necessary.
DEA will plan check easements, lot line adjustments, dedications,
vacations, parcel and tract maps.
DEA will provide inspection services for grading activities, NPDES/SUSMP
compliance, street, sanitary sewer and storm drain installation.
It is DEA’s goal to have the plans ready for approval by the third check.
To accomplish this, DEA encourages the engineer to meet or speak with
the plan checker during the initial submittal to review the submittal for
completeness and to gather information from each other to understand
the nuances of the project and to eliminate misunderstandings. In
working together with the engineer, DEA has minimized delays in the
approval process.
DEA will use a logging system to keep track of the quantity and type
of plans that have been reviewed in house. The logging system records
the date when the plans are received and the date when the plans are
submitted back to the City. DEA will also create correspondence letters
for each review and document major issues that appear as redlines on
the plans. DEA’s logging system allows the firm to answer any questions
regarding status and comments on the plans immediately. It is readily
available within DEA’s computer system. DEA will be able to respond to
any issue regarding the plan check promptly and accurately. Detailed
explanations of various City, County, and State requirements will be
provided with each plan check review.
DEA’s approach to providing City requested plan-checking services
involves the following procedures and methodology:
• Screen check first submittal for compliance to City/County and
project submittal requirements and any Conditions of Approval for
the project.
• Communicate with the City representative and/or the Designer
regarding any deficiencies or missing documentation.
• Complete first check review and prepare written plan check
comments along with providing redlined plans or reports.
• Maintain the City’s interest in terms of safety, potential
liability, operation, maintenance and durability of the proposed
improvements.
• Keep up-to-date with the County Codes, Standards, and Procedures.
• Maintain up-to-date Plan Check records of correspondence and
project documents.
• As part of our review efforts, a Quality Control review will be
conducted to avoid unneeded and unnecessary minor comments
and engineering opinions.
Additional services provided by DEA to the City include review of
tentative maps, field survey, preliminary engineering and civil engineering
design services. These services are provided by senior staff familiar with
the City’s/County’s requirements.
At the request of the City, DEA will provide resources to support the
City’s review of Development Applications including Tentative Tract
Parcel Maps and Site Plans for compliance with the County’s planning
and building codes and ordinances with regards to grading, public
improvements, and water quality requirements. DEA will meet with City
staff to evaluate and review the submittal for completeness. DEA will
prepare comments to be included in the Staff Report to the Planning
Commission.
Processing Required Permits and Agreements
With over 31 years of experience in the public and private sectors,
Carlson Strategic Land Solutions (SLS) is a highly accomplished, principal-
driven consulting firm. SLS specializes in preparing environmental
documents pursuant to CEQA and NEPA, preparing and processing
regulatory permits, conducting biological surveys and leading native
habitat restoration projects, and acting as project manager for large
entitlement projects. SLS distinguishes itself from
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
others through extensive experience and ability to understand the
project’s short and long-term goals, while working with technical details
to create strategic and viable solutions to meet those goals.
SLS provides the following types of services: biology/regulatory
permitting, CEQA/NEPA compliance, and project management/project
entitlement. Representative examples of projects provide an insight into
the breadth of SLS’s experience and expertise.
Regulatory Permits
SLS has trained biologist and regulatory specialists on staff, providing
regulatory permitting, jurisdictional delineations, MSHCP/DBESP
consistency analysis, vegetation mapping, nesting bird surveys, Protocol
Burrowing Owl surveys, construction monitoring, and Biological Technical
reports. The Regulatory Permits include:
• U.S. Army Corps of Engineers Section 404 permits;
• California Department of Fish and Game Section 1602 Streambed
Alteration Agreements;
• Regional Water Quality Control Board Section 401 Water Quality
Certifications; and
• U.S. Fish and Wildlife Service Section 7 consultations and Section 10
Habitat Conservation Plans.
• MSHCP/DBESP Consistency Determinations
Hydrology and Hydraulic Analysis, Water and Sewer
Studies and Network Analysis
The EXP Drainage Team has previous experience working on City of Seal
Beach projects. Our engineers have in-depth knowledge of the County
of Orange hydrology and hydraulic design criteria. The City has adopted
the County of Orange Local Drainage Manual for design criteria, policies
and procedures. The manual is used to evaluate the design of catch
basins, storm drains, channels, culverts, basins and pavement drainage.
The typical flood protection goals are shown on Figure 1-1 of the manual.
The goal of the manual is to protect properties from the 100-year storm.
The 10-year storm and 25-year storm are evaluated for roadway drainage
to ensure emergency response vehicles can safely travel arterial and local
streets.
The City of Seal Beach drains to following major flood control facilities:
Anaheim Bay, Bolsa Chica Channel, Los Alamitos Channel, and San Gabriel
River. There are also some critical habitat and wetlands area such as San
Gabriel River Estuary, Old Ranch Golf Course and the Seal Beach National
Wildlife Refuge. Because the entire City discharges to the Pacific Ocean,
the California Coastal Commission have jurisdiction to protect the coast
and new developments along the coastal zone would need to obtain a
local coastal development permit.
Water and Sewer analysis will comply with the City of Seal Beach
development standards and Standard plans. The City also uses the
American Public Works Association (Standard Plans and Standard
Specifications “Greenbook”), Caltrans, or County of Orange standards as
necessary.
NPDES and WQMP
The City is a co-permittee of the Orange County MS4 permit, Order
No. R8-2009-0030, NPDES Permit No. CAS618030 and as amended
by R8-2010-0062. To comply with the City of Seal Beach MS4 Permit
requirements, each project would have to determine whether it is
a priority or non-priority category. For example, a street project
that creates or replaces more than 5,000 square feet of pavement is
considered a priority project and will require Model WQMP.
In addition to the County’s Model WQMP, other documents include the
Technical Guidance Document (TGD), and Drainage Area Management
Plan (DAMP).
Other reference documents include USEPA guidance, “Managing
Wet Weather with Green Infrastructure; Green Streets” for roadway
COMPANY QUALIFICATIONS | SECTION 4 | PAGE: 23
SLS obtained regulatory permits for the City of Lake Forest’s Civic Center
City of Seal Beach Boundaries Map
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
improvements. The EXP Team have an in-depth knowledge of stormwater
quality, pollutants of concerns, local precipitation patterns, County MS4
Permit and the City of Seal Beach major drainage facilities and their
drainage patterns. We have previous working relationship with municipals
providing WQMPs and Erosion Control and Sediment Plan (ESCP) for
new development and re-development projects. We have used and
referenced the Model WQMP and Technical Guidance Document (TGD)
for all stages of design. Our stormwater experts have the credentials
such as a QSD and QSP and expertise to perform all areas of stormwater
compliance.
Knowledge of Specific Stormwater Issues
In the North Orange County permit area, Hydrologic Condition of
Concerns (HCOCs) are considered to exist if any streams located
downstream from the project are determined to be potentially
susceptible to hydromodification impacts and either of the following
conditions exists:
• Post-development runoff volume for the 2-yr, 24-hr storm exceeds
the pre-development
• Runoff volume for the 2-yr, 24-hr storm by more than 5 percent
OR
• Time of concentration of post-development runoff for the 2-yr,
24-hr storm event exceeds the time of concentration of the pre-
development condition for the 2-yr, 24-hr storm event by more
than 5 percent.
If there is an increase in runoff volume and decrease in infiltration due
to the addition of impervious areas, the time of concentration will be
greatly impacted. The potential for downstream erosion will increase.
An assessment of downstream impacts on physical structure, aquatic and
riparian habitat need to be determined.
The WQMPs must address the TMDLs for the following water bodies:
• Anaheim Bay -Nickel, toxicity, and PCBs
• Seal Beach – Indicator Bacteria, PCBs
• Bolsa Chica Channel – Ammonia, Indicator Bacteria, and pH
(Source: Santa Ana Water Quality Regional Board – Final 2016
Integrated Rport - 303(d) List)
Note that a small area of Seal Beach discharge to the Coyote Creek/San
Gabriel River which is under the jurisdiction of the Los Angeles Regional
Water Quality Control Board.
Storm Water Pollution Prevention Plan (SWPPP)
EXP has prepared numerous SWPPPs and project specific monitoring
programs as required with the State’s General Construction Permit Order
Number 2009-0009-DWQ NPDES No. CAS000002 and as amended by
2010-0014-DWQ and 2012-0006-DWQ. We have an excellent relationship
with the Santa Ana Regional Water Control Board and good standing
with SMARTS. Our QSD/QSD staff have the field experience working
on several construction projects to ensure the SWPPP and updates are
compliant with the General Construction Permit (GCP).
Grant Writing
CivilPros was established to provide civil engineering and construction
management services for both municipal and private clients throughout
the U.S. CivilPros is one of Southern California’s premier, multi-
disciplinary consulting firms and was established with the goal of
providing high value, professional services with a personal touch that
offers lasting benefit to thier clients.
CivilPros approaches its mission with a belief that understanding and
meeting the needs of their clients is vital to the completion of successful
projects. This approach, instilled by CivilPros’ management team, ensures
that thier clients receive highly personal service on every project. The
focus of the firm is to establish a reputation for thoroughness, rapid
turnaround, cost efficiency, and overall outstanding quality of work.
CivilPros is committed to creating value and taking ownership of each
task that they perform. As such, they have created a professional culture
wherein each member of their staff constantly strives for increased
efficiency, ultimately allowing them to provide highly professional
services at competitive rates.
CivilPros believes that the highest value for thier clients is created
when a single team moves a project or program from conception to
completion. As such, CivilPros has created a sole source firm for project
completion, whose comprehensive experience with all phases of project
development and delivery allows the ability to approach us with a
problem, and working together, we are able to create a working and
sustainable solution.
Their multi-disciplinary team of professionals can work from initial needs,
determine solution alternatives, locate and acquire funding sources for
implementation, design the preferred solution, manage its construction,
and ultimately deliver a finished product that exceeds expectations.
Coastal Commission Relationship
With 50 years of experience, ESA is a 525-person, 100 percent employee-
owned, California-based firm that focuses exclusively on environmental
compliance, including the preparation of documentation pursuant to the
California Environmental Quality Act (CEQA) and National Environmental
Policy Act (NEPA). We are one of the largest independently owned
environmental consulting firms headquartered on the West Coast.
We specialize in facilitating CEQA and NEPA compliance for on-call
environmental contracts throughout Southern California, supported by
our in-house technical specialists in the fields of air quality, archaeology,
biology, geology/environmental hazards, geographic information systems,
greenhouse gas (GHG), historic resources, hydrology, noise and vibration,
paleontology, sustainability and climate, traffic, and water quality. We
have 18 offices in California, with 6 of these offices in Southern California
supporting 162 professionals, including 47 employees in downtown Los
Angeles.
ESA appears on the pre-qualified lists of more than two dozen Southern
California public agencies including the cities of Long Beach, Los Angeles,
Santa Monica, Calabasas, Thousand Oaks, Riverside, and San Diego; as
well as the counties of Los Angeles, Ventura, Orange, San Diego, and San
Bernardino, to name a few. These arrangements vary in their application,
COMPANY QUALIFICATIONS | SECTION 4 | PAGE: 24
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
from rotating lists, all-compete lists, or qualified sole source projects/
tasks for both city- and applicant-initiated projects. ESA thrives under
each arrangement and has maintained numerous long-standing on-call
relationships with local public agencies.
Permitting Support for Local, State, and Federal Actions. Our team
will complete all steps necessary to support and/or obtain regulatory
permits. We will use our strong, positive relationships with USACE,
Regional Water Quality Control Board (RWQCB), CDFW, USFWS, and
CCC permitting staff as a valuable asset to the City of Seal Beach in being
able to provide simple to complex permitting strategies and solutions
based on project needs. We will prepare the necessary permit application
packages for and participate in required meetings with the resource
agencies to obtain the permits. The permit process will be completed in
close coordination with City of Seal Beach staff.
Additional Services
Utilities
The EXP Team have developed a comprehensive utility strategy to
identify, manage and design for utilities – existing and new. Two critical
factors that contribute to inefficiencies in the project development
process are the lack of accurate, complete information about utility
facilities that might conflict with the project, and the resolution and
overall management of those conflicts through a comprehensive utility
strategy.
Critical to this strategy is collaboration with the City of Seal Beach
utility coordinator to engage the utility owners. Soon after the concept
design, we will meet with utility companies to provide an overall project
schedule, obtain utility information, describe the conflict identification
process and develop conceptual designs. We will pay special attention
to utility relocations and associated conflicts that have higher degrees
of cost, schedule coordination and impact to adjacent businesses and
properties. We will develop a master utility matrix that identifies all
utilities along the corridor, categorizing each by abandon, relocate or
protect in place. We will identify utilities for early work packages, such as
those in underground construction segments and others requiring long-
lead times or a higher degree of coordination. This matrix is intended as
a tool to aid the City of Seal Beach, stakeholders and utility companies
throughout the project development, design and construction phases.
COMPANY QUALIFICATIONS | SECTION 4 | PAGE: 25
ESA has a strong working relationship with USACE, Regional Water Quality Control Board (RWQCB), CDFW, USFWS, and CCC.
Agency Name
Caltrans District 12
Client Project Manager
Steve Kinaly
t: 657.328.6000 | e: steve.kinaly@dot.ca.gov
Timeline
03/2019 - Ongoing
Scope of Services
• Drainage Design
• Water Quality
• NPDES Compliance
Staff Assigned and Designated for
Work per this RFP
• Portia Gonzalez
SR-1 Project
Traffic Signal Upgrades | Newport Beach, Huntington Beach, Seal Beach, CA
Pavement Rehabilitaion | Huntington Beach to County Line, CA
California, USA
References | Section 5 | PAGE: 26
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
20
Intersection
Improvements
Traffic Signal Upgrades in the Cities of Newport Beach, Huntington Beach, and Seal Beach,
CA
Upgrade Traffic Signal project located on State Route (SR) 1 between Crystal Heights Drive
(PM 13.0) and First Street (Post Mile [PM] 33.6), in the cities of Newport Beach, Huntington
Beach, and Seal Beach in Orange County (EA 0P6800). The proposed project limit is between
Crystal Height Drive and First Street in the cities of Newport Beach, Huntington Beach, and
Seal Beach. This project would improve 20 intersections between PM 13.0 and PM 33.6. The
proposed improvements for this location are to remove and replace the existing traffic signals
and equipment due to age and serviceability with current Caltrans standard traffic signals and
equipment, upgrade the existing curb ramps to the current American with Disability Act (ADA)
standard, relocate/adjust the existing drainage facility due to ADA curb ramp improvements,
trim the existing median island, and remove the existing pedestrian push button on the median
island.
Pavement Rehabilitation Project along SR-1 from Warner Avenue (PM 29.9) in the City of
Huntington Beach to the Los Angeles / Orange county line
The proposed improvements include a cold-plane and overlay of the existing pavement on SR
1, removing and replacing the existing traffic signal loops detectors within the project limits,
upgrading the existing curb ramps to current ADA standards, and restriping the overlay area to
the pre-project condition by incorporating current Caltrans striping and delineator standards.
Key Issues | Challenges:
• Compliance of current Caltrans drainage criteria
• Maintaining Pre- and Post-Construction Peak Runoff
• Addressing Water Quality during construction
• Drainage facilities relocation
• NPDES compliance
In 2015, the construction of Interstate 215 (I-215) Bi-County High Occupancy Vehicle (HOV)
Gap Closure project, from the State Route 60 (SR-60)/I-215/ State Route 91 (SR-91) interchange
in Riverside County to Orange Show Road in San Bernardino County, was completed. This
completed segment, which was the missing piece of a 27-mile long HOV lane corridor, included
visual enhancements, limited to rock blanket at several interchanges and gravel mulch shoulder
backing and retaining wall aesthetics along certain portions of the I-215 mainline.
The purpose of this project, which is funded with San Bernardino County Measure I funds for
the environmental and design phase, is to further develop a landscaping design that will provide
a distinctive cohesive corridor between the two neighboring Counties of San Bernardino and
Riverside.
Previously, Caltrans completed separate landscape master plans for the SR-91 corridor in
Riverside County from the Orange/Riverside County line to the SR-60/I-215/SR-91 interchange
and the I-215 corridor in San Bernardino County from Interstate 10 (I-10) to State Route 210
(SR-210). This has left a gap between the two master plans, and therefore, it is anticipated the
Caltrans “SR91/I-215 Landscape Concept” and “I-215 Bi-County Landscape Gap Closure Master
Plans Transition” documents will be used as a basis.
Agency Name
San Bernardino County, Transportation
Authority
Client Project Manager
Heng Chow, PE
909.884.8276
hchow@gosbcta.com
Timeline
Ongoing
Scope of Services
• Preparation of a draft Supplemental
Project Report
• Preparation of final Supplemental
Project Report and a CE/CE
Environmental Document (PA&ED)
• Preparation of final design (PS&E)
• Right-of-Way requirements and
surveying
• Design Support during construction
Staff Assigned and Designated for
Work per this RFP
• Anh Case
• Khalil Saba
• Gabriel Rodriguez
• Richard Huang
• Portia Gonzalez
Interstate 215 Bi-County Landscape Project
San Bernardino County, CA, USA
References | Section 5 | PAGE: 27
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
27
miles of
enhancements
As Prime Consultant, EXP is performing Phase I preliminary, as well as design engineering
services, for improvements to Franklin Avenue from Mannheim Road to Runge Street. In
addition to managing the project, EXP is providing civil/roadway engineering, drainage and
hydraulics, as well as traffic. The EXP team is also leading agency and stakeholder coordination,
utility coordination and railroad coordination. Working with the Village, Cook County and the
West Central Municipal Conference (WCMC). EXP helped the Village secure grant funding from
WCMC, an Invest in Cook grant and a contribution from the Village.
Preliminary and design engineering for improvements to Franklin Avenue from Mannheim Road
to Runge Street. Improvements to Franklin Avenue will benefit the Village by increasing capacity,
enhancing safety and mobility, and helping accommodate a growing freight corridor that will
ultimately lead to tremendous economic benefits for the Village and the region. The existing
roadway is two lanes. It is envisioned that the typical section would be improved to five lanes
(two-way, 2-lane traffic with a bi-directional turn lane/ median) with potential improvements
to six intersections (two of which are signalized) and three at-grade railroad crossings. Traffic
engineering includes performing intersection studies, evaluating traffic signals and creating a
simulation model to address roadway geometrics for various alternatives.
As part of the initial planning phase, EXP worked with the Village, Cook County and the
WCMC, as well as IDOT, the CP and the Illinois Tollway to obtain secure funds through the
Illinois Competitive Freight Grant program. These funds will be used for the preparation of the
contract documents and the construction implementation for the improvements to Franklin
Ave. EXP led the efforts for completion of the web-based Freight Grant Application, prepared
all supporting arguments and required exhibits, brought the private and public interests for
the project together and coordinated with local, county and CP officials to secure supporting
recommendations and contributing partners for this improvement. The goal is to get the
extended improvements to Franklin Avenue to the same level of project readiness as the already
planned Tollway improvements, thereby taking advantage of project synergies and further
enhance benefits for both the Village and the Tollway.
Agency Name
Village of Franklin Park
Client Project Manager
David Talbot
t: 847.671.8304
e: dtalbot@vofp.com
Timeline
08/2018 - Ongoing
Scope of Services
• Coordinating planned improvements
with the Tollway’s EOWA
improvements
• Providing improved access /
connectivity between Franklin
Avenue and Mannheim Road
• Constructing improvements to
minimize utility and right-of-way
impacts
• Providing for connectivity with
planned multi-use path connections
• Building an improvement that drains
properly
• Coordinating and negotiating with the
CP Railroad
Staff Assigned and Designated for
Work per this RFP
• Sandra Homola
• Brian Olson
Franklin Avenue Improvements
Franklin Park, IL USA
References | Section 5 | PAGE: 28
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
Bi-directional
Turn Lane
Agency Name
City of Newport Beach
Client Project Manager
Patrick Arciniega
t: 949.644.3347
e: paciniega@newportbeachca.gov
Timeline
Completion: 2015 | Construction: 2016
Scope of Services
• Street Rehabilitation
• Landscaped Medians
• Curb Ramp Improvements
• Traffic Signal Upgrades
• Traffic Handling
• Catch Basin Upgrades
• Irrigation & Landscaping
Staff Assigned and Designated for
Work per this RFP
• Marie Marston
Dover Drive Improvements
City of Newport Beach, CA, USA
References | Section 5 | PAGE: 29
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
2
Street
Improvements
A major Orange County Sanitation District aged trunk line sewer was replaced within Dover
Drive which caused significant damage to the street surface. As a result, the City initiated
a street improvement project with along Dover Drive and Westcliff Drive to improve the
pavement and also to improve the aesthetics.
The project involved the rehabilitation of the two existing roadways and construction of new
and in some locations, widened landscaped medians. The improvements on Dover Drive extend
between Coast Highway and Irvine Avenue, approximately 1.4 miles and on Westcliff Drive
from Dover Drive to Irvine Avenue. A change in aesthetics was also requested by the City
and therefore, our team developed alternative landscape palettes from which the City could
choose the preferred new look.
The project additionally included curb ramp improvements, traffic signal upgrades, traffic
handling storm drain catch basin upgrades, and new irrigation and landscaping. Coordination
and an encroachment permit were necessary from Caltrans for the work on Dover Drive at the
intersection with Pacific Coast Highway. We coordinated with the existing utility companies
including AT&T, City of Newport Beach water, The Gas Company, Southern California Edison,
Orange County Sanitation District, and Time Warner.
As Prime Consultant, EXP is performing Phase I preliminary, as well as design engineering The
City of Newport’s Park Avenue Bridge over the Grand Canal which connects Balboa Island and
Little Balboa Island is to reconstructed because the existing bridge has experienced advanced
deterioration and has been determined to be functionally obsolete. The original structure was
built in 1930 and is the only access to and from Little Balboa Island. Benefits of the proposed
project include improved traffic and pedestrian assess, improved boat access under the
proposed structure, and enhanced safety for all. The existing Park Avenue Bridge that spans
across the Grand Canal between Balboa Island and Little Balboa Island is more than eighty
years old. Since said Bridge provides the only road access to/from the Little Balboa Island and
will be completely removed prior to the start of new construction, a rented temporary steel
bridge spanning across the Grand Canal will be installed at Balboa Avenue for the construction
duration.
The new Park Avenue Bridge superstructure will be 110ft long, 36ft-4 inches wide, and contain
three spans of precast pre-stressed concrete girders for a total of 36 girders. The superstructure
will be supported by piers 2 & 3 and Abutments 1 & 4. Piers 2 & 3 will each contain four 30-in
diameter Cast-in-Drilled-Hole concrete pile columns approximately 57ft long. Abutments 1 and
4 will each be supported by 31 - 24in diameter secant piles with a concrete facing. 15 - Type 1
secant piles will be approximately 38-ft long and 16 - Type 2 secant piles will be approximately
18-ft long. Ultimately architectural concrete barrier railing, metal railing, landscaping and light
fixtures will accent the completed bridge features. When completed traffic lanes will be
widened to 11-ft, sidewalks widened to 6-ft, new ADA compliant ramps will be constructed with
pedestrian stairs at all four corners.
The project cost is approximately $8 million. Fountainhead is providing constructability review,
construction engineering, monitoring service, and construction documentation project
management, resident engineering, structure representation, and office engineering services.
Agency Name
City of Newport Beach
Client Project Manager
Mark Vukojevic, Utilities Director
t: 714.765.5148
e: mvukojevic@newportbeachca.govIvan
Timeline
Ongoing
Scope of Services
• Bridge Construction
• Retaining Walls
• Roadway Construction
• Material Testing
• Source Inspection
• Contract Administration
• CPM Scheduling
• Drainage Systems
• Utility Coordination
• Public Outreach
Staff Assigned and Designated for
Work per this RFP
• Ivan Benavidez, PM / RE
• Victor Valdovinos, Estimator
• Jessica Byrd, Office Engineer
Park Avenue Bridge Replacement Project
Caltrans District 12 Oversight
Newport Beach, CA, USA
References | Section 5 | PAGE: 30
Call Professional Engineering Services
City of Seal Beach | Request for Proposal
110ft long, 36ft-4 inches wide
superstructure
EXP
473 E. Carnegie Drive, Suite 200 | San Bernardino, USA 92408
t: 909.228.2821
exp com
City of Seal BeachOn-Call Professional Engineering ServicesFee ProposalLabor Category (Classification) Hourly Rate* Overtime Hourly Rate OTHER DIRECT COSTS CostProject Manager$250.00 N/AReproduction / Plotting ServicesAt CostDeputy Project Manager$210.00 N/AMap & Delivery ServicesAt CostConstruction Manager$250.00 N/AOffice SuppliesAt CostDeputy Construction Manager$210.00 N/ASenior Project Engineer$185.00 N/AProject Engineer$160.00 N/AEngineer II$120.00 N/AEngineer I$110.00 N/AAssistant Engineer$95.00 N/AOffice Engineer$145.00 N/ADocument Control$145.00 N/AAdministrative$80.00 N/AGrant Writing and Fund Acquisition$250.00N/APrincipal$170.00N/A Consultant ServicesCost + 10%Project Manager$150.00N/A ReproductionAt CostSenior Engineer$135.00N/A PlotsAt CostEngineer$115.00N/A Delivery, CourierAt CostSenior Designer$110.00N/A Agency FeesAt CostJunior Engineer/Designer$95.00N/ACommercial TravelAt CostJunior Designer/CADD Technician$85.00N/AClerical$65.00N/APrincipal$236.00N/ASurvey Manager$195.00N/AProject Surveyor$164.00N/ASurvey Analyst$134.00N/ACA LS Party Chief$154.00Hourly Rate * 1.25Certified Party Chief$151.00Hourly Rate * 1.25Party Chief$149.00Hourly Rate * 1.25Instrumentman$137.00Hourly Rate * 1.25Chainman$135.00Hourly Rate * 1.25Project Manager III$190.00$285.00Project Manager I$125.00$187.50Project Engineer V$160.00$240.00Staff Engineer II$115.00$172.50Coast Survey - Survey / MappingCivilWorks - Civil / StreetCivilPros - Grant WritingEXP - PrimeDavid Evans & Associate - Private/Public DevelopmentPage 1 of 3
City of Seal BeachOn-Call Professional Engineering ServicesFee ProposalLabor Category (Classification) Hourly Rate* Overtime Hourly Rate OTHER DIRECT COSTS CostEXP - PrimePrincipal Engineer/Geologist$305.00N/AVehicle, nuclear gauge, misc. equipment, wireless communication$27.00/hrAssociate Engineer/Geologist$255.00N/AAutoCAD, Civil 3D, GIS, Drone Data Processing$25.00/hrSenior Engineer/Geologist$225.00N/AMileage0.78/miProject Engineer/Geologist$205.00N/AStaff Engineer/Geologist$184.00N/AConstruction Services Manager$175.00$262.50Field Representative II$160.00$240.00Laboratory Technician$150.00N/AAssistant Engineer$150.00N/ACAD Specialist$145.00N/AField Representative I$145.00$217.50Field Representative$130.00$195.00Project Assistant$121.00N/ASenior Director III$300.00 N/AMileage CostsFederal Rate/miSenior Director II$280.00 N/ARTK GPS$300/daySenior Director I$265.00 N/ATrimble GPS$75/dayDirector III$240.00 N/APrinting Black & White (8.5 x 11)$0.10/pageDirector II$225.00 N/APrinting Black & White (11 x 17)$0.20/pageDirector I$210.00 N/APrinting Color (8.5 x 11)$0.40/pageManaging Associate III$205.00 N/APrinting Color (11 x 17)$0.70/pageManaging Associate II$190.00 N/AManaging Associate I$175.00 N/ASenior Associate III$170.00 N/ASenior Associate II$160.00 N/ASenior Associate I$150.00 N/AAssociate III$135.00 (1.5x for non-exempt staff)Associate II$125.00 (1.5x for non-exempt staff)Associate I$105.00 (1.5x for non-exempt staff)Project Technician III$120.00 (1.5x for non-exempt staff)Project Technician II$100.00 (1.5x for non-exempt staff)Project Technician I$85.00 (1.5x for non-exempt staff)ESA - Coastal Commission LiaisonEngeo - GeotechnicalPage 2 of 3
City of Seal BeachOn-Call Professional Engineering ServicesFee ProposalLabor Category (Classification) Hourly Rate* Overtime Hourly Rate OTHER DIRECT COSTS CostEXP - PrimeProject Manager / Resident Engineer$185.00 $185.00Resident Engineers (PE's)$185.00 $185.00Structure Representative$185.00 $185.00Office Engineer$150.00 $150.00Construction Inspectors$145.00 $145.00Electrical Inspectors$145.00 $145.00Utilities Inspectors$145.00 $145.00Landscape Architects (RLA)$165.00 $165.00Administration / Labor Compliance$80.00 $80.00Regulatory Lead$200.00$300.00 Mileage$0.58/miRegulatory Specialist$150.00$225.00Field Biologist$120.00$180.00Field Assistant$95.00$142.50Project Manager, Public Outreach$180.00N/ATechnical Lead, Public Outreach$165.00N/ACommunity Liaison, Public Outreach$150.00N/AGraphic Designer/Multimedia Experts (photographer, videographer)$115.00N/AAccount Support/Administration$75.00N/A* Hourly Rates will be escalated 3% annually at the anniversay of the contract and shall be approved by the City of Seal Beach.Westbound Communications - Community OutreachCSLS - Environmental / PermittingFountainhead - Construction ManagementPage 3 of 3
EXHIBIT B
TERMS FOR COMPLIANCE WITH CALIFORNIA LABOR LAW REQUIREMENTS
1. This Agreement calls for services that, in whole or in part, constitute “public works”
as defined in Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the
California Labor Code (“Chapter 1”). Further, Consultant acknowledges that this
Agreement is subject to (a) Chapter 1 and (b) the rules and regulations established by
the Department of Industrial Relations (“DIR”) implementing such statutes. Therefore, as
to those Services that are “public works”, Consultant shall comply with and be bound by
all the terms, rules and regulations described in 1(a) and 1(b) as though set forth in full
herein.
2. California law requires the inclusion of specific Labor Code provisions in certain
contracts. The inclusion of such specific provisions below, whether or not required by
California law, does not alter the meaning or scope of Section 1 above.
3. Consultant shall be registered with the Department of Industrial Relations in
accordance with California Labor Code Section 1725.5, and has provided proof of
registration to City prior to the Effective Date of this Agreement. Consultant shall not
perform work with any subcontractor that is not registered with DIR pursuant to Section
1725.5. Consultant and subcontractors shall maintain their registration with the DIR in
effect throughout the duration of this Agreement. If Consultant or any subcontractor
ceases to be registered with DIR at any time during the duration of the project,
Consultant shall immediately notify City.
4. Pursuant to Labor Code Section 1771.4, Consultant’s Services are subject to
compliance monitoring and enforcement by DIR. Consultant shall post job site notices,
as prescribed by DIR regulations.
5. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem
wages for each craft, classification, or type of worker needed to perform the Agreement
are on file at City Hall and will be made available to any interested party on request.
Consultant acknowledges receipt of a copy of the DIR determination of such prevailing
rate of per diem wages, and Consultant shall post such rates at each job site covered by
this Agreement.
6. Consultant shall comply with and be bound by the provisions of Labor Code Sections
1774 and 1775 concerning the payment of prevailing rates of wages to workers and the
penalties for failure to pay prevailing wages. Consultant shall, as a penalty to City, forfeit
$200.00 for each calendar day, or portion thereof, for each worker paid less than the
prevailing rates as determined by the DIR for the work or craft in which the worker is
employed for any public work done pursuant to this Agreement by Consultant or by any
subcontractor.
7. Consultant shall comply with and be bound by the provisions of Labor Code Section
1776, which requires Consultant and each subcontractor to: keep accurate payroll
records and verify such records in writing under penalty of perjury, as specified in
Section 1776; certify and make such payroll records available for inspection as provided
by Section 1776; and inform City of the location of the records.
8. Consultant shall comply with and be bound by the provisions of Labor Code Sections
1777.5, 1777.6 and 1777.7 and California Code of Regulations, Title 8, Section 200 et
seq. concerning the employment of apprentices on public works projects. Consultant
shall be responsible for compliance with these aforementioned Sections for all
apprenticeable occupations. Prior to commencing work under this Agreement,
Consultant shall provide City with a copy of the information submitted to any applicable
apprenticeship program. Within 60 days after concluding work pursuant to this
Agreement, Consultant and each of its subcontractors shall submit to City a verified
statement of the journeyman and apprentice hours performed under this Agreement.
9. Consultant shall not perform Work with any Subcontractor that has been debarred or
suspended pursuant to California Labor Code Section 1777.1 or any other federal or
state law providing for the debarment of contractors from public works. Consultant and
subcontractors shall not be debarred or suspended throughout the duration of this
Contract pursuant to Labor Code Section 1777.1 or any other federal or state law
providing for the debarment of contractors from public works. If Consultant or any
subcontractor becomes debarred or suspended during the duration of the project,
Consultant shall immediately notify City.
10. Consultant acknowledges that eight hours labor constitutes a legal day’s work.
Consultant shall comply with and be bound by Labor Code Section 1810. Consultant
shall comply with and be bound by the provisions of Labor Code Section 1813
concerning penalties for workers who work excess hours. Consultant shall, as a penalty
to City, forfeit $25.00 for each worker employed in the performance of this Agreement by
Consultant or by any subcontractor for each calendar day during which such worker is
required or permitted to work more than eight hours in any one calendar day and 40
hours in any one calendar week in violation of the provisions of Division 2, Part 7,
Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code Section 1815, work
performed by employees of Consultant in excess of eight hours per day, and 40 hours
during any one week shall be permitted upon public work upon compensation for all
hours worked in excess of eight hours per day at not less than one and one-half times
the basic rate of pay.
11. California Labor Code Sections 1860 and 3700 provide that every employer will be
required to secure the payment of compensation to its employees. In accordance with
the provisions of California Labor Code Section 1861, Consultant hereby certifies as
follows:
“I am aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers’
compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this contract.”
12. For every subcontractor who will perform work on the project, Consultant shall be
responsible for such subcontractor’s compliance with Chapter 1 and Labor Code
Sections 1860 and 3700, and Consultant shall include in the written contract between it
and each subcontractor a copy of those statutory provisions and a requirement that each
subcontractor shall comply with those statutory provisions. Consultant shall be required
to take all actions necessary to enforce such contractual provisions and ensure
subcontractor’s compliance, including without limitation, conducting a periodic review of
the certified payroll records of the subcontractor and upon becoming aware of the failure
of the subcontractor to pay his or her workers the specified prevailing rate of wages.
Consultant shall diligently take corrective action to halt or rectify any failure.
13. To the maximum extent permitted by law, Consultant shall indemnify, hold harmless
and defend (at Consultant’s expense with counsel reasonably acceptable to City) City, its
officials, officers, employees, agents and independent contractors serving in the role of
City officials, and volunteers from and against any demand or claim for damages,
compensation, fines, penalties or other amounts arising out of or incidental to any acts or
omissions listed above by any person or entity (including Consultant, its subcontractors,
and each of their officials, officers, employees and agents) in connection with any work
undertaken or in connection with the Agreement, including without limitation the payment
of all consequential damages, attorneys’ fees, and other related costs and expenses. All
duties of Consultant under this Section shall survive the termination of the Agreement.
PROFESSIONAL SERVICES AGREEMENT
for
On-Call Professional Inspection Services
between
City of Seal Beach
211 8th Street
Seal Beach, CA 90740
&
Ardurra Group, Inc. dba AndersonPenna Partners
3737 Birch Street, Suite 250
Newport Beach, CA 92660
(949) 428-1500
This Professional Service Agreement (“the Agreement”) is made as of June 24,
2019 (the “Effective Date”), by and between Ardurra Group, Inc. dba
AndersonPenna Partners, (“Consultant”), a California corporation, and the City of
Seal Beach (“City”), a California charter city, (collectively, “the Parties”).
1 of 12
2305709v3
RECITALS
A. City desires certain on-call professional inspection services, in the manner
set forth herein and more particularly described in Section 1.0.
B. Consultant represents that it is qualified and able to provide City with such
services.
C. City desires to retain Consultant and Consultant desires to serve City to
perform those services in accordance with the terms and conditions of this
Agreement.
NOW THEREFORE, in consideration of the Parties’ performance of the
promises, covenants, and conditions stated herein, the Parties hereto agree as
follows.
AGREEMENT
1.0 Scope of Services
1.1. Consultant shall provide those services (“Services”) set forth in the
attached Exhibit A, which is hereby incorporated by this reference. To the extent
that there is any conflict between Exhibit A and this Agreement, this Agreement
shall control.
1.2. Consultant shall perform all Services under this Agreement in
accordance with the standard of care generally exercised by like professionals
under similar circumstances, at the same time and in the same or similar locality.
1.3. In performing this Agreement, Consultant shall comply with all
applicable provisions of federal, state, and local law.
1.4. Consultant will not be compensated for any work performed not
specified in the Scope of Services unless the City authorizes such work in
advance and in writing.
2.0 Term
2.1. The term of this Agreement shall commence as of the Effective
Date and shall continue for a term of three (3) years (“Original Term”) and shall
expire at midnight on June 24, 2022, unless sooner terminated or extended as
provided by this Agreement.
2.2. The City, at its sole option, may elect to extend the Original Term of
this Agreement, upon the same terms and conditions, for up to two (2) additional
2 of 12
2305709v3
terms of one year each (“extension”), by providing written notice to Contractor at
least one month prior to the expiration of an existing term. If timely elected by the
City, the first extension shall have a term extending from June 24, 2022 through
and including June 24, 2023, unless sooner terminated or extended pursuant to
this Agreement. If timely elected by the City, the second extension shall be from
June 24, 2023 through and including June 24, 2024, unless sooner terminated
pursuant to this Agreement. Any extension shall not be effective except upon
execution of a written amendment to this Agreement signed by the City Manager
and Contractor’s authorized representatives.
3.0 Consultant’s Compensation
3.1. City will pay Consultant in accordance with the hourly rates shown
on the fee schedule set forth in Exhibit A for Services but in no event will the City
pay more than the total not-to-exceed amount of $240,000 for the Original Term.
3.2. In the event that City elects to extend the Original Term in
accordance with Section 2.2 of this Agreement, City will pay Consultant in
accordance with the hourly rates shown on the fee schedule set forth in Exhibit A
for Services but in no event will the City pay more than the total not-to-exceed
amount of $80,000 for each extension.
3.3. Consultant will not be compensated for any work performed not
specified in the Scope of Services unless the City authorizes such work in
advance and in writing. The City Manager may authorize extra work to fund
unforeseen conditions up to the amount approved at the time of award by the
City Council. Payment for additional work in excess of this amount requires prior
City Council authorization. Any additional work authorized by the City Council
pursuant to this Section will be compensated in accordance with the fee
schedule set forth in Exhibit A.
4.0 Method of Payment
4.1. Consultant shall submit to City monthly invoices for all services
rendered pursuant to this Agreement. Such invoices shall be submitted within 15
days of the end of the month during which the services were rendered and shall
describe in detail the services rendered during the period, the days worked,
number of hours worked, the hourly rates charged, and the services performed
for each day in the period. City will pay Consultant within 30 days of receiving
Consultant’s invoice. City will not withhold any applicable federal or state payroll
and other required taxes, or other authorized deductions from payments made to
Consultant.
4.2. Upon 24-hour notice from City, Consultant shall allow City or City’s
agents or representatives to inspect at Consultant’s offices during reasonable
business hours all records, invoices, time cards, cost control sheets and other
3 of 12
2305709v3
records maintained by Consultant in connection with this Agreement. City’s
rights under this Section 4.2 shall survive for two years following the termination
of this Agreement.
5.0 Termination
5.1. This Agreement may be terminated by City, without cause, or by
Consultant based on reasonable cause, upon giving the other party written notice
thereof not less than 30 days prior to the date of termination.
5.2. This Agreement may be terminated by City upon 10 days’ notice to
Consultant if Consultant fails to provide satisfactory evidence of renewal or
replacement of comprehensive general liability insurance as required by this
Agreement at least 20 days before the expiration date of the previous policy.
6.0 Party Representatives
6.3. The City Manager is the City’s representative for purposes of this
Agreement.
6.1. Dino P. D’Emilia is the Consultant’s primary representative for
purposes of this Agreement.
7.0 Notices
7.2. All notices permitted or required under this Agreement shall be
deemed made when personally delivered or when mailed 48 hours after deposit
in the United States Mail, first class postage prepaid and addressed to the party
at the following addresses:
To City: City of Seal Beach
211-8th Street
Seal Beach, California 90740
Attn: City Manager
To Consultant: Ardurra Group, Inc. dba AndersonPenna
Partners
3737 Birch Street, Suite 250
Newport Beach, CA 92660
Attn: Dino P. D’Emilia
7.3. Actual notice shall be deemed adequate notice on the date actual
notice occurred, regardless of the method of service.
4 of 12
2305709v3
8.0 Independent Contractor
8.1. Consultant is an independent contractor and not an employee of
the City. All work or other Services provided pursuant to this Agreement shall be
performed by Consultant or by Consultant’s employees or other personnel under
Consultant’s supervision, and Consultant and all of Consultant’s personnel shall
possess the qualifications, permits, and licenses required by State and local law
to perform such Services, including, without limitation, a City of Seal Beach
business license as required by the Seal Beach Municipal Code. Consultant will
determine the means, methods, and details by which Consultant’s personnel will
perform the Services. Consultant shall be solely responsible for the satisfactory
work performance of all personnel engaged in performing the Services and
compliance with the customary professional standards.
8.2. All of Consultant’s employees and other personnel performing any
of the Services under this Agreement on behalf of Consultant shall also not be
employees of City and shall at all times be under Consultant's exclusive direction
and control. Consultant and Consultant’s personnel shall not supervise any of
City’s employees; and City’s employees shall not supervise Consultant’s
personnel. Consultant’s personnel shall not wear or display any City uniform,
badge, identification number, or other information identifying such individual as
an employee of City; and Consultant’s personnel shall not use any City e-mail
address or City telephone number in the performance of any of the Services
under this Agreement. Consultant shall acquire and maintain at its sole cost and
expense such vehicles, equipment and supplies as Consultant’s personnel
require to perform any of the Services required by this Agreement. Consultant
shall perform all Services off of City premises at locations of Consultant’s choice,
except as otherwise may from time to time be necessary in order for Consultant’s
personnel to receive projects from City, review plans on file at City, pick up or
deliver any work product related to Consultant’s performance of any Services
under this Agreement, or as may be necessary to inspect or visit City locations
and/or private property to perform such Services. City may make a computer
available to Consultant from time to time for Consultant’s personnel to obtain
information about or to check on the status of projects pertaining to the Services
under this Agreement.
8.3. Consultant shall be responsible for and pay all wages, salaries,
benefits and other amounts due to Consultant’s personnel in connection with
their performance of any Services under this Agreement and as required by law.
Consultant shall be responsible for all reports and obligations respecting such
additional personnel, including, but not limited to: Social Security taxes, other
retirement or pension benefits, income tax withholding, unemployment insurance,
disability insurance, and workers' compensation insurance. Notwithstanding any
other agency, State, or federal policy, rule, regulation, statute or ordinance to the
contrary, Consultant and any of its officers, employees, agents, and
subcontractors providing any of the Services under this Agreement shall not
5 of 12
2305709v3
become entitled to, and hereby waive any claims to, any wages, salaries,
compensation, benefit or any incident of employment by City, including but not
limited to, eligibility to enroll in, or reinstate to membership in, the California
Public Employees Retirement System (“PERS”) as an employee of City, and
entitlement to any contribution to be paid by City for employer contributions or
employee contributions for PERS benefits.
8.4. Consultant shall indemnify and hold harmless City and its elected
officials, officers, employees, servants, designated volunteers, and agents
serving as independent contractors in the role of City officials, from any and all
liability, damages, claims, costs and expenses of any nature to the extent arising
from Consultant’s personnel practices. City shall have the right to offset against
the amount of any fees due to Consultant under this Agreement any amount due
to City from Consultant as a result of Consultant’s failure to promptly pay to City
any reimbursement or indemnification arising under this Section. This duty of
indemnification is in addition to Consultant’s duty to defend, indemnify and hold
harmless as set forth in Section 15.0 of this Agreement.
9.0 Confidentiality
Consultant covenants that all data, documents, discussion, or other information
developed or received by Consultant or provided for performance of this
Agreement are deemed confidential and shall not be disclosed by Consultant
without prior written authorization by City. City shall grant such authorization if
applicable law requires disclosure. All City data shall be returned to City upon
the termination of this Agreement. Consultant’s covenant under this Section
shall survive the termination of this Agreement.
10.0 Subcontractors
No portion of this Agreement shall be subcontracted without the prior written
approval of the City. Consultant is fully responsible to City for the performance of
any and all subcontractors.
11.0 Assignment
Consultant shall not assign or transfer any interest in this Agreement whether by
assignment or novation, without the prior written consent of City. Any purported
assignment without such consent shall be void and without effect.
12.0 Inspection and Audit of Records
Consultant shall maintain complete and accurate records with respect to all
Services and other matters covered under this Agreement, including but
expressly not limited to, all Services performed, salaries, wages, invoices, time
cards, cost control sheets, costs, expenses, receipts and other records with
respect to this Agreement. Consultant shall maintain adequate records on the
6 of 12
2305709v3
Services provided in sufficient detail to permit an evaluation of all Services in
connection therewith. All such records shall be clearly identified and readily
accessible. At all times during regular business hours, Consultant shall provide
City with free access to such records, and the right to examine and audit the
same and to make copies and transcripts as City deems necessary, and shall
allow inspection of all program data, information, documents, proceedings and
activities and all other matters related to the performance of the Services under
this Agreement. Consultant shall retain all financial and program service
records and all other records related to the Services and performance of this
Agreement for at least three (3) years after expiration, termination or final
payment under this Agreement, whichever occurs later. City’s rights under this
Section 12.0 shall survive for three (3) years after expiration, termination or
final payment under this Agreement, whichever occurs later.
13.0 Safety Requirements
All work performed under this Agreement shall be performed in such a manner
as to provide safety to the public and to meet or exceed the safety standards
outlined by CAL OSHA. The City may issue restraint or cease and desist orders
to Consultant when unsafe or harmful acts are observed or reported relative to
the performance of the Services. Consultant shall maintain the work sites free of
hazards to persons and property resulting from its operations. Consultant shall
immediately report to the City any hazardous condition noted by Contractor.
14.0 Insurance
14.1. Consultant shall not commence work under this Agreement until it
has provided evidence satisfactory to the City that Consultant has secured all
insurance required under this Section. Consultant shall furnish City with original
certificates of insurance and endorsements effecting coverage required by this
Agreement on forms satisfactory to the City. The certificates and endorsements
for each insurance policy shall be signed by a person authorized by that insurer
to bind coverage on its behalf, and shall be on forms provided by the City if
requested. All certificates and endorsements shall be received and approved by
the City before work commences. The City reserves the right to require
complete, certified copies of all required insurance policies, at any time.
14.2. Consultant shall, at its expense, procure and maintain for the
duration of the Agreement, insurance against claims for injuries to persons or
damages to property that may arise from or in connection with the performance
of this Agreement. Insurance is to be placed with insurers with a current A.M.
Best’s rating no less than A:VIII, licensed to do business in California, and
satisfactory to the City. Coverage shall be at least as broad as the latest version
of the following: (1) General Liability: Insurance Services Office Commercial
General Liability coverage (occurrence form CG 0001); (2) Automobile Liability:
Insurance Services Office Business Auto Coverage form number CA 0001, code
1 (any auto); and, if required by the City, (3) Professional Liability. Consultant
7 of 12
2305709v3
shall maintain limits no less than: (1) General Liability: $2,000,000 per
occurrence for bodily injury, personal injury and property damage and if
Commercial General Liability Insurance or other form with a general aggregate
limit is used, either the general aggregate limit shall apply separately to this
Agreement/location or the general aggregate limit shall be twice the required
occurrence limit; (2) Automobile Liability: $1,000,000 per accident for bodily injury
and property damage; and (3) Professional Liability: $1,000,000 per
claim/aggregate.
14.3. The insurance policies shall contain the following provisions, or
Consultant shall provide endorsements on forms supplied or approved by the
City to state: (1) coverage shall not be suspended, voided, reduced or canceled
except after 30 days prior written notice by certified mail, return receipt
requested, has been given to the City; (2) any failure to comply with reporting or
other provisions of the policies, including breaches of warranties, shall not affect
coverage provided to the City, its directors, officials, officers, (3) coverage shall
be primary insurance as respects the City, its directors, officials, officers,
employees, agents and volunteers, or if excess, shall stand in an unbroken chain
of coverage excess of the Consultant’s scheduled underlying coverage and that
any insurance or self-insurance maintained by the City, its directors, officials,
officers, employees, agents and volunteers shall be excess of the Consultant’s
insurance and shall not be called upon to contribute with it; (4) for general liability
insurance, that the City, its directors, officials, officers, employees, agents and
volunteers shall be covered as additional insureds with respect to the services or
operations performed by or on behalf of the Consultant, including materials, parts
or equipment furnished in connection with such work; and (5) for automobile
liability, that the City, its directors, officials, officers, employees, agents and
volunteers shall be covered as additional insureds with respect to the ownership,
operation, maintenance, use, loading or unloading of any auto owned, leased,
hired or borrowed by the Consultant or for which the Consultant is responsible.
14.4. All insurance required by this Section shall contain standard
separation of insureds provisions and shall not contain any special limitations on
the scope of protection afforded to the City, its directors, officials, officers,
employees, agents, and volunteers.
14.5. Any deductibles or self-insured retentions shall be declared to and
approved by the City. Consultant guarantees that, at the option of the City,
either: (1) the insurer shall reduce or eliminate such deductibles or self-insured
retentions as respects the City, its directors, officials, officers, employees,
agents, and volunteers; or (2) the Consultant shall procure a bond guaranteeing
payment of losses and related investigation costs, claims and administrative and
defense expenses.
8 of 12
2305709v3
15.0 Indemnification, Hold Harmless, and Duty to Defend
15.1. Indemnity for Professional Services. To the fullest extent permitted
by law, Consultant shall, at its sole cost and expense, defend, indemnify and hold
harmless the City, its elected officials, officers, attorneys, agents, employees,
designated volunteers, successors, assigns and those City agents serving as
independent contractors in the role of City officials (collectively “Indemnitees” in
this Section 15.0), from and against any and all damages, costs, expenses,
liabilities, claims, demands, causes of action, proceedings, judgments, penalties,
liens, and losses of any nature whatsoever, including fees of accountants and
other professionals, and all costs associated therewith, and reimbursement of
attorneys' fees and costs of defense (collectively “Claims”), whether actual,
alleged or threatened, which arise out of, pertain to, or relate to, in whole or in
part, the negligence, recklessness or willful misconduct of Consultant, and/or its
officers, agents, servants, employees, subcontractors, contractors or their
officers, agents, servants or employees (or any entity or individual that
Consultant shall bear the legal liability thereof) in the performance of professional
services under this Agreement. Consultant shall defend the Indemnitees in any
action or actions filed in connection with any Claims with counsel of the
Indemnitees’ choice, and shall pay all costs and expenses, including all
attorneys’ fees and experts’ costs actually incurred in connection with such
defense. Consultant shall reimburse the Indemnitees for any and all legal
expenses and costs incurred by the Indemnitees in connection therewith.
15.2. Other Indemnitees. Other than in the performance of professional
services, and to the fullest extent permitted by law, Consultant shall, at its sole
cost and expense, protect, defend, hold harmless and indemnify the Indemnitees
from and against any and all damages, costs, expenses, liabilities, claims,
demands, causes of action, proceedings, judgments, penalties, liens and losses
of any nature whatsoever, including fees of accountants, attorneys and other
professionals, and all costs associated therewith, and the payment of all
consequential damages (collectively “Damages”), in law or equity, whether
actual, alleged or threatened, which arise out of, pertain to, or relate to the acts
or omissions of Consultant, its officers, agents, servants, employees,
subcontractors, materialmen, suppliers, or Consultants, or their officers, agents,
servants or employees (or any entity or individual that Consultant shall bear the
legal liability thereof) in the performance of this Agreement, including the
Indemnitees’ active or passive negligence, except for Damages arising from the
sole negligence or willful misconduct of the Indemnitees, as determined by final
arbitration or court decision or by the agreement of the Parties. Consultant shall
defend the Indemnitees in any action or actions filed in connection with any
Damages with counsel of the Indemnitees’ choice, and shall pay all costs and
expenses, including all attorneys’ fees and experts’ costs actually incurred in
connection with such defense. Consultant shall reimburse the Indemnitees for
any and all legal expenses and costs incurred by the Indemnitees in connection
therewith.
9 of 12
2305709v3
15.3. The obligations of Consultant under this or any other provision of
this Agreement shall not be limited by the provisions of any workers’
compensation act or similar act. Consultant’s indemnity obligation set forth in
this Section 15.0 shall not be limited by the limits of any policies of insurance
required or provided by Consultant pursuant to this Agreement.
15.4. Consultant’s covenants under this Section 15.0 shall survive the
expiration or termination of this Agreement.”
16.0 Equal Opportunity
Consultant affirmatively represents that it is an equal opportunity employer.
Consultant shall not discriminate against any subcontractor, employee, or
applicant for employment because of race, religion, color, national origin,
handicap, ancestry, sex, sexual orientation, or age. Such non-discrimination
includes, but is not limited to, all activities related to initial employment,
upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, or
termination.
17.0 Labor Certification
By its signature hereunder, Consultant certifies that it is aware of the provisions
of Section 3700 of the California Labor Code that require every employer to be
insured against liability for Workers’ Compensation or to undertake self-insurance
in accordance with the provisions of that Code, and agrees to comply with such
provisions before commencing the performance of the Services.
18.0 Prevailing Wage and Payroll Records
If this Agreement calls for services that, in whole or in part, constitute “public
works” as defined in the California Labor Code, then Consultant shall comply in
all respects with all applicable provisions of the California Labor Code,
including those set forth in Exhibit B, attached hereto and incorporated by
reference herein.
19.0 Entire Agreement
This Agreement contains the entire agreement of the parties with respect to the
subject matter hereof, and supersedes all prior negotiations, understandings, or
agreements. This Agreement may only be modified by a writing signed by both
parties.
20.0 Severability
The invalidity in whole or in part of any provisions of this Agreement shall not
void or affect the validity of the other provisions of this Agreement.
10 of 12
2305709v3
21.0 Governing Law
This Agreement shall be governed by and construed in accordance with the laws
of the State of California.
22.0 No Third Party Rights
No third party shall be deemed to have any rights hereunder against either party
as a result of this Agreement.
23.0 Waiver
No waiver of any default shall constitute a waiver of any other default or breach,
whether of the same or other covenant or condition. No waiver, benefit, privilege,
or service voluntarily given or performed by a party shall give the other party any
contractual rights by custom, estoppel, or otherwise.
24.0 Prohibited Interests; Conflict of Interest
24.1. Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the Services, or
which would conflict in any manner with the performance of the Services.
Consultant further covenants that, in performance of this Agreement, no person
having any such interest shall be employed by it. Furthermore, Consultant shall
avoid the appearance of having any interest, which would conflict in any manner
with the performance of the Services. Consultant shall not accept any
employment or representation during the term of this Agreement which is or may
likely make Consultant “financially interested” (as provided in California
Government Code §§1090 and 87100) in any decision made by City on any
matter in connection with which Consultant has been retained.
24.2. Consultant further warrants and maintains that it has not employed
or retained any person or entity, other than a bona fide employee working
exclusively for Consultant, to solicit or obtain this Agreement. Nor has
Consultant paid or agreed to pay any person or entity, other than a bona fide
employee working exclusively for Consultant, any fee, commission, gift,
percentage, or any other consideration contingent upon the execution of this
Agreement. Upon any breach or violation of this warranty, City shall have the
right, at its sole and absolute discretion, to terminate this Agreement without
further liability, or to deduct from any sums payable to Consultant hereunder the
full amount or value of any such fee, commission, percentage or gift.
24.3. Consultant warrants and maintains that it has no knowledge that
any officer or employee of City has any interest, whether contractual, non-
contractual, financial, proprietary, or otherwise, in this transaction or in the
11 of 12
2305709v3
business of Consultant, and that if any such interest comes to the knowledge of
Consultant at any time during the term of this Agreement, Consultant shall
immediately make a complete, written disclosure of such interest to City, even if
such interest would not be deemed a prohibited “conflict of interest” under
applicable laws as described in this subsection.
25.0 Attorneys’ Fees
If either party commences any legal, administrative or other action against the
other party, either legal, administrative or otherwise, arising out of or in
connection with this Agreement, each party in such action shall bear its own
attorneys’ fees and other costs incurred in connection therewith.
26.0 Exhibits
All exhibits referenced in this Agreement are hereby incorporated into the
Agreement as if set forth in full herein. In the event of any material discrepancy
between the terms of any exhibit so incorporated and the terms of this
Agreement, the terms of this Agreement shall control.
27.0 Corporate Authority
The person executing this Agreement on behalf of Consultant warrants that he or
she is duly authorized to execute this Agreement on behalf of said Party and that
by his or her execution, the Consultant is formally bound to the provisions of this
Agreement.
12 of 12
2305709v3
IN WITNESS WHEREOF, the Parties hereto, through their respective authorized
representatives have executed this Agreement as of the date and year first
above written.
CITY OF SEAL BEACH
By: _________________________
Jill R. Ingram, City Manager
Attest:
By: _________________________
Gloria D. Harper, City Clerk
Approved as to Form:
By: _________________________
Craig A. Steele, City Attorney
CONSULTANT: Ardurra Group, Inc.
dba AndersonPenna Partners,
California corporation
By:
Name: Lisa M Penna
Its: Vice President
By:
__
Name: Dino D’Emilia
Its: Vice President
(Please note, two signatures required
for corporations pursuant to California
Corporations Code Section 313.)
2305709v3
EXHIBIT A
SCOPE OF WORK & COST PROPOSAL
Proposal to Provide
On-Call Professional Construction
Inspection Services
to the City of Seal Beach
April 26, 2019
AndersonPenna Partners, Inc.
3737 Birch Street, Suite 250 Newport Beach, CA 92660 949 428 1500
1960 East Grand Avenue, Suite 300 El Segundo, CA 90245 310 359 1203
100 W. Broadway Long Beach, CA 90802
16801 Van Buren Boulevard Riverside, CA 92504 951 200 3021
www.andpen.com
dba
Submitted by:
Newport Beach El Segundo Riverside Long Beach www.andpen.com
April 26, 2019
Iris Lee, PE
Deputy Public Works Director
Department of Public Works
City of Seal Beach
211 Eighth Street
Seal Beach, CA 90740
Subject: Proposal to Provide On-Call Professional Inspection Services to the City of Seal Beach
Dear Ms. Lee,
AndersonPenna Partners, Inc. (APP) welcomes this opportunity to present our bench of seasoned qualified public works
inspection professionals to the City of Seal Beach (City) for this on-call contract. While the City is familiar with APP through
the Ocean Place and Westminster Boulevard bicycle lane projects, this RFP allows us to provide a broader look at our
capabilities.
APP specializes in project delivery for local and regional public agencies. Our team members bring directly relevant experience
with public works projects and capital improvements for cities throughout Orange and Los Angeles Counties. Core practices
include public works inspection, construction management, program and project management, engineering design and
staff augmentation.
By selecting the APP team, the City will gain access to the following resources:
· A bench of technically current, proactive senior public works construction inspectors. APP’s inspectors offer
the proven ability to ensure compliance with plans and specifications, regulations and standards. They possess an
in-depth understanding of the Greenbook, Caltrans manual, WATCH manual, and other relevant industry standards.
Their extensive experience includes overseeing safety, traffic control, field public relations, NPDES and quality
assurance on public infrastructure projects.
· A successful track record providing inspection services to coastal communities throughout Southern
California. APP’s inspection clients along the coast include the Cities of Long Beach, Manhattan Beach, Santa
Monica, Laguna Beach, Newport Beach, Redondo Beach and Hermosa Beach.
· Gary Heinbuch, APP Inspection Services Quality Assurance Manager. Gary maintains ongoing, one-on-one
communication with clients to ensure their complete satisfaction with work performed. He also provides regular
coordination with all APP inspectors to ensure the proper tooling and quality control. Gary brings more than 35 years
of construction management and inspection experience.
· Principal-in-Charge, Dino D’Emilia, PE, F.ASCE, QSD, whose top priority will be to ensure the City’s satisfaction
with the services provided. Dino currently manages APP’s on-call inspection and construction management contracts
with the Cities of Long Beach, Irvine, Lake Forest, the Irvine Ranch Water District and many other public agencies. He
has delivered more than $1 billion in public improvements.
April 26, 2019
Page 2
· The APP inspection team’s qualifications perfectly match the City’s capital improvement priorities. The
Seal Beach Five-Year Capital Improvement Plan emphasizes road, water, sewer and drainage and pier improvements.
APP’s growth can be linked to successfully delivering projects such as these. Please see our project examples,
which begin on Page 4.
APP’s contractual contact for this RFP is:
Dino P. D’Emilia, PE, F.ASCE, QSD,
Vice President, Project and Construction Management Group Leader
Ardurra Group, Inc. dba AndersonPenna Partners
1960 E. Grand Street, Suite 300, El Segundo, CA 90245
Cell: (714) 458-0703, Email: ddemilia@ardurra.com
In short, APP looks forward to being of expanding service to the City. Should you have any questions or desire any additional
information, please contact me at (714) 458-0703 or ddemillia@ardurra.com.
Respectfully submitted,
Ardurra Group, Inc. dba AndersonPenna Partners
Dino D’Emilia, PE, F.ASCE, QSD
Vice President, Project and Construction Management Group Leader
cc: Lisa M. Penna, PE, F.ASCE, QSD, Managing Principal
Gary Heinbuch, Inspections Manager
On-Call Professional Inspection Services City of Seal Beach
i | P a g e
Table of Contents
Cover Letter
Company Qualifications .................................................................................................................................. 1
Background and Experience ..................................................................................................................................................... 1
Financial Condition ................................................................................................................................................................... 1
Professional Competence of Inspection Personnel .................................................................................................................. 1
Quality Assurance/Quality Control (QA/QC) ............................................................................................................................. 2
Document Tracking and File-Sharing Process with the City .................................................................................................... 2
References/Relevant Project Experience .......................................................................................................... 4
Local Staffing List and Resumes .................................................................................................................... 10
Organization Chart ................................................................................................................................................................. 10
Availability .............................................................................................................................................................................. 10
Resumes of Proposed Staff ..................................................................................................................................................... 11
Samples ........................................................................................................................................................ 24
Exceptions .................................................................................................................................................... 26
Fee Proposal: Separately Sealed Envelope
On-Call Professional Inspection Services City of Seal Beach
1 | P a g e
Company Qualifications
Background and Experience
AndersonPenna Partners, Inc. (APP) is happy to announce that we are now part of
Ardurra Group, LLC (Ardurra) and represent the public works division of the firm. This
partnership expands our services, capabilities and resources, as well as our geographic
reach. With 350+ employees in 21 offices across the country, Ardurra is a Top 500
Engineering News-Record (ENR)-ranked engineering firm offering quality professional
services focused on seven key areas including: public works, water, environmental,
land development, disaster management, structural engineering and survey. With
roots dating back more than 65 years, Ardurra specializes in multi-disciplined
engineering and consulting services for public agency and private clients nationwide.
Founded in 2005, APP specializes in project delivery for local and regional public
agencies and special districts throughout Southern California. With an emphasis on
practical, proven and cost-effective solutions, our capabilities range from local agency
public works improvements to major transportation and public building facilities
projects, as well as managing multi-project capital improvement programs for public
agencies.
APP’s main office is in Newport Beach, CA with 58 employees operating out of
Southern California. Services are managed out of our headquarters Newport Beach
office near John Wayne Airport, as well as offices in the Cities of El Segundo,
Long Beach and Riverside to better serve our expanding client base.
Firm Financial Condition
APP is in excellent financial condition. The business has grown substantially since its inception in 2005, currently serving some
70 clients in California and across the country. We have been headquartered in Newport Beach since 2011, work with a
majority of the municipalities in Orange County.
Professional Competence of Inspection Personnel
APP has a comprehensive bench of inspectors who bring experience in all aspects of public works and building inspection,
including earthwork grading, street improvements, building and bridge structure construction, railroads, storm drain,
drainage channels, traffic signals, lighting and utility coordination on underground projects, landscaping, and commercial
and institutional buildings.
Our inspectors are competent, knowledgeable and will conform to City of Seal Beach codes and ordinances including Federal
grant requirements, State of California Local Assistance Procedures Manual, the Green Book, APWA standards and where
appropriate, LEED and OSHPD standards. They are strong in ensuring contractor compliance with plans and specifications and
the requirements of state- and federally funded projects.
At a time of high demand for public works inspectors, APP has been successful in attracting and retaining some of the area’s
most qualified technical professionals. Please refer to the resumes in this proposal for more details.
Quality Assurance/Quality Control (QA/QC)
QA/QC is a key component to any project, and a critical component in the delivery of timely and on-budget capital projects.
Quality control will be an ongoing task throughout each project. The initial effort will be in the development of a project-
APP at a Glance
Year founded
2005
Type of Organization
California Corporation
Main Office
3737 Birch Street, Suite 250
Newport Beach, CA 92660
Additional Offices
1960 E. Grand Street, Suite 300
El Segundo, CA 90245
100 W. Broadway
Long Beach, CA 90802
16801 Van Buren Boulevard
Riverside, CA 92504
CA Employees – 58
Nationally – 350+
On-Call Professional Inspection Services City of Seal Beach
2 | P a g e
specific checklist that will establish specific tasks that need to be accomplished, the estimated completion date and a
signature block for the project manager to sign that the task has been completed and reviewed.
Submittals: For each of the milestone submittals, the project manager will be responsible to ensure that the submittal
meets the scope requirements. In addition to plan and specification review, the project manager will evaluate progress and
review the results of the comparison with the senior design engineer and, to the extent possible, develop a plan to keep the
project within budget and on time. An independent constructability review will also be completed by a qualified
construction manager.
Schedule: Our project engineer will prepare and maintain a Microsoft Project schedule that focuses on delivering the project.
The schedule, task lists, and progress reports will be used to list each task in the project to enable our project manager to hold
members accountable for delivery. We will provide a summary report regularly that shows tasks completed, items that have
changed, and schedule updates.
Our Strategic Approach to a Quality Product
Understand the Project: Quality control starts at the beginning of the project through planning and controls. At the
forefront of the project, our project manager will discuss the proposed scope of work, projected schedule and estimated costs
in detail with the City to ensure that the project scope and goals are fully understood from the onset.
The Right People for the Project: Our project team has extensive, relevant experience in completing on-call inspection
services for agencies throughout Southern California. The team that has been formed will hit the ground running, delivering
on schedule and within budget.
Communication: Our project manager has an excellent track record communicating with clients, subconsultants, staff, and
stakeholders. Frequent communication and tracking of project progress is integral to his approach to every project.
Familiar Subconsultants: When selecting subconsultants for our team, APP selects firms for their expertise and prior
performance.
Schedule Control: We have project management tools that forecast staff requirements and labor allocations three months
in advance.
Document Tracking and File-Sharing Process with the City
Current project files will be kept at the job site, or at a location agreeable to the City, and shall always be available to the City.
These files will consist of the contract, correspondence relating to or modifying the contract, proposal requests, clarifications,
permits, logs, reports, RFIs, field orders, change orders, claims inspection reports, plans, specifications, submittals, test
reports, etc. (as distributed to the APP inspector by the City or other project participants).
On-Call Professional Inspection Services City of Seal Beach
3 | P a g e
The table below illustrates the typical deliverables implemented on APP inspection projects:
Item Method Frequency
Master Schedule Assist with reviewing contractor
submittals
Monthly or as submitted by Contractor
Look Ahead Schedule Assist with reviewing contractor
submittals
Weekly
Correspondence Outlook, speed memos Daily/Continuous
Project Documentation Hard files and electronic files Daily/Continuous
Submittals Assist with reviewing contractor
submittals
Daily, as required. 72-hour turnaround
RFIs Assist City with determining
responses issued by City
Daily, as required. 72-hour turnaround
Progress Payments Assist City with determining
measurement of quantities to be
paid
Measurements – daily. Tentative progress
payment application review - Monthly
Inspection Reports PDF Compiled Daily, delivered weekly
Weekly Statements of
Working Days
Compiled in Excel or Word,
delivered in PDF
Weekly
SWPPP/BMP Compliance Assist with reviewing contractor
submittals
As applicable
Public Relations Inquiries Excel (Log) As required
Photo Explorer Daily
Project Contacts Outlook Daily
Meetings Participation in periodic progress
meetings
As required
On-Call Professional Inspection Services City of Seal Beach
4 | P a g e
References/Relevant Project Experience
In this proposal section, the featured representative projects required APP inspectors to provide some or all of the following
inspection services required by RFP Section III, Scope of Services (RFP language shown in blue font, below):
· Attend preconstruction and ongoing construction progress meetings
· Coordinate contractor submittals and shop drawings
· Provide field inspections and ensure compliance with plans, specifications and standards
· Monitor project work site for unsafe conditions and proper BMPs
· Create and maintain a detailed inspection log, including photographic documentation, throughout
the course of construction
· Serve as the inspector of record
· Follow federal requirements, procedures and filing systems for federally funded projects
· Coordinate inspection for capital improvement projects, development projects and encroachment
permits
· Coordinate special testing and inspection work
· Verify prevailing wages and payroll information
· Verify progress payments
· Other inspection-related tasks, as necessary
Ocean Place Development Construction Phase, City of Seal Beach, CA
City of Seal Beach
211 Eighth Street
Seal Beach, CA 90740
Steve Myrter, PE,
Director of Public Works
(562) 431-2527
smyrter@sealbeachca.gov
Services: Construction Inspection
Start: 09/2018 Complete: Ongoing
Project Value: $350,000
Principal-in-charge – Dino D’Emilia,
PE, F.ASCE, QSD
Gary Heinbuch – Inspections
Manager
Anthony Guzman, QSP – Lead
Inspector
APP is providing plan checking and inspection for grading and construction of the road and
utility infrastructure that will support Ocean Place, a neighborhood of 30 luxury homes in an
environmentally-sensitive beachfront location.
Services have focused on the grading and construction of street improvements, storm drains,
domestic water and sanitary sewer lines. A priority has been ensuring the use of storm water
management best practices and compliance with the terms of a State Coastal Development
Permit. The project includes a 6.5-acre public park to be turned over to the City by the developer.
Long known by Seal Beach locals as “the DPW Property,” the land was once the site of a Los
Angeles Department of Public Works steam-generating plant, built in 1925. The plant was shut
down in 1951 and demolished in 1967.
Workers tackle installing
an 8-inch sewer pipeline
for Ocean Place.
On-Call Professional Inspection Services City of Seal Beach
5 | P a g e
Westminster Avenue Bicycle Lane Resurfacing Improvements, City of Seal Beach, CA
City of Seal Beach
211 Eighth Street
Seal Beach, CA 90740
Steve Myrter, PE, Director of Public Works
(562) 431-2527
smyrter@sealbeachca.gov
Services: Construction Inspection
Start: 03/2015 Complete:
04/2015
Construction Cost: $1.4 million
Principal-in-charge – Dino D’Emilia,
PE, F.ASCE, QSD
Gary Heinbuch – Inspections
Manager
APP provided inspection oversight for resurfacing and Class 2 bike path striping on
Westminster Avenue between Seal Beach Boulevard and the eastern city limits. This
$1.4-million Caltrans project was funded by a grant from the Orange County Transportation
Authority. Scope involved mobilization, surveying and construction staking, cold milling,
removal and replacement of asphalt concrete pavement patching, crack sealing, asphalt rubber
hot mix paving, PCC ADA ramp construction, bus pads, traffic and bike lane striping, utility adjustments, signage
improvements, traffic signal loops, traffic control and storm water pollution prevention.
Belmont Pier Interim Repairs, City of Long Beach, CA
Client/Reference: City of Long Beach, Public Works Program
333 W. Ocean Blvd
Long Beach, CA 90802
Tidelands Capital Improvement Division
Eric O. Lopez, Tidelands CIP Officer
(562) 570-5690
eric.lopez@longbeach.gov
Project Dates: Start: June 2014 Complete: April 2015
Services: Inspection, Project Management
APP Team: Dino D’Emilia, PE, F.ASCE, QSD –
Principal-in- charge
APP provided inspection services for repairs to the Belmont Pier in Long Beach to correct structural deficiencies
requiring immediate attention. Preceding construction, APP personnel surveyed the site, identified the required
repairs, developed specifications and repair details using material resistant to the corrosive environment and assisted
the City in requesting proposals for the work. The first part of the project involved developing a vision and a process
for the Pier replacement.
On-Call Professional Inspection Services City of Seal Beach
6 | P a g e
Atlantic Avenue Water Main Replacement, Long Beach Water Department, Long Beach, CA
Long Beach Water Department
(LBWD)
1800 East Wardlow Road
Long Beach, CA 90807
Jacob Hester, Project Manager
(562) 570-2345
Jacob.Hester@lbwater.org
Services: Construction
Management
Start: 09/2016
Complete: 05/2017
Construction Cost:
$1,013,978
Dino D’Emilia, PE, F.ASCE, QSD – Principal-
in-charge
Gary Heinbuch – Inspections Manager
Omar Alameddine, EIT – Assistant
Construction Manager/ Inspector/
Documents Control Specialist
Dustin Blackwell – Construction Support
APP provided construction management and inspection services for construction of approximately 1,200 feet of 8-inch-
diameter ductile-iron water main under Atlantic Avenue from Eighth to 10th streets in Long Beach. This project was the
second phase of a City program to replace outdated water infrastructure in the city’s Liberty Court area.
The first phase constructed 8-inch water mains in streets surrounding Liberty Court, except Atlantic Avenue. Phase II
construction included: Installing connections to existing mains and the new mains installed during Phase I in 8th, 9th and
10th Streets; Installing new LBWD-furnished meters in meter boxes.
Associated construction work included cutting and plugging the previous water lines, removing the previous meter boxes
and restoring the ground surface. Traffic control was provided on Atlantic Avenue, Linden Avenue, Eighth, Ninth and 10th
Streets. The antiquated CIP water mains in alleys and streets in the project area were abandoned.
APP was instrumental in maintaining meticulous field measurements and records used in negotiating fair change orders
due to unforeseen conditions in the field.
State College Boulevard and La Palma Intersection Widening, City of Anaheim, CA
City of Anaheim
200 S. Anaheim Boulevard
Anaheim, CA 92807
Jose Cortez, Construction Contract
Administrator
(714) 765-5039
JCortez@anaheim.net
Services: Construction Management,
Inspection, Contract Administration
Start: 12/2018 Complete: Ongoing
Project Value: $2.9 million
Dino D’Emilia, PE, F.ASCE, QSD –
Principal-in-charge
Gary Heinbuch – Inspections Manager
Don Wren, Jr. – Lead Inspector
Dustin Blackwell – Documents Control/
Labor Compliance
APP is providing the City of Anaheim with construction management, inspection and related services to widen the busy
intersection of State College Boulevard at La Palma Avenue. The City launched the project to reduce congestion and
increase public safety with a full slate of improvements, from adding lanes to resurfacing pavement and replacing
sidewalks.
Over about four months, the intersection will be widened with additional left-turn lanes in all directions. Updates will
include a repaved road surface, raised medians, landscaping and irrigation. Related changes entail replacing sidewalks,
curb and gutter; moving utilities; modifying traffic signals and many related upgrades.
Each day, some 54,000 vehicles pass through the State College-La Palma intersection in northeast Anaheim, near the
Riverside (91) and Orange (57) Freeways. On one corner sits a shopping center anchored by a large grocery store. Within a
three-mile radius live more than 220,000 residents.
On-Call Professional Inspection Services City of Seal Beach
7 | P a g e
On-Call Municipal Engineering and Inspection Services, City of Lake Forest, CA
City of Lake Forest
25550 Commercentre Drive, Suite 100
Lake Forest, CA 92630
Tom Wheeler, PE, Director of Public
Works/City Engineer
(949) 461-3480
twheeler@lakeforestca.gov
Services: Construction
Inspection, Municipal
Engineering
Start: 06/2011 Complete:
04/2020
Contract Value: $1.85 million
(4/2019-04/2020)
Principal-in-charge – Dino D’Emilia,
PE, F.ASCE, QSD
Gary Heinbuch – Inspections
Manager
Pat Madsen, QSD –landscaping
Inspector
John Dela Cruz, QSD –Subdivision
Improvements/Grading Inspector
Chip Vanderbeek –Subdivision
Improvements/Grading Inspectgor
Paul West, QSP –Subdivision
Improvement/Grading Inspector
APP has a multi-year contract with the City Public Works Department to
provide municipal engineering services, including public works and land
development-related inspection. Tasks include reviewing land use
applications, plan checking development grading and improvement plans,
inspecting approved land development construction, inspecting approved
work in the public right-of-way, public works encroachment permit
inspection, capital improvement project design, construction management
and inspection, water quality program management and providing
additional staff on an as-needed basis.
Crenshaw Boulevard Rehabilitation, City of Torrance, CA
City of Torrance
Craig Bilezerian, PE,
City Engineer
3031 Torrance Blvd.
Torrance, CA 90503
(310) 781-6900
cbilezerian@torranceca.gov
Services: Construction
Inspection, Construction
Management
Start: 09/2016 Complete:
05/2017
Construction Cost:
$3.8 million
Dino D’Emilia, PE, F.ASCE, QSD –
Principal-in-charge
Gary Heinbuch – Inspections Manager
Anthony Guzman, QSP – Inspector
Omar Alameddine, EIT – Inspector
APP provided construction support for this project extending from Sepulveda
Boulevard to Skypark Drive and Pacific Coast Highway to the south city limit.
Crenshaw Boulevard is a critical six-lane roadway that provides north-south access
through the city. APP inspected pavement rehabilitation, sidewalk and curb and
gutter repairs, ADA ramp compliance, striping and landscaping.
On-Call Professional Inspection Services City of Seal Beach
8 | P a g e
On-Call Citywide Public Works Inspection, City of Irvine, CA
City of Irvine
6427 Oak Canyon
Irvine, CA 92618
Rick Torres, Construction Inspection
Supervisor
(949) 724-7653
RTorres@ci.irvine.ca.us
Start: 2010 Complete:
Ongoing
Contract Value: 2016-2019
(renewal): $600,000
Dino D’Emilia, PE, F.ASCE, QSD –
Principal-in-Charge/ Construction
Manager
Gary Heinbuch – Inspection Manager
Don Wren, Jr. – Inspector (past)
Eric Egurrola – Inspector (past)
Manuel Briones – inspector (past)
APP public works inspectors having been supporting City of Irvine capital improvement projects since 2010. Project types
have included streets, bridges, bike trails, drainage improvements, parks, public facilities, trails, traffic signals, landscaping
and irrigation projects and sports fields. Representative projects have included:
· City Council Chamber Facility Improvements
· Orange County Great Park South Lawn Pump Station
· New Road Construction. PA-6 N5B, Astor D5, PA-1 NH3, Portola Springs PA 6
· Workplace Safety Enhancements, City Hall and OFS
· Wildlife Corridor Mitigation Site
· Annual Street Rehabilitation and Slurry Seal
· ADA Facility Improvements
· Lakeview Senior Center Rehabilitation
· Hazen/Walnut Improvements
· PA-6 Portola Springs Median
· CDC Fire Station No. 20
· HVAC Replacement, Buildings 3-4
· District 1 North and District 1 South
· Irvine Boulevard from SR-133 to LY Street
· Irvine Boulevard from SR133 to LY Street
· Ridge Valley, from Irvine Boulevard to Portola Parkway
· Bee Canyon Storm Drain Improvements
· San Diego Creek Bike Trail Rehabilitation
On-Call Professional Inspection Services City of Seal Beach
9 | P a g e
Pier Renovation Project (in Conjunction with Roundhouse Aquarium Renewal),
City of Manhattan Beach and the Harrison Greenberg Foundation, Manhattan Beach, CA
City of Manhattan Beach
1400 Highland Ave.
Manhattan Beach, CA 90266
Stephanie Katsouleas, PM
(310) 802-5321
skatsouleas@citymb.info
Harrison Greenberg Foundation
330 Sepulveda Boulevard
Manhattan Beach, CA 90266
Michael Greenberg/Robin Curren
(310) 318-3100
Michealg@skechers.com/robine@skechers.com
Services: Project Management ,
Construction Management
Start: 09/2016 Complete: 12/2018
Project Value:
· City Pier Renovation: $3 million
· Total Project $4.2 million
(including Roundhouse
Aquarium Renewal
Dino D’Emilia, PE, F.ASCE, QSD
– Principal-in-charge/Project
Manager/Construction
Manager
Joseph Stoakley, PE, QSD,
Construction Manager
Dustin Blackwell – Project
Controls Officer
As project manager, APP oversaw the complex renovation
of a California historic landmark and jewel of the
community, the Roundhouse Aquarium on the
Manhattan Beach Pier.
The Roundhouse Aquarium is a public educational and
research facility showcasing the fish, plants and
invertebrates that live under the waves, a stone’s throw
from the City’s famous beaches.
APP’s role was not limited to the Roundhouse Aquarium.
APP assisted the City in coordinating the concurrent $3-million
replacement of all major utilities along both sides of the pier as well as under the structure. The City’s project also
renovated the Roundhouse building’s exterior shell, including the stucco façade, clay tile roof and cupola and doors and
windows. APP managed the project from inception to design and entitlement of the project achieving the following
milestones:
· Procuring the design and environmental consulting team
· Facilitating a consensus-driven design process
· Administering professional services agreements
· Coordinating and expediting the process of obtaining entitlements and permits, including:
o Coastal Development Permit from the California Coastal Commission
o U.S. Army Corps of Engineers National 3 Permit
o Regional Water Quality Control Board 401 certification
o California Parks and Recreation Department plan check, California Fire Marshal, ADA Section and
architectural historian approvals
o Los Angeles County Department of Beaches and Harbors Right of Entry Permit
o Los Angeles County of Public Works Right of Entry Permit
o City of Manhattan Beach Building and Safety permits
On-Call Professional Inspection Services City of Seal Beach
10 | P a g e
Local Staffing List and Resumes
Organization Chart
The team shown below will provide the services detailed in RFP Section III (shown on Page 4 of this proposal).
Principal-in-charge Dino P. D’Emilia, PE, F.ASCE, QSD, is authorized to negotiate this contract on behalf of APP.
No person designated as key personnel will be removed, replaced or reallocated without prior written concurrence of the City.
Availability
APP maintains sufficient personnel resources to meet the anticipated project requirements under this contract. Please note
that APP cannot guarantee the availability of a specific individual, due to project commitments that may exist at the time a
project is awarded. However, APP will ensure the availability of an experienced and well-qualified team member acceptable
to the client.
On-Call Professional Inspection Services City of Seal Beach
11 | P a g e
Resumes
Dino D’Emilia, PE, F.ASCE, QSD is APP’s Project Manager and Construction
Management Group Leader. He brings extensive experience in project leadership,
construction management and civil engineering. He has completed nearly $1 billion
in local agency public works projects in Southern California. Among the agencies
that rely upon Dino’s abilities as a project and construction manager are the City of
Long Beach for the $103.1-million Belmont Pool Rebuild and Revitalization and the
City of Torrance for the $21-million Transit Center Project and $15-million Del Amo
Boulevard Extension.
RELEVANT EXPERIENCE
On-Call Project Management/Construction Management/Inspection,
Various Projects, City of Irvine, CA. Principal-in-charge for on-call contract. Since
2010, APP has been providing the city with capital improvement-related
construction inspection services, including assessment district and developer-related
projects.
On-call Public Works Inspection, Irvine Ranch Water District (IRWD), Irvine,
CA. Principal-in-charge for multi-year contract to provide full-time public works
inspectors for capital improvement projects and developer improvements in the
agency’s service area. Representative projects include installing water mains up to
12 inches in diameter, lowering water mains, house line connections, fire services,
water quality testing, street resurfacing, potable water wells and recycled water
wells for new communities, such as Orchard Hills and Laguna Altura.
On-call Municipal Engineering Services, City of Lake Forest, CA. QA/QC
director for construction management and inspection for a $3.6-million multi-year
contract with the city. APP provides services for general municipal engineering,
review of land use development applications, plan check for proposed
developments, public works encroachment permit inspections, capital improvement
project design, construction management and inspection and water quality program
management.
On-call Public Works Inspection Services, City of Tustin, CA. Project manager
overseeing the delivery of inspection assistance for infrastructure projects such as
grading, streets, curb and gutter, ADA ramps, storm drain, bike paths, storm water,
and sewer projects. Works closely with the City’s project manager to clarify scope,
schedule, budget, deliverables, and performance expectations. Assigns staff with the
applicable expertise and training necessary to handle the duties and protect the
City’s interests.
On-call Public Works Construction Management and Inspection Services,
City of Long Beach, CA. Project manager for three-year, $3-million contract for as-
needed construction management, public works inspection and deputy inspection
for capital improvements.
Dino P. D’Emilia,
PE, F.ASCE, QSD
Principal-in-charge
Education
BS/1991/Civil Engineering,
Northeastern University,
Boston, MA
Professional Registrations
1996/PE/CA #C55453
Professional Certifications
Fellow, American Society of Civil
Engineers (F.ASCE)
Qualified SWPPP Developer (QSD)
Qualified SWPPP Practitioner (QSP)
OSHA 10-Hour Certification
Professional Affiliations
Guest Lecturer in Construction
Management, California State
University, Long Beach,
College of Engineering, 2016
American Public Works Association
(APWA), Southern California
Chapter
City Engineers Association
County Engineers Association
Construction Management
Association of America
American Society of Civil Engineers
Chi Epsilon, 1990-present
Honors and Awards
Top Leader, Private Sector, APWA
Southern California Chapter, 2004
Years of Experience
Entered the profession in 1983
On-Call Professional Inspection Services City of Seal Beach
12 | P a g e
Gary Heinbuch, APP’s manager of inspection services, has 40 years of construction
management, construction administration, and inspection experience with public
works, roadway, landscaping, recreational and building facility projects throughout
Southern California. He has managed construction projects totaling more than $600
million. Gary is very knowledgeable about federal, state and local codes and
standards such as Caltrans, ICC, ADA and OSHA safety requirements.
RELEVANT EXPERIENCE
On-call Public Works Inspection, City of Irvine, CA. Inspections manager
overseeing a three-year, $3-million contract for developer- and City-constructed
improvements in Irvine.
Capital Improvements, Irvine Ranch Water District (IRWD), Orange County,
CA. Inspections manager for this $1.2-million multi-year contract with IRWD to
provide public works inspection for capital improvement projects and developer
improvements within the IRWD territory. Inspectors have been assisting IRWD full-
time and inspecting a wide range of improvements. These include the installation of
new water mains up to 12 inches, service connections, house line connections, fire
services. Inspections have also addressed: water-main lowering, water quality
testing, street resurfacing, potable water wells and recycled water. Provided
inspection oversight for Wells 107, 110 and 115, projects involving the extensive use
of Baker tanks.
On-call Inspection Services, City of Lake Forest, CA. Inspections manager overseeing multi-year contract with the City to
provide inspection for construction for CIP projects citywide. Work includes inspection for ADA ramps, street lighting
installations, all encroachment permit projects, grading, storm drain, wet and dry utilities, curb and gutter projects, sidewalk
projects and all restoration projects within an encroachment permit.
On-call Building Inspection Services, Los Angeles County Department of Public Works (LACDPW), Los Angeles
County, CA. Inspections manager overseeing building inspections performed under $3-million contract. Projects have
included: Marina Del Rey stormwater best management practices, Parking Lots 5 and 7 ($500,000); Martin Luther King Multi-
Service Ambulatory Care Center Orchid/Humphrey Facility ($5 million); LA Sheriff’s Department Biscailuz Regional Training
Campus ($13 million); and the Eastern Avenue Hill, Area-2 Landscaping ($2.5 million).
On-call Building Inspection Services, County of San Diego, CA. Inspections manager overseeing work performed for
building inspection contract. Inspections involve reviewing structures for completeness and correctness of commercial and
residential building design, as defined by the approved set of plans. Inspectors provide support services to the County’s
Department of Planning and Development Services.
Gary Heinbuch
Project Manager
Education
BA/Industrial Arts/California State
University, Long Beach
Professional Affiliations
Construction Management
Association of America
Licensed Contractor/CA #633640
(inactive)
Years of Experience
Entered the profession in 1977
On-Call Professional Inspection Services City of Seal Beach
13 | P a g e
Anthony Guzman, QSP, is a senior inspector who has played a significant role in the
success of projects involving roads, bridge construction, sewer rehabilitation and
major freeway expansions. Areas of expertise include Caltrans coordination and
compliance, underground structures, concrete, traffic control and overall compliance
with plans and specifications. Anthony is proficient in Caltrans specifications and
standards, the “Standard Specifications for Public Works Construction.”
RELEVANT EXPERIENCE
Ocean Place Development, City of Seal Beach, CA. Lead inspector for
construction of the Ocean Place park and luxury home development, located in an
environmentally sensitive beachfront location. Inspecting slope and erosion control
and use of storm water best management practices. Other inspections address
construction of sanitary sewers, domestic water lines, on- and off-site street
improvements. Ensuring compliance with terms of a state coastal development
permit.
Mission Road Rehabilitation, City of Alhambra, CA. Lead Inspector for $3.5-
million, federally funded 2.25-mile grind-and-overlay road rehabilitation. Inspected
removal and replacement of 32 ADA-compliance ramps. Monitored traffic control
measures daily for compliance with W.A.T.C.H manual. Project involved constructing
14 median islands accented with river rock. Inspected installation of drip irrigation,
178 boxed trees and 3,915 plants. Conducted employee interviews, in compliance
with federal requirements.
Don Wren, Jr. has extensive experience performing public works project inspections
on capital improvements. His project background includes water and sewer, street
improvements and parks. He brings strong expertise in concrete placement
inspection and materials testing.
RELEVANT EXPERIENCE
Capital Improvement Projects, City of Anaheim, CA. Lead APP inspector for
capital improvements program with projects exceeding a combined $57.2 million.
On-call Citywide Public Works Inspection, City of Irvine, CA. Inspector for
developer-and City-initiated improvements. Examined work involving water, sewer
and storm drain systems, backfilling and compaction. Inspected preparation of
subgrades for curb and gutter as well as paving and the construction of sidewalks,
driveways and ADA-compliant ramps. Evaluated installation of signage and striping.
Prepared daily inspection reports and photos. Reviewed and approved change orders
and billing. Scheduled punchlist walks for City and contractors during final project
stages. Reviewed as-builts, submitting them to the City with the acceptance letter.
Jamboree Road-I-5 Widening and Interchange Improvements, City of Irvine,
CA. Inspector for complex, high-profile project requiring extensive coordination
involving the Cities of Irvine and Tustin, Caltrans and several utilities. Inspected
removal and replacement of one mile of roadway, curb and gutter, sidewalks, ADA
ramps and driveway approaches.
Anthony Guzman,
QSP
Public Works Inspector
Certifications
Qualified SWPPP Practitioner (QSP),
#26705
Certified Erosion, Sediment and
Storm Water Inspector (CISSEC),
#2354
ICC Certified Reinforced Concrete
Inspector (in progress)
Certified Inspector of Asphalt Paving
Removal and Replacement
Certified Inspector of Concrete
Removal and Replacement
Certified Traffic Control Inspector
OHSA 10-Hour
Years of Experience
Entered the profession in 2006
Don Wren, Jr.
Public Works Inspector
Certifications
ACI Certified Technician, Concrete
Field Testing/American Concrete
Institute
Years of Experience
Entered the profession in 1992
On-Call Professional Inspection Services City of Seal Beach
14 | P a g e
Public Works Inspector Tony Harris has more than 30 years of technical and
administrative experience on construction projects. Inspection career highlights
include eight years with the Port of Long Beach and 25 years with the City of Long
Beach Gas and Oil Department. Tony served as the Port’s principal construction
inspector, leading a team of City and consultant inspectors. Their work addressed
capital and tenant improvements, public works utility projects and
on-call contracts.
RELEVANT EXPERIENCE
Public Works Inspection Management Services, Port of Long Beach, CA.*
Principal construction inspector managing six in-house inspectors as well as
consultant inspectors and test laboratory personnel providing as-needed services.
Supervised the following on-call services: asphalt paving and striping, equipment
rental, wet utilities, fencing, marine concrete repairs, waterborne construction,
asphalt and concrete recycling. Assisted the construction management team with
project estimation. Managed laboratory contracts for materials and performance
testing, developing the test lab budget, verifying test results and tracking lab costs.
Reviewed progress payment requests from contractors, verified compliance with
codes, plans and specifications. Provided quality control. Helped resolve project
issues during construction, provided daily personnel administration, mentored staff,
reviewed inspector daily reports and created a team-oriented work environment.
*work performed prior to joining APP
Douglas “Doug” Davidson is highly proficient in administrating the design,
construction and/or rehabilitation of various types of projects, including public
facilities, public rights-of-way, neighborhood parks and community park
improvements, both as a public agency employee and a consultant. He has
outstanding communications skills, both written and verbal, and the ability to
quickly establish a working rapport with co-workers, consultants and the public.
RELEVANT EXPERIENCE
Capital Improvement Construction, City of Laguna Hills, CA. Senior public
works inspector focused on permit compliance. Conducts inspections of grading
(mass, fine, precise), public streets, right-of-way, utilities, traffic signals, storm
drains, parks and landscaping. Monitors and documents the progress of permit
work and the contractor’s compliance with applicable laws, regulations, plans,
specifications and standards.
Public Works Inspection Services, City of Lake Forest, CA. Performing public
works inspections and preparing punch lists for numerous projects. Inspects
grading, paving, drainage, waterline, landscaping, and irrigation improvements.
Coordinates inspections with several agencies, including City of Lake Forest, Ladera
Ranch and the Irvine Ranch Water District.
Tony Harris
Public Works Inspector
Education
Survey and Mapping
Certification/Coastline Community
College/Fountain Valley, CA
Certifications*
ICC Certified Structural Welding
Special Inspector
ICC Certified Structural Steel and
Bolting Special Inspector
Certified Welder/AWS
Structural Steel Deputy
Inspector/City of Long Beach
*More available upon request
Years of Experience
Entered the profession in 1986
Douglas
Davidson
Public Works Inspector
Education/Training
AA/Architectural Design/
Cerritos College, Cerritos, CA
U.S. Air Force, Sheppard AFB, Site
Development Specialist with
technical training in drafting,
surveying, and inspection
Studies in Public Works
Construction Inspection/California
State University, Los Angeles
Preliminary and Advanced Irrigation
Design/Orange Coast College
Years of Experience
Entered the profession in 1970
On-Call Professional Inspection Services City of Seal Beach
15 | P a g e
Brian Briones has served as a public works inspector on domestic water, sewer and
recycled water line relocations, as well as pavement renewal and storm drain
construction. Recent projects include a sewer main rehabilitation for the City of
Manhattan Beach and relocating wet utilities for the City of Burbank.
RELEVANT EXPERIENCE
Conduit Relocation Project, AT&T California (for City of Burbank), Burbank,
CA. Inspector monitoring work of AT&T personnel placing dry utilities. Serves as
project liaison on behalf of AT&T to the City of Burbank.
On-call Municipal Engineering Services Contract, City of Lake Forest, CA.
Public works inspector monitoring grading for citywide capital improvement
projects. Inspections also address ADA ramps, streetlight installation, wet and dry
utilities, curb and gutter and sidewalks.
Strand Stairs Rehabilitation Project, City of Manhattan Beach, CA.
Construction inspector/project controls/labor compliance specialist for this $1.1-
million federally funded project, which included the removal and replacement of
eight stairs and the repair of 16 stairs. Conducted inspections per Caltrans and all
applicable Federal Highway Administration (FHWA) Standard Plans, “Standard
Special Provisions for Public Works Construction” and the City’s standard plans.
Keith Forbes, QSP, has a broad range of construction inspection experience with
local, regional, state and federal agencies, as well as large commercial and
industrial firms. Keith is trained in Caltrans highway safety practices, is, OSHA
construction safety-certified and holds multiple ICC and ACI certifications. His
expertise includes on-site inspection, plan review, project coordination, report
development, documents control and client relations.
RELEVANT EXPERIENCE
Capital Improvements, City of Lake Forest, CA. Public works inspector for
construction of capital improvements citywide. Performs wide range of inspections
involving construction of new homes in the Baker Ranch master-planned
community. Inspecting mass grading and final precise grading for new homes in
Baker Ranch neighborhoods. Inspections address variety of elements, such as
construction of storm drains, area drains, curbs and gutters, sidewalks, ADA ramps,
street lighting and wet and dry utilities. Inspects all projects requiring encroachment
permits.
Cherry Avenue Widening, City of Signal Hill, CA. Inspector for the first phase
of project extending from 230 feet south of Pacific Coast Highway (PCH) to the
19th Street intersection. Services for this federally funded project were provided in
compliance with federal standards and requirements, as detailed in the Caltrans
“Local Assistance Procedures Manual.”
Brian Briones
Public Works Inspector
Education
2011/Coastline Community College,
Fountain Valley, CA
Certifications
40-Hour OSHA Hazardous Waste
Site Operations (29 CFR 1910.120)
8-Hour OSHA Confined Space,
Competent Person, Hazardous
Waste Site Supervisor and Fork Lift
Safety
Troxler Labs Compaction and
Density Testing Certification
Years of Experience
Entered the profession in 2005
Keith Forbes,
QSP
Public Works Inspector
Education
Columbia College/Sonora, CA
U.S. Army Corps of Engineers
Training
Certifications
Certified Erosion, Sediment and
Storm Water Inspector (CESSWI),
#4695
Qualified SWPPP Practitioner
(QSP), #25929
Years of Experience
Entered the profession in 1989
On-Call Professional Inspection Services City of Seal Beach
16 | P a g e
Omar Alameddine, EIT, brings more than 10 years of experience in managing and
inspecting road, highway, bridge and drainage construction. Omar has also helped
streamline the completion of projects that have extended the lifespan of
residential streets.
RELEVANT EXPERIENCE
Firestone Boulevard Regional Corridor Capacity Enhancements, Project No.
476-TRF, City of South Gate, CA. Lead inspector for $5-million project
constructing major improvements to three segments of Firestone Boulevard. APP is
subconsultant to project prime. Attends and prepares project meeting minutes.
Ensuring project alignment with plans and specs. Monitors compliance with storm
water best management practices, such as placing fabric on all catch basins.
Documented existing conditions in project area, such as tree wells to be removed.
Observing utility potholing, traffic control. Maintains personnel and equipment log.
Signal Hill Dog Park, City of Signal Hill, CA. Construction manager overseeing
the $662,000 construction of a community dog park with artificial turf, landscaping,
a parking lot and sidewalks. Collaborated with the City’s inspector and public works
director. Provided public relations support in the field. Participated in progress
meetings; ensured safe conditions and compliance with plans and specifications.
Eric Egurrola is a senior construction inspector with significant experience with
capital improvements for cities. He has inspected buildings, ADA improvements,
road rehabilitation, storm drains and a reservoir. For 13 years, Eric served as a staff
construction inspector with the City of Fullerton. He has also inspected public
works construction for the Cities of Irvine, Brea, Ontario and South Gate.
RELEVANT EXPERIENCE
ADA Facility Improvements, Operations Support Facility-Building 1, City of
Irvine, CA. Construction inspector for interior accessibility improvements to men’s
and women’s restrooms in Building 1, exterior accessibility upgrades to building
entrances, sidewalks, access ramps and handrails, Inspected installation of signage
and striping for compliance with accessibility standards.
On-call Inspection Services Contract, Irvine Ranch Water District, Orange
County, CA. Senior construction inspector for capital improvements initiated by the
City and developers. Inspects such project types as construction of water or sewer
lines, reservoirs and pump stations.
Annual Concrete Rehabilitation Project, CIP No. 199, City of Cypress, CA.
Construction inspector for annual program of road and related improvements in
several Cypress neighborhoods. Inspected removal and replacement of sidewalks,
curb and gutter, driveway approaches. Ensured that traffic control measures were
employed and in compliance with plans. Inspected removal of some 30 trees
ranging in height from approximately four to more than 14 feet. Inspected
installation of a detectable warning surface, used to alert people with impaired
vision of their approach to street crossings and drop-offs.
Eric Egurrola
Public Works Inspector
Education
AS/Water Utility Science/Rancho
Santiago College, Orange, CA
Certifications
NUCA Trenching and Excavations
8-Hour Safety, Competent Person
Training
Fall Protection 8-Hour, Competent
Person Training
NUCA Confined Space Entry Training
Traffic Control Technician Training
Registrations
State of California Water
Treatment Operator T2, #18635
State of California Water
Distribution Operator D3, #8151
Years of Experience
Entered the profession in 1998
Omar
Alameddine, EIT
Construction Manager/
Inspector
Education
BS/2009/Civil Engineering/
California State Polytechnic
University, Pomona
Registrations
EIT/CA #151070
Years of Experience
Entered the profession in 2006
On-Call Professional Inspection Services City of Seal Beach
17 | P a g e
Matthew “Matt” Reagan, QSP, has collaborated with a variety of public agencies to
deliver roads, highways and bridges built to city, as well as Caltrans standards and
specifications. Matt has inspected the installation of sidewalks, curb and gutter and
new utilities.
His inspections have also addressed the relocation of utilities including water, storm
drain and sewer pipelines. He has also inspected roadway retaining walls, traffic
control and SWPPP.
RELEVANT EXPERIENCE
Capital Improvements, City of Lake Forest, CA. Public works inspector for
citywide CIP construction projects. Inspects work on ADA ramps, street light
installations, encroachment permit projects, grading, storm drains, wet and dry
utilities, curb and gutter, sidewalk projects and all restoration projects within an
encroachment permit. Wet-utility agencies include El Toro Water District, Irvine
Ranch Water District, Santa Margarita Water District and Trabuco Canyon Water
District. Dry utility agencies include The Gas Company, AT&T and Cox. Inspected
Baker Water Treatment project that involved working in conjunction with the Irvine
Ranch Water District and installation of 36-inch CMCL pipe.
Paul West, QSP, has inspected road construction and conducted materials testing for
nearly two decades. He brings in-depth knowledge of most roadway construction
materials and methods. His expertise includes excavation, soil composition and
reinforced steel, asphalt and pre-cast, pre-stressed and rapid-set concrete.
RELEVANT EXPERIENCE
Capital Improvements, City of Lake Forest, CA. Public works inspector for citywide
CIP construction projects.
On-call Public Works Inspection, City of Burbank, CA. Public works inspector
reviewing plans and specifications, conducting job walks and advising project engineer.
Minimized project impacts on businesses and residents. Took pre-construction photos of
potential concerns, such as schools near the project area. Ensured distribution of
construction notifications. Monitored traffic control compliance with approved plan or
WATCH manual guidelines. Evaluated project conformance with applicable codes and
regulations at the local, County, City, state and federal levels. Ensured work was
performed per Cal/OSHA requirements.
Road Improvement Projects, City of Cerritos, CA.* Roadway inspector and
materials testing technician performing quality control and quality assurance
inspections. Placed rapid-set concrete, joint planed concrete placement and
continuous reinforced concrete placement roadway inspections and materials
testing.
*work performed prior to joining APP
Matthew Reagan,
QSP
Public Works Inspector
Certifications
Qualified SWPPP Practitioner (QSP),
#26486 (expires 10/04/2019)
Certified Erosion, Sediment and
Stormwater Inspector (CESSWI),
#68254
OSHA 10-Hour
Training
BNSF Contractor Safety
Orientation Course
Caltrans 24-Hour SWPPP
Years of Experience
Entered the profession in 1980
Paul West, QSP
Public Works Inspector
Certifications
ICC Reinforced-Concrete
Certification – in Progress
Level III Quality Control Inspector
Certification, Precast/Pre-stressed
Concrete Institute
Grade I Field Technician/American
Concrete Institute (ACI)
Level I Laboratory Testing
Technician/ACI
Strength Testing Technician/ACI
Testing Method Certifications,
Caltrans
Qualified SWPPP Practitioner (QSP)
#26953
Certified Erosion, Sediment and
Stormwater Inspector
(CESSWI) #2558
Years of Experience
Entered the profession in 2000
On-Call Professional Inspection Services City of Seal Beach
18 | P a g e
Charles Patrick “Pat” Madsen, QSP, brings experience in all aspects of public agency
landscape and tree planning, installation and maintenance. Pat also has extensive
experience in budgeting, project management and inspection.
RELEVANT EXPERIENCE
Shea Baker Ranch Development, City of Lake Forest, CA. Inspector responsible
for all landscaping, irrigation systems and hard landscape with the Shea Baker Ranch
Development project. Duties also include citywide development projects consisting
of landscape installation, irrigation systems, tree and plant material installation and
hardscape. Daily monitoring of SWPPP compliance in Development areas, and
monthly reporting.
Maintenance Supervisor Landscape/Arborist, City of Tustin, CA.* Directed City
in-house staff in the performance of park maintenance. Responsibilities included:
administering the City landscape, irrigation, and tree maintenance contracts;
developing the annual landscape budget; reviewing landscape and irrigation plans;
inspection of City landscape and irrigation projects; and developing the City’s Urban
Forest Management Plan.
*work performed prior to joining APP
Christian Ott is an experienced construction inspector who has supported multiple
capital improvement projects. His project background includes asphalt overlay,
removal and reconstruction, concrete construction, storm drain rehabilitation and
construction, sewer line and water line construction and rehabilitation, traffic
system improvements and the adjustment of above-ground utility appurtenances.
He has worked on projects for several public agencies.
Christian is well-versed in the Standard Specificat ions for Public Works
Construction (“Green Book”) and Caltrans Standards and Specifications. His
expertise includes OSHA safety requirements and the “Work Area Traffic Control
Handbook” (WATCH) requirements.
RELEVANT EXPERIENCE
Residential Street Rehabilitation Project, FY 2015-16, Area 6, City of
Rancho Palos Verdes, CA. Construction inspector for road rehabilitation project in
residential area. Construction included removing and replacing sidewalk, ADA-
compliant curb ramps, driveway aprons and curb and gutter. Other work included
crack-routing and sealing and asphalt concrete (AC) dig-outs at various locations
throughout Area 6, a City-designated pavement management district. These tasks
were followed by micro-paving.
Sewer Main Rehabilitation, City of Manhattan Beach, CA. Inspector for this
major project to rehabilitate a sewer main and laterals. Inspected such activities as
traffic control, PCC concrete removal, trench excavation, placement of bedding
material, clay sewer line replacement, backfill and sidewalk replacement.
Charles Patrick
Madsen, QSP
Public Works Inspector
Education
Horticulture, Park Management/
Mt. San Antonio College/Walnut, CA
Certifications
Qualified SWPPP Practitioner (QSP)
#25927
Certified Arborist/ International
Society of Arboriculture
#WC462
Years of Experience
Entered the profession in 1988
Christian Ott
Public Works Inspector
Expertise
Haz Mat/First on Scene
Radiation Safety Rebar Inspection
ATI Field Green Book
Caltrans Test Methods 375,
231,125, 216
Caltrans Specifications
Confined Space
Trenching and Shoring
Years of Experience
Entered the profession in 2000
On-Call Professional Inspection Services City of Seal Beach
19 | P a g e
Gary Lozonne brings extensive experience in the installation of water, sewer and
storm drain pipelines. He specializes in all types of water distribution as well as fire
protection systems, including pressure-reducing stations, valve vaults and pipeline
cathodic protection. Gary’s experience includes both gravity/force main systems and
pump stations.
RELEVANT EXPERIENCE
Orchard Hills Master Planned Community, IRWD, Irvine, CA. Inspector for
installation of new domestic and recycled water mains and sewer mains from pre-
construction meeting to final acceptance. Inspected installation of new water
transmission mains for domestic and recycled water systems containing new
pipelines up to 36 inches in diameter.
Santa Ana Heights/Costa Mesa Water Improvement Project, IRWD, Orange
County, CA. Inspector for this one-year project to replace an aging water system.
Inspected installation of new 12-inch PVC main line, hydrants and services
throughout a large service area. The project required constant contact and
coordination with residents and business owners.
Drawing upon more than 17 years of experience, Mark Sanchez, skillfully conducts
inspections on projects to construct many types of water and roadway
infrastructure. Mark’s inspection background includes water transmission mains
and pipes, pump stations, wastewater treatment plants, reservoirs, recycled water
and sanitary sewer systems. He is also knowledgeable about basin channeling for
storm water runoff and well-drilling and equipping. Mark excels in interpreting
plans and specifications, providing final punch lists and performing warranty walk-
throughs. Mark maintains strong working relationships with clients due to his
meticulous documentation and effective communication skills.
RELEVANT EXPERIENCE
Relocation of 30-inch Eastern Transmission Line, Moulton Niguel Water
District/City of San Juan Capistrano, CA. Inspector for relocation of a 30-inch
diameter concrete mortar-lined cement water transmission main. Part of the project
involved micro tunneling approximately 125 linear feet under Oso Creek and
excavating a bore and receiving pit.
On-Call Construction Observation Services, IRWD, Orange County, CA.
Inspector assigned under APP’s on-call inspection contract with IRWD. Observed
installation of new water mains up to 12 inches in diameter, water main lowering,
service connections, house line connections, fire services, water quality testing,
street resurfacing, pulling permits and punch list.
Gary Lozonne
Public Works Inspector
Years of Experience
Entered the profession in 1987
Mark Sanchez
Public Works Inspector
Education
Chaffey Junior College/
Rancho Cucamonga, CA
Metrolink Safety Training
Heavy Equipment-Teamsters Union
Training
NUCA Confined Space Entry Training
Traffic Control Technician Training
Certifications
ACI Concrete Field Testing
Technician, #00163572
10-Hour Construction OSHA Safety
Years of Experience
Entered the profession in 2000
On-Call Professional Inspection Services City of Seal Beach
20 | P a g e
Manuel “Manny” Briones offers in-depth experience working in the construction
industry in the counties of Los Angeles, Orange and Riverside. That experience is
highlighted by providing construction inspection for more than 18 years for the City
of Burbank, as well as numerous desert cities in Imperial Valley and Coachella Valley.
His experience includes sanitary sewer systems, pump stations, water infrastructure,
wastewater treatment plants, and bridge and roadway construction.
RELEVANT EXPERIENCE
I-5 Widening Mitigation Inspections, City of Burbank, CA. Senior public works
inspector providing construction inspection services that involve coordination with
Caltrans and the Caltrans contractor on construction issues impacting the City of
Burbank as related to the I-5 HOV/Empire interchange project.
Beachwood Emergency Force Water Main Pipeline Repair, City of Burbank,
CA. Inspector/observer for the removal and replacement of a leaked 18-inch sewer
force main; a new 18-inch CMLC pipe 14 feet long was installed. Project involved the
removal of the asphalt street to excavate the trench to investigate, find, and expose
the leak in the 18-inch sewer force main line. Two 10-wheel trucks removed and
hauled away four loads of the asphalt from the street. New asphalt was placed and
rolled; the base paving was brought up to match the finished grade of the existing
level of the street.
John Dela Cruz, QSP, has more than 30 years of public works inspection and
construction management experience. His wide-range experience includes
roadways, highways, bridges, retaining walls, residential, commercial, medical
facilities, water treatment/storage facilities, bridges, wet and dry utilities, grading,
pipelines and environmental projects. His range of project participation in
construction includes: bid phase management; submittal, RFI, and change order
processing; daily field inspection; and project closeout. John has acquired a thorough
knowledge of the Caltrans Standard Plans and Standard Specifications, Greenbook,
Caltrans Construction Manual, electrical, plumbing and HVAC systems, Building
Codes, and OSHA Safety Orders.
RELEVANT EXPERIENCE
Portola Center Community, City of Lake Forest, CA. Providing construction
inspection services for the Portola Center, a 98-acre, gated-community with a full-
service city park project, includes rough and precise grading operations of
approximately 4.5 million cubic yards of cut and fill material. The overall project
includes parking, restrooms, single-family homes, residential retail, private
community parks and a trail system.
Long Beach Annual Street Projects, City of Long Beach, CA. Construction
inspector for replacement of curb and gutter, handicap ramps, cross gutters and
asphalt overlays for approximately $10-15 million in construction costs each year for
the last six years.
Manuel Briones
Public Works Inspector
Education
ICBO Reinforced Concrete
Training/San Bernardino Valley
College, San Bernardino, CA
Metrolink Safety Training
Certifications
ACI Certified Concrete Field Testing
Technician, #01163566
OSHA 10-Hour Construction Safety,
#001974244
Years of Experience
Entered the profession in 1975
John Dela Cruz,
QSP
Public Works Inspector
Education
College Coursework/Saddleback
College, Mission Viejo, CA
College Coursework/Harbor College,
Harbor City, CA
Certifications
Certified Erosion, Sediment and
Storm Water Inspector (CESSWI),
#4694
Qualified SWPPP Practitioner (QSP),
#25924
State of California General Building
License #B862560
AHERA Building Inspector #02121;
EPA/AHERA Asbestos Abatement
Contract Supervisor #AACS-817-95
Years of Experience
Entered the profession in 1976
On-Call Professional Inspection Services City of Seal Beach
21 | P a g e
Al Aguilera is a senior construction inspector with in-depth expertise in all aspects
of street improvements, water and sewer line installation and rehabilitation. For
more than 30 years, Al served as a public works inspector for the City of Santa Fe
Springs. In cities throughout Southern California, Al has inspected construction
involving road widenings and realignments, slurry seal programs, soundwalls,
grading, pavement repair and storm drains. He is very familiar with the compliance
requirements of federal and Caltrans funding.
RELEVANT EXPERIENCE
AMC Plaza Sewer Line Repair and Replacement, City of Burbank, CA.
Inspector for round-the-clock response to a break in a sewer main line serving a
destination shopping mall and movie complex. Inspected the removal and
replacement of the line with a 12-inch PVC line for sewage and a second for grease.
Lasting about six months, the project also built two new sewer manholes.
Monitored the removal of sewage during the rupture by Baker trucks designed to
carry waste. Inspected compliance with traffic control measures. Mall and theater
operation continued throughout construction. Ensured compliance with all plans
and specifications, including SWPPP requirements.
Los Amigos Park Storm Water Harvesting and Direct Use Demonstration
Project, City of Santa Monica, CA. Interim inspector for City’s first project to
conserve drinking water by diverting, treating and storing urban runoff from an LA
County sewer line. A key benefit has been eliminating the use of potable water for
the park’s irrigation and public restrooms. This project received the 2017
Outstanding Small Project of the Year Award from the Metropolitan Los Angeles
Branch of the American Society of Civil Engineers.
Calvin “Chip” Vanderbeek has overseen grading operations and has been
responsible for quality control of several multimillion cubic yard hillside and flat
land grading projects throughout the southern California. Chip’s inspection
background also includes inspection and testing of sewer, storm drain water,
subgrade, base course, asphalt and concrete inspection, shoring and deep caisson
inspection, and earth retention wall systems.
RELEVANT EXPERIENCE
Capital Improvements, City of Lake Forest, CA. Public works inspector for
grading operations for construction of planned community.
Development Projects, Southern California.* Senior field technician for hillside
and flat land grading projects in Los Angeles, Orange and San Bernardino Counties.
Responsibilities included overseeing grading, quality control, weekly project
meetings, written field memorandum, client interface and preparation of
geotechnical reports. Additional work included inspection and testing of sewer,
storm drain water, subgrade, base course, asphalt and concrete inspection, shoring
and deep caisson inspection and earth retention wall systems.
*work performed prior to joining APP
Al Aguilera
Public Works Inspector
Education
Certificate of Completion/Building
and Safety/California State
University, Northridge
Certificate of Completion/Asphalt
and Concrete Estimating/Citrus
College, Glendora, CA
Certificate of Completion/Public
Works Water Studies/Citrus College
Years of Experience
Entered the profession in 1967
Calvin
Vanderbeek
Public Works Inspector
Education
Geology/Civil Engineering studies
Certifications
HAZWOPPER, 40-Hour HazMat/
24-Hour Supervisor
Nuclear Gauge/Campbell
On-Call Professional Inspection Services City of Seal Beach
22 | P a g e
Manuel “Manny” Garcia has significant public works infrastructure construction and
inspection experience, highlighted by work involving mass grading and pavement
construction, rehabilitation, overlay and slurry seal. His background includes traffic
signal installation, change order processing and schedule tracking.
RELEVANT EXPERIENCE
On-call Public Works Inspection, City of Tustin, CA. Public works inspector for
mass grading projects, storm drain, street paving, curb and gutter, sidewalk,
landscaped parkway, signage and striping. Conducted tract housing inspection for
two hotel pads.
Foster Park Development, City of La Mirada, CA. Public works inspector for
Foster Park, Phase One. Inspections addressed street Improvements, removal and
replacement, asphalt concrete pavement, curb and gutter, sidewalk, driveways,
parkway landscaping, tree and root removal, water meter and box relocation.
David Rau has more than 25 years of experience inspecting projects that involve
sewer, water, ADA compliance, and storm drainage. He has also worked as a public
works inspector on various projects throughout southern California. David has
expertise in maintaining compliance with City and Special District Standards, Green
Book requirements, and all applicable codes.
RELEVANT EXPERIENCE
Costa Mesa Sanitation District (CMSD) Inspection Services, City of Costa
Mesa, CA. Construction inspector, reporting on daily assignments, for various
public works inspection projects throughout the City for street, sidewalk, curb and
cutter, traffic signal, ADA compliance, sewer, water and storm drainage projects.
Daily assignments require coordinating with City, CMSD, and the public.
Citywide Street Rehabilitation Projects, City of Torrance, CA.* Construction
inspector for $3.2-million major street rehabilitation projects, such as Sepulveda
Boulevard, a total reconstruction of one mile of roadway, including storm drain
relocation (catch basins), retaining walls, installation of standardized ADA ramps,
water line, and utility relocations.
Public Works and Land Development Projects, City of San Clemente, CA.*
Inspector for high-profile Marblehead Coastal residential tract that includes 313
developed home sites, parks, a commercial site, two bridges, a main arterial, 28
retaining walls, and three holding basins.
*work performed prior to joining APP
Manuel Garcia
Public Works Inspector
Education
Building Code and Law –
Mechanical and Plumbing
Inspections
Certification
Construction Inspection -
Compaction and Paving, Soils Tech
and Design (PW54)
Years of Experience
Entered the profession in 1963
David Rau
Public Works Inspector
Education
AA Electro Mechanical Drawing,
Orange Coast College, CA
Water Utility Science (PW classes,
Mathematics, Hydraulics), Santa Ana
College, Santa Ana, CA
Registrations/Certifications
Grade II Water Treatment Operations
Grade II Water Treatment District
Operator
Grade III Collection System
Maintenance Back Flow Prevention
Tester
Years of Experience
Entered the profession in 1992
On-Call Professional Inspection Services City of Seal Beach
23 | P a g e
Noah Hernandez is a certified public works inspector with more than 25 years of
construction management experience. Noah’s public works inspection
responsibilities include the ability to review impr ovement plans, inspect public
improvements construction, negotiate and administer contracts, and prepare and
maintain a variety of reports. Noah values safety as a top priority and is acutely
aware of security protocol and adherence to regulatory requirements.
RELEVANT EXPERIENCE
As-Needed Public Works Inspection Services Contract, City of Long Beach,
CA. Senior construction inspector supporting delivery of capital improvement
projects. Inspecting such projects as the Third Str eet Bicycle Boulevard and the
Civic Center.
Capital Improvement Projects, City of Irvine, CA. Senior construction
inspector for the field administration and inspection of complex public works
capital improvements. Assessed district and/or developer in providing
infrastructure improvement projects related to private development for the
construction phase of City and private infrastructure and facility projects.
Inspections addressed grading roads, bridges, drainage facilities, landscaping,
traffic signals, parks and buildings.
Tony Plante brings more than 30 years of experience in managing and inspecting
public works construction. Earlier in his career, Tony served as the public works
superintendent for the City of Lake Forest. Tony’s project experience includes the
construction and rehabilitation of roads, sidewalks, curb and gutter, driveways and
ADA ramps. He has also managed and inspected work on railroads, bridges, drainage,
water and sewer lines and traffic signals.
RELEVANT EXPERIENCE
On-Call Public Works Inspection, City of Irvine, CA. Consultant inspector for
major arterial roadway improvement projects.
Carson Street Masterplan Implementation, City of Carson, CA. Lead inspector for the challenging $19-million street
revitalization of a 1.75-mile section of Carson Street, a gateway to the city. Key improvements included wider sidewalks,
public art, bicycle parking, pavement rehabilitation, seating, landscaping and streetlights.
Trabuco/Monroe Intersection Improvement Project, City of Irvine, CA. Construction inspector for this federally funded
project. Inspected cold milling, removal and replacement of asphalt concrete (AC) pavement and AC pavement surface
overlays. Monitored curb ramp removal and replacement, construction of concrete curb, gutter and sidewalk, median islands
and metal beam guard rails.
Noah Hernandez
Public Works Inspector
Education
Coursework/1993/Liberal Arts/
Fullerton College, CA
Water Distribution System
Operation and Maintenance/2008/
California State University,
Sacramento
Certification
2006/Public Works Inspector/
Rancho Santiago, CA
Years of Experience
Entered the profession in 1993
Tony Plante
Public Works Inspector
Education
Mt. San Antonio College,
Walnut, CA
Years of Experience
Entered the profession in 1980
On-Call Professional Inspection Services City of Seal Beach
24 | P a g e
Samples
On the following two pages is an example of a daily inspection report prepared by an APP inspector. Due to the 30-page limit,
only a portion of one work sample is included. Many more examples are available upon request.
On-Call Professional Inspection Services City of Seal Beach
25 | P a g e
Newport Beach El Segundo Riverside Long Beach www.andpen.com
May 28, 2019
Iris Lee, PE
Deputy Public Works Director
Department of Public Works
City of Seal Beach
211 Eighth Street
Seal Beach, CA 90740
Subject: Revised Fee Proposal for On-Call Professional Inspection Services for the City of Seal Beach
Dear Ms. Lee,
Enclosed is APP’s fee proposal. Our rate schedule is based upon our understanding of the Scope of Work in Section III of
the City’s RFP.
We look forward to working closely with the City to finalize the fee to best suit the City’s needs.
Should you have any questions or desire any additional information, please contact me at (714) 458-0703 or
ddemillia@andpen.com.
Respectfully submitted,
Ardurra Group, Inc. dba AndersonPenna Partners
Dino D’Emilia, PE, F.ASCE, QSD
Vice President, Project and Construction Management Group Leader
cc: Lisa M. Penna, PE, F.ASCE, QSD, Managing Principal
Gary Heinbuch, Inspections Manager
On-Call Professional Inspection Services City of Seal Beach
1 | P a g e
Fee Proposal
Rate1
Regular Time
Staff Rate Mon –
Fri2 Sat.2 Sunday/
Holiday
Public Works Inspector (Prevailing Wage)3 , 4 $142 $199 $199 $256
Accessabiliyt Expert / CASp Inspector $250 $350 $350 $450
DSA / OSHPD Inspector of Record $190 $266 $266 $342
Deputy / Building Inspector (Prevailing Wage)3, 4 $130 $182 $182 $234
NDT Testing (Prevailing Wage)3, 4 $140 $196 $196 $252
Labor Compliance $120 n/a n/a n/a
Overtime
AndersonPenna Partners, Inc.
June 10, 2019 - June 10, 2022
Notes:
1 The above hourly rates include wages, fringe and general and administrative overhead and fee, as well as typical supplies,
tools and equipment required to perform services.
2 Rate applies to the first four hours of overtime during the week; all overtime in excess of four hours is paid at the Sunday/
holiday rate.
3 Prevailing Wage Rates are subject to annual increases pursuant to the State of California's Department of Industrial
Relations Wage Rate Determinations, assumed at $2.30 per hour, plus associated overhead and profit, per annum. The rate
included above covers the period through June 30, 2019. For contracts involving public works inspection services, APP
requires the awarding public agency to complete DIR form PWC-100 solely for AndersonPenna Partners, Inc. as the prime
contractor specific to the awarded contract name and amount. A half-hour per week, per inspector labor compliance charge
will be billed for all Prevailing Wage inspection assignments.
4 The following minimum callout applies to Inspection staff, in accordance with Industrial Welfare Commission Order No. 16-
2001:
Cancellation of 8 hours scheduled inspection after inspector's arrival on site: 4-hour minimum
Cancellation of 4 hours scheduled inspection after inspector's arrival on site: 2-hour minimum
Other Direct Costs: Reimbursement of identifiable non-salary costs that are directly attributable to the project such as
oversized and/or color reproduction costs, site facility hard phone line and/or internet service charges, other travel expenses
to remote fabrication yards /batch plants, overnight postage or couriers, etc., are billed at actual cost plus five percent (5%) to
cover overhead and administration. Travel charges to a casting/fabrication yard or batch plant will include the hourly billing
rate plus travel expenses as listed in the Caltrans Travel Guide (State rates). Non-commuting mileage required for travel on
the project and to and from locations other than the project site are billed at the allowable IRS mileage reimbursement rate
(currently $0.58 per mile).
Fees for subconsultant services: Billed at actual cost plus 15 percent (15%) to cover overhead and administration.
Payment Terms: A late payment finance charge at a rate of 12 percent (12%) per annum will be applied to any unpaid
balance commencing 45 days after the date of original invoice.
Escalation: This rate schedule is effective for the contract’s anticipated term of three years. Should the Contract duration be
extended beyond the initial three-year term, rates will be subject to annual and/or periodic revisions as necessary to
accommodate inflationary trends, salary adjustments and the general cost of doing business, as mutually agreeable to the
On-Call Professional Inspection Services City of Seal Beach
2 | P a g e
parties and approved via Contract amendment prior to implementing higher rates. In the event the contract is subject to
delays that are beyond APP's control, a request will be made to increase the billing rates to APP's current standard rates and
the Client will use all reasonable effort to allow such billing rate increase.
Exclusions to Scope and Fee: The following items are specifically excluded:
· Legal advice
· Specialized software (other than MS Office Suite and MS Project)
· Surveying
· Design services and responsibilities
· Materials, soils and/or hazardous materials testing or monitoring
· Construction labor, materials and/or equipment
· Copies of plan and specifications or other oversized drawings
· Additional services not specifically called for in the proposal
· Expert witness services
· Standby services
2305709v3
EXHIBIT B
TERMS FOR COMPLIANCE WITH CALIFORNIA LABOR LAW REQUIREMENTS
1. This Agreement calls for services that, in whole or in part, constitute “public works”
as defined in Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the
California Labor Code (“Chapter 1”). Further, Consultant acknowledges that this
Agreement is subject to (a) Chapter 1 and (b) the rules and regulations established by
the Department of Industrial Relations (“DIR”) implementing such statutes. Therefore, as
to those Services that are “public works”, Consultant shall comply with and be bound by
all the terms, rules and regulations described in 1(a) and 1(b) as though set forth in full
herein.
2. California law requires the inclusion of specific Labor Code provisions in certain
contracts. The inclusion of such specific provisions below, whether or not required by
California law, does not alter the meaning or scope of Section 1 above.
3. Consultant shall be registered with the Department of Industrial Relations in
accordance with California Labor Code Section 1725.5, and has provided proof of
registration to City prior to the Effective Date of this Agreement. Consultant shall not
perform work with any subcontractor that is not registered with DIR pursuant to Section
1725.5. Consultant and subcontractors shall maintain their registration with the DIR in
effect throughout the duration of this Agreement. If Consultant or any subcontractor
ceases to be registered with DIR at any time during the duration of the project,
Consultant shall immediately notify City.
4. Pursuant to Labor Code Section 1771.4, Consultant’s Services are subject to
compliance monitoring and enforcement by DIR. Consultant shall post job site notices,
as prescribed by DIR regulations.
5. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem
wages for each craft, classification, or type of worker needed to perform the Agreement
are on file at City Hall and will be made available to any interested party on request.
Consultant acknowledges receipt of a copy of the DIR determination of such prevailing
rate of per diem wages, and Consultant shall post such rates at each job site covered by
this Agreement.
6. Consultant shall comply with and be bound by the provisions of Labor Code Sections
1774 and 1775 concerning the payment of prevailing rates of wages to workers and the
penalties for failure to pay prevailing wages. Consultant shall, as a penalty to City, forfeit
$200.00 for each calendar day, or portion thereof, for each worker paid less than the
prevailing rates as determined by the DIR for the work or craft in which the worker is
employed for any public work done pursuant to this Agreement by Consultant or by any
subcontractor.
7. Consultant shall comply with and be bound by the provisions of Labor Code Section
1776, which requires Consultant and each subcontractor to: keep accurate payroll
records and verify such records in writing under penalty of perjury, as specified in
2305709v3
Section 1776; certify and make such payroll records available for inspection as provided
by Section 1776; and inform City of the location of the records.
8. Consultant shall comply with and be bound by the provisions of Labor Code Sections
1777.5, 1777.6 and 1777.7 and California Administrative Code of Regulations, Title 8,
Section 200 et seq. concerning the employment of apprentices on public works projects.
Consultant shall be responsible for compliance with these aforementioned Sections for
all apprenticeable occupations. Prior to commencing work under this Agreement,
Consultant shall provide City with a copy of the information submitted to any applicable
apprenticeship program. Within 60 days after concluding work pursuant to this
Agreement, Consultant and each of its subcontractors shall submit to City a verified
statement of the journeyman and apprentice hours performed under this Agreement.
9. Consultant shall not perform Work with any Subcontractor that has been debarred or
suspended pursuant to California Labor Code Section 1777.1 or any other federal or
state law providing for the debarment of contractors from public works. Consultant and
subcontractors shall not be debarred or suspended throughout the duration of this
Contract pursuant to Labor Code Section 1777.1 or any other federal or state law
providing for the debarment of contractors from public works. If Consultant or any
subcontractor becomes debarred or suspended during the duration of the project,
Consultant shall immediately notify City.
10. Consultant acknowledges that eight hours labor constitutes a legal day’s work.
Consultant shall comply with and be bound by Labor Code Section 1810. Consultant
shall comply with and be bound by the provisions of Labor Code Section 1813
concerning penalties for workers who work excess hours. Consultant shall, as a penalty
to City, forfeit $25.00 for each worker employed in the performance of this Agreement by
Consultant or by any subcontractor for each calendar day during which such worker is
required or permitted to work more than eight hours in any one calendar day and 40
hours in any one calendar week in violation of the provisions of Division 2, Part 7,
Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code Section 1815, work
performed by employees of Consultant in excess of eight hours per day, and 40 hours
during any one week shall be permitted upon public work upon compensation for all
hours worked in excess of eight hours per day at not less than one and one-half times
the basic rate of pay.
11. California Labor Code Sections 1860 and 3700 provide that every employer
will be required to secure the payment of compensation to its employees. In accordance
with the provisions of California Labor Code Section 1861, Consultant hereby certifies as
follows:
“I am aware of the provisions of Section 3700 of the Labor Code which require every
employer to be insured against liability for workers’ compensation or to undertake self-
insurance in accordance with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this contract.”
12. For every subcontractor who will perform work on the project, Consultant shall be
responsible for such subcontractor’s compliance with Chapter 1 and Labor Code
2305709v3
Sections 1860 and 3700, and Consultant shall include in the written contract between it
and each subcontractor a copy of those statutory provisions and a requirement that each
subcontractor shall comply with those statutory provisions. Consultant shall be required
to take all actions necessary to enforce such contractual provisions and ensure
subcontractor’s compliance, including without limitation, conducting a periodic review of
the certified payroll records of the subcontractor and upon becoming aware of the failure
of the subcontractor to pay his or her workers the specified prevailing rate of wages.
Consultant shall diligently take corrective action to halt or rectify any failure.
13. To the maximum extent permitted by law, Consultant shall indemnify, hold harmless
and defend (at Consultant’s expense with counsel reasonably acceptable to City) City, its
officials, officers, employees, agents and independent contractors serving in the role of
City officials, and volunteers from and against any demand or claim for damages,
compensation, fines, penalties or other amounts arising out of or incidental to any acts or
omissions listed above by any person or entity (including Consultant, its subcontractors,
and each of their officials, officers, employees and agents) in connection with any
work undertaken or in connection with the Agreement, including without limitation the
payment of all consequential damages, attorneys’ fees, and other related costs and
expenses. All duties of Consultant under this Section shall survive the termination of the
Agreement.
Agenda Item: I
AGENDA STAFF REPORT
DATE:July 22, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Steve Myrter, P.E., Director of Public Works
SUBJECT:Notice of Completion for 15 1st Street Roof Repair Project
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6935:
1. Accepting the 15 1st Street Roof Repair Project by Garland/DBS, Inc. in the
amount of $78,919 (Project No. BG1808); and,
2. Directing the City Clerk to file a “Notice of Completion” with the Orange
County Clerk-Recorder within fifteen (15) days from the date of acceptance
and to release retention in 35 days.
BACKGROUND AND ANALYSIS:
On May 13, 2019, the City Council approved the contract documents for the 15 1st
Street Roof Repair Project, adopted Resolution 6918, and awarded a contract to
Garland/DBS, Inc. for the Project in the amount of $73,919.
The Project repaired the 15 1st Street roof, as identified in the Citywide Facility
Condition Assessment, dated October 2011, and a subsequent roof assessment,
dated in December 2017.
The Project has been completed to the satisfaction of the City Engineer. The
Project was inspected and it meets all standards and requirements within the
Project specifications. It is requested that the City Council formally accept the
Project and direct staff to file a Notice of Completion with the Orange County
Clerk’s Office.
ENVIRONMENTAL IMPACT:
This Project has complied with all the requirements of the California Environmental
Quality Act (CEQA) and is categorically exempt under Section 15031 Class 1 of
the CEQA Guidelines.
5
6
9
LEGAL ANALYSIS:
The City Attorney has reviewed the resolution and approved as to form.
FINANCIAL IMPACT:
The approved FY2018-2019 CIP Budget allocated funds for the Project. The table
below presents the Project cost breakdown:
Description Amount
Construction
$78,919
Project Total $78,919
The awarded contract amount with Garland/DBS, Inc. was in the amount of
$73,919 with $5,000 construction contingency, for a project total cost of $78,919.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
RECOMMENDATION:
That the City Council adopt Resolution 6935:
1. Accepting the 15 1st Street Roof Repair Project by Garland/DBS, Inc. in the
amount of $78,919 (Project No. BG1808); and,
2. Directing the City Clerk to file a “Notice of Completion” with the Orange
County Clerk-Recorder within fifteen (15) days from the date of acceptance
and to release retention in 35 days.
SUBMITTED BY: NOTED AND APPROVED:
Steve Myrter Jill R. Ingram
Steve Myrter, P.E., Director of Public Works Jill R. Ingram, City Manager
5
6
9
ATTACHMENTS:
A. Resolution 6935
B. Notice of Completion
RESOLUTION 6935
A RESOLUTION OF THE SEAL BEACH CITY COUNCIL
ACCEPTING COMPLETION OF THE 15 1st STREET ROOF
REPAIR PROJECT AND DIRECTING THE FILING OF A NOTICE
OF COMPLETION FOR THE PROJECT
THE SEAL BEACH CITY COUNCIL DOES HEREBY RESOLVE:
Section 1. The City accepts the completion of the 15 1st Street Roof Repair
Project (the “Project”) by Garland/DBS, Inc. in the amount of $78,919 for the
work performed.
Section 2. The City Clerk is hereby directed to file a “Notice of Completion” for
the Project with the Orange County Clerk-Recorder within fifteen (15) days of the
date of this resolution and to release retention 35 days after the filing of the
Notice of Completion.
PASSED, APPROVED AND ADOPTED by the Seal Beach City Council at a
regular meeting held on the 22nd day of July 2019 by the following vote:
AYES: Council Members
NOES: Council Members
ABSENT: Council Members
ABSTAIN: Council Members
Thomas Moore, Mayor
ATTEST:
Gloria D. Harper, City Clerk
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6935 on file in the office of
the City Clerk, passed, approved, and adopted by the City Council at a regular
meeting held on the 22nd day of July 2019.
Gloria D. Harper, City Clerk
RECORDING REQUESTED BY
AND WHEN RECORDED MAIL TO
CITY OF SEAL BEACH
Attn: City Clerk
211 - 8th Street
Seal Beach, CA 90740
Space of above this line for Recorder’s use.
*** No Recording Fee Pursuant to Government Code Section 6103, 27383 ****
NOTICE OF COMPLETION
Notice pursuant to Civil Code Section 9204, must be filed within 15 days after completion.
Notice is hereby given that:
1. The undersigned is owner or corporate officer of the owner of the interest or estate stated
below in the property hereinafter described:
2. The full name of the owner is: City of Seal Beach.
3. The address of the owner is: 211 – 8th Street, Seal Beach, CA 90740.
4. The nature of the interest or estate of the owner is: In Fee. The City of Seal Beach.
5. A work of improvement on the property hereinafter is described as substantially completed on
May 28, 2019. The work was 15 1st Street Roof Repair Project.
6. The name of the contractor(s), if any, for such improvement was: Garland/DBS, Inc. The date
of the Contract Award was May 13, 2019.
7. The property on which said work of improvement was completed in the City of Seal Beach,
County of Orange, State of California, and is described as follows: 15 1st Street.
Date: _______________
_________________________________________
Director of Public Works, P.E, City of Seal Beach
Signature of owner or corporate officer of owner
named in paragraph 2 or agent.
VERIFICATION
I, the undersigned, say: the Director of Public Works declarant of the foregoing notice of
completion; have read said notice of completion and know the contents thereof; the same is true
of my own knowledge.
I declare under penalty of perjury the foregoing is true and correct.
Executed on _____________________, 2019, at Seal Beach, California.
(Date of Signature)
_________________________________________
Director of Public Works, City of Seal Beach
Agenda Item: J
AGENDA STAFF REPORT
DATE:July 22, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Steve Myrter, P.E., Public Works Director
SUBJECT:Notice of Completion for 2018 Environmental Cleanup
Program Project CIP SD1901
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6936:
1. Accepting the 2018 Environmental Cleanup Program Project CIP SD1901
by G2 Construction, Inc. in the amount of $153,263; and,
2. Directing the City Clerk to file a “Notice of Completion” with the Orange
County Clerk-Recorder within fifteen (15) days from the date of acceptance
and to release retention in 35 days.
BACKGROUND AND ANALYSIS:
On August 6, 2018, the Orange County Transportation Authority approved the
Environmental Cleanup Program Measure M2 funding and allocated $159,454 to
the City of Seal Beach for water quality improvements.
On April 8, 2019, the City Council of Seal Beach approved the contract documents
for the 2018 Environmental Cleanup Program Project CIP SD1901 (the “Project”),
and authorized the solicitation for bids.
On May 13, 2019, the City Council adopted Resolution 6917, and awarded a
contract to G2 Construction, Inc. for the Project in the amount of $145,613 and
approved change orders in a not-to-exceed amount of $14,387.
The Project consisted of installing full capture systems in 55 catch basins
throughout the City as committed via letter to the Santa Ana Regional Water
Quality Control Board in August 2017.
The Project has been completed to the satisfaction of the City Engineer. The
Project was inspected and meets all standards and requirements within the Project
5
5
5
specifications. It is required to formally accept the Project and direct staff to file a
Notice of Completion with the Orange County Clerk’s Office.
ENVIRONMENTAL IMPACT:
This Project complies with all requirements of the California Environmental Quality
Act (CEQA) and is categorically exempt under Section 15301 Class 1 Subsection
(b).
LEGAL ANALYSIS:
The City Attorney has reviewed the resolution and approved as to form.
FINANCIAL IMPACT:
On May 13, 2019, the City Council approved Budget Amendment BA19-11-01
allocating $172,000 to the Project. The table below presents a breakdown of the
total Project cost:
Description Amount
Construction $145,613
Contract
Change Orders
$ 7,650
Inspection and Testing $ 1,750
Project Cost $155,013
The awarded contract amount with G2 Construction, Inc. was in the amount of
$145,613. The total construction cost to G2 Construction, Inc. was $153,263. A
total amount of $1,750 was expended for Project inspection and testing.
Upon Council approval, OCTA will be invoiced for its proportionate share of
approximately 80 percent. Unspent City funds will be returned to the original
source fund.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
5
5
5
RECOMMENDATION:
That the City Council adopt Resolution 6936:
1. Accepting the 2018 Environmental Cleanup Program Project CIP SD1901
by G2 Construction, Inc. in the contract amount of $153,263; and,
2. Directing the City Clerk to file a “Notice of Completion” with the Orange
County Clerk-Recorder within fifteen (15) days from the date of acceptance
and to release retention in 35 days.
SUBMITTED BY: NOTED AND APPROVED:
Steve Myrter Jill R. Ingram
Steve Myrter, P.E. , Public Works
Director
Jill R. Ingram, City Manager
ATTACHMENTS:
A. Resolution 6936
B. Notice of Completion
RESOLUTION 6936
A RESOLUTION OF THE SEAL BEACH CITY COUNCIL
ACCEPTING COMPLETION OF THE 2018 ENVIRONMENTAL
CLEANUP PROGRAM PROJECT CIP SD1901 AND DIRECTING
THE FILING OF A NOTICE OF COMPLETION FOR THE
PROJECT
THE SEAL BEACH CITY COUNCIL DOES HEREBY RESOLVE:
Section 1. The City accepts the completion of the 2018 Environmental
Cleanup Program Project CIP SD1901 (the “Project”) by G2 Construction, Inc. in
the amount of $153,263 for the work performed.
Section 2. The City Clerk is hereby directed to file a “Notice of Completion” for
the Project with the Orange County Clerk-Recorder within fifteen (15) days of the
date of this resolution and to release retention 35 days after the filing of the
Notice of Completion.
PASSED, APPROVED AND ADOPTED by the Seal Beach City Council at a
regular meeting held on the 22nd day of July 2019 by the following vote:
AYES: Council Members
NOES: Council Members
ABSENT: Council Members
ABSTAIN: Council Members
Thomas Moore, Mayor
ATTEST:
Gloria D. Harper, City Clerk
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6936 on file in the office of
the City Clerk, passed, approved, and adopted by the City Council at a regular
meeting held on the 22nd day of July 2019.
Gloria D. Harper, City Clerk
RECORDING REQUESTED BY
AND WHEN RECORDED MAIL TO
CITY OF SEAL BEACH
Attn: City Clerk
211 - 8th Street
Seal Beach, CA 90740
Space of above this line for Recorder’s use.
*** No Recording Fee Pursuant to Government Code Section 6103, 27383 ****
NOTICE OF COMPLETION
Notice pursuant to Civil Code Section 9204, must be filed within 15 days after completion.
Notice is hereby given that:
1. The undersigned is owner or corporate officer of the owner of the interest or estate stated
below in the property hereinafter described:
2. The full name of the owner is: City of Seal Beach.
3. The address of the owner is: 211 – 8th Street, Seal Beach, CA 90740.
4. The nature of the interest or estate of the owner is: In Fee. The City of Seal Beach.
5. A work of improvement on the property hereinafter is described as substantially completed on
June 21, 2019. The work was 2018 Environmental Cleanup Program. CIP No. SD1901.
6. The name of the contractor(s), if any, for such improvement was: G2 Construction, Inc. The
date of the Contract Award was May 13, 2019.
7. The property on which said work of improvement was completed in the City of Seal Beach,
County of Orange, State of California, and is described as follows: Various locations in Old
Town District, along Seal Beach Boulevard, and along Westminster Avenue.
Date: _______________
_________________________________________
Director of Public Works, P.E, City of Seal Beach
Signature of owner or corporate officer of owner
named in paragraph 2 or agent.
VERIFICATION
I, the undersigned, say: the Director of Public Works declarant of the foregoing notice of
completion; have read said notice of completion and know the contents thereof; the same is true
of my own knowledge.
I declare under penalty of perjury the foregoing is true and correct.
Executed on _____________________, 2019, at Seal Beach, California.
(Date of Signature)
_________________________________________
Director of Public Works, City of Seal Beach
Agenda Item: K
AGENDA STAFF REPORT
DATE:July 22, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Steve Myrter, Director of Public Works
SUBJECT:Professional Services Agreement with Superior Pavement
Markings, Inc., for Pavement Marking Maintenance Services
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6937:
1. Approving and authorizing the City Manager to execute a professional
services agreement with Superior Pavement Markings, Inc., in the amount
of $160,000 to provide Pavement Marking Maintenance Services for a
three-year term; and,
2. Authorizing the City Manager the option to administratively approve and
execute an amendment of the professional service agreement to extend the
professional services agreement for up to two (2) additional one-year terms,
in the amount of $55,000 for each one-year extension.
BACKGROUND AND ANALYSIS:
The City allocates funding in the Capital Improvement Program (CIP) for the
Annual Striping Program. This program provides routine pavement marking
maintenance, which includes traffic lanes, curb painting, crosswalks, and bike
lanes. The current program allows for the City to aggregate pavement marking
needs into one larger annual CIP project; however, there are regular occurrences
where a higher maintenance frequency is desired. Current practices would require
staff to solicit for cost proposals, regardless of the magnitude of work, and enter
into a separate professional services agreement each time. This process can take
approximately four (4) months for a smaller scale effort, resulting in belabored
project delivery and inefficient use of staff time.
On May 13, 2019, staff issued a Request for Proposals (RFP) to provide Pavement
Marking Services to streamline project delivery and provide readily available
contract support. The evaluation panel comprised of Public Works staff rated the
proposal based on their overall qualifications, relevant firm experience, availability,
familiarity with the City’s policies, understanding and approach. Based on the
5
5
1
abovementioned factors, Superior Pavement Markings, Inc. (Superior) was
deemed most qualified. Reference checks indicate satisfactory proficiency and
experience to provide the requisite services.
Staff reviewed Superior’s labor and material rate schedule and found them to be
consistent with industry standards. The scope and fee for each task will be agreed
upon through a letter proposal based on the established fee schedule. Proposals
in excess of the City Manager’s signing authority will be brought to Council for
consideration. Funds for these services will be expensed from the Annual Striping
Program, or another applicable budget accounts.
The contract term is three (3) years and the City will have the option to extend the
contract for up to two (2) additional one-year terms. The agreement is in a not-to-
exceed amount of $160,000 for the three-year original term, with each one-year
term extension in a not-to-exceed amount of $55,000.
ENVIRONMENTAL IMPACT:
Work under this agreement complies with all requirements of the California
Environmental Quality Act (CEQA) and is categorically exempt under Section
15301 Class 1.
LEGAL ANALYSIS:
The City Attorney has reviewed agreements and approved the resolution as to
form.
FINANCIAL IMPACT:
The approval of the proposed professional services agreement does not directly
appropriate or expend funds. Services will be used to the extent of available
funding in the Annual Striping Program, or applicable budget accounts.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
RECOMMENDATION:
That the City Council adopt Resolution 6937:
5
5
1
1. Approving and authorizing the City Manager to execute a professional
services agreement with Superior Pavement Markings, Inc., in the amount
of $160,000 to provide Pavement Marking Maintenance Services for a
three-year term; and,
2. Authorizing the City Manager to administratively approve and execute an
amendment to extend the professional service agreement for up to two (2)
additional one-year terms, in the amount of $55,000 for each one-year
extension.
SUBMITTED BY: NOTED AND APPROVED:
Steve Myrter Jill R. Ingram
Steve Myrter, P.E., Director of Public
Works
Jill R. Ingram, City Manager
ATTACHMENTS:
A. Resolution 6937
B. Agreement
RESOLUTION 6937
A RESOLUTION OF THE SEAL BEACH CITY COUNCIL
APPROVING AND AUTHORIZING THE CITY MANAGER TO
EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH
SUPERIOR PAVEMENT MARKINGS, INC. FOR PAVEMENT
MARKING MAINTENANCE SERVICES
WHEREAS, on May 13, 2019, the City issued a Requests for Proposals for
Pavement Marking Maintenance Services; and
WHEREAS, on May 28, 2019, the City received two (2) proposals in response to
the Requests for Proposal; and
WHEREAS, the City performed a detail review and evaluation of the proposals
and deemed Superior Pavement Markings, Inc. as the most qualified to provide
such services.
NOW, THEREFORE, THE SEAL BEACH CITY COUNCIL DOES HEREBY
RESOLVE:
Section 1. A. The City Council hereby approves the three (3) year
professional services agreement (Agreement) between the City of
Seal Beach and Superior Pavement Markings, Inc. for Pavement
Marking Maintenances Services in a not-to-exceed amount of
$160,000 for the three-year term.
B. The City Council hereby authorizes the City Manager to
administratively approve up to two (2) additional one-year terms, at
his/her discretion, in a not-to-exceed amount of $55,000 per one-
year extension.
Section 2. A. The City Council hereby authorizes the City Manager to
execute the Agreement.
B. In the event that the City Manager approves an extension of
the Agreement set forth in Section 1, the City Council hereby
authorizes the City Manager to execute any such extension on the
terms set forth in this Resolution.
Section 3. The City Council hereby rejects all other proposals.
PASSED, APPROVED AND ADOPTED by the Seal Beach City Council at a
regular meeting held on the 22nd day of July 2019 by the following vote:
AYES: Council Members
NOES: Council Members
ABSENT: Council Members
ABSTAIN: Council Members
Thomas Moore, Mayor
ATTEST:
Gloria D. Harper, City Clerk
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6937 on file in the office of
the City Clerk, passed, approved, and adopted by the City Council at a regular
meeting held on the 22nd day of July 2019.
Gloria D. Harper, City Clerk
Table of Contents
I. INTRODUCTION
II. QUALIFICATIONS
III. SCOPE OF WORK
IV. PRE-PROPOSAL QUESTIONS
V. SCHEDULE
VI. SUBMITTAL REQUIREMENTS
VII. COST PROPOSAL
VIII. SELECTION PROCESS
IX. SPECIAL PROVISIONS
X. GENERAL CONDITIONS
EXHIBIT A – Cost Proposal
EXHIBIT B - Sample Maintenance Services Agreement
Page 1 of 11
REQUEST FOR PROPOSALS FOR
PAVEMENT MARKING MAINTENANCE SERVICES
I. INTRODUCTION
The City of Seal Beach (“City”) is requesting proposals from qualified contractors to
provide Pavement Marking Maintenances Services.
The City anticipates a three (3) year on-call/as-needed agreement, with an
estimated contract amount to be determined. An option to extend may be included
in the agreement. The final agreement amount and term will depend on the
quality, diversity, and responsiveness of the received proposals.
Unless otherwise noted as an emergency, City will coordinate with Contractor to
schedule the work with a minimum 10-day prior notification.
Due to the on-call/as-needed nature of this contract, no work is guaranteed, even if
awarded.
The scope, work schedule, and fee for each requested task will be negotiated on a
project-by-project basis. The City reserves the right to not accept the Contractor’s
scope and fee.
II. QUALIFICATIONS
Minimum Qualifications
Contractor shall possess a valid Contractor’s “A” or C-32” License issued by
the Department of Consumer Affairs – Contractors State License Board by
the time of proposal submittal and shall remain valid for the term of the
Agreement.
Contractor shall have a valid City of Seal Beach business license for the
term of the Agreement, if selected.
Contractor personnel shall have a minimum five (5) years of training and
experience in services of similar scope to this RFP.
III. SCOPE OF WORK
Work to be done consists of furnishing all labor, supervision, methods of
processes, implements, tools, machinery, safety equipment, traffic control,
materials and proper licensing required to identify, list, and perform pavement
marking services in those areas designed by the City. Due to the on-call/as-
needed nature of this Agreement, Work may vary according to the need.
The Contractor shall furnish and maintain records designating exact locations and
areas of repairs and maintenance. Such reports shall be signed by the Contractor
and the City. If the City determines that the Contractor has not satisfactorily
perform the Work, payment will be withheld for said Work until such time the Work
is completed to the satisfaction of the City. All work for which progress payment is
made shall be reported on and certified according to the foregoing procedure, and
in addition thereto, the City shall certify that the Work has been inspected and
completed to the satisfaction of the City prior to payment.
Authorization of Work
Unless otherwise noted as an emergency, City will coordinate with Contractor to
schedule the work with a minimum 10-day prior notification.
Contractor shall perform the on-call/as-needed services described herein
(“Services” or “Work”). Upon written request from the City, Contractor shall provide
a cost proposal for each task order requested by the City (hereinafter referred to as
the “Proposal”).
At a minimum, the Proposal shall include the following:
A detailed description of the Work to be provided;
The estimated number of hours and cost to complete the Work.
No Services shall be provided until the City has provided written acceptance of the
Proposal. Once authorized to proceed, Contractor shall diligently perform the
duties in the approved Proposal.
Progress of Work
Work shall proceed in an orderly manner. Wherever possible, Work shall be
completely finished prior to proceeding to the next location. Any exceptions shall
be approved by the City.
Alterations
The City reserves the right to increase or decrease the quantity of any item or
portion of the Work or to omit portions of the Work as may be deemed necessary
or advisable by the City. The City may make such alterations or deviations,
additions to, or omissions from these specifications, as may be determined during
the progress of the work to be necessary and advisable for the proper completion
thereof. Such alterations or deviations, additions or omissions shall in no way
affect or make void the Agreement. Upon written order of the City, Contractor shall
proceed with the Work as increased, decreased or altered.
Extra Work
1. Extra work shall not be performed without prior approval by the City unless public
safety is at risk.
2. Extra work may be required by the City as a result of acts of God, vandalism, theft,
civil disturbances, accidents, or improvements.
3. If unit prices are not available, payment for extra work will be based on actual cost
of labor, plus wholesale cost of materials, plus a 15% markup. Extra services
other than those listed shall be negotiated on a time-and-material basis with a “not
to exceed” amount.
Acceptance of Work Done
The City, at its sole discretion, will make inspections and determine that the Work
has been completed in all respects in accordance with these specifications.
Billing Form, Records and Reports
The Contractor shall maintain a record of all work performed, including but not
limited to location, types, and amounts maintained/installed/removed. These
records shall list the date(s) of the Work performed. A copy of such record shall be
provided to the City upon completion of each Task Order. Contractor shall
maintain such record through the term of the Agreement, plus two (2) years after
Contract termination.
The Contractor shall return appropriate and completed Task Orders showing the
date and inventory of work performed and it shall be attached to each invoice.
Contractor shall provide a billing form and progress payment form approved by the
City.
Method of Work
The Pavement Marking Maintenance work shall involve all work necessary to
maintain and replace roadway markings. Work can include layout, removal of old
markings, painting over of existing or applying new striping, legends and markings,
installation or removal of raised pavement markers and the use of tape or raised
bars for pavement markings. The Contractor shall follow the guidelines as set out
in the latest edition of the Manual of Uniform Traffic Control Devices (MUTCD) and
in Chapter 16 of the State of California Department of Transportation Highway
Division (Caltrans) Maintenance Manual regarding the requirements and
specifications for pavement delineation.
All Work shall be performed per the Standard Specifications for Public Works
Construction (Green Book), Latest Edition.
The Contractor shall be responsible and shall take necessary precautions to
protect work areas until the Work is accepted by the City.
Rubbish and construction debris shall be promptly removed from the work area
and properly disposed of to an approved disposal site. After removal operations
have been completed, the grounds shall be left in a neat, safe, and presentable
condition, to the satisfaction of the City.
The Contractor shall verify the location of all utilities prior to any Work, and shall be
held liable for all damages incurred due to his/her operations.
Materials
Paint, thermoplastic, reflectorized pavement markings, stencils, signs, and other
materials shall meet the requirements set out in the latest edition of the Manual of
Uniform Traffic Control Devices (MUTCD) and in Chapter 16 of the California
Department of Transportation Division of Highways (Caltrans) Maintenance
Manual and Section 214 of the Standard Specification for Public Works
Construction, Latest Editions. The City may make changes to these requirements
as deemed necessary.
Traffic Control
The Contractor shall maintain a safe environment at all times. Appropriate
State/City traffic control standards and/or policies shall be adhered to for all Work.
Personnel, vehicles, equipment, etc. shall be properly outfitted/equipped for the
Work being performed. Any restrictions, due to the Work that cause travel ways to
be less than State/City minimum requirement, shall have appropriate traffic control
(in accordance with State specifications, policies, and procedures installed prior to
the beginning of Work and remaining until all Work is completed to the satisfaction
of the City. All traffic control, at a minimum, shall adhere to requirements of the
Work Area Traffic Control Handbook (WATCH Manual). Payment for traffic control
shall be included in the various bid items in the cost proposal.
Signs/Posts
The City may, at times, need to have the Contractor install/remove/modify signage
in conjunction with the appropriate pavement markings. A Task Order specifying
sign type and material (constructed of) and post requirements will be detailed in a
Task Order provided by the City. Any and all such costs associated with the Work
shall be in accordance with any or all parts of this Agreement and/or prevailing
rates/costs.
NPDES Regulations
The Contractor shall comply with all City, and applicable regulatory agency,
regulations regarding NPDES (National Pollution Discharge Elimination System)
Requirements and the City’s Best Management Practices. Contractor shall not
discharge anything to the storm drain system or bodies of water. Contractor shall
implement the attached Best Management Practices (BMP’s) provided by the City.
Contractor shall conduct annual training regarding stormwater regulations and the
appropriate BMP’s for all employees working at City facilities Contractor shall
provide to the City annually, by July 1, with certification of the required training on
stormwater regulations and the BMP’s, and acknowledgement of adherence to
these standards while performing work at the City.
Protection of Existing Utilities
The Contractor shall take all due precautionary measures to protect all existing
utilities. When necessary, the Contractor shall have all utilities located by the
responsible agency at least 48-hours prior to commencing any excavation or utility
impacting work. The Contractor's attention is directed to the one-call utility
notification service provided by Underground Service Alert (USA) (800)-422-4133
Protection from Damage
The Contractor shall protect all public and private property that is not part of Work.
The Contractor shall take special care to protect existing reflective pavement
markers and shall, at the Contractor's expense, replace all damaged and/or
coated markers.
Newly placed traffic stripes and pavement markings shall be protected from
damage by public traffic or other causes until the paint is thoroughly dry or the
thermoplastic material has sufficiently hardened.
Contractor shall protect property and facilities adjacent to and within the work
areas. The work area shall be safe, clean, and presentable condition, as
determined by the City. All public or privately owned improvements and facilities
shall be restored to their original condition and location, or better, using new
material only. Contractor shall repair such damage at Contractor’s sole expense.
Nothing herein shall be construed to entitle the Contractor exclusive use of any
public right-of-way or City property. Contractor shall conduct his/her operations so
as not to interfere with the authorized work of utility companies or other agencies.
Withholding of Payment
If, in the event that deficiencies are determined by City, the Contractor will have 24
hours from the time of notification to remedy said deficiency. If Contractor fails to
correct within 24 hours, Contractor shall be fined the amount previously
determined at the time of the initial inspection. Deductions from the monthly
payment due for Work not performed will be based upon the bid worksheets, which
are to be submitted at the time of bid plus mark-up.
Meetings/Emergency Contact
Contractors shall provide the City a valid phone number(s) to reach at least two (2)
qualified Contractor representative at all times, 24 hours per day.
IV. PRE-PROPOSAL QUESTIONS
For answers to questions or particulars regarding this Request for Proposal, all
interested parties are to contact:
Iris Lee
Deputy Public Works Director/City Engineer
Department of Public Works
211 Eighth Street
Seal Beach, CA 90740
ilee@sealbeachca.gov
(562) 431-2527 ext. 1322
The City will respond to all questions and requests for clarification received by May
23, 2019.
V. SCHEDULE
The following dates reflect the anticipated schedule:
Request for Proposal Solicitation 5/13/2019
Pre-Proposal Question Deadline 5/23/2019
Proposal Submittal Deadline 5/28/2019, 2:00p.m.
Contract Award by City Council June 2019
VI. SUBMITTAL REQUIREMENTS
A. Acceptance of Submittals
Proposals are due by 2:00 PM on May 28, 2019 to the following. Postmarks will
not be accepted.
Iris Lee
Deputy Public Works Director, Department of Public Works
211 Eighth Street
Seal Beach, CA 90740
ilee@sealbeachca.gov
(562) 431-2527 ext. 1322
Please submit one (1) original, two (2) hard copies, and one (1) electronic copy of
the Contractor’s Proposal. Proposals received after the date and time listed above
will not be accepted or considered.
There is no expressed or implied obligation for City to reimburse Contractors for
any expenses incurred in preparing proposals in response to this request.
Materials submitted by respondents are subject to public inspection under the
California Public Records Act (Government Code Sec. 6250 et seq.). Any
language purporting to render the entire proposal confidential or propriety will be
ineffective and will be disregarded.
The City reserves the right to retain all proposals submitted, and to use any idea in
a proposal regardless of whether the proposal was selected. Submission of a
proposal indicates acceptance by the contractor of the conditions contained in the
RFP, unless clearly and specifically noted in the proposal submitted and confirmed
in the agreement between the City and the selected contractor.
All property rights, including publication rights of all reports produced by the
selected contractor in connection with services performed under this Agreement
shall be vested in the City.
B. Information to be Submitted
Proposals shall be limited to 30 pages, excluding proposal cover, cover letter,
resumes, table of contents, and dividers. The following information shall be
provided, at a minimum:
Cover Letter
Company Qualifications
Samples
References
Exceptions
Sealed Fee Proposal
Cover Letter: Cover letter shall not exceed two pages. It shall provide an
executive summary of the proposal, and designate the contractor’s authorized
representative regarding this RFP.
Table of Contents: The table of contents shall list the following sections with
page numbers and information in each section shall be provided.
Company Qualifications: Provide a summary of the contractor’s qualifications,
including background, experience, and financial condition. Include how the
contractor would ensure proper quality assurance/quality control procedures.
Samples: Provide samples of work logs created on similar contract scope-of-work,
and any other work samples that can help evaluate contractor’s record keeping
experience and abilities.
References: Contractor should provide a minimum of five (5) references from
public agencies. Information shall include, at a minimum:
Agency name
Scope of work and/or services provided
Dates
Staff assigned to referenced engagement that will be designated for work
per this RFP
Client project manager name, telephone number, and email
Exceptions: Contractors shall review this RFP and attached standard
maintenance services agreement. Exceptions to any portion of the RFP and/or
agreement will need to be clearly identified. Identification of exceptions does not
constitute City concurrence and acceptance. Exceptions may be negotiated with
the top-ranked contractor.
Fee Proposal: A Fee Proposal shall be submitted in a separate, sealed envelope
and marked as “Pavement Marking Maintenance Services - Fee Proposal” along
with the name of the project. The information and detail included in the fee
proposal shall conform to the provisions of Section VII - Cost Proposal, of this
RFP.
Please note that part of the evaluation criteria takes into consideration the
responsiveness of a proposal; proposals missing the required components listed
below will be evaluated accordingly.
VII. COST PROPOSAL
In preparing the fee proposal for this project, the contractor shall take into
consideration the following:
1. Cost proposal and billing rates shall remain effective for the term of the
Agreement, which is anticipated to be three (3) years, subject to change. Any
anticipated billing adjustments shall be clearly identified in the Proposal.
2. The contractor’s standard billing rates for all classifications of staff likely to be
involved in the project shall be included with the cost proposal along with the
mark-up rate for any non-labor expenses and sub-contractor.
3. The City will negotiate the final fee with the top-ranked contractor.
VIII. SELECTION PROCESS
Proposals will be evaluated on the basis of the response to all provisions of this
RFP. Since this solicitation is an RFP as opposed to a Bid, pricing alone will not
constitute the entire selection criteria. The City may use some or all of the
following criterion in its evaluation and comparison of proposals submitted. The
criteria listed are not necessarily an all-inclusive list. The order in which they
appear is not intended to indicate their relative importance. The City reserves the
right to modify the evaluation criterion and percentage of score as deemed
appropriate prior to the commencement of evaluation.
The City reserves the right to determine whether or not a proposal meets the
specifications and requirements of this RFP and reject any proposal that, in the
City’s sole opinion, fails to meet the detail or intent of the requirements. The City
reserves the right to reject any and all proposals.
POTENTIAL EVALUATION CRITERIA
Qualifications and experience of the proposing contractor. Experience with
various regulatory agencies’ standards. Experience working in a coastal
community. Familiarity with City standards and provisions. Demonstration of
QA/QC process.
A demonstrated understanding of the City’s need. Contractor’s availability to
allocate staff to this Agreement.
The Contractor's recent experience in conducting work for contracts of similar
scope, complexity, and magnitude, particularly for government agencies.
Client references.
Cost proposal.
All proposals received as specified will be evaluated by City staff in accordance
with the abovementioned. During the evaluation period, the City may do any or all
of the following: generate a “short list” and conduct interviews with the top
candidates; conduct on-site visits and/or tours of the candidates’ places of
business; conduct negotiations with the most qualified candidate(s). Contractor
should be aware that award may be made without contractor visits, interviews, or
further discussion or negotiations.
IX. SPECIAL PROVISIONS
a) Normal working hours will generally be between the hours of 7:30 AM and
5:30 PM, Monday through Friday. During emergencies, work may be required at
other than normal hours. The Contractor must receive the approval of the City
prior to commencing Work during hours outside those stated above.
b) Contractor shall maintain an adequate crew of at least two experienced
employees to perform the services required.
c) Contractor will be required to supply a list of equipment owned and available
for Work.
d) Contractor will be required to supply a list of references for similar work
performed.
e) Contractor will be required to supply a list of sub-contractors, if applicable.
f) Contractor will be required to supply additional experience references, if
requested.
g) Contractor shall provide City with required proof of liability insurance,
workman's compensation insurance, vehicle insurance, and City business license
as noted in the contract.
h) Contractor shall be responsible for Contractor’s compliance in all respects
with the prevailing wage rates to all the laborers involved, and with California Labor
Code Section 1770 et seq., including the keeping of all records required by the
provisions of Labor Code Section 1776 and the implementing administrative
regulations. The City shall be a third party beneficiary of the forgoing covenant
with rights to enforce the same as against the Contractor.
i) Hourly rates and unit prices quoted shall include all safety equipment
required. Traffic control may be required on some sites, and shall be included in
quoted prices.
j) Hourly rates for emergency work shall be for actual time spent on the job
site. No travel time will be paid.
k) At any time prior to proposal due date, Contractor may inspect City property
for further information, if desired. City representatives will be available if desired to
answer questions.
l) Contractor shall protect any and all public and private property adjacent to
work areas. Any damage resulting directly or indirectly from Contractor’s actions
shall be the responsibility of the Contractor.
m) Contactor shall adhere to all Cal-OSHA rules and regulations for any and all
Work performed under this Contract.
n) Contractor must be able to provide a list of employee’s names, dates
worked and hours worked on each date if requested by the City.
PERSONNEL
The Contractor shall use and furnish all labor necessary for the satisfactory
performance for the Work set forth in this Agreement.
a) Contractor's Laborers
The Contractor shall require each of his/her employees to adhere to basic
standards of working attire. These are to include uniforms with the Contractor's
company name or insignia clearly visible, proper shoes and other gear required by
State Safety Regulations, and proper wearing of clothing, which includes that shirts
shall be worn at all times.
b) Typical Tasks
Contractor shall supply laborers with the necessary skills to perform duties in
connection with pavement marking maintenance.
c) Licenses
Contractor shall possess a valid Contractor’s “A” or C-32” License issued by the
Department of Consumer Affairs – Contractors State License Board by the time of
proposal submittal and shall remain valid for the term of the Agreement.
Contractor shall have a valid City of Seal Beach business license for the term of
the Agreement, if selected.
Laborers will be required to possess a valid and current California Driver License,
including all insurances as required by the City.
d) Knowledge and Abilities
The Contractor’s representative shall have a general knowledge of the pavement
marking maintenance industry, including suitable experience in the field to perform
the required work in a safe and thoughtful manner
EQUIPMENT
The contractor shall use and furnish all equipment necessary for the satisfactory
performance of the Work set forth in this Agreement.
a) Vehicles
Contractor shall display the name of their firm on any/all vehicles used or otherwise
by the Contractor's employees.
b) Maintenance
All equipment used by the Contractor shall be maintained in a good operable
mechanical condition. All equipment shall be properly adjusted, from an
operational safety standpoint.
c) Storage of Equipment
The Contractor is required to supply storage for equipment that is used in the City.
Equipment shall not be stored in the public right-of-way or on any City property
without written authorization from the City.
SUPERVISION
The Contractor shall provide such adequate supervision as to furnish ongoing
supervision of workmanship and adherence to schedules by the laborers
performing the Work. The foreman, or contractor representative, shall check with
the City weekly as to (1) schedule of Work; (2) complaints; and (3) adequacy of
performance. The Contractor shall submit such reports as the City may require
ensuring compliance with scheduled Work. The foreman shall be onsite while
work is in progress.
Foremen shall have a minimum of five (5) years of experience in the pavement
marking field.
TELEPHONE, ELECTRONIC MAIL, AND EMERGENCY SERVICE CONTACT
INFORMATION
The Contractor shall provide the City at all times throughout the duration of this
contract emergency telephone numbers of at least two (2) qualified persons who
can be called for emergency conditions at any time that Contractor’s
representatives are not immediately available at the job site. An alternate
emergency number shall be provided in case no answer is received at the first
number. The emergency number shall be used to contact the Contractor
representative who can take the necessary action required to alleviate an
emergency condition.
In addition, the Contractor shall employ person(s) to answer telephone and e-mail
complaints, requests for service, etc. (an answering service will not be considered
sufficient for this purpose) during normal City business hours. Normal City
business hours are 7:30 A.M. to 5:30 P.M., Monday through Friday.
Unless otherwise noted as an emergency, City will coordinate with Contractor to
schedule the work with a minimum 10-day prior notification. Contractor is required
to provide the City with a 24-hour emergency number for contact outside normal
business hours. The response to an emergency call-out by the Contractor shall
not be more than two (2) hours and shall be considered part of the normal contract
except when delayed by problems caused by vehicle accidents or Acts of God.
APPLICATION
A. Painting Traffic Striping, Pavement Markings, and Curb Markings
The Contractor shall apply all traffic striping, marking, and all other directional
information on the surfaces of highways, streets, detour roads, parking lots,
median strips, and curbing only when required by the Agreement.
The Contractor shall furnish all equipment, materials, labor, and supervision for
painting traffic lanes, directional arrows, guidelines, curbs, parking lines,
crosswalks, stop bars, and other designated marking in accordance with the
Plans. The Contractor shall remove by wet sandblasting (or by other approved
method) all existing or temporary traffic markings and lines that may confuse the
public.
B. Weather Conditions
Thermoplastic material shall be applied only to dry pavement surfaces and only
when the pavement surface temperature is above 50° F.
Traffic stripes and pavement markings shall be applied only on dry surfaces and
only during periods of favorable weather. Painting shall not be performed when
the atmospheric temperature is below 40° F when using acetone-based paint or
below 50° F when using waterborne paint; when freshly painted surfaces may
become damaged by rain, fog, or condensation; nor when it can be anticipated that
the atmospheric temperature will drop below the aforementioned 40° F or 50° F
temperatures during the drying period.
C. Equipment
Mechanical means shall be used to paint traffic stripes and pavement markings
and to apply the glass beads for traffic stripes.
Equipment used in the application of traffic stripes and pavement markings shall
produce stripes and pavement markings of uniform quality that conform to the
specified requirements.
Stencils and hand spray equipment shall be used to paint pavement markings.
Stencils shall conform to the dimensions shown on the plans.
The striping machine shall be capable of accurately superimposing succeeding
coats of traffic paint upon the first coat and upon existing stripes at a speed of at
least 5 miles per hour.
The striping machine shall consist of a rubber-tired vehicle that is maneuverable to
the extent that straight lines can be followed and normal curves can be made in
true arcs. It shall be capable of applying traffic paints and glass beads at the rates
specified.
The striping machine shall be equipped with the following: (a) a pointer or sighting
device not less than 5 feet long and extending from the front of the machine; (b) a
pointer or sighting device extending from the side of the machine to gauge the
distance from the centerline for painting shoulder stripes; (c) a positive acting cutoff
device to prevent depositing paint in gaps of broken stripes; (d) shields or an
adjustable air curtain for line control; (e) pressure regulators and gages (if
pneumatically operated) that are in full view of the operator; (f) a paint strainer in
the paint supply line; (g) a paint storage tank with a mechanical agitator that
operates continuously during painting operations; (h) a glass bead dispenser
located behind the paint applicator nozzle and which is controlled simultaneously
with the paint applicator nozzle; and (i) calibrated rods for measuring the volumes
of paint and glass beads in the paint and glass bead tanks.
Spray equipment shall be of a proper type and of adequate capacity for the work.
Air atomized spray equipment shall be equipped with oil and water extractors and
pressure regulators and shall have adequate air volume and compressor recovery
capacity. Spray gun tip needle assemblies and orifices shall be of the proper
sizes.
Where the configuration or location of a traffic stripe is such that the use of a
striping machine is unsuitable, traffic paint and glass beads may be applied by
other methods and equipment approved by the City. The City will determine if the
striping machine is unsuitable for a particular use.
D. Traffic Stripes and Markings
All details and dimensions for traffic stripes and markings shall conform to State of
California, Department of Transportation Standard Plans A20A through A20D or as
directed by the City.
Stencils and templates shall conform in size and shape with existing City
markings. Reference is made to State of California, Department of Transportation
Standard Plans A24A through A24E. The stencil and template shall be approved
by the City prior to application.
E. Preparation of Existing Surfaces
Existing markings and striping, either permanent or temporary, which are
abandoned or in conflict or obliterated shall be removed by wet sandblasting or
other methods approved by the City.
F. Layout, Alignment, and Spotting
All work necessary to establish satisfactory alignment for stripes and all layout
work required for pavement markings shall be performed by the Contractor with
any device or method that will not damage the pavement nor conflict with other
traffic control devices.
All details and dimensions for traffic stripes and markings shall conform to State of
California, Department of Transportation Standard Plans A20A-A20D as directed
by the City. All new pavement markings shall be approved by the City before
installation.
G. Application of Paint
Surfaces which are to receive traffic stripes and pavement markings shall be
cleaned of all dirt and loose material.
A one-coat 3-inch wide black stripe shall be painted between the two 4-inch wide
yellow stripes of a double traffic stripe. If the two 4-inch wide yellow stripes are to
be applied in 2 coats, the black stripe shall be applied concurrently with the second
coat of yellow stripes.
On new surfacing, pavement markings and traffic stripes (except the black stripe
between the yellow stripes of a double traffic stripe) shall be applied in two (2)
coats unless otherwise shown on the plans. The first coat of paint shall be dry
before application of the second coat.
On 2-lane highways, when the first coat of the centerline stripe is applied in the
same direction as the post miles increase, the right-hand spray gun of the 3 spray
guns used to apply double yellow stripe shall be used to apply a single yellow
stripe. When the first coat of the centerline stripe is applied in the same direction
as the post miles decrease, the left-hand spray gun of the 3 spray guns used to
apply double yellow stripe shall be used to apply a single yellow stripe. The second
coat of centerline striping shall be applied in the opposite direction that the first
coat was applied.
On existing surfacing, pavement markings and traffic stripes shall be applied in
one (1) coat, unless otherwise directed by City.
Each coat of paint for any traffic stripe, including glass beads where required, shall
be applied in one pass of the striping machine, regardless of the number, widths
and patterns of individual stripes involved.
Re-striping of crosswalks and legends shall be applied only on dry surfaces and
only during periods of favorable weather. Reflective beads shall be applied before
paint has fully dried.
The exact rate of paint to be applied will be determined by the City. The volume of
paint applied shall be measured by stabbing the paint tank with a calibrated rod. At
the option of the City if the striping machine is provided with paint gages, the
volume of paint may be determined by using the gages.
Unless otherwise directed by the City, glass beads shall be uniformly incorporated
in all coats of paint concurrently with the application of the paint, except that glass
beads shall not be applied to black paint. Beads shall be embedded in the coat of
traffic paint being applied to a depth of one-half their diameters.
Glass beads shall be applied at an approximate rate of 5 pounds per gallon of
paint. The exact rate will be determined by the City. The amount of glass beads
applied shall be measured by stabbing the glass bead tank with a calibrated rod.
Paint shall be Rapid Dry and shall dry to a condition so that there will be no traffic
pickup in 30 seconds and be completely dry in not more than 3 minutes when
preheated to 110 degrees F to 180 degrees F in proper equipment before
application.
H. Application of Thermoplastic
Existing surfacing which is to receive the thermoplastic material shall be
mechanically wire brushed to remove all dirt and contaminants. Surfaces of new
portland cement concrete pavement to receive the thermoplastic material shall be
mechanically wire brushed or abrasive blast cleaned to remove all laitance and
curing compound.
Existing pavement markers that are damaged by blast cleaning or wire brushing
shall be removed and replaced by the Contractor at the Contractor's expense.
Thermoplastic material shall be applied only to dry pavement surfaces and only
when the pavement surface temperature is above 50°F.
A primer, of the type recommended by the manufacturer of the thermoplastic
material, shall be applied to all asphaltic surfaces over 6 months old and to all
portland cement concrete surfaces. The primer shall be applied immediately in
advance of, but concurrent with, the application of thermoplastic material. The
primer shall be applied at the application rate recommended by the manufacturer
and shall not be thinned.
Pre-heaters with mixers having 360 degree rotation shall be used to preheat
material.
The thermoplastic material shall be applied to the pavement at a temperature
between 400°F to 425°F, unless a different temperature is recommended by the
manufacturer.
The thermoplastic material shall be applied by either spray or extrusion methods
in a single uniform layer.
Stencils shall be used when applying thermoplastic material for pavement
markings.
The pavement surface to which thermoplastic material is applied shall be
completely coated by the material and the voids of the pavement surface shall be
filled.
Thermoplastic material for traffic stripes shall be applied at a minimum thickness
of .060 inches (60 mils). Sprayable thermoplastic material for traffic stripes shall
be applied by spray methods in a single uniform layer at the minimum thickness of
.040 inches (40 mils). Thermoplastic material for pavement markings shall be
applied at a thickness of .100 to.150 inches (100 to 150 mils). Glass beads shall
be applied immediately to the surface of the molten thermoplastic material at a
rate of not less than 8 pounds per 100 square feet. The amount of glass beads
applied shall be measured by stabbing the glass bead tank with a calibrated rod.
Upon application to pavement, the thermoplastic material shall be sufficiently
tack-free to carry traffic; in not more than 2 minutes when the pavement surface
temperature is 61 degrees F, and not more than 10 minutes when the pavement
surface temperature is 129 degrees F.
I. Protection of Work, Workers, and the Public
Drips, overspray, improper markings, and paint and thermoplastic material
tracked by traffic shall be immediately removed from the pavement surface by
methods approved by the City. All such removal work shall be at the Contractor's
expense.
The Contractor shall take special care to protect existing reflective pavement
markers and shall at his/her expense, replace all markers coated during his
operations.
REMOVALS
A. Placement of Temporary Reflective Pavement Markers
Lane line and/or centerline pavement delineation shall be provided at all times for
traveled ways open to public traffic. Temporary pavement delineation shall be
furnished, placed, and maintained whenever the work causes obliteration of any
pavement delineation, temporary pavement delineation or permanent traffic stripes
prior to re-delineating or re-striping and prior to opening the traveled way to public
traffic.
Existing pavement markers, when no longer required for traffic lane delineation as
directed by the City, shall be removed and disposed of.
Surfaces on which temporary pavement delineation is to be applied shall be
cleaned of all dirt and loose material and shall be dry when the pavement
delineation is applied.
All work necessary to establish satisfactory lines for temporary pavement
delineation shall be performed by the Contractor. Temporary pavement
delineation that is damaged from any cause during the progress of the work shall
be immediately repaired or replaced by the Contractor.
Temporary pavement delineation for lane lines and centerlines shall consist of
temporary reflective pavement markers placed at longitudinal intervals of not more
than 24 feet apart. The interval for multiple left turns through intersections shall be
not more than 10 feet apart.
Temporary reflective pavement markers shall be applied in accordance with the
manufacturer's recommendations.
Temporary pavement delineation shall be maintained until replaced with the
planned permanent pavement striping. When no longer required, temporary
pavement delineation that conflicts with permanent pavement delineation, as
determined by the Engineer, shall be removed and disposed of.
Full compensation for furnishing, placing, maintaining, replacing, removing and
disposing of temporary pavement markers shall be considered as included in the
Contract unit price bid paid for the various items of work and no separate
payment shall be made therefore.
B. Removal of Traffic Stripes, Pavement Markings, and Pavement Markers
Traffic stripes, pavement markings, and pavement markers shall be removed from
the existing pavement as shown on the plans or as directed by the City.
All painted traffic stripes, pavement markings, and pavement markers shall be
removed to the fullest extent possible from the pavement by wet sandblasting or
any other method that does not materially damage the surface or texture of the
pavement or surfacing. Large holes (voids) caused by removal of pavement
markers shall be patched with a suitable material of the same color approved by
the City. Sand or other material deposited on the pavement as a result of removing
traffic stripes and markings shall be removed as the work progresses.
All thermoplastic traffic stripes and pavement markings shall be removed to the
fullest extent possible from the pavement by grinding using a mechanical orbital
eraser. Material deposited on the pavement as a result of removing traffic stripes
and markings shall be removed as the work progresses.
Accumulations of sand, grindings or other material that might interfere with
drainage or might constitute a hazard to traffic will not be permitted.
Traffic stripes shall be removed before any change is made in the traffic pattern
and before painting new stripes and markings.
Where wet sandblast cleaning is used for the removal of traffic stripes and
pavement markings or for removal of objectionable material, and such removal
operation is being performed within ten feet (10') of a lane occupied by public
traffic, the residue, including dust, shall be removed immediately after the contact
between the sand and the surface being treated.
Nothing in these Provisions shall relieve the Contractor from his responsibilities as
provided in the Standard Specifications for Public Works Construction
(Greenbook).
Full compensation for removal of traffic stripes, pavement markings, pavement
markers, and repairing pavement surface holes (voids) shall be considered as
included in the Contract unit price bid paid for the various items of work and no
separate payment shall be made therefore.
X. GENERAL CONDITIONS
A. Signature
The Proposal shall be signed by an individual authorized to bind the contractor.
B. Other Considerations:
The City shall not be liable for any pre-contractual expenses incurred by any
contractor considering submitting a proposal in response to this RFP.
The City reserves the right to accept or reject any and all proposals, or any part of,
or waive any informalities or irregularities. The City reserves the right to withdraw,
to cancel this RFP at any time without prior notice and the City makes no
representations that any contract will be awarded to any contractor responding this
RFP.
C. Business License Required
The Seal Beach Municipal Code requires all businesses operating in the City to
pay a business license tax. For more information, go to www.sealbeachca.gov .
D. Prevailing Wage
All work performed in connection with execution of this contract work shall be
performed in compliance with all applicable laws, ordinances, rules and regulations
of federal, state, county or municipal governments or agencies (including, without
limitation, all applicable federal and state labor standards, including the prevailing
wage provisions of sections 1770 et seq. of the California Labor Code), and (b) all
directions, rules and regulations of any fire marshal, health officer, building
inspector, or other officer of every governmental agency now having or hereafter
acquiring jurisdiction. The contractor shall indemnify, defend and hold the City
harmless from any and all claims, causes of action and liabilities based upon or
arising from the failure of any work related to the Project to comply with all such
applicable legal requirements, including, without limitation, any such claims,
causes of action or liabilities that may be asserted against or incurred by City with
respect to or in any way arising from the Project’s compliance with or failure to
comply with applicable laws, including all applicable federal and state labor
requirements including, without limitation, the requirements of California Labor
Code section 1770 et seq.
Contractor agrees that all public work (as defined in California Labor Code section
(1720) performed pursuant to this Agreement (the “Public Work”), if any, shall
comply with the requirements of California Labor Code sections 1770 et seq. City
makes no representation or statement that the project or any portion thereof, is or
is not a “public work” as defined in California Labor Code section 1720.
In all bid specifications, contracts and subcontracts for any such Public Work,
contractor shall obtain the general prevailing rate of per diem wages and the
general prevailing rate for holiday and overtime work in this locality for each craft,
classification or type of worker needed to perform the Public Work, and shall
include such rates in the bid specifications, contract or subcontract. Such bid
specifications, contract or subcontract must contain the following provision: “It shall
be mandatory for the contractor to pay not less than the said prevailing rate of
wages to all workers employed by the contractor in the execution of this contract.
The contractor expressly agrees to comply with the penalty provisions of California
Labor Code section 1775 and the payroll record keeping requirements of California
Labor Code section 1771.”
E. Registration with the Department of Industrial Relations
In accordance with Labor Code Sections 1725.5 and 1771.1, no contractor or
subcontractor shall be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the
performance of any contract for public work, unless currently registered and
qualified to perform public work pursuant to Section 1725.5 [with limited exceptions
for bid purposes only under Labor Code Section 1771.1(a)].
The Department of Industrial Relations Registration Number shall be listed for the
contractor and each subcontractor, if any, in the bid proposal.
5312 Cypress Street, Cypress, Ca. 90630 Phone: 714-995-9100 Fax: 714-995-9400
Superior Pavement Markings, Inc. License No: 776306
CSLB #776306
May 23, 2019
City of Seal Beach
Attn: Iris Lee, Deputy Director of Public Works/City Engineer
211 Eighth Street
Seal Beach, Ca. 90740
RE: City of Seal Beach On-Call Pavement Marking Maintenance Services
The purpose of this proposal is to provide a 3 year on call maintenance services for the City of
Seal Beach.
Work shall include but is not limited to, removal of conflicting striping, installation of traffic
striping and markings using paint or thermoplastic and remove/replace missing and/or
damaged raised pavement markers.
Darren Veltz will be providing the cost proposals, he can be reached @ 714-995-9100 ext 202
Darren@superiorpavementmarkings.com
Robert Garcia will be responsible for scheduling, he can be reached @ 714-995-9100 ext 203
Robert@superiorpavementmarkings.com
A Superintendent will be assigned to this project when we receive a contract from the City,
we will supply his information at that time.
1
Table of Contents
1.Cover Letter
2.Table of Contents
3.Company Qualifications
4.Samples
5.References
6.Exceptions
7.Fee proposal (Attached Envelope)
2
Company Qualifications
Superior Pavement Markings is an S Corporation in California that has been in
business since March of 2000 with C-32 Parking & Highway Improvement, C-31
Construction Zone Traffic Control and C-61/D-38 Sand and Water Blasting licenses
Superior Pavement Markings has performed thousands of projects striping roads,
parking lots, freeways, military bases and airports with quality work to the highest
safety standards available.
We are a Union shop with Local 1184, our employees get the proper training
needed and our superintendents have decades of experience in the striping
industry.
Superior has two yards, located in Beaumont and in Cypress which completed 18
million dollars of striping projects last year.
3
SAMPLES WORKLOG
4
5
6
7
8
9
10
11
12
References
City of Ontario
2018 Grid Thermoplastic Work
Thermoplastic Markings
10/18-12/18
Mike Mergener 909-395-2629
mmergener@ontarioca.gov
City of Irvine
Annual Striping & Sign Maintenance 2018/2019
Striping and Pavement Markings
07/19-04/19
Byron Gemmell 949-337-7019
bgemmell@cityofirvine.org
City of Costa Mesa
2018/2019 Annual Maintenance
Striping and Pavement Markings
08/18-04/19
Bruce Lindemann 714-327-7470
Lindemann@costamesaca.gov
City of Murrieta
2018-2019 Citywide Striping Contract
Striping and Pavement Markings
03/18-04/19
Jason Morrell 951-461-6400
jmorrell@murrieta.org
City of San Dimas
2018 Annual Maintenance Striping
Striping and Pavement Markings
08/18-04/19
John Campbell 909-394-6270
jcampbell@ci.san-dimas.ca.us
5
Exceptions
No exceptions taken
14
COST PROPOSAL FOR
PAVEMENT MARKING
MAINTENANCE SERVICE
MOBILIZATION
NO. DESCRIPTION
UNIT OF
MEASURE UNIT PRICE
UNIT PRICE
(AFTER NORMAL
BUSINESS HOURS)
M1 Stencil/Layout Crew LUMP SUM $$
M2 Paint Striping Crew LUMP SUM $$
M3 Thermoplastic Marking
Crew LUMP SUM $$
M4 Pavement Marker Crew LUMP SUM $$
M5 Striping Removal Crew LUMP SUM $$
M6 Other
__________________ LUMP SUM $$
PAINT/THERMOPLASTIC
NO. DESCRIPTION
UNIT OF
MEASURE PAINT
UNIT PRICE
THERMOPLASTIC
UNIT PRICE
P1 Red Curb L.F.$___
P2 White Curb L.F.$___
P3 Blue Curb L.F.$___
P4 Yellow Curb L.F.$___
P5 Single Solid Yellow 4” L.F.$$
1,750.00 1,750.00
1,750.00 1,750.00
1.750.00 1,750.00
1,750.00 1,750.00
1,750.00 1,750.00
1,750.00 1,750.00
1.15
2.00
2.00
2.00
.15 .55
P6 Double Solid Yellow 4” L.F.$$
P7 Skip & Solid Yellow 4” L.F.$$
P8 Skip Yellow 4” L.F.$$
P9 Continuation Skip Yellow
Line 4” L.F.$$
P10 Skip White 4” L.F.$$
P11 Solid White 4” L.F.$$
P12 Continuation Skip White
Line 4” L.F.$$
P13 Solid White 6” L.F.$$
P14 Solid White 8” L.F.$$
P15 Lane Drop 8” L.F.$$
P16 Limit Line 12” L.F.$$
P17 Solid White 12” Stop Bar L.F.$$
P18 Solid White 12” Chevron L.F.$$
P19 White Ped Crosswalk 12” L.F.$$
P20 Yellow School Crosswalk
12” L.F.$$
P21 Parking Stall (“T”) Each $$
P22 Bike Lane Symbol (Small) Each $$
.30 1.15
.12 .55
.10 .45
.10 .45
.10 .45
.15 .55
.15 .55
.18 .95
30 1.45
.30 1.45
1.50 3.00
1.50 3.00
1.50 3.00
1.50 3.00
1.50 3.00
10.00 15.00
55.00 115.00
P23 Bike Lane Arrow Each $$
P24 Bike Shared Lane “Sharrow” Each
$$
P25 Vehicle Directional Arrow –
Straight Each $$
P26 Vehicle Directional Arrow –
Left Turn Each $$
P27 Vehicle Directional Arrow –
Right Turn Each $$
P28 Vehicular Directional Arrow
– Lane Drop
Each $$
P29 RR Crossing Each $$
P30 Handicap Paint Each $$
P31 Letter/Number 8’ Each $$
REFLECTORIZED PAVEMENT MARKINGS
NO. DESCRIPTION
UNIT OF
MEASURE UNIT PRICE
PM1 Yellow/Yellow 4” Reflective
(D) Each $
PM2 Yellow 4” Reflective (H) Each $
PM3 Yellow 4” Non-Reflective
(AY) Each $
PM4 Yellow 8” Ceramic (Dagmar) Each $
PM5 White/White 4” Reflective (B) Each $
15.00 25.00
95.00 140.00
25.00 70.00
25.00 70.00
25.00 70.00
115.00 240.00
155.00 350.00
55.00 380.00
25.00 55.00
5.00
5.00
4.00
42.00
5.00
PM6 White 4” Reflective (G) Each $
PM7 White 4” Non-Reflective (A) Each $
PM8 White 8” Ceramic (Dagmar) Each $
PM9 White/Red 4” Reflective ( C) Each $
PM10 Blue 4” (DB) Each $
PM11 Curb-3” Inch Letters Each $
CHANNELIZERS
NO. DESCRIPTION
UNIT OF
MEASURE UNIT PRICE
C1 Yellow/Yellow (Type I) Each $
C2 Yellow (Type G) Each $
C3 White/White (Type E) Each $
C4 White (Type F) Each $
5.00
4.00
41.00
5.00
15.00
2.00
45.00
45.00
45.00
45.00
REMOVALS
NO. DESCRIPTION
UNIT OF
MEASURE UNIT PRICE
R1 Marker Each $
R2 Sandblast S.F. $
R3 4” Blackout L.F.$
R4 Grinding S.F. $
1.00
4.75
.25
2.50
Agenda Item: L
AGENDA STAFF REPORT
DATE:July 22, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Victoria L. Beatley, Director of Finance/City Treasurer
SUBJECT:Renewal of License Agreement for Use of Public Parking
Between the City of Seal Beach and Grace Community
Church
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6938 authorizing the City Manager to
execute a Parking Agreement with Grace Community Church.
BACKGROUND AND ANALYSIS:
The City and Grace Community Church propose to continue the longstanding
arrangement that permits the Church to use a portion of the City’s 8th Street
municipal lot for limited hours (8:00 a.m. to 1:00 p.m.) on Sundays subject to the
limitations in the agreement. Additionally, the agreement allows for the purchase
of ten (10) guest passes for use by Church-designated visitors on a Monday
through Sunday basis. The permits may also be used in the 8th Street municipal
lot on Saturday and Sunday of each week.
The proposed Agreement will be for a five-year period from July 1, 2019 through
June 30, 2024. The Agreement preserves a yearly rent increase based on an
annual CPI rate adjustment as well as the payment of guest passes at current City
fee rates.
Parking privileges under this Agreement does not affect the Church’s obligations
to meet any current or future parking requirements required under the City’s
Municipal Code or General Plan provisions. If parking requirements for the 8th
Street Municipal parking lot or for the Church’s required parking are changed or
altered, the proposed agreement can be terminated upon sixty (60) days written
notice by either party.
ENVIRONMENTAL IMPACT:
There is no environmental impact related to this item.
Page 2
5
5
6
LEGAL ANALYSIS:
The City Attorney has reviewed the License Agreement for Use of Public Parking
and has approved as to form.
FINANCIAL IMPACT:
Revenue in the amount of $2,242.60 will be received in FY 2019-2020 for the initial
annual payment. Additionally, revenue in the amount of $300 will be received for
the related parking permits.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
RECOMMENDATION:
That the City Council adopt Resolution 6938 authorizing the City Manager to
execute a Parking Agreement with Grace Community Church.
SUBMITTED BY: NOTED AND APPROVED:
Victoria L. Beatley Jill R. Ingram
Victoria L. Beatley, Director of
Finance/City Treasurer
Jill R. Ingram, City Manager
ATTACHMENTS:
A. Resolution 6938
B. License Agreement for Parking
RESOLUTION 6938
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
SEAL BEACH APPROVING A LICENSE AGREEMENT FOR USE
OF PARKING BETWEEN THE CITY OF SEAL BEACH AND
GRACE COMMUNITY CHURCH FOR USE OF PUBLIC PARKING
The City Council of the City of Seal Beach hereby resolves as follows:
SECTION 1. The City Council hereby approves the Agreement between the City
and Grace Community Church for use of public parking for a five-year period
from July 1, 2019 to June 30, 2024. Effective July 1, 2019, the annual license
fee is $2,242.60. In subsequent years, the City may increase the fee to reflect
increases to CPI.
SECTION 2. The City Manager shall execute the Agreement on behalf of the
City.
SECTION 3. The City Clerk shall certify to the passage and adoption of this
resolution.
PASSED, APPROVED, AND ADOPTED by the Seal Beach City Council at a
regular meeting held on the 22nd day of July 2019 by the following vote:
AYES: Council Members
NOES: Council Members
ABSENT: Council Members
ABSTAIN: Council Members
Thomas Moore, Mayor
ATTEST:
Gloria D. Harper, City Clerk
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6938 on file in the office of
the City Clerk, passed, approved, and adopted by the City Council at a regular
meeting held on the 22nd day of July 2019.
Gloria D. Harper, City Clerk
Agenda Item: M
AGENDA STAFF REPORT
DATE:July 22, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Victoria L. Beatley, Director of Finance/City Treasurer
SUBJECT:Dixon Resources Unlimited On-Call Parking Support
Services
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6939 approving a Professional Services
Agreement with Dixon Resources Unlimited (Dixon) in an amount not to exceed
$45,000 for on-call services relating to parking, and authorizing the City Manager
to execute the agreement.
BACKGROUND AND ANALYSIS:
In July 2017, Dixon Resources Unlimited was hired as the Parking Project
Manager. The services required under that agreement have been completed. The
many tasks associated with the previous agreements were significant. The list
includes the selection, placement, and completion of a parking meter pilot project
in the Main Street municipal parking lots as well as the implementation of upgraded
parking citation equipment used by the parking enforcement personnel. This
upgraded citation writing technology allows for more efficient citation issuance as
well as accompanying pictures taken of the violation visible to the violator via the
online parking portal provided by the citation processing center.
The most recent phase completed included updating the City’s Municipal Code
and Parking Permit Policy, and the deployment of a web-based parking app and
new pay stations in the City’s Beach parking Lots. Additionally, throughout the
term of the agreement Dixon has assisted the City with replacing signage related
to parking to ensure that all of the lots are well signed for enforcement purposes.
Dixon also acted as a liaison between all parties engaged in the City’s parking
project. The related CIP project ST1207 was closed as of June 30, 2019.
This new agreement is intended to secure the professional resources to assist the
City with on-going parking challenges and provide on-call support services to
address the City’s parking priorities and ongoing needs. This new agreement is
strictly a time and material contract and will be billed accordingly. The agreement
will remain in effect through June 30, 2020.
5
5
7
ENVIRONMENTAL IMPACT:
There is no environmental impact related to this item.
LEGAL ANALYSIS:
The City Attorney has reviewed the proposed agreement and resolution and
approved each as to form.
FINANCIAL IMPACT:
The adopted FY 2019-2020 Budget includes $45,000 for the cost of this
agreement.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
RECOMMENDATION:
That the City Council adopt Resolution 6939 approving a Professional Services
Agreement with Dixon Resources Unlimited (Dixon) in an amount not to exceed
$45,000 and authorizing the City Manager to execute the agreement.
SUBMITTED BY: NOTED AND APPROVED:
Victoria L. Beatley Jill R. Ingram
Victoria L. Beatley, Director
of Finance/City Treasurer
Jill R. Ingram, City Manager
ATTACHMENTS:
A. Resolution 6939
B. Dixon Resources Unlimited Agreement
C. Exhibit A
RESOLUTION 6939
A RESOLUTION OF THE SEAL BEACH CITY COUNCIL
APPROVING A PROFESSIONAL SERVICES AGREEMENT WITH
DIXON RESOURCES UNLIMITED AND AUTHORIZING THE CITY
MANAGER TO EXECUTE THE AGREEMENT
THE SEAL BEACH CITY COUNCIL DOES HEREBY FIND AND RESOLVE:
Section 1. The City Council hereby approves the Professional Services
Agreement dated July 1, 2019 with Dixon Resources Unlimited in an amount not
to exceed $45,000 for a term extending from July 1, 2019 through the fiscal year
ending June 30, 2020.
Section 2. The City Council hereby authorizes and directs the City Manager to
execute the Agreement.
PASSED, APPROVED, AND ADOPTED by the Seal Beach City Council at a
regular meeting held on the 22nd day of July 2019 by the following vote:
AYES: Council Members
NOES: Council Members
ABSENT: Council Members
ABSTAIN: Council Members
Thomas Moore, Mayor
ATTEST:
Gloria D. Harper, City Clerk
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6939 on file in the office of
the City Clerk, passed, approved, and adopted by the City Council at a regular
meeting held on the 22nd day of July 2019.
Gloria D. Harper, City Clerk
PROFESSIONAL SERVICES AGREEMENT
Between
City of Seal Beach
211 8th Street
Seal Beach, CA 90740
&
Dixon Resources Unlimited
3639 Midway Drive Suite B345
San Diego, CA 92110
213-716-6933
This Professional Service Agreement (“the Agreement”) is made as of July 1, 2019 (the
“Effective Date”), by and between Dixon Resources Unlimited (“Consultant”), a
California corporation, and the City of Seal Beach (“City”), a California charter city,
(collectively, “the Parties”).
2 of 13
RECITALS
A. City desires certain professional services.
B. Consultant represents that it is qualified and able to provide City with such
services.
NOW THEREFORE, in consideration of the Parties’ performance of the
promises, covenants, and conditions stated herein, the Parties hereto agree as
follows.
AGREEMENT
1.0 Scope of Services
1.1. Consultant shall provide those services (“Services”) set forth in
Exhibit A, attached hereto and incorporated herein by this reference. To the
extent that there is any conflict between Exhibit A and this Agreement, this
Agreement shall control.
1.2. Consultant shall perform all Services under this Agreement in
accordance with the standard of care generally exercised by like professionals
under similar circumstances and in a manner reasonably satisfactory to City.
1.3. In performing this Agreement, Consultant shall comply with all
applicable provisions of federal, state, and local law.
1.4. Consultant will not be compensated for any work performed not
specified in the Scope of Services unless the City authorizes such work in
advance and in writing. The City Manager may authorize extra work to fund
unforeseen conditions up to the amount approved at the time of award by the
City Council. Payment for additional work in excess of this amount requires prior
City Council authorization.
2.0 Term
This term of this Agreement shall commence as of the Effective Date and shall
continue through June 30, 2020.
3.0 Consultant’s Compensation
City will pay Consultant in accordance with the rates shown on the fee schedule
set forth in Exhibit A for Services but in no event will the City pay more than
$45,000. Any additional work authorized by the City pursuant to Section 1.4 will
be compensated in accordance with the fee schedule set forth in Exhibit A. In
3 of 13
the event of any conflict or inconsistency between Exhibit A and this section, the
terms of this section shall prevail.
4.0 Method of Payment
4.1. Consultant shall submit to City monthly invoices for all Services
rendered pursuant to this Agreement. Such invoices shall be submitted within 15
days of the end of the month during which the Services were rendered and shall
describe in detail the Services rendered during the period, the days worked,
number of hours worked, the hourly rates charged, and the Services performed
for each day in the period. City will pay Consultant all undisputed amounts within
30 days of receiving Consultant’s invoice. City will not withhold any applicable
federal or state payroll and other required taxes, or other authorized deductions
from payments made to Consultant.
4.2. Upon 24-hour notice from City, Consultant shall allow City or City’s
agents or representatives to inspect at Consultant’s offices during reasonable
business hours all records, invoices, time cards, cost control sheets and other
records maintained by Consultant in connection with this Agreement. City’s
rights under this Section 4.2 shall survive for two years following the termination
of this Agreement.
5.0 Termination
5.1. This Agreement may be terminated by City, without cause, or by
Consultant based on reasonable cause, upon giving the other party written notice
thereof not less than 30 days prior to the date of termination.
5.2. This Agreement may be terminated by City upon 10 days’ notice to
Consultant if Consultant fails to provide satisfactory evidence of renewal or
replacement of comprehensive general liability insurance as required by this
Agreement at least 20 days before the expiration date of the previous policy.
5.3. Notice of termination shall be give in accordance with Section 7.0.
6.0 Party Representatives
6.1. The City Manager is the City’s representative for purposes of this
Agreement.
6.2. Julie Dixon is the Consultant’s primary representative for purposes
of this Agreement.
4 of 13
7.0 Notices
7.1. All notices permitted or required under this Agreement shall be
deemed made when personally delivered or when mailed 48 hours after deposit
in the United States Mail, first class postage prepaid and addressed to the party
at the following addresses:
To City: City of Seal Beach
211 8th Street
Seal Beach, California 90740
Attn: City Manager
To Consultant: Dixon Resources Unlimited
3639 Midway Drive Suite B345
San Diego, California 92110
Attn: Julie Dixon
7.2. Actual notice shall be deemed adequate notice on the date actual
notice occurred, regardless of the method of service.
8.0 Personnel
8.1. Consultant represents that it has, or shall secure, at its own
expense, all personnel required to perform the Services under this Agreement.
Any person who performs any Services shall be licensed as required by law.
9.0 Independent Contractor
9.1. Consultant is and shall at all times remain an independent
contractor and not an employee of the City, and Consultant is not entitled to
participate in any pension plan, insurance, bonus or similar benefits that City
provides for its employees. All services provided pursuant to this Agreement
shall be performed by Consultant or under its supervision. Consultant will
determine the means, methods, and details of performing the services. Any
additional personnel performing services under this Agreement on behalf of
Consultant shall also not be employees of City and shall at all times be under
Consultant’s exclusive direction and control. Consultant shall pay all wages,
salaries, and other amounts due such personnel in connection with their
performance of services under this Agreement and as required by law.
Consultant shall be responsible for all reports and obligations respecting such
additional personnel, including, but not limited to: social security taxes, income
tax withholding, unemployment insurance, disability insurance, and workers’
compensation insurance.
9.2. To the fullest extent permitted by law, Consultant shall indemnify
and hold harmless City and its elected officials, officers, employees, servants,
5 of 13
designated volunteers, and agents serving as independent contractors in the role
of City officials, from any and all liability, damages, claims, costs and expenses of
any nature to the extent arising from Consultant’s personnel practices. City shall
have the right to offset against the amount of any fees due to Consultant under
this Agreement any amount due to City from Consultant as a result of
Consultant’s failure or refusal to promptly pay to City any reimbursement or
indemnification arising under this Section 9.0. Consultant’s defense and
indemnification obligations under this Section 9.0 are in addition to Consultant’s
defense and indemnification obligations set forth in Section 13.0.
10.0 Confidentiality; Publication of Documents
10.1. Consultant agrees that all data, documents, discussion, or other
information developed or received by Consultant or provided for performance of
this Agreement are confidential. Except as necessary performance of the
Services under this Agreement, no copies, sketches, photographs, or graphs of
materials, prepared pursuant to this Agreement, and no data, documents or other
information developed or received by Consultant in the performance of this
Agreement shall be released by Consultant to any other person or public without
City’s prior written authorization. City shall grant such authorization if applicable
law requires disclosure.
10.2. All press releases and other information to be published in
newspapers or magazines will be approved and distributed solely by City, unless
otherwise provided by written agreement between the Parties. Should Consultant
receive any subpoena or other court order for production or disclosure of any
records, Consultant shall immediately notify City and shall cooperate with City in
responding to such subpoena or court order.
10.3. Consultant’s obligations under this Section shall survive the
termination of this Agreement.
11.0 Subcontractors
No portion of this Agreement shall be subcontracted without the prior written
approval of the City. Consultant is fully responsible to City for the performance of
any and all subcontractors.
12.0 Assignment
Consultant shall not assign or transfer any interest in this Agreement whether by
assignment or novation, without the prior written consent of City. Any purported
assignment without such consent shall be void and without effect.
6 of 13
13.0 Insurance
13.1. Consultant shall not commence work under this Agreement until it
has provided evidence satisfactory to the City that Consultant has secured all
insurance required under this Section. Consultant shall furnish City with original
certificates of insurance and endorsements effecting coverage required by this
Agreement on forms satisfactory to the City. The certificates and endorsements
for each insurance policy shall be signed by a person authorized by that insurer
to bind coverage on its behalf, and shall be on forms provided by the City if
requested. All certificates and endorsements shall be received and approved by
the City before work commences. The City reserves the right to require
complete, certified copies of all required insurance policies, at any time.
13.2. Consultant shall, at its expense, procure and maintain for the
duration of the Agreement, insurance against claims for bodily injury, death or
personal injury to persons or damages to property that may arise from or in
connection with the performance of this Agreement. Insurance shall be placed
with insurers with a current A.M. Best’s rating no less than A:VIII, licensed to do
business in California, and satisfactory to the City.
13.2.1. Coverage shall be at least as broad as the latest
version of the following: (1) General Liability: Insurance Services Office
Commercial General Liability coverage (occurrence form CG 0001);
(2) Automobile Liability: Insurance Services Office Business Auto Coverage form
number CA 0001, code 1 (any auto); and, if required by the City, (3) Professional
Liability (or alternatively, Errors and Omissions Insurance, as authorized by the
City’s Risk Manager), and (4) Workers’ Compensation Insurance as required by
the State of California, and Employer’s Liability Insurance.
13.2.2. Consultant shall maintain limits no less than:
(1) General Liability: $2,000,000 per occurrence for bodily injury, personal injury
and property damage and if Commercial General Liability Insurance or other form
with a general aggregate limit is used, either the general aggregate limit shall
apply separately to this Agreement/location or the general aggregate limit shall
be twice the required occurrence limit; (2) Automobile Liability: $1,000,000 per
accident for bodily injury and property damage; and (3) Professional Liability (or
Errors and Omissions): $1,000,000 per claim/aggregate with an extended
reporting period of not less than three (3) years after completion of the Services;
and (4) Workers’ Compensation in the amount required by law and Employer’s
Liability limits of no less than $1,000,000 per accident or disease.
13.3. The insurance policies shall contain the following provisions, or
Consultant shall provide endorsements on forms supplied or approved by the
City to state:
7 of 13
13.3.1. For all insurance policies required by this Agreement,
that coverage shall not be suspended, voided, reduced or canceled except after
30 days prior written notice by certified mail, return receipt requested, has been
given to the City (or ten (10) days if cancellation is due to nonpayment of
premiums);
13.3.2. For all insurance policies required by this Agreement,
that any failure to comply with reporting or other provisions of the policies,
including breaches of warranties, shall not affect coverage provided to the City,
its directors, officials, officers, employees, agents, designated volunteers, and
those City agents serving as independent contractors in the role of City officials;
13.3.3. For all insurance policies required by this Agreement
(other than professional liability), that coverage shall be primary insurance as
respects the City, its directors, officials, officers, employees, agents, designated
volunteers, and those City agents serving as independent contractors in the role
of City officials or if excess, shall stand in an unbroken chain of coverage excess
of the Consultant’s scheduled underlying coverage and that any insurance or
self-insurance maintained by the City, its directors, officials, officers, employees,
agents, designated volunteers and those City agents serving as independent
contractors in the role of City officials shall be excess of the Consultant’s
insurance and shall not be called upon to contribute with it;
13.3.4. (Except with respect to any professional liability
insurance (or errors and omissions insurance) required by this Agreement, that
the City, its directors, officials, officers, employees, agents, designated
volunteers and those City agents serving as independent contractors in the role
of City officials shall be covered as additional insureds (“collectively “Additional
Insureds”); and
13.3.5. For automobile liability, that the City, its directors,
officials, officers, employees, agents, designated volunteers, and those City
agents serving as independent contractors in the role of City officials, shall be
covered as additional insureds with respect to the ownership, operation,
maintenance, use, loading or unloading of any auto owned, leased, hired or
borrowed by the Consultant or for which the Consultant is responsible. If
Consultant or Consultant’s directors, officers, employees, subcontractors or other
independent contractors will use personal automobiles or other motor vehicles in
any way in the performance of this Agreement, Consultant shall provide evidence
of automobile liability coverage for each such person. The automobile liability
insurance policy shall contain a severability of interest clause providing that
coverage shall be primary for losses arising out of Consultant’s performance
hereunder and neither the City nor its insurers shall be required to contribute to
such loss.
8 of 13
13.3.6. With regard to the professional liability insurance
policy (and/or errors and omissions insurance policy), that such policy shall “pay
on behalf of” the insured and must include a provision establishing the insurer’s
duty to defend the Consultant for claims related to the alleged negligence or
willful misconduct of Consultant. The policy retroactive date(s) shall be on or
before the effective date of this Agreement.
13.4. All insurance required by this Section (other than professional
liability) shall contain standard separation of insureds provisions and shall not
contain any special limitations on the scope of protection afforded to the City, its
directors, officials, officers, employees, agents, designated volunteers, and those
City agents serving as independent contractors in the role of City officials
13.5. Any deductibles or self-insured retentions shall be declared to and
approved by the City. Consultant guarantees that, at the option of the City,
either: (1) the insurer shall reduce or eliminate such deductibles or self-insured
retentions as respects the City, its directors, officials, officers, employees,
agents, designated volunteers, and those City agents serving as independent
contractors in the role of City officials; or (2) the Consultant shall procure a bond
guaranteeing payment of losses and related investigation costs, claims and
administrative and defense expenses.
13.6. Each insurance policy shall be endorsed to state that the insurer
waives the right of subrogation against the City, its elected and appointed
officials, officers, employees, servants, designated volunteers, and those City
agents serving as independent contractors in the role of City officials.
14.0 Indemnification, Hold Harmless, and Duty to Defend
14.1. Indemnification for Professional Services. To the fullest extent
permitted by law, Consultant shall, at its sole cost and expense, defend, hold
harmless and indemnify the City, its elected and appointed officials, officers,
attorneys, employees, agents, designated volunteers, successors, assigns, and
those City agents serving as independent contractors in the role of City officials
(collectively “Indemnitees” in this Section 14.0), from and against any and all
damages, costs, expenses, liabilities, claims, demands, causes of action,
proceedings, judgments, penalties, liens, and losses of any nature whatsoever,
including reasonable fees of accountants, attorneys and other professionals, and
all costs associated therewith (collectively “Claims”), to the extent they arise out
of, pertain to, or relate to, in whole or in part, the negligence, recklessness or
willful misconduct of Consultant, and/or its officers, directors, employees, agents,
servants, subcontractors, contractors or their officers, directors, employees,
agents, servants, subcontractors, or contractors (or any entity or individual that
Consultant shall bear the legal liability thereof) in the performance of professional
services under this Agreement. Consultant shall defend the Indemnitees in any
action or actions filed in connection with any Claims with counsel of the
9 of 13
Indemnitees’ choice, and shall pay all costs and expenses, including all
attorneys’ fees and experts’ costs actually incurred in connection with such
defense.
14.2. Indemnification for Other Than Professional Liability. Other than in
the performance of professional services, and to the fullest extent permitted by
law, Consultant shall, at its sole cost and expense, protect, defend, hold
harmless and indemnify the Indemnitees from and against any and all damages,
costs, expenses, liabilities, claims, demands, causes of action, proceedings,
judgments, penalties, liens and losses of any nature whatsoever, including fees
of accountants, attorneys and other professionals, and all costs associated
therewith, and the payment of all consequential damages (collectively
“Damages”), in law or equity, whether actual, alleged or threatened, which arise
out of, pertain to, or relate to the acts or omissions of Consultant, its officers,
directors, employees, agents, servants, subcontractors, materialmen, suppliers,
or contractors, or their officers, directors, employees, agents, servants,
subcontractors, materialmen, suppliers, or contractors (or any entity or individual
that Consultant shall bear the legal liability thereof) in the performance of this
Agreement, including the Indemnitees’ (as defined in Subsection 14.1) passive
negligence, except to the extent Damages arise from the sole or active
negligence or willful misconduct of the Indemnitees, as determined by final
arbitration or court decision or by the agreement of the Parties. Consultant shall
defend the Indemnitees in any action or actions filed in connection with any
Damages with counsel of the Indemnitees’ choice and shall pay all costs and
expenses, including all attorneys’ fees and expert costs, actually incurred in
connection with such defense.
14.3. Consultant’s defense and indemnification obligations under this
Section 14.0 or any other provisions of this Agreement shall not be restricted to
insurance proceeds, if any, received by Consultant, the City, or any other
Indemnitees as defined in this Section 14.0.
14.4. All duties and other covenants of Consultant under this Section
14.0 shall survive termination of this Agreement.
15.0 Equal Opportunity
Consultant affirmatively represents that it is an equal opportunity employer. In the
performance of this Agreement, Consultant shall not discriminate against any
subcontractor, employee, or applicant for employment because of race, religion,
color, national origin, handicap, physical disability, mental disability, medical
condition, genetic information, ancestry, sex, gender, gender identity, gender
expression, sexual orientation, marital status, age, or any other basis prohibited
by law. Such non-discrimination includes, but is not limited to, all activities
related to initial employment, upgrading, demotion, transfer, recruitment or
recruitment advertising, layoff, or termination. Consultant will take affirmative
10 of 13
action to ensure that subcontractors and applicants are employed, and that
employees are treated during employment, without regard to their race, religion,
color, national origin, handicap, physical disability, mental disability, medical
condition, genetic information, ancestry, sex, gender, gender identity, gender
expression, sexual orientation, marital status, or age, or any other basis
prohibited by law.
16.0 Labor Certification
16.1. By its signature hereunder, Consultant certifies that it is aware of
the provisions of Section 3700 of the California Labor Code that require every
employer to be insured against liability for Workers’ Compensation or to
undertake self-insurance in accordance with the provisions of that Code, and
agrees to comply with such provisions before commencing the performance of
the Services.
16.2. Consultant further certifies that it is aware of the requirements of
Chapter 9.75 of the Seal Beach Municipal Code, California Labor Code Sections
1720, et seq. and 1770, et seq., and California Code of Regulations, Title 8,
Section 16000, et seq., (collectively “Prevailing Wage Laws”), which require the
payment of prevailing wage rates and the performance of other requirements on
“public works” and “maintenance” projects. To the extent that any of the Services
to be performed under this Agreement constitute a public work to which
prevailing wages apply, Consultant agrees to comply with the provisions of
California Labor Code §§ 1771, 1774 and 1775 concerning the payment of
prevailing rates of wages to workers and the penalties for failure to pay prevailing
wages. Consultant shall, as a penalty to City, forfeit, not more than two hundred
($200) for each calendar day, or portion thereof, for each worker paid less than
the prevailing rates as determined by the Director of Industrial Relations for the
work or craft in which the worker is employed for any public work done under that
contract by Consultant or by any subcontractor. Consultant further agrees to
comply with the provisions of California Labor Code § 1776 which require
Consultant and each subcontractor to (1) keep accurate payroll records, (2)
certify and make such payroll records available for inspections as provided by
Section 1776, and (3) inform the City of the location of records. Consultant is
responsible for compliance with Section 1776 by itself and all of its
subcontractors.
11 of 13
17.0 Permits and Licenses
17.1. Consultant, at its sole expense, shall obtain and maintain during the
term of this Agreement, all appropriate permits, licenses and certificates as may
be required in connection with the performance of Services under this
Agreement, including, without limitation, a City of Seal Beach business license as
required by the Seal Beach Municipal Code.
18.0 Entire Agreement
18.1. This Agreement contains the entire agreement of the Parties with
respect to the subject matter hereof, and supersedes all prior negotiations,
understandings, or agreements. This Agreement may only be modified by a
writing signed by both Parties.
19.0 Severability
19.1. The invalidity in whole or in part of any provisions of this Agreement
shall not void or affect the validity of the other provisions of this Agreement.
20.0 Governing Law; Venue
20.1. This Agreement shall be governed by and construed in accordance
with the laws of the State of California without regard to conflict of law principles,
except that any rule of construction to the effect that ambiguities are to be
resolved against the drafting party shall not be applied in interpreting this
Agreement. Any dispute that arises under or relates to this Agreement shall be
resolved in the superior court or federal court with geographic jurisdiction over
the City.
21.0 No Third Party Rights
21.1. No third party shall be deemed to have any rights hereunder
against either party as a result of this Agreement.
22.0 Waiver
22.1. No waiver of any default shall constitute a waiver of any other
default or breach, whether of the same or other covenant or condition. No
waiver, benefit, privilege, or service voluntarily given or performed by a party
shall give the other party any contractual rights by custom, estoppel, or
otherwise.
12 of 13
23.0 Prohibited Interests; Conflict of Interest
23.1. Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the Services, or
which would conflict in any manner with the performance of the Services.
Consultant further covenants that, in performance of this Agreement, no person
having any such interest shall be employed by it. Furthermore, Consultant shall
avoid the appearance of having any interest, which would conflict in any manner
with the performance of the Services. Consultant shall not accept any
employment or representation during the term of this Agreement which is or may
likely make Consultant “financially interested” (as provided in California
Government Code §§ 1090 and 87100) in any decision made by City on any
matter in connection with which Consultant has been retained.
23.2. Consultant further warrants and maintains that it has not employed
or retained any person or entity, other than a bona fide employee working
exclusively for Consultant, to solicit or obtain this Agreement. Nor has
Consultant paid or agreed to pay any person or entity, other than a bona fide
employee working exclusively for Consultant, any fee, commission, gift,
percentage, or any other consideration contingent upon the execution of this
Agreement. Upon any breach or violation of this Section 23.0, City shall have the
right, at its sole and absolute discretion, to terminate this Agreement without
further liability, or to deduct from any sums payable to Consultant hereunder the
full amount or value of any such fee, commission, percentage or gift.
23.3. Consultant warrants and maintains that it has no knowledge that
any officer or employee of City has any interest, whether contractual, non-
contractual, financial, proprietary, or otherwise, in this transaction or in the
business of Consultant, and that if any such interest comes to the knowledge of
Consultant at any time during the term of this Agreement, Consultant shall
immediately make a complete, written disclosure of such interest to City, even if
such interest would not be deemed a prohibited “conflict of interest” under
applicable laws as described in this subsection.
24.0 Attorneys’ Fees
24.1. If either party commences an action against the other party, either
legal, administrative or otherwise, arising out of or in connection with this
Agreement, the prevailing party in such litigation shall be entitled to have and
recover from the losing party all of its attorneys’ fees and other costs incurred in
connection therewith.
25.0 Exhibits
25.1. All exhibits referenced in this Agreement are hereby incorporated
into the Agreement as if set forth in full herein. In the event of any material
Page 1 of 2 | City of Seal Beach – Proposal for On-Call Support Services
Proposal for On-Call Support Services
To: Vikki Beatley, City of Seal Beach
From: Dixon Resources Unlimited
Date: April 25, 2019
Subject: On-Call Support Services for the City of Seal Beach
Proposed Scope of Work
Dixon Resources Unlimited (DIXON) is pleased to submit this proposal to provide parking
consultant services to the City of Seal Beach (City). Our uniquely-qualified firm specializes in
supporting municipal parking and mobility programs across the country, consistently proving our
ability to identify and implement operations, management, and technology recommendations to
transition municipal parking operations to long-term, sustainable programs.
Task 1. On-Call Support Services
DIXON will work at the City’s direction to provide on-call support services to address the City’s
evolving priorities and ongoing needs. DIXON will provide on-call support according to the cost
proposal presented below, and will not proceed with any specific tasks prior to receiving verbal
or written authorization from the City.
Cost Proposal
This cost proposal is based upon a Time & Materials (T&M) approach to ensure that the project
is managed in the most cost-effective and efficient manner. Each task is listed with a NTE
amount, and we will deliver within that budget, customizing our solution to focus on what the
project needs to achieve its objectives and adapting in order to ensure that the project is
completed within the agreed upon budget and timing. The budget amounts include all required
travel or related expenses, which are based upon GSA standards and will be billed per City
requirements and guidelines. The DIXON bill rate schedule for each job classification is provided
below:
Classification Labor Rate Per Hour
Principal Consultant $225/hour
Senior Associate $175/hour
Associate $145/hour
Junior Associate/Analyst $105/hour
The estimated budget per task is outlined below:
Task Description Not To Exceed (NTE)
1 On-Call Support Services $45,000
Total Budget $45,000
Page 2 of 2 | City of Seal Beach – Proposal for On-Call Support Services
Agenda Item: N
AGENDA STAFF REPORT
DATE:July 22, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Victoria L. Beatley, Director of Finance/City Treasurer
SUBJECT:Professional Services Agreement with ClearSource
Financial Consulting for a Cost Allocation Plan and Cost
Recovery Schedule (Fees)
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6940 approving and authorizing the City
Manager to execute a professional services agreement with ClearSource Financial
Consulting in an amount not to exceed $32,300.
BACKGROUND AND ANALYSIS:
A cost allocation plan is a written report that describes the methods and
procedures the City will use to allocate the costs of City operations to the various
departments, funds, and operations of the City. This plan helps to ensure that the
City’s Fees are charged accurately, recovering the true costs of providing services,
and regulation. In early 2019 the City issued a Request for Proposal (RFP) to
update the City’s Cost Allocation Plan and to then update the City’s Cost Recovery
(Fee) Schedule. The last time the City completed a Cost Allocation Plan was in
2012. The RFP was sent to eight firms and the City received five responses. City
staff evaluated each of the five proposals and interviewed the two highest ranked
firms. Based upon the interviews ClearSource was selected to lead the project.
The first step in the project is to create a new Cost Allocation Plan (CAP). The
CAP process is fairly extensive and lengthy. For many of the services that the City
provides staff will be requested to keep track of the time taken to provide the
service. This process is critical in determining the true cost of providing the service
and establishing fees that are supported by data and that provide the basis for the
City to charge fees that accurately reflect costs.
Once the CAP is complete the information will be used for the purpose of
establishing the related fees. During the project it may be discovered that the City
currently provides services without charging an appropriate fee, or that the City is
not currently providing services that are in the current Cost Recovery Schedule.
Based upon the project manager’s expertise the consultant may recommend new
5
6
3
fees and fee increases or decreases for consideration as well. The term of the
agreement is through June 30, 2020 unless completed sooner.
ENVIRONMENTAL IMPACT:
There is no environmental impact related to this item.
LEGAL ANALYSIS:
The City Attorney has reviewed the agreement and approved the resolution as to
form.
FINANCIAL IMPACT:
The FY 2019-2020 Budget included $32,300 to cover the cost of this project. The
total project cost of the proposal is $29,400. Although there is not expected to be
any additional costs related to the project, staff has included a contingency of
$2,900 to provide for some flexibility.
STRATEGIC PLAN:
This item completes an objective from the prior Strategic Plan Objectives dated
September 12, 2018 through March 13, 2019. That objective was to “Recommend
to the City Council for action the contracting of a qualified Project Manager to
analyze the City’s current fees for services and a realistic mechanism for cot
recovery.”
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
RECOMMENDATION:
That the City Council adopt Resolution 6940 approving and authorizing the City
Manager to execute a professional services agreement with ClearSource Financial
Consulting in an amount not to exceed $32,300.
SUBMITTED BY: NOTED AND APPROVED:
Victoria L. Beatley Jill R. Ingram
Victoria L. Beatley, Director of
Finance/City Treasurer
Jill R. Ingram, City Manager
ATTACHMENTS:
5
6
3
A. Resolution 6940
B. Agreement
C. ClearSource Financial Consulting Proposal
RESOLUTION 6940
A RESOLUTION OF THE SEAL BEACH CITY COUNCIL
APPROVING A PROFESSIONAL SERVICES AGREEMENT WITH
CLEARSOURCE FINANCIAL CONSULTING AND AUTHORIZING
THE CITY MANAGER TO EXECUTE THE AGREEMENT
THE SEAL BEACH CITY COUNCIL DOES HEREBY FIND AND RESOLVE:
Section 1. The City Council hereby approves the Professional Services
Agreement dated July 22, 2019 with ClearSource Financial Consulting in an
amount not to exceed $32,300 for a term extending from July 1, 2019 through
the fiscal year ending June 30, 2020.
Section 2. The City Council hereby authorizes and directs the City Manager to
execute the Agreement.
PASSED, APPROVED, AND ADOPTED by the Seal Beach City Council at a
regular meeting held on the 22nd day of July 2019 by the following vote:
AYES: Council Members
NOES: Council Members
ABSENT: Council Members
ABSTAIN: Council Members
Thomas Moore, Mayor
ATTEST:
Gloria D. Harper, City Clerk
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6940 on file in the office of
the City Clerk, passed, approved, and adopted by the City Council at a regular
meeting held on the 22nd day of July 2019.
Gloria D. Harper, City Clerk
PROFESSIONAL SERVICES AGREEMENT
Between
City of Seal Beach
211 8th Street
Seal Beach, CA 90740
&
ClearSource Financial Consulting
7960 B Soquel Drive, Suite 363
Aptos, CA 95003
831.288.0608]
This Professional Service Agreement (“the Agreement”) is made as of July 22, 2019
(the “Effective Date”), by and between ClearSource Financial Consulting (“Consultant”),
a California S-Corporation, and the City of Seal Beach (“City”), a California charter city,
(collectively, “the Parties”).
2 of 9
RECITALS
A. City desires certain professional services.
B. Consultant represents that it is qualified and able to provide City with such
services.
NOW THEREFORE, in consideration of the Parties’ performance of the
promises, covenants, and conditions stated herein, the Parties hereto agree as
follows.
AGREEMENT
1.0 Scope of Services
1.1. Consultant shall provide those services (“Services”) set forth in the
attached Exhibit A, which is hereby incorporated by this reference. To the extent
that there is any conflict between Exhibit A and this Agreement, this Agreement
shall control.
1.2. Consultant shall perform all Services under this Agreement in
accordance with the standard of care generally exercised by like professionals
under similar circumstances and in a manner reasonably satisfactory to City.
1.3. In performing this Agreement, Consultant shall comply with all
applicable provisions of federal, state, and local law.
1.4. Consultant will not be compensated for any work performed not
specified in the Scope of Services unless the City authorizes such work in
advance and in writing. The City Manger may authorize extra work to fund
unforeseen conditions up to the amount approved at the time of award by the
City Council. Payment for additional work in excess of this amount requires prior
City Council authorization.
2.0 Term
This term of this Agreement shall commence as of the Effective Date and shall
continue for a term of one year unless previously terminated as provided by this
Agreement.
3.0 Consultant’s Compensation
City will pay Consultant in accordance with the hourly rates shown on the fee
schedule set forth in Exhibit A for Services but in no event will the City pay more
than $29,400. Any additional work authorized by the City pursuant to Section 1.4
will be compensated in accordance with the fee schedule set forth in Exhibit A.
3 of 9
4.0 Method of Payment
4.1. Consultant shall submit to City monthly invoices for all services
rendered pursuant to this Agreement. Such invoices shall be submitted within 15
days of the end of the month during which the services were rendered and shall
describe in detail the services rendered during the period, the days worked,
number of hours worked, the hourly rates charged, and the services performed
for each day in the period. City will pay Consultant within 30 days of receiving
Consultant’s invoice. City will not withhold any applicable federal or state payroll
and other required taxes, or other authorized deductions from payments made to
Consultant.
4.2. Upon 24-hour notice from City, Consultant shall allow City or City’s
agents or representatives to inspect at Consultant’s offices during reasonable
business hours all records, invoices, time cards, cost control sheets and other
records maintained by Consultant in connection with this Agreement. City’s
rights under this Section 4.2 shall survive for two years following the termination
of this Agreement.
5.0 Termination
5.1. This Agreement may be terminated by City, without cause, or by
Consultant based on reasonable cause, upon giving the other party written notice
thereof not less than 30 days prior to the date of termination.
5.2. This Agreement may be terminated by City upon 10 days’ notice to
Consultant if Consultant fails to provide satisfactory evidence of renewal or
replacement of comprehensive general liability insurance as required by this
Agreement at least 20 days before the expiration date of the previous policy.
6.0 Party Representatives
6.1. The City Manager is the City’s representative for purposes of this
Agreement.
6.2. Terry Madsen is the Consultant’s primary representative for
purposes of this Agreement.
7.0 Notices
7.1. All notices permitted or required under this Agreement shall be
deemed made when personally delivered or when mailed 48 hours after deposit
in the United States Mail, first class postage prepaid and addressed to the party
at the following addresses:
4 of 9
To City: City of Seal Beach
211 8th Street
Seal Beach, California 90740
Attn: City Manager
To Consultant: ClearSource Financial Consulting
7960 B Soquesl Drive, Suite 363
Aptos, CA 95003
Attn: Terry Madsen
7.2. Actual notice shall be deemed adequate notice on the date actual
notice occurred, regardless of the method of service.
8.0 Independent Contractor
8.1. Consultant is an independent contractor and not an employee of
the City. All services provided pursuant to this Agreement shall be performed by
Consultant or under its supervision. Consultant will determine the means,
methods, and details of performing the services. Any additional personnel
performing services under this Agreement on behalf of Consultant shall also not
be employees of City and shall at all times be under Consultant’s exclusive
direction and control. Consultant shall pay all wages, salaries, and other
amounts due such personnel in connection with their performance of services
under this Agreement and as required by law. Consultant shall be responsible
for all reports and obligations respecting such additional personnel, including, but
not limited to: social security taxes, income tax withholding, unemployment
insurance, disability insurance, and workers’ compensation insurance.
8.2. Consultant shall indemnify and hold harmless City and its elected
officials, officers, employees, servants, designated volunteers, and agents
serving as independent contractors in the role of City officials, from any and all
liability, damages, claims, costs and expenses of any nature to the extent arising
from Consultant’s personnel practices. City shall have the right to offset against
the amount of any fees due to Consultant under this Agreement any amount due
to City from Consultant as a result of Consultant’s failure to promptly pay to City
any reimbursement or indemnification arising under this Section.
9.0 Subcontractors
No portion of this Agreement shall be subcontracted without the prior written
approval of the City. Consultant is fully responsible to City for the performance of
any and all subcontractors.
5 of 9
10.0 Assignment
Consultant shall not assign or transfer any interest in this Agreement whether by
assignment or novation, without the prior written consent of City. Any purported
assignment without such consent shall be void and without effect.
11.0 Insurance
11.1. Consultant shall not commence work under this Agreement until it
has provided evidence satisfactory to the City that Consultant has secured all
insurance required under this Section. Consultant shall furnish City with original
certificates of insurance and endorsements effecting coverage required by this
Agreement on forms satisfactory to the City. The certificates and endorsements
for each insurance policy shall be signed by a person authorized by that insurer
to bind coverage on its behalf, and shall be on forms provided by the City if
requested. All certificates and endorsements shall be received and approved by
the City before work commences. The City reserves the right to require
complete, certified copies of all required insurance policies, at any time.
11.2. Consultant shall, at its expense, procure and maintain for the
duration of the Agreement, insurance against claims for injuries to persons or
damages to property that may arise from or in connection with the performance
of this Agreement. Insurance is to be placed with insurers with a current A.M.
Best’s rating no less than A:VIII, licensed to do business in California, and
satisfactory to the City. Coverage shall be at least as broad as the latest version
of the following: (1) General Liability: Insurance Services Office Commercial
General Liability coverage (occurrence form CG 0001); (2) Automobile Liability:
Insurance Services Office Business Auto Coverage form number CA 0001, code
1 (any auto); and, if required by the City, (3) Professional Liability. Consultant
shall maintain limits no less than: (1) General Liability: $2,000,000 per
occurrence for bodily injury, personal injury and property damage and if
Commercial General Liability Insurance or other form with a general aggregate
limit is used, either the general aggregate limit shall apply separately to this
Agreement/location or the general aggregate limit shall be twice the required
occurrence limit; (2) Automobile Liability: $1,000,000 per accident for bodily injury
and property damage; and (3) Professional Liability: $1,000,000 per
claim/aggregate.
11.3. The insurance policies shall contain the following provisions, or
Consultant shall provide endorsements on forms supplied or approved by the
City to state: (1) coverage shall not be suspended, voided, reduced or canceled
except after 30 days prior written notice by certified mail, return receipt
requested, has been given to the City; (2) any failure to comply with reporting or
other provisions of the policies, including breaches of warranties, shall not affect
coverage provided to the City, its directors, officials, officers, (3) coverage shall
be primary insurance as respects the City, its directors, officials, officers,
6 of 9
employees, agents and volunteers, or if excess, shall stand in an unbroken chain
of coverage excess of the Consultant’s scheduled underlying coverage and that
any insurance or self-insurance maintained by the City, its directors, officials,
officers, employees, agents and volunteers shall be excess of the Consultant’s
insurance and shall not be called upon to contribute with it; (4) for general liability
insurance, that the City, its directors, officials, officers, employees, agents and
volunteers shall be covered as additional insureds with respect to the services or
operations performed by or on behalf of the Consultant, including materials, parts
or equipment furnished in connection with such work; and (5) for automobile
liability, that the City, its directors, officials, officers, employees, agents and
volunteers shall be covered as additional insureds with respect to the ownership,
operation, maintenance, use, loading or unloading of any auto owned, leased,
hired or borrowed by the Consultant or for which the Consultant is responsible.
11.4. All insurance required by this Section shall contain standard
separation of insureds provisions and shall not contain any special limitations on
the scope of protection afforded to the City, its directors, officials, officers,
employees, agents, and volunteers.
11.5. Any deductibles or self-insured retentions shall be declared to and
approved by the City. Consultant guarantees that, at the option of the City,
either: (1) the insurer shall reduce or eliminate such deductibles or self-insured
retentions as respects the City, its directors, officials, officers, employees,
agents, and volunteers; or (2) the Consultant shall procure a bond guaranteeing
payment of losses and related investigation costs, claims and administrative and
defense expenses.
12.0 Indemnification, Hold Harmless, and Duty to Defend
Consultant shall defend, indemnify, and hold the City, its officials, officers,
employees, volunteers and agents serving as independent contractors in the role
of city officials (collectively “Indemnitees”) free and harmless from any and all
claims, demands, causes of action, costs, expenses, liability, loss, damage or
injury, in law or equity, to property or persons, including wrongful death, in any
manner arising out of or incident to any acts or omissions of Consultant, its
employees, or its agents in connection with the performance of this Agreement,
including without limitation the payment of all consequential damages and
attorneys’ fees and other related costs and expenses, except for such loss or
damage arising from the sole negligence or willful misconduct of the City. With
respect to any and all such aforesaid suits, actions, or other legal proceedings of
every kind that may be brought or instituted against Indemnitees, Consultant
shall defend Indemnitees, at Consultant’s own cost, expense, and risk, and shall
pay and satisfy any judgment, award, or decree that may be rendered against
Indemnitees. Consultant shall reimburse City and its directors, officials, officers,
employees, agents and/or volunteers, for any and all legal expenses and costs
incurred by each of them in connection therewith or in enforcing the indemnity
7 of 9
herein provided. Consultant’s obligation to indemnify shall not be restricted to
insurance proceeds, if any, received by Consultant, the City, its directors,
officials, officers, employees, agents or volunteers. All duties of Consultant
under this Section shall survive termination of this Agreement.
13.0 Equal Opportunity
Consultant affirmatively represents that it is an equal opportunity employer.
Consultant shall not discriminate against any subcontractor, employee, or
applicant for employment because of race, religion, color, national origin,
handicap, ancestry, sex, sexual orientation, or age. Such non-discrimination
includes, but is not limited to, all activities related to initial employment,
upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, or
termination.
14.0 Labor Certification
By its signature hereunder, Consultant certifies that it is aware of the provisions
of Section 3700 of the California Labor Code that require every employer to be
insured against liability for Workers’ Compensation or to undertake self-insurance
in accordance with the provisions of that Code, and agrees to comply with such
provisions before commencing the performance of the Services.
15.0 Entire Agreement
This Agreement contains the entire agreement of the parties with respect to the
subject matter hereof, and supersedes all prior negotiations, understandings, or
agreements. This Agreement may only be modified by a writing signed by both
parties.
16.0 Severability
The invalidity in whole or in part of any provisions of this Agreement shall not
void or affect the validity of the other provisions of this Agreement.
17.0 Governing Law
This Agreement shall be governed by and construed in accordance with the laws
of the State of California.
18.0 No Third Party Rights
No third party shall be deemed to have any rights hereunder against either party
as a result of this Agreement.
8 of 9
19.0 Waiver
No waiver of any default shall constitute a waiver of any other default or breach,
whether of the same or other covenant or condition. No waiver, benefit, privilege,
or service voluntarily given or performed by a party shall give the other party any
contractual rights by custom, estoppel, or otherwise.
20.0 Prohibited Interests; Conflict of Interest
20.1. Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the Services, or
which would conflict in any manner with the performance of the Services.
Consultant further covenants that, in performance of this Agreement, no person
having any such interest shall be employed by it. Furthermore, Consultant shall
avoid the appearance of having any interest, which would conflict in any manner
with the performance of the Services. Consultant shall not accept any
employment or representation during the term of this Agreement which is or may
likely make Consultant “financially interested” (as provided in California
Government Code §§1090 and 87100) in any decision made by City on any
matter in connection with which Consultant has been retained.
20.2. Consultant further warrants and maintains that it has not employed
or retained any person or entity, other than a bona fide employee working
exclusively for Consultant, to solicit or obtain this Agreement. Nor has
Consultant paid or agreed to pay any person or entity, other than a bona fide
employee working exclusively for Consultant, any fee, commission, gift,
percentage, or any other consideration contingent upon the execution of this
Agreement. Upon any breach or violation of this warranty, City shall have the
right, at its sole and absolute discretion, to terminate this Agreement without
further liability, or to deduct from any sums payable to Consultant hereunder the
full amount or value of any such fee, commission, percentage or gift.
20.3. Consultant warrants and maintains that it has no knowledge that
any officer or employee of City has any interest, whether contractual, non-
contractual, financial, proprietary, or otherwise, in this transaction or in the
business of Consultant, and that if any such interest comes to the knowledge of
Consultant at any time during the term of this Agreement, Consultant shall
immediately make a complete, written disclosure of such interest to City, even if
such interest would not be deemed a prohibited “conflict of interest” under
applicable laws as described in this subsection.
21.0 Attorneys’ Fees
If either party commences an action against the other party, either legal,
administrative or otherwise, arising out of or in connection with this Agreement,
the prevailing party in such litigation shall be entitled to have and recover from
`
Cost Allocation Plan and
Cost Recovery Schedule (Fees)
CITY OF SEAL BEACH
MARCH 15, 2019
PROPOSAL TO PERFORM CONSULTING SERVICES
TERRY MADSEN | PRINCIPAL CONSULTANT
tmadsen@clearsourcefinancial.com | 831.288.0608
7960 B Soquel Drive, Suite 363 | Aptos, California 95003
www.clearsourcefinancial.com
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 2.1
CONTENTS
PROPOSAL TOPICS
1.1
Title Page
2.1
Table of Contents
3.1
Transmittal Letter
4.1
Firm Qualifications and Experience
5.1
Staff Qualifications and Experience
6.1
Similar Projects with Other Government Entities
7.1
Project Approach
8.1
Independence
9.1
Appendices or Exhibits
10.1
22
Proposed Costs
7960 B SOQUEL DRIVE, SUITE 363 | APTOS, CALIFORNIA 95003
831.288.0608 | WWW.CLEARSOURCEFINANCIAL.COM
3.1
March 12, 2019
CITY OF SEAL BEACH
Attn: Victoria L. Beatley, Director of Finance/City Treasurer
c/o City Clerk’s Office
211 8th Street
Seal Beach, California 90740-6379
Proposal for a Cost Allocation Plan and Cost Recovery Schedule (Fees)
Dear Ms. Beatley and Members of the Selection Team:
Thank you for the opportunity to provide cost of service, user/regulatory fee, and cost allocation
consulting for the City of Seal Beach. ClearSource is well-qualified, available, and equipped to complete
the scope of work envisioned by the City. We bring an open mind for change and exhibit the energy to
do the heavy lifting it takes for a fresh look on the subject.
We commit to the City of Seal Beach to provide premier service, on time, and within budget:
PREMIER SERVICE ON TIME WITHIN BUDGET
We routinely demonstrate care
about the details and the rightful
influence of local conditions. We
do the hard work to achieve
modern and meaningful outcomes
that reflect the way our clients
serve their communities today.
Study outcomes and reporting will
be ready for the Department’s use
120 days from project
commencement.
We will finish the scope of services
without change orders, which is
our standard practice. We do not
ask our clients to bear the risk in
estimating what it takes to do this
work thoroughly and with
successful enactment of results.
I am the President of ClearSource Financial Consulting, authorized to negotiate and bind ClearSource
contractually. I have read and will comply with all terms and conditions of the RFP without exception.
My signature obligates ClearSource to the terms of this proposal and confirms that this proposal shall
remain valid for a period of 120 calendar days from the date of this submittal.
Sincerely,
TERRY MADSEN, PRESIDENT | CLEARSOURCE FINANCIAL CONSULTING
COMPANY NAME: ClearSource Financial Consulting
CONTACT NAME: Terry Madsen, President and Principal Consultant
PHONE NUMBER: 831.288.0608
MAILING ADDRESS: 7960 B Soquel Drive, Suite 363, Aptos, CA 95003
EMAIL ADDRESS: tmadsen@clearsourcefinancial.com
WEB: www.clearsourcefinancial.com
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 4.1
FIRM QUALIFICATIONS
COMPANY BACKGROUND
Company History
ClearSource Financial Consulting is a California-based boutique consulting firm intentionally sized and
structured to focus on a highly tailored, high quality study experience for our clients. ClearSource is
staffed by a four-person team of seasoned individuals with decades of combined experience in local
government financial analysis. We are particularly focused on equitable forms of cost allocation and cost
recovery within the challenges and constraints of the ever-evolving California statutory and legal
environment, informed respectfully and strategically by the voter driven principles embedded in
Propositions 218 and 26.
This project will be led from start-to-finish by ClearSource founder and President, Terry Madsen. For 16
years, Terry has provided financial consulting services exclusively to local
government agencies. In October 2011, he founded ClearSource, a firm
dedicated to providing local government agencies with premier financial
consulting services:
Energy and enthusiasm to dive deep into the details
Willingness to do the heavy lifting necessary to implement
modernization and lasting change
Commitment to on-time delivery and not-to-exceed fees
As the current leader of ClearSource and previously as a key contributor at a
competing California firm, Terry has worked in this field of consulting since 2001. His depth of
knowledge includes user and regulatory fee studies, indirect cost allocation plans, cost sharing
negotiations, internal service fund rate studies, water and wastewater rate studies, and special financing
district administration. During his career he has served a diverse selection of California public agencies,
such as:
Atherton
Bell “The New Bell”
Chula Vista
East Palo Alto
Gustine
Hesperia
Indio
La Habra Heights
Laguna Woods
La Quinta
Long Beach
Los Angeles
Napa
Oakdale
Oro Loma Sanitary District
Roseville
Sacramento
Sacramento Regional Transit District
San Carlos
San Diego Metropolitan Transit System
Sierra Madre
Taft
Torrance
Ventura
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 4.2
FIRM QUALIFICATIONS
ClearSource Service Profile
ClearSource provides services to California municipal agencies, consulting on topics focused on revenue
management through cost of service-based resources, including the common areas of study and
consulting listed in Figure 1 for a wide cross-section of governmental services and funds. Our primary
focus is in revenue streams linked to cost of service principles, equity, and local-government control.
Throughout these areas of expertise, we often work in harmony with internal and external stakeholders
to achieve successful implementation of the necessary solutions.
FIGURE 1 | CLEARSOURCE CONSULTING SERVICES
ClearSource prides ourselves in the repeat engagements we earn from our clients, which are a
testament to our style of service. We find ourselves providing fee study services to:
Communities projecting premier customer services, such as the City of La Quinta, where we have
completed eight projects, with more in progress.
Communities targeting full cost recovery, such as the City of Ventura, where we have completed 11
projects, with more in progress.
Communities desiring extensive fee structure remodeling, such as the City of Laguna Woods, where
we have completed eight projects, with more in progress.
As with every study of this type, the successful completion of this project at the City of Seal Beach will
require positive, professional relationships with City staff, contract service providers, stakeholders, and
the City Council and/or subcommittees. ClearSource clientele can attest to our ability to successfully
navigate timing, competing values, and other challenges that arise when completing large scale projects.
During his career, Terry Madsen has been awarded for his integrity, client service, dedication, and
perseverance. His treatment of internal staff, and respect for the challenges they face and the results
they require in order to successfully accomplish their goals and objectives, results in working
relationships that span multiple years and projects.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 4.3
FIRM QUALIFICATIONS
Company Ownership
ClearSource Financial Consulting is a 100% privately owned registered California Corporation
headquartered in Aptos, California.
Joint Venture
ClearSource is proposing to perform this work for the City of Seal Beach entirely within the resources of
our firm. We are not proposing a joint venture with any other firm.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 5.1
STAFF QUALIFICATIONS
CONSULTING TEAM
Project Team Organization
This project will be led from start-to-finish by Terry
Madsen. He will conduct all meetings, present all
reports, and oversee development of all analysis
and outcomes. Analytical and strategic support will
be provided by Jeanette Hahn and Carolyn Jones.
Their experience includes more than 50 years of
direct support to local government agencies. Figure
2 illustrates the consultant lines of reporting for the
Department’s project.
A description of consultant project roles is as
follows:
FIGURE 2 | PROJECT TEAM ORGANIZATION
Project Manager | Primary contact for the Department, direction of analysis, onsite interaction with
Department staff and leadership, and face for public procedures.
Principal Consultant | Implementation of analytical direction, targeted analysis, troubleshooting,
and quality assurance.
Senior Consultant |Foundational financial analysis, data analysis, strategic sounding board, and
quality control interaction.
Senior Analyst | Data input, data structuring, and research.
Brief professional biographies of these project team members are as follows.
Terry Madsen
PROJECT MANAGER / PRINCIPAL CONSULTANT
Expected Project Participation: 60%
Terry Madsen is the President and Principal Consultant of ClearSource Financial Consulting. For 16
years, he has provided financial consulting services to local government agencies.
In October 2011 Terry founded ClearSource Financial Consulting (ClearSource), a firm dedicated to
providing local government agencies with premier financial consulting services. From October 2001 to
October 2011 Terry was employed by a competing California firm, NBS. Terry’s depth of knowledge
includes numerous service areas including user fee studies, indirect cost allocation studies, internal
service fund rate studies, water and wastewater rate studies, and special financing district
administration.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 5.2
STAFF QUALIFICATIONS
During his career, Terry has served the following agencies, among others:
Atherton
Bell “The New Bell”
Chula Vista
East Palo Alto
Gustine
Hesperia
Indio
La Habra Heights
Laguna Woods
La Quinta
Long Beach
Los Angeles
Napa
Oakdale
Oro Loma Sanitary District
Sacramento
Sacramento Regional
Transit District
San Carlos
San Diego Metropolitan
Transit System
Santa Paula
Sierra Madre
Taft
Union Sanitary District
Ventura
Within the past year, Mr. Madsen has supported cost allocation and user fee studies for California cities,
including but not limited to, Azusa, Escalon, Gustine, Laguna Woods, La Quinta, Larkspur, Palos Verdes
Estates, Rancho Mirage, Bell, Torrance, and Ventura.
Terry has worked closely with every level of the public body including property owners, community
organizations, council members, special commissions, agency managers, all members of the agency
finance team, directors of every agency department, management analysts, and the direct service staff
that are the primary contact points for members of the community, such as inspectors, plan reviewers,
operators, maintenance personnel, and records staff.
Terry’s experience in performing fee studies includes all phases of the work, from project initiation to
completion and presentation of final findings. His efforts include data gathering, conducting interviews
with agency staff, model development, report preparation, and presentation and delivery of study
narratives. He has analyzed fees for a comprehensive array of municipal services, such as planning, land
development, building, fire protection, code enforcement, community services, parks, recreation,
administration, general governmental, public infrastructure, utilities, and others.
Terry is a member of the California Society of Municipal Finance Officers. He received his
undergraduate degree (Cum Laude) from Cal Poly, San Luis Obispo. He was awarded a Bachelor of
Science in Business Administration with a Finance Concentration and an Economics Minor. He received
his graduate degree from California State University, San Bernardino. He was awarded a Master of
Business Administration with an Entrepreneurship Concentration.
Jeanette Hahn
SENIOR CONSULTANT
Expected Project Participation: 20%
Jeanette Hahn is a Senior Consultant for ClearSource Financial Consulting. She has over 18 years of
experience advising municipal agencies on equitable and effective costs of service, cost recovery, and
strategic financial planning.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 5.3
STAFF QUALIFICATIONS
Jeanette has analytical and policy expertise in the following subject matter:
Cost of service analysis and cost allocation for cost recovery opportunities, including user fees,
regulatory fees, and contracts/partnerships
Water, wastewater, reclaimed water, and storm water/drainage utility rates and fees
Development impact fees and capacity charge nexus analysis/justification
Economic feasibility/decision analysis
Long-range financial planning
Benchmarking
Prior to becoming part of the ClearSource team in 2017, Jeanette succeeded at competing consulting
firms. She was Director of Financial Consulting for California-based NBS from 2007 to 2011 and served
progressive roles at FCS GROUP from 1997 to 2007, including California Regional Manager from 2004 to
2007. Jeanette stepped down from these executive roles in 2011 to focus on motherhood.
Jeanette has performed nearly 200 separate engagements for public agencies of diverse size and
situation throughout the Western United States, including in California, Washington, Oregon, Idaho,
Nevada, Utah, Montana, and Alaska. She is articulate and agile when working within the legal
framework of rate and fee-setting across these states, with particular emphasis on California’s
Proposition 218 and the state’s Mitigation Fee Act. As an accomplished and highly regarded speaker,
Jeanette has earned a reputation for crafting effective and persuasive messages for attaining legislative
and public approval of financial plans and accompanying rates and fees. Her skills have been deployed
frequently in municipal work to defuse contentious or actively contested matters. Furthermore, she has
been repeatedly invited to present in educational and industry forums, such as the California Society of
Municipal Finance Officers, League of California Cities, Association of California Water Agencies, and
California Special Districts Association, among many others.
Within the past year, Jeanette has supported user fee studies for California cities, including but not
limited to, Escalon, Palos Verdes Estates, Long Beach, Rancho Mirage, Roseville, Bell, Shafter, and
Torrance.
Jeanette holds a Bachelor of Arts in Economics with a Public Finance concentration from the University
of Washington, Seattle.
Carolyn Jones
SENIOR ANALYST
Expected Project Participation: 20%
Carolyn Jones is a Senior Analyst for ClearSource Financial Consulting. Prior to joining ClearSource,
Carolyn completed 20 years as a financial analyst for the City of Ventura specializing in public works,
water/wastewater, and parks and recreation. Included in her study experience are cost allocation,
internal service fund rates, user fees, and special assessment district administration.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 5.4
STAFF QUALIFICATIONS
Prior to working in Ventura, Carolyn was a senior management analyst for the City of Moreno Valley
Community Services District, which included street lighting and landscape, as well as construction
related assessment and community facility districts. She also spent six years with the Municipality of
Anchorage, working on the ombudsman team investigating citizen complaints, with operations review of
utilities, public safety, general government, planning, and public works. In addition to her public
experience, Carolyn spent six years as a management analyst in the private sector with British Petroleum
(Amoco). Her responsibilities included all divisional operations of the oil industry; financial, human
resources, field support, payroll, and government reporting.
Within the past year, Carolyn has supported cost allocation and user fee studies for California cities,
including but not limited to, Escalon, Gustine, Laguna Woods, La Quinta, Larkspur, Palos Verdes Estates,
Rancho Mirage, Bell, Torrance, and Ventura.
Carolyn was awarded a Bachelor of Science in Business Administration with a Management
Concentration from the University of Alaska, Anchorage.
Company Organization
ClearSource is staffed by a four-person team of seasoned individuals with decades of combined
experience in local government financial analysis. As an intentionally structured four-person firm that
believes our size is integral to the way we provide personalized and high quality service to our client
communities, we are nonetheless often asked by agencies about our contingency plans for ensuring
continuity of service if a team member faces personal emergency disruptive to the project.
We take continuity of service very seriously. In fact, as a small consulting firm, it is essential to our
business and reputation. In addition to our collegiality and cross-discipline synergy, this is one of the key
reasons our staff is comprised of seasoned professionals in this area of expertise.
Figure 3 displays our total firm. Three of our four consultants – Terry Madsen, Jeanette Hahn, and Karyn
Johnson – are each two or more decades into consulting careers rich with successful project
management, direct project performance, and accomplished public engagement for successful
implementation of outcomes.
For the City of Seal Beach, in the unlikely event our proposed project manager Terry Madsen became
unable to complete these services, fellow team member Jeanette Hahn will step into his place, able to
perform at equal level and achievement to Terry.
(This section continues on the following page.)
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 5.5
STAFF QUALIFICATIONS
FIGURE 3 | CLEARSOURCE COMPANY ORGANIZATION
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 6.1
SIMILAR PROJECTS
REFERENCES
Please contact our references to discuss their experience with cost allocation, cost of service, and cost
recovery projects completed by ClearSource.
City of Torrance, California
CONTACT: Sheila Poisson
Assistant Finance Director
310.618.5854
spoisson@torranceca.gov
SERVICES: ClearSource completed a Comprehensive User/Regulatory Fee Study for the City of
Torrance. Fee-related services reviewed included the following programs City Clerk,
Building & Safety, Engineering, Planning, Environmental Design & Protection, Library,
Parks & Recreation, Parks Services, Finance, Fire Prevention & Hazardous Materials,
Airport, Cultural Arts Center, Police, Animal Control, and Water (Non-Rate).
DATE: 2017/18 (Most Recent Comprehensive Study)
OTHER: ClearSource has continued to serve the City of Torrance as stand-alone cost of service
and cost recovery issues arise. Topics have included the Police Department’s parking
enforcement and citation program and taxicab permitting.
City of Huntington Beach, California
CONTACT: Gilbert Garcia
Chief Financial Officer
714.536.5225
Gilbert.garcia@surfcity-hb.org
SERVICES: ClearSource is conducting a Comprehensive User/Regulatory Fee Study for the City of
Huntington Beach. Fee-related services under review include the following programs:
City Clerk, Finance, Community Development (planning, building, and code
enforcement), information services, office of business development, public works
(engineering, operations, and public services), police, fire (prevention, operations, and
marine safety), library, and community services. Additionally, ClearSource is developing
a new Full Cost Allocation Plan for Citywide central services and departmental
administration, which informs interfund transfers for service and indirect rates applied
to various forms of cost recovery.
DATE: 2018/19 (In Progress)
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 6.2
SIMILAR PROJECTS
City of Ventura, California
CONTACT: Greg Morley
Budget Manager
805.654.7800
gmorley@cityofventura.ca.gov
SERVICES: ClearSource completed a Comprehensive User/Regulatory Fee Study for the City of
Ventura. Fee-related services reviewed included the following program areas: planning,
land development, construction, fire prevention, traffic engineering, utilities,
stormwater quality inspection, parks, recreation and community partnerships, special
events, treasury, police, and clerk. As part of this effort, ClearSource routinely develops
an accompanying Citywide full cost allocation plan to ensure recovery of central services
in the City’s various fee and charge structures.
DATE: 2017/18 (Most Recent)
OTHER: ClearSource has served the City for a total of six years on multiple projects. Other areas
of analysis have included: the City’s central services indirect cost allocation plan and
internal service fund rates for information technology, fleet, and facilities.
City of Lake Forest, California
CONTACT: Carlo Tomaino
Economic Development Manager
949.461.3569
ctomaino@lakeforestca.gov
SERVICES: ClearSource is conducting a Fee Policy, Overhead Cost Allocation, and Comprehensive
Fee Study for the City of Lake Forest. The onset of the work includes establishing the
framework for evaluation of cost recovery factors and user fee goals. The Cost Allocation
Plan ensures reasonable distribution and recovery of Citywide central services within
indirect rates, internal charges, and application to forms of cost recovery. Fee-related
services under review in the cost of services analysis include regulatory activities,
permitting, facility rentals, program participation, operations and public services,
response to individual action, licensing/billing/records management/administration, and
hourly rates for direct billing.
DATE: 2019 (In Progress)
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 6.3
SIMILAR PROJECTS
City of Long Beach, California
CONTACT: Joshua Hickman
Program Manager
joshua.hickman@longbeach.gov
562.570.5714
SERVICES: ClearSource prepared a study of Land Development Regulatory Fees for the City of Long
Beach. The City recently created a division focused exclusively on serving private
development needs within the Engineering Bureau of the Public Works Department. The
study involved reviewing all existing fees for services and recommending fees for
services currently provided by the division without existing fee recovery.
DATE: 2017/2018
City of Laguna Woods, California
CONTACT: Chris Macon
City Manager
cmacon@cityoflagunawoods.org
949.639.0500
SERVICES: ClearSource completed a User Fee and Overhead Cost Allocation Study for the City of
Laguna Woods. As the City matured, it undertook an effort to create a schedule of fees
that more closely corresponded to development scenarios likely to occur in the City. The
ClearSource study involved significant fee restructuring and extensive testing to forecast
anticipated revenue impacts of the restructured fees (“before” and “after” scenario
testing). Services studied included Building, Planning, Engineering, and Central Services.
DATE: 2017/2018
(This section continues on the following page.)
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 6.4
SIMILAR PROJECTS
City of Palos Verdes Estates, California
CONTACT: Anton “Tony” Dahlerbruch
City Manager
adahlerbruch@pvestates.org
310.378.0383
SERVICES: ClearSource prepared a User Fee Study for the City of Palos Verdes Estates. In 2017 the
City conducted its first comprehensive user and regulatory fee study. The study involved
extensive public education efforts, including multiple presentations before the City
Council and a designated fee study review ad-hoc committee. Ultimately, fees were
unanimously adopted by the Council. Services studied included Building, Planning,
Engineering, Police, Public Works, Community and Event Permitting, and Administration.
DATE: 2019 (In Progress)
ClearSource will readily provide additional client references upon request.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.1
PROJECT APPROACH
PROJECT UNDERSTANDING
Objectives
The City of Seal Beach is initiating a Cost Allocation Plan and Cost Recovery Schedule (Fees). Through
both elements, this project is intended to:
COST ALLOCATION PLAN
Ensure a basis for applying comprehensive overhead rates to applicable projects, programs, and
funds.
Accurately account for the true cost of providing services in each department.
Develop and maintain a well-documented cost allocation plan in compliance with OMB 2 CFR Part
225 to appropriately allocate general and administrative costs in its budget.
Properly identify overhead rates that can be used in the calculation of billable hourly rates for any
federal and state grants, user fees, and any reimbursements from other governmental agencies.
COST RECOVERY SCHEDULE (FEES)
Determine the full cost of the City’s direct, fee-related services and corresponding fee amount.
Develop cost recovery strategies for fee-related services, accounting for the demands and
complexities of each responsible department or program.
Ensure fees are set in accordance to the requirements of Proposition 218 and Proposition 26.
Services for Review
It is expected that direct, fee-related services under review in this project will focus on services eligible
for user fee methodology, as well as identification during this study of any relevant additions for services
performed without a fee or for under-quantified or ineffectively structured fees.
In the City’s published Cost Recovery Schedule for 2018/2019, we can identify the following broad
categories of fees that will fall under this proposed study effort:
Administration
Building
Planning
Police
Public Works
Recreation
Filming/Photography
All direct services throughout the City organization for which a user or regulatory fee is or can be
imposed can be included as desired. This can encompass activities such as:
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.2
PROJECT APPROACH
Regulatory activities, such as review and inspection of land development, construction/building, and
improvements to infrastructure, and other areas of code review, compliance, and enforcement
Permitting, such as special events and use of public facilities, infrastructure, and services
Facility rentals and use of public spaces, such as community centers, recreational sites, parks, and
athletic field use
Program participation
Municipal operations and services of individual benefit/request
Municipal operations and response to individual action
Licensing, billing, records management, and administrative service
Hourly rates for direct-billing City staff time
Revenue streams generally excluded from this type of methodology due to differing authority,
implementation and analytical methodologies, and approval procedures would include: utility rates and
other property-related fees subject to Proposition 218 proceedings, assessments, development impact
fees, in-lieu fees, fees intended and codified more as “taxes,” punitive fines/penalties, and general
taxes.
While cost recovery for the above listed direct services are the focus of Cost Recovery Schedule (Fees),
the Cost Allocation Plan focuses on potential cost recovery for the “indirect” services of the municipal
organization. Indirect services represent City budget units commonly found in the General Fund that
might include:
Legislative and general governmental activities
Organization-wide management and administration
Central services outside of internal service funds
Our standard practice – and built into our expected work plan – is an open mind for additions or
deletions of direct services for which a fee is established or indirect services for which an overhead
charge is applicable.
Prevailing Conditions
The City last analyzed its user fees comprehensively in 2012.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.3
PROJECT APPROACH
CLEARSOURCE SOLUTIONS
ClearSource expects to spend 196 hours over a 120-day timeframe performing service for the City of
Seal Beach. Our efforts across both studies will focus in the following key areas:
Development and Documentation of Critical Inputs
Remodeled Fee Structures and Service Categories (as merited)
Financial Foundation for the Costs of Service: revenues, personnel costs and organization, operating
costs, and allocated administration/central services
Annual Service Time
Individual Unit Service Time
Volume of Applications, Permits, and Service Population (as feasible)
Development and Documentation of Quantitative Analysis
Cost Allocation Plan: full cost iteration for internal uses and federally compliant iteration for
required uses
Fully Burdened Hourly Rates: by department/division, by functional classification, by staffing
classification, and/or by individual
Activity Costs of Service: by individual fee-related service, by broad service category, and/or by
functional program
Cost Recovery Policy: how much of the costs of service should be recovered by a fee?
Regional Fee Comparison: does the market influence the City’s decision-making?
Master Fee Schedule
Project Fee and Revenue Impacts
Engagement and Approval
Departmental Interaction: project commencement, onsite data development, and interim review
points
City Council Interaction: presentation of findings and public hearing
Deliverables
Reporting: draft report, summary presentation, staff report, and final report
Tools: cost allocation model, fully-burdened hourly rate models, activity costs of service models,
master fee schedule, and reporting
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.4
PROJECT APPROACH
METHODS
Statutory Parameters
Industry best practice and California statute are in harmony: User fees should be set according to the
estimated reasonable cost of service and should bear a fair and reasonable relationship to the payer’s
burdens on or benefits received from the activities and/or services provided by the City. Longstanding
financial and accounting practices have accomplished this with well-established methods that satisfy
Article 13C of the California Constitution and in most cases for user fees, sustains local legislative
control over the imposition and modification of those fees.
Cost Allocation Technique
ClearSource generates a uniform methodology for each client, with the dynamism to change the
eligibility of indirect cost depending on cost recovery venue: a “full cost plan” .for application in locally-
controlled revenues versus a more constrained “federal” plan (OMB 2 CFR Part 225). Under both
iterations, the indirect cost allocation plan includes components to ensure meaningful outcomes of use
to the City in budgetary, reimbursement, and fee-setting environments:
Clearly distinguishes support service and direct service departments.
Applies a two-step allocation of support services costs that effectively transfers all support services
costs to only the direct service functions of the City.
Allows for the addition, removal, and adjustment of costs.
Identifies revenue impacts and overhead costs attributable to each of the City’s General Fund
departments and each City Non-General Fund.
Clearly identifies the statistical bases and inputs used to derive the allocation of costs (e.g.
departmental expenditures, number of employees, annual time tracking information).
Defining the Costs of Service
Figure 4 illustrates the build-up of a cost-of-
service methodology applied to user and
regulatory fees in the municipal setting.
Most of the services under review in this project
are driven in scale and relativity based on the
amount of labor involved in completing the
activity. For this reason, the justification for most
of the examined fees will start with a set of fully-
burdened hourly rates for personnel involved in
the process.
FIGURE 4 | USER FEE ANALYTICAL MODULES
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.5
PROJECT APPROACH
Fully burdened hourly rates are an expression of cost for a unit of time. These rates include direct labor
expense; indirect labor for activities that support direct activities; materials, services, and supplies;
administration and management; and central services of the overall governmental agency.
Once time is valued, the cost of service for individual services can be examined. This is derived by
understanding the time required to perform service, and how that time varies when project
characteristics vary. Not only does this inform cost for an average service, it also informs how a
downstream fee might best be structured to capture relative costs between different users. In other
words, do entirely flat fees suffice, or on the opposite end of that spectrum, does an entirely variable
fee, such as a time-and-materials basis, need to be imposed? More likely, how might the service
attributes be best portrayed to establish predictable, administratively feasible fees somewhere in the
middle of that range?
Finally, cost recovery goals for the agency are applied to the expression of the full unit cost of service to
determine proposed fee amounts imposed on individuals requesting or causing the service.
Cost of Service and Cost Recovery
Nearly every service for which a fee is imposed can be illustrated as shown in Figure 5, contrasting the
components of the full cost of service, which is the maximum fee amount justified, against the local
agency’s goals for cost recovery.
FIGURE 5 | COMPARING THE COST OF SERVICE TO COST RECOVERY OBJECTIVES
We believe most fee paying stakeholders and City Council members accept high cost recovery targets as
long as:
The elements of the cost of service and assumptions are clearly communicated.
The service level provided by staff is attentive, responsive, and collaborative.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.6
PROJECT APPROACH
The City clearly communicates that only eligible costs are included in fees.
Fee Structure
The fiscal environment in California has pushed most agencies to a default policy of full cost recovery in
their user fees, with exceptions found for targeted services of specific resonance with the local
community or where market sensitivities are particularly prevalent. Therefore, ClearSource finds much
of our effort in recent years has been first, to ensure that full cost is thoroughly documented, while
secondly, exploring modernization of fee schedules for both agency and customer satisfaction. As the
nature of City service changes, particularly with technological advancement or necessary efficiency
improvements, it is important for fee structures to fall in line with the way in which service is performed,
rather than simply adjusted perennially as a revenue measure.
We will work closely with departmental management and direct service providers to weigh the findings
and implications of the costs of service with prevailing fee structures. As an example, we recommend
flat fees for the majority of City services. This allows for:
Improved ability for users to forecast fees.
Consistency in the application of the fee structure.
Less variability in staff monitoring their service hours.
The ability for the City to achieve its program cost recovery goals in aggregate.
Conversely, there are instances where more variable fees, if not deposit-based fees, are warranted,
despite the increased complexity or administration:
Highly variable, time-intensive projects.
Agencies with technology systems that can accommodate deposit-monitoring, staff buy-in regarding
the importance of tracking time, and appropriate staffing levels to manage the deposit life-cycle.
When it comes to fee structure, fundamentally, we believe many methods can work, and we are
committed to the heavy-lifting required to achieve results of lasting significance for our clients. We try
diligently to defer to the preferences of direct service providers and their fee-paying constituents, rather
than imposing a consultant-driven solution. That said, we require that any structural method chosen
have a direct correlation to the service provided. As a common example in other agencies, after working
with building or engineering staff, we may decide that the number of grading plan sheets being
reviewed may have a much closer nexus to the cost of plan review than cubic yards of the grading
project.
DATA AND CONTRIBUTIONS FROM CITY STAFF
These types of projects are collaborative efforts. ClearSource identifies the following key ways in which
City staff are involved in the completion of the studies:
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.7
PROJECT APPROACH
Cost Allocation Plan Cost Recovery Schedule (Fees)
Provide institutional knowledge and
expertise
Provide overview of current cost allocation
and indirect rate charging systems if
available
Provide chart of account and ledger data
Provide available data sets useful in
creating allocation factors, such as FTE
counts, organization charts, square
footages, etc.
Review findings to help with
“reasonableness test”
Provide institutional knowledge and
expertise
Provide overview of current fee schedules,
permit/project tracking and financial
systems
Provide budgeted and historical revenue
and expenditure data
Provide available volumetric information,
such as number of permits issued,
application types, etc.
Review findings to help with “reasonable
test”
Based on our experience in prior studies, ClearSource estimates the following time investment on the part
of different City personnel involved in aspects of this project:
Cost Allocation Plan Cost Recovery Schedule (Fees)
2 to 4 hours for financial
management/budget/accounting staff
2 to 4 hours for central service unit Staff
4 hours for financial management/budget
accounting staff
16 hours for departments with fees under
review
WORK PLAN
COST ALLOCATION PLAN
ClearSource presents the following step-by-step work plan to complete the Cost Allocation Plan
envisioned by the City of Seal Beach.
Task 1 | Study Orientation
The purpose of this task is to generate common understanding of objectives, known issues that must be
addressed by study end, participant roles, expected procedural requirements, schedule and pre-
established dates, and data collection and development procedures.
TASK 1.1 | ONSITE PROJECT KICK-OFF
Consultants will prepare for, attend, and facilitate one onsite event with City personnel to initiate
the project. (This event will be held concurrently with events scheduled for the Fees for Services
Study.)
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.8
PROJECT APPROACH
TASK 1.2 | ASSESS PREVAILING METHODS
ClearSource will evaluate prevailing cost allocation models, methods, and applications. Particular
attention will be paid to annual procedures, internal opinions and impacts, and balance of workload
with the requirements of the City’s uses for overhead, including internal transfers/reimbursements
and external agency reimbursement. ClearSource will also review readily available budgetary
documents to gain a working knowledge of City structure and accounting practices.
TASK 1.3 | PLAN FOR NEW MODEL
After project kick-off, ClearSource will determine a plan for generating current indirect cost
allocations for the host of uses identified by the City. This will likely include development of a new
Excel-based model in alignment with current needs but may include modification of existing tools if
City personnel prefer to sustain existing tools. ClearSource will remain flexible.
Task 2 | Critical Inputs
The purpose of this task is to develop the necessary foundation for subsequent quantitative analysis.
Particular focus will be generating necessary data and documentation of inputs and assumptions as
required by the application of plan outcomes. (For example, an OMB 2 CFR Part 225 compliant plan
requires a specific inventory of information that may not be as essential if applications are entirely
internal to the City.)
TASK 2.1 | DEVELOP FINANCIAL INPUTS
Consultants will mine the City’s financial reporting to access organizational and line-item detail to
support costs, allocation factors, workload metrics, and accounting structure in the cost allocation
model.
TASK 2.2 | DEVELOP ALLOCATION FACTORS
Consultants will pull published statistics that may be useful as bases for distributing costs and where
necessary, develop and document alternate data sets to serve as distribution methods. Targeted
meetings with representatives from support services departments may be useful to influence data
accessibility and relevance in the cost allocation plan, such as work order records, inventories, and
other volumetric or organizational tools.
Task 3 | Cost Allocation Model
The purpose of this task is to generate the quantitative model to allocate indirect costs Citywide.
Structure and detail of the final model will be dependent upon the ultimate application of its results, as
a plan submitted for cognizant agency approval in compliance with OMB 2 CFR Part 225 and/or the State
Controller’s Office for Cost Claiming will require aspects unnecessary in applications where cost recovery
is expected to be entirely internal to the agency.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.9
PROJECT APPROACH
TASK 3.1 | MODEL DEVELOPMENT
ClearSource will develop an Excel-based model to distribute indirect service costs Citywide. The
model is expected to identify:
Citywide fund and accounting structure and fiscal year data for allocation outcomes
Allocable indirect service centers
Allocation bases and related distribution factors for indirect service centers
Direct service centers
Primary and secondary allocations
Resulting annual cost allocations
Resulting indirect service rates
Resulting interfund transfers
The model will establish a specific methodology for deriving overhead costs that will properly
reimburse the General Fund. The model will be developed to accommodate iterations, should an
internal “full cost” method be desirable in certain applications, while maintaining an iteration with
decisions necessary for state/federal compliance in indirect cost reimbursement.
The model will be built to accommodate change in the organization: the ability to add or remove
direct and indirect costs and to adapt to a range of activities, from simple to complex. Furthermore,
the model will be built to enable continuous updates, as the City elects to maintain and update its
cost allocation practices in-house in future years.
TASK 3.2 | COMPARISON OF OUTCOMES
ClearSource will generate a comparison of outcomes under the updated Cost Allocation Plan to prior
year outcomes, including explanation for substantive differences.
Task 4 | Reporting and Tools
The purpose of this task is to provide the formal documentation encompassing the work and outcomes
of the study, as well as deliver the tools developed throughout the study for the City’s ownership and
future use.
TASK 4.1 | DRAFT REPORT
ClearSource will prepare a narrative description of the study, describing key data and assumptions,
and impacts. The report will include tables and charts to explain findings, and it will include the
complete quantitative analysis as the justification for updated indirect cost allocations and
associated rates and transfers. Reports will be issued in portable document format (PDF) for digital
distribution and any necessary printing by the City.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.10
PROJECT APPROACH
For a cost allocation plan in compliance with OMB 2 CFR Part 225, the report/quantitative analysis
will include:
Description of each allocated central service
Identification of the units rendering services and the units receiving services
Items of expense included in the allocated cost of service
Method used to distribute the cost of service to benefitted units
Schedule showing the allocation of each service to the specific benefitted units
Organizational chart
TASK 4.2 | FINAL REPORT
Upon review and feedback from the City staff, consultants will revise the draft report and
accompanying outcomes to incorporate direction received. The final report will be issued for the
City’s implementation and as a data source for incorporation in the User Fee Study. Reports will be
issued in PDF for digital distribution and any necessary printing by the City beyond the requested
bound and unbound copies delivered by consultants.
TASK 4.3 | MODEL/WORK PAPER DELIVERY
Upon issuance of the final report, ClearSource will deliver editable versions of all models,
documentation, and associated work papers to the City for future use. Models will be delivered in
Microsoft Excel and PDF. Documentation will be delivered in Microsoft Word and PowerPoint and in
PDF. Additional work papers developed will be delivered in the format in which they were created
and in PDF.
TASK 4.4 | STAFF TRAINING
At the time of the City’s choosing, ClearSource will facilitate an event to train staff in the use and
update of the cost allocation model, in an effort to ensure future sustainability of outcomes
produced by this study.
Task 5 | Engagement
The purpose of this task is to facilitate a meaningful level of interaction between consultants, City
personnel, and City Councilmembers.
TASK 5.1 | CITY STAFF INTERACTION
In addition to the project kick-off event described in Task 1, ClearSource anticipates at least two
additional site visits to engage with designated City personnel managing cost allocation practices,
held in conjunction with events for the Cost Recovery Schedule (Fees) study.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.11
PROJECT APPROACH
TASK 5.2 | CITY COUNCIL INTERACTION
At City management discretion, ClearSource anticipates one event with the City Council to present
the draft report and receive feedback and direction on cost allocation proposals that would impact
the City’s budgetary and financial practices. Consultants will prepare materials for this session,
present the plan (or elements relevant for City Council input), and respond to City Council inquires.
WORK PLAN
COST RECOVERY SCHEDULE (FEES)
ClearSource presents the following step-by-step work plan to complete the Cost Recovery Schedule
(fees) envisioned by the City of Seal Beach.
Task 1 | Study Orientation
The purpose of this task is to generate common understanding of objectives, known issues that must be
addressed by study end, participant roles, expected procedural requirements, schedule and pre-
established dates, and data collection and development procedures. Most significantly, this task
includes a major upfront effort to examine prevailing fees for known issues and to discuss initial and
potential modifications to structures and practices.
TASK 1.1 | ONSITE PROJECT KICK-OFF
Consultants will prepare for, attend, and facilitate one onsite event with City personnel to initiate
the project. Events may be combined or separated into a series of meetings with involved internal
stakeholders.
TASK 1.2 | ASSESSMENT OF PREVAILING FEES
Prior to project kick-off, ClearSource will evaluate prevailing schedules of fees under review.
Assessment will include subjective effectiveness of current structures, in such terms as perceived
cost recovery, perceived equity among different applicants/projects, alignment of fee categories
with the manner in which work is performed currently, perceived or known competitiveness in the
region, feasibility and accuracy of billing within current technology or practices, and other
considerations.
TASK 1.3 | INITIAL STRUCTURE REMODELING
After project kick-off, ClearSource will draft an initial fee schedule, with categories and proposed
charge bases only, stemming from initial conversations, proposed solutions based on industry
standards or regional influences, or initial concepts suggested by ClearSource. This initial fee
schedule will be used as the basis for developing critical data inputs in Task 2; however, it does not
have to represent the final structure of fees, as quantitative analysis in Tasks 2 and 3 will also inform
recommended fee structures.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.12
PROJECT APPROACH
It is important for us to state that discussion of fee remodeling is intended to indicate our
willingness to enact substantive change, should the City desire it. Unless our cost of service results
indicate an absolute requirement that structures be altered, we are also amenable to continuance
of prevailing practices, modified to current costs of service and other influences. In short, we are
flexible to conditions on the ground once we arrive.
Task 2 | Develop Critical Inputs
The purpose of this task is to develop the necessary foundation for subsequent quantitative analysis.
We will focus much of our initial work to develop the body of data that will inform every
downstream element of the project.
TASK 2.1 | DEVELOP FINANCIAL DATA
Consultants will access detailed budget data from City staff and publicly available resources to
describe:
Revenues: Our preference is to examine a three- to five-year history of fee-related revenues at
the lowest level of detail possible. To the extent applicable, fund/reserve performance will be
included.
Personnel Costs and Organization: This includes listing of full-time equivalent employees, salary
and benefit costs, roles and lines of reporting, part-time personnel, and contracted personnel.
Operating Costs: Line-item expenditures will be examined from the currently adopted budget.
Additional examination of periodic expenses or capital investments will be researched. Fee
schedules for any contacted personnel will be acquired and interpreted. And, internal charges or
estimation for central services and/or general governmental overhead will be included.
TASK 2.2 | DEVELOP ANNUAL LABOR TIME
Consultants will determine availability of any existing labor time-tracking information within the
Department. With or without tracked data, ClearSource will conduct onsite individual or group
interviews using a questionnaire structure developed for this study to enable individual contributors
to estimate a distribution of their annual time across core functions of service. Upon implementing
time estimates developed through this process, ClearSource will follow-up remotely with any
individuals where further information is warranted. Annual labor time profiles will be circulated to
project leads and/or management within the department to enable review and eventual
concurrence.
TASK 2.3 | DEVELOP SERVICE TIMES
Consultants will determine availability of any existing labor time-tracking information for different
fee-related service categories. With or without tracked data, ClearSource will circulate a
questionnaire to appropriate personnel, linked to the remodeled fee structure developed in Task 1,
to estimate average or a range of service times for fee-related services. Where information is under-
developed with staff input, ClearSource will apply our industry experience to populate the analysis.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.13
PROJECT APPROACH
Service time estimates will be circulated to project leads and/or management within the
department to enable review and eventual concurrence.
TASK 2.4 | ANALYZE VOLUMETRIC STATISTICS
Consultants will gather from departmental personnel any existing data sets that will inform
workload/activity levels for the fee-related services under review. This includes data such as
numbers of applications and/or permits opened, in process, and closed over a pre-determined time
period. Project attributes, such as valuations or other sizing may be necessary. Acquisition of
statistical information from City databases will likely be requested throughout the study as issues for
further analysis arise.
TASK 2.5 | RECONCILE ESTIMATES
To the degree possible, ClearSource will attempt to reconcile the body of information used: annual
time, service time estimates, and service volumes, to ensure a reasonable portrayal of workload and
related costs for these services.
Task 3 | Cost of Service Analysis
The purpose of this task is to generate the quantitative analyses that comprise the “cost of service” basis
required by California law for cities to impose these fees as a matter of City Council discretion. The
result of this series of analysis is the maximum fee amount that may be imposed as a fee for service.
TASK 3.1 | FULLY BURDENED HOURLY RATES
ClearSource will develop a model to compute fully burdened hourly rates for work performed in
each division and/or department contributing to the fee-related services under review. (It is possible
that direct service providers exist outside the responsible department for a particular fee category.
To portray an accurate “full cost of service,” time for each contributor should be considered, unless
a separate revenue stream is in place for those other divisions/departments.)
Fully burdened hourly rates will be developed three ways: as a composite rate for the participating
division, composite rates for classes (subsets) of contributors within each participating division, and
individual rates for each contributor. Rates will also be expressed in multiple ways: per available
hour, per productive hour, and per direct service hour to enable flexibility in how the City prefers to
value increments of time.
The ClearSource model will be built to illustrate the “full cost of service,” encompassing labor costs,
non-labor operating costs, departmental administration, central services/general governmental
administration, periodic investments, and a reserve funding requirement, if applicable. These costs
will also be expressed by function of service within each division. The ClearSource model will enable
the City to include or exclude these cost layers in its final outcome, should current or eventual policy
direct away from full cost recovery.
Finally, the ClearSource model will be able to compare total annual cost of service for each division
against annual revenues available to provide a global view of cost recovery for programs. This can
inform any overall revenue impacts that may be warranted.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.14
PROJECT APPROACH
TASK 3.2 | ACTIVITY COST OF SERVICE
ClearSource will develop a model to compute the cost of service at the activity level for fee-related
services. This will involve applying fully burdened hourly rates to service time estimates and
incorporating project-specific direct expenses applicable. The analysis will be structured to follow
any proposed remodeled fee structure, as well as any additional services for which new fees will be
considered.
The cost of service model will enable comparison to existing fee levels to determine prevailing cost
recovery levels. From that point, internal discussions may ensue as to appropriate or desired
changes to fees and fee levels to enhance cost recovery, if in line with City policies, goals, or values.
The cost of service model will also be structured to enable calculation of revenue impacts, if
adequate data is available.
Task 4 | Fee and Impact Analysis
The purpose of this task is to develop the updated schedule of fees for Citywide direct services. This task
will be influenced by the cost of service results developed in Task 3, regional competiveness, and local
values and/or City policy.
TASK 4.1 | REGIONAL FEE COMPARISON
ClearSource will prepare a limited-scope comparison of fees to up to ten municipalities selected by
the City, neighboring or elsewhere in California. Comparison will be limited to fee categories of
particular interest and will be best accommodated in areas, such as development review, by
creating profiles for an array of “typical” projects in the community. Rather than comparing fee to
fee, in many cases, identifying attributes for a sample project subject to multiple fees is a more
meaningful comparison.
TASK 4.2 | COST RECOVERY POLICY
Consultants will work with departmental management to develop targeted cost recovery at the
activity level for eventual proposal to the City Council. Cost recovery targets will be applied to
activity costs of service to inform a proposed fee amount. Subsidy amounts will be identified.
TASK 4.3 | FEE SCHEDULE
Consultants will develop a master fee schedule for the City, useful in presenting proposals, as well as
communicating fee descriptions, fee amounts, and charge bases to other City departments, who
may have responsibility for maintaining Citywide schedules of fees. If desired, the master fee
schedule developed can also include a tool for subsequent annual inflationary adjustments to the
established fee structures.
TASK 4.4 | COMPARATIVE FEE IMPACTS
Where fee structures are remodeled extensively, ClearSource will prepare targeted schedules
comparing changes to fees, individually and for a selection of sample projects. This comparison
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.15
PROJECT APPROACH
assists in presenting and communicating changes to fee structure, and also, it enables further
testing of the reasonableness and accuracy of substantial changes to fee approach.
TASK 4.5 | REVENUE IMPACTS
Upon finalizing fee proposals, ClearSource will attempt to quantify revenue impacts of proposals,
depending on data availability and reliability on past workload at the activity level. Subsidies by
other funds will be identified. If applicable, fund/reserve performance will be projected, as feasible
from available data.
Task 5 | Report and Tools
The purpose of this task is to provide the formal documentation encompassing the work and outcomes
of the study, as well as deliver the tools developed throughout the study for the City’s ownership and
future use.
TASK 5.1 | DRAFT REPORT
ClearSource will prepare a narrative description of the study, describing key data and assumptions,
cost of service outcomes, fee proposals, and impacts. The report will include tables and charts to
explain findings, and it will include the complete quantitative analysis as the justification for
proposed fees. Reports will be issued in portable document format (PDF) for digital distribution and
any necessary printing by the City.
It is expected that City personnel will review an initial iteration of the draft report, and ClearSource
will modify it before it becomes a document delivered to the City Council and available to the public.
TASK 5.2 | PRESENTATION/SUMMARY
ClearSource will develop a presentation or summary packet for use in communicating proposals to
the City Council and any stakeholders.
TASK 5.3 | STAFF REPORT AND NOTICING
ClearSource will assist City staff in the preparation of the staff report delivered to the City Council as
part of the normal agenda process. Consultant will also assist in the drafting of a notice of the public
hearing at which fee proposals will be considered for approval.
TASK 5.4 | FINAL REPORT
Upon review and feedback from the City Council, consultants will revise the draft report and
accompanying fee proposals to incorporate direction received from Councilmembers. The final
report will be issued for the City’s public hearing process for implementation of fee proposals.
Reports will be issued in PDF for digital distribution and any necessary printing by the City beyond
the requested bound and unbound copies delivered by consultants.
TASK 5.5 | MODEL/WORK PAPER DELIVERY
Upon issuance of the final report, ClearSource will deliver editable versions of all models,
documentation, and associated work papers to the City for future use. Models will be delivered in
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.16
PROJECT APPROACH
Microsoft Excel and PDF. Documentation will be delivered in Microsoft Word and PowerPoint and in
PDF. Additional work papers developed will be delivered in the format in which they were created
and in PDF.
TASK 5.6 | STAFF TRAINING
At the time of the City’s choosing, ClearSource will facilitate an event to train staff in the use and
update of the cost of service models, in an effort to ensure future sustainability of fee outcomes
produced by this study.
Task 6 | Engagement
The purpose of this task is to facilitate a meaningful level of interaction between consultants, City
personnel, and City Councilmembers with the goal of successful approval, implementation, and ongoing
maintenance of study proposals.
TASK 6.1 | DEPARTMENTAL INTERACTION
In addition to the project kick-off event described in Task 1, ClearSource anticipates additional site
visits to engage with departmental personnel, such as:
Events to develop data, particularly annual time from individual contributors.
An interim review session upon initial completion of the cost of service analysis.
A second interim review session to review the initial iteration of the draft report.
TASK 6.2 | CITY COUNCIL INTERACTION
ClearSource anticipates two events with the City Council:
One meeting to present the draft report and receive feedback and direction on proposals.
A public hearing to adopt the proposed fees contained in the final report.
Consultants will prepare materials for these sessions, present the study, and respond to City Council
inquiries and/or enable Councilmember dialogue with supplemental information.
PROJECT SCHEDULE
ClearSource forecasts to deliver reporting from this study 120 days from project commencement.
These reporting documents will enable final presentation, final edits based on City Council review and
input, and public procedure thereafter along the City’s timeline and legislative priorities.
Figure 6 illustrates the estimated time for completion of our previously described work plan tasks,
timing of deliverables, and a sample timeline for implementation procedures.
It is important to note that California law requires a 60-day period after City Council approval (public
hearing) before modified and/or new development review fees may go into effect.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 7.17
PROJECT APPROACH
FIGURE 6 | ESTIMATED PROJECT TIMELINE
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 8.1
INDEPENDENCE
CONFLICT OF INTEREST
ClearSource has no conflicts of interest relative to performing the proposed project. We have not
entered into any professional relationship with the City or any of its component units/agencies for the
past five years. Additionally, if selected to perform this project, ClearSource will provide the City written
notice of any such professional relationships entered into during the contract period.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 9.1
APPENDICES
ADDITIONAL INFORMATION
ClearSource has submitted all information we wish to communicate within the other content sections
mandated by the City in its Request for Proposals. We submit no further information here.
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 10.1
PROPOSED COST
CONSULTING FEE
Maximum Not to Exceed Price
For the complete Cost Allocation Plan and Cost Recovery Schedule (Fees), ClearSource presents the
following fee:
Total Project: $29,400
This total fee is based on ClearSource’s careful review of the City’s existing master fee listing, noting the
breadth of direct, fee-related services that may fall under review in this effort. Our proposal ensures
that all user and regulatory fees eligible for the methodology can be analyzed without shortcuts or
explanations for non-analysis.
This fee includes all direct and indirect costs associated with our professional labor, as well as applicable
direct expenses for the project.
Components of the Maximum Price
Figure 7 on the following page illustrates the detail behind our presented maximum price for the
project. This includes labor time paired with hourly rates and expenses by task described in the
ClearSource work plan.
Rates for Additional Services
ClearSource maintains a single uniform rate for professional labor of $150 per hour. This rate has been
used to develop our maximum price. This rate will also apply for any services requested by the City in
excess of what is needed to fully complete the defined Scope of Service.
Manner of Payment
ClearSource will issue monthly progress reports to the City. Accompanying invoices will be based on
hours recorded to the project, with final invoice not submitted until work is completed as scoped in our
work plan. Total invoices will not exceed the maximum price presented here.
ClearSource acknowledges the payment terms stipulated in the Request for Proposals, including the
provision that the final 10% of the maximum consulting fee will be paid upon delivery of the final
reports.
(This section continues on the following page.)
CLEARSOURCE PROPOSAL TO THE CITY OF SEAL BEACH 10.2
PROPOSED COST
FIGURE 7 | PROJECT FEE DETAIL
Agenda Item: O
AGENDA STAFF REPORT
DATE:July 22, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Steve Myrter, P.E., Director of Public Works
SUBJECT:Annual Sand Berm Construction and Removal Contract
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6941:
1. Awarding and authorizing the City Manager to execute a construction
contract to Crew, Inc. in the amount of $379,982; and,
2. Authorizing the City Manager to approve contract changes in the
cumulative amount of $38,000.
BACKGROUND AND ANALYSIS:
Historically, the residents along the beach between the Anaheim Jetties and the
pier are subject to wave inundation during storms. The threat of washouts or
flooding is lessened by the annual construction of a sand berm. The “berm” is
routinely removed each year prior to the end of April, except in cases where
possible inclement weather and wave events would make it prudent to leave it in
place for longer periods.
As part of the Annual Winter Sand Berm Study, dated September, 2003,
specifications for the sand berm construction and removal were identified.
Accordingly, the contract work will consist of constructing a sand berm
approximately 22 feet above mean lower low water (MLLW) datum, almost 40 feet
wide and the length of East Beach from the pier to the Navy Base. The report also
recommended performing “back-passing” operations every other year which
consist of moving sand from West Beach to East Beach. This contract will include
back-passing during the fall of 2019 and every odd year afterwards.
On April 24, 2019 the City Clerk’s office received five (5) bids with the following
results:
5
6
4
RANK CONTRACTOR BID AMOUNT
1 Crew, Inc. $ 379,982.00
2
Post Earthworks
Constructors,
Inc. $ 430,910.53
3
Reed Thomas
Company, Inc. $ 476,952.00
4 Griffith Company $ 536,798.00
5
Southern
California
Grading $1,204,550.00
Based upon the references, qualifications, work experience and cost, staff
recommends selecting Crew, Inc. as the lowest responsible bidder at $379,982.
The contract term is two-years and the City will have the option to extend the
contract for up to two (2) additional two-year terms. Each contract term extension
allows for an increase in the compensation based on the lesser of either (a)
changes to the Consumer Price Index for All Urban Consumers (CPI-U): for Los
Angeles-Long Beach-Anaheim, CA (1982-84=100), All Items, as most recently
reported by the Bureau of Labor Statistics for the 12-month period extending
backwards from the most recent June 30th to the previous July 1st, or (b) three
percent (3%) per year. Any such adjustment amount would have to be approved
in advance by the City Manager.
ENVIRONMENTAL IMPACT:
This project complies with all requirements of the California Environmental Quality
Act (CEQA) and is categorically exempt under section 15301 class 1 (d).
LEGAL ANALYSIS:
The City Attorney has reviewed the agreement and approved the resolution as to
form.
FINANCIAL IMPACT:
Funds for the Fiscal Year 2019-2020 contract expenditures have been included in
Tidelands Account. Future funding needs will be reflected in the subsequent fiscal
year’s proposed budgets
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
5
6
4
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
RECOMMENDATION:
That the City Council adopt Resolution 6941:
1. Awarding and authorizing the City Manager to execute a construction
contract to Crew, Inc. in the amount of $379,982; and,
2. Authorizing the City Manager to approve contract changes in the
cumulative amount of $38,000.
SUBMITTED BY: NOTED AND APPROVED:
Steve Myrter Jill R. Ingram
Steve Myrter, P.E., Director of Public Works Jill R. Ingram, City Manager
ATTACHMENTS:
A. Resolution 6941
B. Construction Contract with Crew, Inc.
RESOLUTION 6941
A RESOLUTION OF THE SEAL BEACH CITY COUNCIL
AWARDING AND AUTHORIZING THE CITY MANAGER TO
EXECUTE A CONSTRUCTION CONTRACT WITH CREW, INC.
FOR THE ANNUAL SAND BERM CONSTRUCTION AND
REMOVAL CONTRACT
WHEREAS, the City of Seal Beach desires to enter into a contract for Sand Berm
Construction and Removal (“Project”) with a qualified firm to construct and
remove the annual winter sand berm on East Beach; and,
WHEREAS, on February 25, 2019, the City Council of Seal Beach approved the
plans and specifications for the Annual Winter Sand Berm Construction and
Removal Contract, and authorized the solicitation for bids; and,
WHEREAS, on April 24, 2019, the City Clerk’s office received five bids in
response to the solicitation for bids, and Crew, Inc. submitted the lowest
responsible bid in the amount of $379,982; and,
WHEREAS, Crew, Inc. is a qualified firm to perform the Project.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SEAL BEACH
DOES HEREBY RESOLVE:
SECTION 1. The City Council hereby awards a contract to Crew, Inc. for the
Project in the amount of $379,982, and rejects all other bids.
SECTION 2. The City Council hereby authorizes and directs the City Manager to
execute the contract on behalf of the City.
SECTION 3. The City Council hereby authorizes the City Manager to approve
payments for additional work requests in connection with the Project, during the
original two-year term, in the cumulative amount of $38,000.
PASSED, APPROVED and ADOPTED by the Seal Beach City Council at a
regular meeting held on the 22nd day of July 2019 by the following vote:
AYES: Council Members
NOES: Council Members
ABSENT: Council Members
ABSTAIN: Council Members
Resolution 6941
4
3
0
4
Thomas Moore, Mayor
ATTEST:
Gloria D. Harper, City Clerk
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6941 on file in the office of
the City Clerk, passed, approved, and adopted by the City Council at a regular
meeting held on the 22nd day of July 2019.
Gloria D. Harper, City Clerk
Agenda Item: P
AGENDA STAFF REPORT
DATE:July 22, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Steve Myrter, P.E., Director of Public Works
SUBJECT:Public Works Agreement with Streetlight Restoration
Specialists, Inc., for Main Street Streetlight Restoration
Project
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6942:
1. Awarding and authorizing the City Manager to execute a public works
agreement with Streetlight Restoration Specialists, Inc., in the amount of
$88,000 for the Main Street Streetlight Restoration Project; and,
2. Authorizing the City Manager to approve additional work requests in
connection with the Project in the cumulative amount of $8,000.
BACKGROUND AND ANALYSIS:
The Fiscal Year 2019-20 CIP includes the Main Street Revitalization Project, of
which includes the restoration of the existing decorative streetlights.
Streetlight Restoration Specialists, Inc. (SRS) provided a cost proposal in the
amount of $88,000 to provide the desired services. The work will generally include
the prime, paint, and finish of the 39 decorative streetlight poles, reconditioning of
the 4 banner poles, refinishing of the 39 decorative streetlight pole bases, and
converting the existing 78 high-pressure sodium vapor (HPS) lamps to energy-
efficient light-emitting diode (LED). The high-performance coating selected for this
work is of marine-grade quality and designed to withstand the coastal environment.
In order to provide the best probability for success, preserve the streetlights’
specialty paint finish and character, and to uphold against the marine environment,
the work will require specialty contracting. According to information the City
obtained from the Contractor’s State License Board (CSLB), only one company in
California possesses the specialty license from the CSLB to perform this work.
The license number is C-61/D-64 (Lightpole Restoration) and is held by SRS. It is
recommended that the City Council approve this sole-source agreement pursuant
5
6
5
to Section 1010 of the Seal Beach City Charter and Seal Beach Municipal Code
Section 3.20.025(B), which provides that “purchase of a commodity that can be
obtained by only one vendor” is exempt from the City’s bidding procedures.
Since its inception, SRS has provided streetlight restoration services for cities
including Los Angeles, Beverly Hills, Newport Beach, San Diego, and Los Angeles.
Furthermore, SRS has experience restoring streetlights from the Main Street
streetlight manufacturer. Given SRS’ specialized equipment, their costs remain
competitive to those firms that do not hold the necessary specialty licensing.
As the coating applications are sensitive to weather conditions, work is anticipated
immediately after the summer peak season. This specialty work will be performed
on-site, without the need to remove poles.
ENVIRONMENTAL IMPACT:
This Project complies with all requirements of the California Environmental Quality
Act (CEQA) and is categorically exempt under Section 15301 Class 1 Subsection
(d).
LEGAL ANALYSIS:
The City Attorney has approved the public works agreement and proposed
resolution as to form.
FINANCIAL IMPACT:
Sufficient funds have been allocated in the approved FY 2019-2020 Capital
Improvement Program Budget for Project ST2009. The table below presents the
estimated breakdown of the Project cost:
Description Amount
Restoration Work $ 88,000
Additional Work Requests $ 8,000
Total $ 96,000
Unused funds will be returned to the overall Main Street Revitalization Project
budget for other improvements along the corridor.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
5
6
5
RECOMMENDATION:
That the City Council adopt Resolution 6942:
1. Awarding and authorizing the City Manager to execute a public works
agreement with Streetlight Restoration Specialists, Inc., in the amount of
$88,000 for the Main Street Streetlight Restoration Project; and,
2. Authorizing the City Manager to approve additional work requests in
connection with the Project in the cumulative amount of $8,000.
SUBMITTED BY: NOTED AND APPROVED:
Steve Myrter Jill R. Ingram
Steve Myrter, P.E., Director of Public Works Jill R. Ingram, City Manager
ATTACHMENTS:
A. Resolution 6942
B. Agreement
RESOLUTION 6942
A RESOLUTION OF THE SEAL BEACH CITY COUNCIL
AWARDING AND AUTHORIZING THE CITY MANAGER TO
EXECUTE A PUBLIC WORKS AGREEMENT WITH
STREETLIGHT RESTORATION SPECIALISTS, INC. FOR
THE MAIN STREET STREETLIGHT RESTORATION
PROJECT
WHEREAS, pursuant to the Seal Beach City Charter Section 1010, Seal Beach
Municipal Code Chapter 3.20 establishes a central purchasing system including
procedures for competitive bidding and exemptions from competitive bidding; and
WHEREAS, Seal Beach Municipal Code Section 3.20.025(B) provides an exemption
from competitive bidding requirements for purchases of commodity that can be
obtained only from one vendor; and
WHEREAS, the City of Seal Beach (“City”) has determined that Streetlight Restoration
Specialists, Inc. is qualified to provide specialized streetlight restoration services and is
the sole California company that possess the C-61/D-64 (Lightpole Restoration)
specialty license.
NOW, THEREFORE, THE SEAL BEACH CITY COUNCIL DOES HEREBY RESOLVE:
SECTION 1.The City Council hereby awards a Public Works Agreement to
Streetlight Restoration Specialists, Inc., to provide streetlight restoration services
for the Main Street Streetlight Restoration Project for a not-to-exceed amount of
$88,000.
SECTION 2. The City Council hereby authorizes and directs the City Manager to
execute the Public Works Agreement between the City of Seal Beach and Streetlight
Restoration Specialists, Inc., and all related documents, on behalf of the City.
SECTION 3. The City Council hereby authorizes the City Manager to approve
payments for additional work requests in connection with the Project in the
cumulative amount of $8,000.
4
3
0
6
PASSED, APPROVED and ADOPTED by the Seal Beach City Council at a regular
meeting held on the 22nd day of July 2019 by the following vote:
AYES: Council Members
NOES: Council Members
ABSENT: Council Members
ABSTAIN: Council Members
Thomas Moore, Mayor
ATTEST:
Gloria D. Harper, City Clerk
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6942 on file in the office of the
City Clerk, passed, approved, and adopted by the City Council at a regular meeting held
on the 22nd day of July 2019.
Gloria D. Harper, City Clerk
STREETLIGHT RESTORATION SPECIALISTS, INC.
LICENSE 811227 (exp 08/20)
2828 COCHRAN STREET #360 SIMI VALLEY, CA 93065
805.468.5271 Phone
Estimate prepared and sent on 07/12/2019
City of Seal Beach
211 Eighth Street
Seal Beach, CA 90740
Attn: Iris Lee
PROJECT: Main Street Streetlight Restoration
The following estimate has been prepared and are being sent to you per your request. I have personally examined
each of the 39 poles (plus 4 banner poles) on this job and thoroughly examined them from ground level. The
installation of the lamps is included in our price.
Basic surface preparation and cleaning followed by application of one (1) coat of High Performance Amerlock 2
Epoxy primer, followed by a maintenance coat of black High Performance PSX700 Polysiloxane, followed by hand
application of a faux finish. This method applies to 37 of the 39 poles.
Total Units – 37
Price per Unit - $1,510.00
Total Cost- $55,870.00
Stripping and paint removal of the existing coatings from the entire shaft of the pole, from the ground level to
where the bottom of the arm meets the vertical shaft, followed by application of one (1) coat of High Performance
Amerlock 2 Epoxy primer, followed by a maintenance coat of black High Performance PSX700 Polysiloxane,
followed by hand application of a faux finish. This method applies to 2 of the 39 poles.
Total Units – 2
Price Per Unit - $2,920.00
Total Cost- $5,840.00
Bases – Base removal from each pole, transportation to offsite facility, burn off oven (as needed) and/or
sandblasting to completely remove existing coatings, application of one (1) coat of High Performance Amerlock 2
Epoxy primer to exterior surfaces of the base, followed by application of black High Performance PSX700
Polysiloxane, pick up from offsite location, re-installation to each pole unit, followed by hand application of a faux
finish to match the rest of the pole. This method applies to 39 of 39 units.
Total Units – 39
Price Per Unit - $185.00
Total Cost- $7215.00
Banner Poles – Basic surface preparation and cleaning followed by application of one (1) coat of High Performance
Amerlock 2 Epoxy primer, followed by a maintenance coat of black High Performance PSX700 Polysiloxane,
followed by hand application of a faux finish. This method applies to 4 of the 4 poles.
Total Units – 4
Price Per Unit - $1502.89xxx
Total Cost- $6011.56
LED RETROFIT ‘PLUG N PLAY’ LAMPS - We will provide a total of seventy-eight (78) LED retrofit lamps,
manufactured by ‘Universal Lights DS’, with the color temperature to be determined, but to be between 2200 and
2600 kelvin. Installation of these lamps is being provided at no additional cost to the city.
Total Units - 78
Price Per Unit - $167.48
Total Cost - $13,063.44
GRAND TOTAL OF ALL ITEMS - $88,000.00
IMPORTANT NOTES AND/OR EXCLUSIONS ABOUT THIS ESTIMATE:
- All work is bid to be completed at night, although some day work may be required.
- All work is bid at prevailing wage.
- Due to weather conditions, night work may not always be possible. These coatings are very sensitive to
moisture, humidity, dewpoint, ambient and surface temperature.
- Our price includes posting of TEMPORARY NO PARKING signs but the signs themselves are not included in
our price and would need to be provided by the city of Seal Beach.
- The poles on this project are found primarily in areas where there are parking spots. Therefore, no traffic
control or lane closures is included in this estimate. Should traffic control become necessary, we can either
provide it at an additional cost, or the city can provide it if the time comes.
- We have included industry stand insurance certificates, limits and endorsements. If a special endorsement
is required by the city that results in additional cost to have it issued, we would bill the city at cost plus
10%. We would let the city know prior to ordering the spec ial endorsement if it appears there will be
additional cost.
- We have included the faux finish on your streetlight poles. It will be impossible to match the exact finish,
but we would work with the city to find a faux finish that is practical and that the city is happy with prior to
applying on all of the poles. The faux finish will be a different material than the psx700, probably a water -
based coating due to flow characteristics and required dry times.
- Permits and licenses are excluded
- Banner removal is excluded from our estimate. Banners, flags, flower pots, etc. will need to be removed
prior to our work beginning.
- Tree trimming is excluded from our scope of work and will need to be completed (should it be necessary)
prior to our work beginning.
- Shrub/bush/dirt clearing around the bases of the poles is not included in our prices. (Although the majority
of these poles, if not all of them are on sidewalks where this should not be an issue.)
- Remember, if something is not specifically included in the work description above, it is excluded. If you are
confused, or require further clarification, please let me know and I will send over a revised estimate or
written clarification.
- Parking fees and/or Parking Spot for work truck(s) (We would need to park our vehicle(s) at the cities
Adolfo Lopez Drive Yard
PAYMENT TERMS: NET 30
Estimate prepared by Brian Moran and valid for 90 days from 07/15/2019. If any clarification is required, please
contact Brian Moran at 805.468.5271 or by email at streetlightrestoration@hotmail.com .
Agenda Item: Q
AGENDA STAFF REPORT
DATE: July 22, 2019
TO: Honorable Mayor and City Council
THRU: Jill R. Ingram, City Manager
FROM: Steve Fowler, Interim Director of Community Development
SUBJECT:Agreement with CivicStone, Inc. to Administer the CDBG
Leisure World Bathroom Accessibility Program
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6943 approving a professional services
agreement with CivicStone, Inc. (“CivicStone”) for the administration of the FY
2019-20 Community Development Block Grant (“CDBG”) Leisure World Bathroom
Accessibility Program.
BACKGROUND AND ANALYSIS:
The City has been participating with the County of Orange (County) to utilize
CDBG funds for bathroom accessibility upgrades in Leisure World residential units
for many years. The County recently informed the City that the program has been
fully funded for the 2019-20 program year. The City will receive $180,000 to
continue with the bathroom upgrades. The item before the City Council is a
professional services agreement with CivicStone to administer the program on the
City’s behalf.
CivicStone has assisted the City and the Redevelopment Agency to implement
various housing programs since 1998. It has been administering the Leisure World
Bathroom Accessibility Program since 2005. The City‘s most recent agreement
with CivicStone expired on June 30, 2019.
Staff is requesting that the City Council approve a new agreement with CivicStone
for the continued administration of the CDBG Leisure World Bathroom Accessibility
Program. The new agreement contains essentially the same terms as the previous
agreement. The term would run from July 1, 2019 through June 30, 2020 because
the program has only been approved for one year by the County. The not-to-
exceed contract price is $60,000 for the year.
Page 2
5
6
7
ENVIRONMENTAL IMPACT:
Approval of the professional services agreement with CivicStone is not subject to
the California Environmental Quality Act. No environmental review is required.
LEGAL ANALYSIS:
The City Attorney has reviewed the proposed agreement and resolution and
approved each as to form.
FINANCIAL IMPACT:
The not-to-exceed contract amount is $60,000 for the year. Funding for this
program has been included in the General Fund as a result of the dissolution of
the Seal Beach Redevelopment Agency.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
RECOMMENDATION:
That the City Council adopt Resolution 6943 approving a professional services
agreement with CivicStone, Inc. (“CivicStone”) for the administration of the FY
2019-20 Community Development Block Grant (“CDBG”) Leisure World Bathroom
Accessibility Program.
SUBMITTED BY: NOTED AND APPROVED:
Steve Fowler Jill R. Ingram
Steve Fowler, Interim Director of Jill R. Ingram, City Manager
Community Development
Attachments:
A. Resolution 6943
B. Professional Services Agreement CivicStone, Inc.
4
3
0
9
RESOLUTION 6943
A RESOLUTION OF THE SEAL BEACH CITY COUNCIL APPROVING
AND AUTHORIZING THE CITY MANAGER TO EXECUTE A
PROFESSIONAL SERVICES AGREEMENT WITH CIVICSTONE, INC. TO
ADMINISTER THE FY 2019-2020 COMMUNITY DEVELOPMENT BLOCK
GRANT LEISURE WORLD BATHROOM ACCESSIBILITY PROGRAM
WHEREAS, pursuant to the Seal Beach City Charter, Seal Beach Municipal Code
Chapter 3.20 establishes a central purchasing system including procedures for
competitive bidding and exemptions from competitive bidding; and
WHEREAS, Seal Beach Municipal Code Section 3.20.025(C) provides for an exemption
from competitive bidding requirements for purchases of professional services, including
without limitation, architectural services; bond services; election services; engineering
services; insurance services; legal services; public relations services; real estate
services; and solid waste disposal services; engineering services.
NOW, THEREFORE, THE SEAL BEACH CITY COUNCIL DOES HEREBY RESOLVE:
Section 1. The City Council hereby approves that professional services agreement dated
July 22, 2019 between the City of Seal Beach and CivicStone Inc. for administration of
the Community Development Block Grant (CDBG) Leisure World Bathroom Accessibility
Program for FY 2019-2020.
Section 2. The City Council hereby authorizes and directs the City Manager to execute
the Agreement.
PASSED, APPROVED, AND ADOPTED by the Seal Beach City Council at a regular
meeting held on the 22nd day of July 2019 by the following vote:
AYES: Council Members: ____________________________________________
NOES: Council Members: ____________________________________________
ABSENT: Council Members: ____________________________________________
ABSTAIN: Council Members: ____________________________________________
4
3
0
9
___________________________
Thomas Moore, Mayor
ATTEST:
______________________________
Gloria D. Harper, City Clerk
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6943 on file in the office of the City
Clerk, passed, approved, and adopted by the City Council at a regular meeting held on
the 22nd day of July 2019.
Gloria D. Harper, City Clerk
Agenda Item: R
AGENDA STAFF REPORT
DATE:July 22, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Victoria L. Beatley, Director of Finance/City Treasurer
SUBJECT:Approval of the Annual Special Taxes for Community
Facilities District No. 2002-01 “Heron Pointe”
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6944 approving the Fiscal Year 2019-20
special tax levy for Community Facilities District No. 2002-01 “Heron Pointe”.
BACKGROUND AND ANALYSIS:
On September 23, 2002, the City approved the establishment of Community
Facilities District 2002-01 known as Heron Pointe (“the District”) and approved
Ordinance No. 1490 authorizing the levy of special taxes within the District.
However, the development was faced with various delays related to the discovery
of a Native American burial site within the District’s boundaries. As a result, final
Coastal Commission approval was not received until July 2005. Immediately upon
receipt of final approval, the City issued $3,985,000 of CFD Bonds to fund the cost
of various improvements within the District. Per the Official Statement dated June
5, 2015, the City issued $3,480,000 Special Tax Refunding Bonds, Series 2015
and scheduled the outstanding amount of the CFD Bonds issued in 2005 to be
redeemed in full.
The City contracted with Willdan Financial Services to calculate special taxes for
the District for Fiscal Year 2019-20. The special taxes collected are considered
special revenue. Special revenue sources are legally restricted to specific
purposes. As a result, this special tax is not included in the General Fund
revenues.
The special taxes will satisfy debt service on the Bonds. The method of
assessment for the special taxes is described in the Amended Rate and Method
of Apportionment section of the CFD Report prepared by Taussig and Associates
and submitted to Council on January 12, 2004. The method of assessment defines
two primary categories of property: Developed Property and Undeveloped
Property. The category of Developed Property is further divided into five separate
special tax classifications that vary with land use (e.g. residential and non-
Page 2
5
5
8
residential) and floor area (in square feet). The Fiscal Year 2019-2020 maximum
and actual special taxes per Unit/Acre are listed as follows:
Community Facilities District No. 2002-01
Fiscal Year 2019-2020 Special Taxes for
Developed and Undeveloped Property
Tax Class Description
Residential
Floor Area
Assigned/Maximum
Special Tax per
Unit/Acre
FY 2019-2020
Actual Special Tax per
Unit/Acre
1 Residential > 4,000 SF $6,521.62 $4,363.88
2 Residential 3,750 – 3,999 SF $6,190.05 $4,142.02
3 Residential 3,500 – 3,749 SF $5,973.07 $3,996.82
4 Residential < 3,500 SF $5,570.80 $0.00
5 Non-Residential NA $51,169.73 $0.00
NA Undeveloped NA $57,345.15 $0.00
Exhibit A of the resolution shows the Fiscal Year 2019-2020 special tax levy for
each parcel being taxed.
Total expenditures for 2019-2020 are estimated at $266,990. This estimate
includes debt service payments of $246,106 and administrative expenses of
$20,884. Total revenues from the special tax are estimated at $266,990 for Fiscal
Year 2019-2020. No credit will be applied to the levy this year.
ENVIRONMENTAL IMPACT:
There is no environmental impact related to this item.
LEGAL ANALYSIS:
No legal analysis is required for this item.
FINANCIAL IMPACT:
There is no financial impact for this item.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
Page 3
5
5
8
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
RECOMMENDATION:
That the City Council adopt Resolution 6944 approving the Fiscal Year 2019-2020
special tax levy for Community Facilities District No. 2002-01 “Heron Pointe”.
SUBMITTED BY: NOTED AND APPROVED:
Victoria L. Beatley Jill R. Ingram
Victoria L. Beatley, Director of
Finance/City Treasurer
Jill R. Ingram, City Manager
ATTACHMENTS:
A. Resolution 6944
RESOLUTION 6944
A RESOLUTION OF THE SEAL BEACH CITY COUNCIL
APPROVING THE FISCAL YEAR 2019-2020 ANNUAL SPECIAL
TAX LEVY FOR COMMUNITY FACILITIES DISTRICT NO. 2002-
01 (HERON POINTE)
WHEREAS, the City Council of the CITY OF SEAL BEACH (the “City”), has
initiated proceedings, held a public hearing, conducted an election and received
a favorable vote from the qualified electors relating to the levy of a special tax in
the City’s Community Facilities District No. 2002-01 (Heron Pointe) (the
“District”), all as authorized pursuant to the terms and provisions of the “Mello-
Roos Community Facilities Act of 1982”, being Chapter 2.5, Part 1, Division 2,
Title 5 of the Government Code of the State of California; and
WHEREAS, the City Council, by Ordinance as authorized by Section 53340 of
the Government Code of the State of California, has authorized the levy of a
special tax to pay for costs and expenses related to said District; and
WHEREAS, the City Council desires to establish the specific rate of the special
tax to be collected for the next fiscal year.
THE SEAL BEACH CITY COUNCIL DOES HEREBY RESOLVE:
Section 1. That the above recitals are all true and correct.
Section 2. That the special tax rates for each tax category to be used to generate
special tax revenues, which will be collected to pay for the costs and expenses
for the next fiscal year (2019-2020) for the District, is hereby determined and
established as set forth in the attached, referenced and incorporated Exhibit “A”.
Section 3. That the rate as set forth above does not exceed the amount as
previously authorized by Ordinance of the City Council, and is not in excess of
that as previously approved by the qualified electors of the District.
Section 4. The special tax shall be collected in the same manner as ordinary ad
valorem property taxes are collected, and shall be subject to the same penalties
and same procedure and sale in cases of any delinquency for ad valorem taxes,
and the Tax Collector is hereby authorized to deduct reasonable administrative
costs incurred in collecting any said special tax.
Section 5. All monies above collected shall be paid into the District funds.
Resolution 6944
Section 6. The County Auditor is hereby directed to enter in the next County
assessment roll on which taxes will become due, opposite each lot or parcel of
land effected in a space marked “public improvements, special tax” or by any
other suitable designation, the installment of the special tax, and for the exact
rate and amount of said tax, reference is made to the attached Exhibit “A”.
Section 7. The County Auditor shall then, at the close of the tax collection period,
promptly render to the City a detailed report showing the amount and/or amounts
of such special tax installments, interest, penalties and percentages so collected
and from what property collected, and also provide a statement of any
percentages retained for the expense of making any such collection.
Section 8. Special taxes are to be levied on all non-exempt parcels within the
District. Should it be discovered that any taxable parcels are not submitted to the
County Auditor for inclusion into the 2019-2020 Tax Roll subsequent to the
submittal deadline of August 12, 2019, the City Council directs the City of Seal
Beach staff or their agents to bill such parcels directly via U.S. mail using the
rates as approved in Exhibit “A”.
PASSED, APPROVED, AND ADOPTED by the Seal Beach City Council at a
regular meeting held on the 22nd day of July 2019 by the following vote:
AYES: Council Members
NOES: Council Members
ABSENT: Council Members
ABSTAIN: Council Members
Thomas Moore, Mayor
ATTEST:
Gloria D. Harper, City Clerk
Resolution 6944
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6944 on file in the office of
the City Clerk, passed, approved, and adopted by the City Council at a regular
meeting held on the 22nd day of July 2019.
Gloria D. Harper, City Clerk
Resolution 6944
Agenda Item: S
AGENDA STAFF REPORT
DATE:July 22, 2019
TO:Honorable Mayor and City Council
THRU:Jill R. Ingram, City Manager
FROM:Victoria L. Beatley, Director of Finance/City Treasurer
SUBJECT:Approval of the Annual Special Taxes for Community
Facilities District No. 2002-02 “Seal Beach Blvd/ Lampson
Ave. Landscape Maintenance District”
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6945 approving the Fiscal Year 2019-20
special tax levy for Community Facilities District No. 2002-02 “Seal Beach
Blvd/Lampson Ave. Landscape Maintenance District”.
BACKGROUND AND ANALYSIS:
In July 2003, the City Council authorized a special tax to be levied within the
Communities Facilities District No. 2002-02 known as Seal Beach
Boulevard/Lampson Avenue Landscape Maintenance (“the District”). The special
tax is levied against parcels on the east side of Seal Beach Blvd. to Lampson Ave.
beginning north of the I-405 freeway off-ramp and ending at the City limits. The
2019-20 annual special tax is being increased from the prior fiscal year by the
annual change in the Consumer Price Index for all Urban Consumers in the Los
Angeles-Riverside-Orange County area, as measured between March of the
second fiscal year prior to that fiscal year and March of the fiscal year immediately
preceding that fiscal year. Only parcels located within the established District are
charged this special tax for landscape maintenance. The special tax is calculated
per gross land acreage multiplied by the land area of the parcel. The special tax
rates for each area of the District are illustrated as follows:
Community Facilities District No. 2002-02
Special Tax Rates
Fiscal Year 2019-2020
Tax Area Special Tax Rates
A $928.99
B $122.31
C $16,599.54
Page 2
5
5
9
The special taxes collected are considered special revenue. Special revenue
sources are legally restricted to specific purposes, in this case, the landscape
maintenance of public properties within the District boundaries; and therefore, are
not included in the General Fund revenues. Total revenues from the special tax
are estimated at $182,511 for Fiscal Year 2019-2020.
ENVIRONMENTAL IMPACT:
There is no environmental impact related to this item.
LEGAL ANALYSIS:
No legal analysis is required for this item.
FINANCIAL IMPACT:
There is no financial impact for this item.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and
Essential Services Protection Measure.
RECOMMENDATION:
That the City Council adopt Resolution 6945 approving the Fiscal Year 2019-2020
special tax levy for Community Facilities District No. 2002-02 “Seal Beach
Blvd/Lampson Ave. Landscape Maintenance District”.
SUBMITTED BY: NOTED AND APPROVED:
Victoria L. Beatley Jill R. Ingram
Victoria L. Beatley, Director of
Finance/City Treasurer
Jill R. Ingram, City Manager
ATTACHMENTS:
A. Resolution 6945
RESOLUTION 6945
A RESOLUTION OF THE SEAL BEACH CITY COUNCIL
APPROVING COMMUNITY FACILITIES DISTRICT NO. 2002-02
ESTABLISHING ANNUAL SPECIAL TAX FOR FISCAL YEAR
2019-2020
WHEREAS, the City Council of the CITY OF SEAL BEACH (hereinafter referred
to as the “Agency”), has initiated proceedings, held a public hearing, conducted
an election and received a favorable vote from the qualified electors relating to
the levy of a special tax in a community facilities district, all as authorized
pursuant to the terms and provisions of the “Mello-Roos Community Facilities Act
of 1982”, being Chapter 2.5, Part 1, Division 2, Title 5 of the Government Code
of the State of California. This Community Facilities District shall hereinafter be
referred to as “the District”; and
WHEREAS, this City Council, by Ordinance as authorized by Section 53340 of
the Government Code of the State of California, has authorized the levy of a
special tax to pay for costs and expenses related to said Community Facilities
Districts, and this City Council is desirous to establish the specific rate of the
special tax to be collected for the next fiscal year.
THE SEAL BEACH CITY COUNCIL DOES HEREBY RESOLVE:
Section 1. That the above recitals are all true and correct.
Section 2. That the special tax rates for each tax category to be used to generate
special tax revenues, which will be collected to pay for the costs and expenses
for the next fiscal year (2019-2020) for the referenced District, is hereby
determined and established as set forth in the attached, referenced and
incorporated Exhibit “A”.
Section 3. That the rate as set forth above does not exceed the amount as
previously authorized by Ordinance of this Council, and is not in excess of that
as previously approved by the qualified electors of the District.
Section 4. The special tax shall be collected in the same manner as ordinary ad
valorem property taxes are collected, and shall be subject to the same penalties
and same procedure and sale in cases of any delinquency for ad valorem taxes,
and the Tax Collector is hereby authorized to deduct reasonable administrative
costs incurred in collecting any said special tax.
Section 5. All monies above collected shall be paid into the District funds.
Section 6. The County Auditor is hereby directed to enter in the next County
Resolution 6945
assessment roll on which taxes will become due, opposite each lot or parcel of
land effected in a space marked “public improvements, special tax” or by any
other suitable designation, the installment of the special tax, and for the exact
rate and amount of said tax, reference is made to the attached Exhibit “A”.
Section 7. The County Auditor shall then, at the close of the tax collection period,
promptly render to this Agency a detailed report showing the amount and/or
amounts of such special tax installments, interest, penalties and percentages so
collected and from what property collected, and also provide a statement of any
percentages retained for the expense of making any such collection.
Section 8. Special taxes are to be levied on all non-exempt parcels within the
District. Should it be discovered that any taxable parcels are not submitted to the
County Auditor for inclusion into the 2019-2020 Tax Roll subsequent to the
submittal deadline of August 12, 2019, the City Council directs the City of Seal
Beach staff or their agents to bill such parcels directly via U.S. mail using the
rates as approved in Exhibit “A”.
PASSED, APPROVED, AND ADOPTED by the Seal Beach City Council at a
regular meeting held on the 22nd day of July 2019 by the following vote:
AYES: Council Members
NOES: Council Members
ABSENT: Council Members
ABSTAIN: Council Members
Thomas Moore, Mayor
ATTEST:
Gloria D. Harper, City Clerk
Resolution 6945
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6945 on file in the office of
the City Clerk, passed, approved, and adopted by the City Council at a regular
meeting held on the 22nd day of July 2019.
Gloria D. Harper, City Clerk
Resolution 6945
Exhibit “A”
Community Facilities District No. 2002-02
Special Tax Rates
Fiscal Year 2019-2020
Tax Area SPECIAL TAX RATES
A $928.99
B $122.31
C $16,599.54
Agenda Item: T
AGENDA STAFF REPORT
DATE: July 22, 2019
TO: Honorable Mayor and City Council
THRU: Jill R. Ingram, City Manager
FROM: Victoria L. Beatley, Director of Finance/City Treasurer
SUBJECT:Approval of the Annual Special Taxes for Community
Facilities District No. 2005-01 “Pacific Gateway
Business Center”
________________________________________________________________
SUMMARY OF REQUEST:
That the City Council adopt Resolution 6946 approving the Fiscal Year 2019-20
special tax levy for Community Facilities District No. 2005-01 “Pacific Gateway
Business Center”.
BACKGROUND AND ANALYSIS:
In January 2006, the City approved the establishment of Community Facilities
District No. 2005-01 known as the Pacific Gateway Business Center (“the
District”). On February 13, 2006 the City Council approved Ordinance No. 1542
levying the special taxes within the District. Subsequently, in May 2006 the City
issued $8,800,000 of CFD Bonds to fund the costs of various improvements
within the District. Per the Official Statement dated January 6, 2016, the City
issued $8,450,000 Special Tax Refunding Bonds, Series 2016 and scheduled the
outstanding amount of the CFD Bonds issued in 2006 to be redeemed in full.
The City contracted with Willdan Financial Services to calculate the special taxes
for the District for Fiscal Year 2019-20. The special taxes collected are
considered special revenue. Special revenue sources are legally restricted to
specific purposes. As a result, this special tax is not included in the General Fund
revenues.
Special taxes were segregated into two groups: A and B. Special Tax A will
satisfy debt service on the Bonds (“Debt Service”) and Special Tax B will satisfy
costs related to the maintenance of parks, parkways and open space within the
District (“Landscape Maintenance”). Exhibit “A” of the resolution shows the Fiscal
Year 2019-2020 special tax levy for each parcel being taxed.
The method of assessment for Special Taxes A & B is described in the Rate and
Method of Apportionment section of the Official Statement. The method of
Page 2
assessment defines two primary categories of property: Developed Property and
Undeveloped Property. Special Tax A allows for a maximum assessment rate of
$19,400.30 per Acre on Developed Property within the District. This rate is to be
increased by an amount equal to two percent (2%) for the following Fiscal Year
(2019-2020). The Fiscal Year 2019-2020 maximum and actual Special Tax A
per Acre is listed as follows:
Community Facilities District No. 2005-01
Fiscal Year 2019-2020 Special Tax A for
Developed and Undeveloped Property
Description
Maximum
Special Tax A
per Acre
FY 2019-2020
Actual Special Tax A
per Acre
Developed Property $19,400.30 $11,721.04
Undeveloped Property $19,649.68 $0.00
Total expenditures for 2019-2020 are estimated at $526,627. This estimate
includes debt service payments of $505,050 and administrative expenses of
$21,577. Total revenues from Special Tax A are estimated at $526,627 for
Fiscal Year 2019-2020. No credit will be applied to the levy this year.
The maximum Landscape Maintenance special tax for Fiscal Year 2019-2020 is
$3,065.15 per Acre within the District. This rate is to be increased by an amount
equal to two percent (2%) for the following Fiscal Year (2019-2020). The Fiscal
Year 2019-2020 maximum and actual Special Tax B per Acre are listed as
follows:
Community Facilities District No. 2005-01
Fiscal Year 2019-2020 Special Tax B for
Developed and Undeveloped Property
Description
Maximum
Special Tax B
per Acre
FY 2019-2020
Actual Special Tax B
per Acre
Developed Property $3,065.15 $1,647.48
Undeveloped Property $3,065.15 $0.00
Total expenditures for 2019-2020 are estimated at $74,021. Total revenues from
Special Tax B are estimated at $74,021 for Fiscal Year 2019-2020.
ENVIRONMENTAL IMPACT:
There is no environmental impact related to this item.
LEGAL ANALYSIS:
No legal analysis is required for this item.
Page 3
FINANCIAL IMPACT:
There is no financial impact.
STRATEGIC PLAN:
This item is not applicable to the Strategic Plan.
MEASURE BB:
This item is not applicable to Measure BB, the Seal Beach Neighborhood and Essential
Services Protection Measure.
RECOMMENDATION:
That the City Council adopt Resolution 6946 authorizing the 2019-20 annual
special taxes for the Communities Facilities District No. 2005-01.
SUBMITTED BY: NOTED AND APPROVED:
Victoria L. Beatley Jill R. Ingram
Victoria L. Beatley, Jill R. Ingram, City Manager
Director of Finance/City Treasurer
Attachments:
A. Resolution 6946
RESOLUTION 6946
A RESOLUTION OF THE SEAL BEACH CITY COUNCIL
APPROVING COMMUNITY FACILITIES DISTRICT NO. 2005-01
(PACIFIC GATEWAY BUSINESS CENTER) ESTABLISHING
ANNUAL SPECIAL TAX FOR FISCAL YEAR 2019-2020
WHEREAS, the City Council of the CITY OF SEAL BEACH (the “City”), has
initiated proceedings, held a public hearing, conducted an election and received
a favorable vote from the qualified electors relating to the levy of a special tax in
the City’s Community Facilities District No. 2005-01 (Pacific Gateway Business
Center) (the “District”), all as authorized pursuant to the terms and provisions of
the “Mello-Roos Community Facilities Act of 1982”, being Chapter 2.5, Part 1,
Division 2, Title 5 of the Government Code of the State of California; and,
WHEREAS, the City Council, by Ordinance as authorized by Section 53340 of
the Government Code of the State of California, has authorized the levy of a
special tax to pay for costs and expenses related to said District; and,
WHEREAS, the City Council desires to establish the specific rate of the special
tax to be collected for the next fiscal year.
THE SEAL BEACH CITY COUNCIL DOES HEREBY RESOLVE:
Section 1. That the above recitals are all true and correct.
Section 2. That the special tax rates for each tax category to be used to generate
special tax revenues, which will be collected to pay for the costs and expenses
for the next fiscal year (2019-2020) for the District, is hereby determined and
established as set forth in the attached, referenced and incorporated Exhibit “A”.
Section 3. That the rate as set forth above does not exceed the amount as
previously authorized by Ordinance of the City Council, and is not in excess of
that as previously approved by the qualified electors of the District.
Section 4. The special tax shall be collected in the same manner as ordinary ad
valorem property taxes are collected, and shall be subject to the same penalties
and same procedure and sale in cases of any delinquency for ad valorem taxes,
and the Tax Collector is hereby authorized to deduct reasonable administrative
costs incurred in collecting any said special tax.
Section 5. All monies above collected shall be paid into the District funds.
Section 6. The County Auditor is hereby directed to enter in the next County
assessment roll on which taxes will become due, opposite each lot or parcel of
Resolution 6946
land effected in a space marked “public improvements, special tax” or by any
other suitable designation, the installment of the special tax, and for the exact
rate and amount of said tax, reference is made to the attached Exhibit “A”.
Section 7. The County Auditor shall then, at the close of the tax collection period,
promptly render to the City a detailed report showing the amount and/or amounts
of such special tax installments, interest, penalties and percentages so collected
and from what property collected, and also provide a statement of any
percentages retained for the expense of making any such collection.
Section 8. Special taxes are to be levied on all non-exempt parcels within the
District. Should it be discovered that any taxable parcels are not submitted to the
County Auditor for inclusion into the 2019-2020 Tax Roll subsequent to the
submittal deadline of August 12, 2019 the City Council directs the City of Seal
Beach staff or their agents to bill such parcels directly via U.S. mail using the
rates as approved in Exhibit “A”.
PASSED, APPROVED, AND ADOPTED by the Seal Beach City Council at a
regular meeting held on the 22nd day of July 2019 by the following vote:
AYES: Council Members
NOES: Council Members
ABSENT: Council Members
ABSTAIN: Council Members
Thomas Moore, Mayor
ATTEST:
Gloria D. Harper, City Clerk
Resolution 6946
STATE OF CALIFORNIA }
COUNTY OF ORANGE } SS
CITY OF SEAL BEACH }
I, Gloria D. Harper, City Clerk of the City of Seal Beach, do hereby certify that the
foregoing resolution is the original copy of Resolution 6946 on file in the office of
the City Clerk, passed, approved, and adopted by the City Council at a regular
meeting held on the 22nd day of July 2019.
Gloria D. Harper, City Clerk
Resolution 6946
T r act Ass es sor 's Par ce l Number FY19-20 Spe cia l T ax
16375 09 5-791-0 1 $43 ,314.02
16375 09 5-791-0 2 44 ,383.48
16375 09 5-791-0 3 59 ,890.98
16375 09 5-791-0 4 73 ,526.88
16375 09 5-791-0 5 57 ,217.28
16375 09 5-791-0 6 42 ,378.22
16375 09 5-791-0 7 43 ,046.64
16375 09 5-791-1 1 1 23 ,525.20
16375 09 5-791-1 2 72 ,457.40
16375 09 5-791-1 3 40 ,907.66
Total Fiscal Year 19-20 Special Tax:$600,647.76
Total Number of Parcels Taxed:10
"Exhibit A"
City of Seal Beach CFD No. 2005-01
FY 2 01 9-2020 Sp ec ial T ax Le vy