Loading...
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 (UnderstandAssignPlanExecuteQA/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