Loading...
HomeMy Public PortalAbout2023-09-19 Professional Services Agreement for On-Call Professional Engineering Services (Construction Management) - Ardurra Group, Inc.CITY OF FULLERTON PROFESSIONAL SERVICES AGREEMENT WITH ARDURRA GROUP, INC. THIS AGREEMENT is made and entered into this 19th day of September 2023 ("Effective Date"), by and between the CITY OF FULLERTON, a California municipal corporation ("City"), and ARDURRA GROUP, INC., a Florida corporation ("Consultant"). WITNESSETH: A. City proposes to utilize the services of Consultant as an independent contractor to provide professional engineering related services and/or construction management and inspection services on an as -needed basis, as more fully described herein. B. Consultant represents that it has that degree of specialized expertise contemplated within California Government Code section 37103, and holds all necessary licenses to practice and perform the services herein contemplated. C. City and Consultant desire to contract for the specific services described herein, and desire to set forth their rights, duties and liabilities in connection with the services to be performed. D. No official or employee of City has a financial interest, within the provisions of Sections 1090-1092 of the California Government Code, in the subject matter of this Agreement. NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained herein, the parties hereby agree as follows: 1.0. SERVICES PROVIDED BY CONSULTANT 1.1. Scope of Services. Consultant shall provide the professional services described in the City's Request for Proposals ("RFP"), attached hereto as Exhibit "A," and Consultant's Response to City's RFP ("Consultant's Proposal"), attached hereto as Exhibit "B," both incorporated herein by this reference. 1.2. Professional Practices. All professional services to be provided by Consultant pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by professional consultants in similar fields and circumstances in accordance with sound professional practices. Consultant also warrants that it is familiar with all laws and regulations that may affect its performance of this Agreement and shall advise City of any changes in any laws that may affect Consultant's performance of this Agreement. 1.3. Performance to Satisfaction of City. Consultant agrees to perform all the work to the reasonable satisfaction of the City, in accordance with the applicable professional standard of care and City specifications and within the hereinafter specified. Evaluations of the work will be done by the City Manager or his designee. If the quality of work is not satisfactory, City in its discretion has the right to: (a) Meet with Consultant to review the quality of the work and resolve the matters of concern; (b) Require Consultant to repeat the work at no additional fee until it is satisfactory; and/or (c) Terminate the Agreement as hereinafter set forth. 1.4. Warranty. Consultant warrants that it shall perform the services required by this Agreement in compliance with all applicable and non conflicting Federal and California employment laws, including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety in employment; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. Consultant shall indemnify and hold harmless City from and against all claims, demands, payments, suits, actions, proceedings, and judgments of every nature and description including attorneys' fees and costs, presented, brought, or recovered against City for, or on account of any liability under any of the above -mentioned laws, which may be incurred by reason of Consultant's performance under this Agreement. 1.5. Non-discrimination. In performing this Agreement, Consultant shall not engage in, nor permit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical handicap, medical condition, marital status, sexual gender or sexual orientation, except as permitted pursuant to Section 12940 of the Government Code. 1.6. Non -Exclusive Agreement. Consultant acknowledges that City may enter into agreements with other consultants for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services contemplated by this Agreement. 1.7. Delegation and Assignment. This is a personal service contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written consent of City. Consultant may engage a subcontractor(s) as permitted by law and may employ other personnel to perform services contemplated by this Agreement at Consultant's sole cost and expense. 1.8. Confidentiality. Employees of Consultant in the course of their duties may have access to financial, accounting, statistical, and personnel data of private individuals and employees of City. 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 written authorization by City. City shall grant such authorization if disclosure is required by law. 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. 2.0. COMPENSATION AND BILLING 2.1. Compensation. Consultant shall be paid in accordance with the fee schedule set forth in Exhibit B. Consultant's total compensation shall be based on each proposal the Consultant submits and the City accepts for the services requested on a particular project. PSA Revised 08/03/2022 ARDURRA GROUP, INC. Page 2 2.2. Additional Services. Consultant shall not receive compensation for any services provided outside the scope of services specified in the Consultant's Proposal unless the City or the Project Manager for this Project, prior to Consultant performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. 2.3. Method of Billing. Consultant may submit invoices to the City for approval on a progress basis, but no more often than two times a month. Said invoice shall be based on the total of all Consultant's services which have been completed to City's sole satisfaction. City shall pay Consultant's invoice within forty-five (45) days from the date City receives said invoice. Each invoice shall describe in detail, the services performed, the date of performance, and the associated time for completion. Any additional services approved and performed pursuant to this Agreement shall be designated as "Additional Services" and shall identify the number of the authorized change order, where applicable, on all invoices. 2.4. Records and Audits. Records of Consultant's services relating to this Agreement shall be maintained in accordance with generally recognized accounting principles and shall be made available to City or its Project Manager for inspection and/or audit at mutually convenient times from the Effective Date of this Agreement until three (3) years after the termination date. 2.5. W-9. Consultant must provide City with a current W-9 form prior to the commencement of work under this Agreement. It is the Consultant's responsibility to provide to the City any revised or updated W-9 form during the term of this Agreement. 3.0. TIME OF PERFORMANCE 3.1. Commencement and Completion of Work. The professional services to be performed pursuant to this Agreement shall commence within five (5) days from the Consultant's receipt of the written Notice to Proceed (NTP) from the City for a particular project. The professional services to be performed shall be completed in compliance with the time schedule approved by the City or as amended by mutual agreement. Failure to commence work in a timely manner and/or diligently pursue work to completion may be grounds for termination of this Agreement. 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of performance resulting from acts beyond the reasonable control of the party or parties. Such acts shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations, riots, acts of war, or any other conditions beyond the reasonable control of a party. 4.0. TERM AND TERMINATION 4.1. Term. This Agreement shall commence on the Effective Date and continue until September 30, 2026 unless terminated as provided herein. The term of this Agreement may be renewed for one additional two-year period upon mutual written agreement by both parties. 4.2. Notice of Termination. The City reserves and has the right and privilege of canceling, suspending or abandoning the execution of all or any part of the work contemplated by this Agreement, with or without cause, at any time, by providing written notice to Consultant. PSA Revised 08/03/2022 ARDURRA GROUP, INC. Page 3 The termination of this Agreement shall be deemed effective upon receipt of the notice of termination. In the event of such termination, Consultant shall immediately stop rendering services under this Agreement unless directed otherwise by the City. 4.3. Compensation. In the event of termination, City shall pay Consultant for reasonable costs incurred and professional services satisfactorily performed up to and including the date of City's written notice of termination. Compensation for work in progress shall be prorated based on the percentage of work completed as of the effective date of termination in accordance with the fees set forth herein. In ascertaining the professional services actually rendered hereunder up to the effective date of termination of this Agreement, consideration shall be given to both completed work and work in progress, to complete and incomplete drawings, and to other documents pertaining to the services contemplated herein whether delivered to the City or in the possession of the Consultant. 4.4. Documents. In the event of termination of this Agreement, all documents prepared by Consultant in its performance of this Agreement including, but not limited to, finished or unfinished design, development and construction documents, data studies, drawings, maps and reports, shall be delivered to the City within ten (10) days of delivery of termination notice to Consultant, at no cost to City. Any use of uncompleted documents without specific written authorization from Consultant shall be at City's sole risk and without liability or legal expense to Consultant. 5.0. INSURANCE 5.1. Insurance Required. Consultant shall procure and maintain throughout the duration of this Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, employees or subcontractors subject to the limitations of Civil Code Section 2782.8. Consultant shall provide current evidence of the required insurance in a form acceptable to the City and shall provide replacement evidence for any required insurance which expires prior to the completion, expiration or termination of this Agreement. Nothing in this section shall be construed as limiting in any way, the Indemnification and Hold Harmless clause contained herein in Section 6.8 or the extent to which Consultant may be held responsible for payments of damages to persons or property. 5.2. Minimum Scope and Limits of Insurance. A. Commercial General Liability Insurance. Consultant shall maintain commercial general liability insurance coverage in a form at least as broad as ISO Form #CG 00 01, with a limit of not less than $2,000,000 each occurrence. If such insurance contains a general aggregate limit, it shall apply separately to the Agreement or shall be twice the required occurrence limit. B. Business Automobile Liability Insurance. Consultant shall maintain business automobile liability insurance coverage in a form at least as broad as ISO Form # CA 00 01, with a limit of not less than $2,000,000 each accident. Such insurance shall include coverage for owned, hired and non -owned automobiles. (ENVIRONMENTAL CONTRACTS ONLY) If Consultant's subcontractors or suppliers haul hazardous material (including, without limitation, waste), they must carry Auto Liability insurance applicable to all hazardous waste hauling vehicles, and include MCS 90 and ISO Form CA 99 48 03 06 — Pollution Liability — Broadened Coverage for Covered Autos, PSA Revised 08/03/2022 ARDURRA GROUP, INC. Page 4 C. Workers' Compensation and Employers' Liability Insurance. Consultant shall maintain workers' compensation insurance as required by the State of California and employers' liability insurance with limits of not less than $1,000,000 each accident. D. Professional Liability Insurance. Consultant shall maintain professional liability insurance appropriate to Consultant's profession with a limit of not less than $2,000,000 per occurrence or claim and $2,000,000 aggregate. Architects' and engineers' coverage shall be endorsed to include contractual liability. If policy is written as a "claims made" policy, the retro date of the policy shall be prior to the start of the contract work. E. Pollution Legal Liability or Asbestos Pollution Liability (ENVIRONMENTAL CONTRACTS ONLY). Consultant shall maintain project specific pollution or asbestos pollution liability insurance with a minimum limit of $2,000,000 each occurrence and $2,000,000 policy aggregate. If the coverage provided applies to asbestos related losses, the policy shall be endorsed to cover losses caused by either work performed or by any occurrence. Completed operations shall not be limited. 5.3. Deductibles and Self -Insured Retentions. Any deductible or self -insured retention must be declared to and approved by City. 5.4. Other Insurance Provisions. The required insurance policies shall contain or be endorsed to contain the following provisions: A. Commercial General Liability. The City, its elected or appointed officials, officers, employees and volunteers are to be covered as additional insureds with respect to liability arising out of work or operations performed by or on behalf of Consultant, including materials, parts or equipment furnished in connection with such work or operations. Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Civil Code Section 2782.8. General liability coverage can be provided in the form of an endorsement to the Consultant's insurance (at least as broad as ISO Form CG 20 10 11 85 or both CG 2010, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 forms, if later revisions used). Such coverage as an additional insured shall not be limited to the period of time during which the Consultant is conducting ongoing operations for the CITY but rather, shall continue after the completion of such operations. The coverage shall contain no additional special limitations, outside standard coverage exclusions and coverage limits, on the scope of its protection afforded to the CITY, its officers, employees and volunteers. B. Commercial General Liability. This insurance shall be primary insurance as respects the CITY, its officers, employees and volunteers at least as broad as ISO CG 20 01 04 13 and shall apply separately to each insured against whom a suit is brought or a claim is made. Any insurance or self-insurance maintained by the City, its officers, employees and designated volunteers shall be excess of this insurance and shall not contribute with it. C. Professional Liability and Pollution or Asbestos Pollution Liability (ENVIRONMENTAL CONTRACTS ONLY). If these policies are written on a "claims made" form, the Retroactive Date must be shown and must be before the date of the contract or beginning of contract work. The insurance must be maintained and evidence of insurance must be provided for at least (5) years after completion of the contract work. If the coverage is canceled or non - renewed and not replaced with another claims -made policy form with a Retroactive Date prior to the contract effective date, the Consultant must purchase "extended reporting coverage" for a PSA Revised 08/03/2022 ARDURRA GROUP, INC. Page 5 minimum of five (5) years after completion of contract work. A copy of the claims reporting requirements must be submitted to the City for review. (ENVIRONMENTAL CONTRACTS ONLY: If the services involve lead -based paint or asbestos identification/remediation, the Pollution Liability shall of contain lead based paint or asbestos exclusions. If the services involve mold identification/remediation, the Pollution Liability shall not contain a mold exclusion and the definition of "Pollution" shall include microbial matter including mold.) D. Workers' Compensation and Employers' Liability Insurance. Insurer shall waive their right of subrogation against City, its officers, employees and volunteers for work done on behalf of City and shall endorse the policy with a waiver of subrogation. E. All Coverages. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. If Consultant maintains higher limits or has broader coverage than the minimums shown above, City requires and shall be entitled to all coverage, and to the higher limits maintained by Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to City. F. Subcontractors. Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein and Consultant shall ensure that City is an additional insured on insurance required from subconsultants. G. Special Risks or Circumstances. City reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage or other special circumstances. 5.5 Acceptability of Insurers. All required insurance shall be placed with insurers acceptable to City with current BEST'S ratings of no less than A, Class VII. Workers' compensation insurance may be placed with the California State Compensation Insurance Fund. All insurers shall be licensed by or hold admitted status in the State of California. At the sole discretion of City, insurance provided by non -admitted or surplus carriers with a minimum BEST'S rating of no less than A- Class X may be accepted if Consultant evidences the requisite need to the sole satisfaction of City. 5.6 Verification of Coverage. Consultant shall furnish City with certificates of insurance which bear original signatures of authorized agents and which reflect insurers names and addresses, policy numbers, coverage, limits, deductibles and self -insured retentions. Additionally, Consultant shall furnish copies of all policy endorsements required herein. All certificates and endorsements must be received and approved by City before work commences. City reserves the right to require at any time complete, certified copies of any or all required insurance policies and endorsements. 6.0. GENERAL PROVISIONS 6.1. Entire Agreement. This Agreement constitutes the entire agreement between the parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, and signed by the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appurtenant hereto, including PSA Revised 08/03/2022 ARDURRA GROUP, INC. Page 6 exhibits to this Agreement. 6.2. Representatives. The City Manager or his designee shall be the representative of City for purposes of this Agreement and may issue all consents, approvals, directives and agreements on behalf of the City, called for by this Agreement, except as otherwise expressly provided in this Agreement. Consultant shall designate a representative for purposes of this Agreement who shall be authorized to issue all consents, approvals, directives and agreements on behalf of Consultant called for by this Agreement, except as otherwise expressly provided in this Agreement. 6.3. Protect Managers. City shall designate a Project Manager to work directly with Consultant in the performance of this Agreement. Consultant shall designate a Project Manager who shall represent it and be its agent in all consultations with City during the term of this Agreement. Consultant or its Project Manager shall attend and assist in all coordination meetings called by City. 6.4. Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery, facsimile or mail and shall be addressed as set forth below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; b) at the time of transmission if such communication is sent by facsimile; and c) 48 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent through regular United States mail. IF TO CONSULTANT: Lisa Penna, Vice President Ardurra Group, Inc. 3737 Birch Street, Suite 250 Newport Beach, CA 92660 IF TO CITY: Public Works Director City of Fullerton 303 W. Commonwealth Avenue Fullerton, CA 92832 6.5. Attorneys' Fees. In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. 6.6. Governing Law. This Agreement shall be governed by and construed under the laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto agree that the sole and exclusive venue shall be a court of competent jurisdiction located in Orange County, California. 6.7. Assignment. Consultant shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of Consultant's interest in this Agreement without City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for termination of this Agreement. Regardless of City's consent, no subletting or assignment shall release Consultant of Consultant's obligation to perform all other obligations to be performed by Consultant hereunder for the term PSA Revised 08/03/2022 ARDURRA GROUP, INC. Page 7 of this Agreement. 6.8. Indemnification and Hold Harmless. To the fullest extent of the law, and consistent with Civil Code section 2782.8, Consultant agrees to defend, indemnify, hold free and harmless the City, its elected and appointed officials, officers, agents and employees, at Consultant's sole expense, from and against any and all claims, demands, actions, suits or other legal proceedings brought against City, its elected and appointed officials, officers, agents, and employees to the extent arising out of, pertaining to, or relating to the negligence, recklessness, or willful misconduct of the Consultant, its employees, and/or authorized subcontractors, in performing design professional services pursuant to this Agreement. The defense obligation provided for hereunder shall apply without any advance showing of negligence, recklessness or willful misconduct of the Consultant, its employees, and/or authorized subcontractors, but shall be required whenever any claim, action, complaint, or suit asserts as its basis the negligence, recklessness, or willful misconduct of Consultant, its employees, and/or authorized subcontractors, and/or whenever any claim, action, complaint or suit asserts liability against the City, its elected and appointed officials, officers, agents, and employees based upon such negligence, recklessness, or willful misconduct, whether or not the Consultant, its employees, and/or authorized subcontractors are specifically named or otherwise asserted to be liable. Notwithstanding the foregoing, the Consultant shall not be liable for the defense or indemnification of the City for claims, actions, complaints or suits arising out of the sole negligence, active negligence or willful misconduct of the City;and does not apply to any passive negligence of the City unless caused in part by the Consultant. Further, in no event shall the cost to defend charged to the design professional exceed the design professional's proportionate percentage of fault, unless otherwise specified in Civil Code section 2782.8. This provision shall supersede and replace all other indemnity provisions contained either in the City's specifications or Consultant's Proposal, which shall be of no force and effect. 6.9. Independent Contractor. Consultant is and shall be acting at all times as an independent contractor and not as an employee of City. Consultant shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act on behalf of City as an agent. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant's employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its or employees are in any manner agents or employees of City. Consultant shall secure, at its sole expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for Consultant and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. Consultant shall indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with the applicable worker's compensation laws. 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 paragraph. 6.10. PERS Eligibility Indemnification. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement claims or is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of the City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer PSA Revised 08/03/2022 ARDURRA GROUP, INC. Page 8 contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Notwithstanding any other agency, state or federal policy, rule, regulation, law or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing service under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to any contribution to be paid by City for employer contribution and/or employee contributions for PERS benefits. 6.11. Cooperation. In the event any claim or action is brought against City relating to Consultant's performance or services rendered under this Agreement, Consultant shall render any reasonable assistance and cooperation which City might require. 6.12. Ownership of Documents. All findings, reports, CAD drawings, documents, information and data, including, but not limited to, computer tapes or discs, files and tapes furnished or prepared by Consultant or any of its subcontractors in the course of performance of this Agreement, shall be and remain the sole property of City. Consultant agrees that any such documents or information shall not be made available to any individual or organization without the prior consent of City. Any use of such documents for other projects not contemplated by this Agreement, and any use of incomplete documents, shall be at the sole risk of City and without liability or legal exposure to Consultant. City shall indemnify and hold harmless Consultant from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from City's use of such documents for other projects not contemplated by this Agreement or use of incomplete documents furnished by Consultant. Consultant shall deliver to City any findings, reports, documents, information, data, in any form, including but not limited to, computer tapes, discs, files, audio tapes or any other Project related items as requested by City or its authorized representative, at no additional cost to the City. 6.13. Public Records Act Disclosure. Consultant has been advised and is aware that this Agreement and all reports, documents, information and data, including, but not limited to, computer tapes, discs or files furnished or prepared by Consultant, or any of its subcontractors, pursuant to this Agreement and provided to City may be subject to public disclosure as required by the California Public Records Act (California Government Code Section 6250 et seq.). Exceptions to public disclosure may be those documents or information that qualify as trade secrets, as that term is defined in the California Government Code Section 6254.7, and of which Consultant informs City of such trade secret. The City will endeavor to maintain as confidential all information obtained by it that is designated as a trade secret. The City shall not, in any way, be liable or responsible for the disclosure of any trade secret including, without limitation, those records so marked if disclosure is deemed to be required by law or by order of the Court. 6.14. Conflict of Interest. Consultant and its officers, employees, associates and subconsultants, if any, will comply with all conflict of interest statutes of the State of California applicable to Consultant's services under this agreement, including, but not limited to, the Political Reform Act (Government Code Sections 81000, et seq.) and Government Code Section 1090. During the term of this Agreement, Consultant and its officers, employees, associates and subconsultants shall not, without the prior written approval of the City Representative, perform work for another person or entity for whom Consultant is not currently performing work that would require Consultant or one of its officers, employees, associates or subconsultants to abstain from PSA Revised 08/03/2022 ARDURRA GROUP, INC. Page 9 a decision under this Agreement pursuant to a conflict of interest statute. 6.15. Responsibility for Errors. Consultant shall be responsible for its work under this Agreement. Consultant, when requested, shall furnish clarification and/or explanation as may be required by the City's representative, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to Consultant occurs, without prejudice to any other remedy to which City may be entitled to at law or equity, Consultant shall, at no cost to City, provide all necessary design drawings, estimates and other Consultant professional services necessary to rectify and correct the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. In addition, Consultant shall reimburse City for any and all costs, expenses and/or damages, if any, that the City has incurred due to the aforementioned error or omission. 6.16. Prohibited Employment. Consultant will not employ any regular employee of City while this Agreement is in effect. 6.17. Order of Precedence. In the event of an inconsistency in this Agreement and any of the attached Exhibits, the terms set forth in this Agreement shall prevail. If, and to the extent this Agreement incorporates by reference any provision of any document, such provision shall be deemed a part of this Agreement. Nevertheless, if there is any conflict among the terms and conditions of this Agreement and those of any such provision or provisions so incorporated by reference, this Agreement shall govern over the document referenced. 6.18. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as expressly provided herein. 6.19. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of City and Consultant and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right in, under or to this Agreement. 6.20. Headings. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 6.21. Construction. The parties have participated jointly in the negotiation and drafting of this Agreement. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 6.22. Amendments. Only a writing executed by the parties hereto or their respective successors and assigns may amend this Agreement. 6.23. Waiver. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy PSA Revised 08/03/2022 ARDURRA GROUP, INC. Page 10 in respect to any occurrence or event shall not be deemed a waiver of any right or remedy in respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. 6.24. Severability. If any provision of this Agreement is determined by a court of competent jurisdiction to be unenforceable in any circumstance, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance. Notwithstanding the foregoing, if the value of this Agreement, based upon the substantial benefit of the bargain for any party, is materially impaired, which determination made by the presiding court or arbitrator of competent jurisdiction shall be binding, then both parties agree to substitute such provision(s) through good faith negotiations. 6.25. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall constitute one agreement. 6.26. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so the parties hereto are formally bound to the provisions of this Agreement. 6.27. Executive Order N-6-22. On March 4, 2022, Governor Gavin Newsom issued Executive Order N-6-22 (the EO) regarding Economic Sanctions against Russia and Russian entities and individuals. "Economic Sanctions" refers to sanctions imposed by the U.S. government in response to Russia's actions in Ukraine, as well as any sanctions imposed under state law. The EO directs state agencies to terminate contracts with, and to refrain from entering any new contracts with, individuals or entities that are determined to be a target of Economic Sanctions. Accordingly, should the City determine Contractor is a target of Economic Sanctions or is conducting prohibited transactions with sanctioned individuals or entities, that shall be grounds for termination of this agreement. The City shall provide Contractor advance written notice of such termination, allowing Contractor at least 30 calendar days to provide a written response. Termination shall be at the sole discretion of the City. Contractor shall immediately notify City in writing upon being subjected to Economic Sanctions or upon being charged by an government agency of conducting prohibited transactions within the meaning of Executive Order N-6-22. PSA Revised 08/03/2022 ARDURRA GROUP, INC. Page 11 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their respective authorized officers, as of the date first above written. CITY OF FULLER Eric J. L-vit f 'ty Manager CONSULTANT Signature &Armen Vasner 111'02. bi eltni Name and Title On File Social Security or Taxpayer ID Number APPO.►+ ED AS TO FORM: Rickhard D. ,)hies, City Attorney Date: 97/7/z-3 Date: S +22, 2,02.3 PSA Revised 08/03/2022 rr ARDURRA GROUP, INC. Page 12 EXHIBIT A REQUEST FOR PROPOSALS CITY OF FULLERTON REQUEST FOR QUALIFICATIONS RFQ #4391 ON -CALL PROFESSIONAL ENGINEERING SERVICES PROPOSAL DUE: MAY 18, 2023 @ 2 P.M. PST SUBMIT BIDS ELECTRONICALLY AT: WWW.PUBLICPURCHASE.COM RFQ Posted: April 13, 2023 Table of Contents SECTION I NOTICE OF REQUEST FOR QUALIFICATIONS 1 SECTION II SCOPE OF SERVICES/SCOPE OF WORK 2 SECTION III INSTRUCTIONS TO PROPOSERS 6 SECTION IV REQUIRED PROPOSAL CONTENT 10 SECTION V EVALUATION AND AWARD 14 SECTION VI SAMPLE PROFESSIONAL SERVICES AGREEMENT 16 SECTION VII STATUS OF PAST AND PRESENT CONTRACT FORM 29 SECTION VIII EXCEPTIONS FORM 30 SECTION I NOTICE OF REQUEST FOR QUALIFICATIONS On -Call Professional Engineering Services NOTICE IS HEREBY GIVEN that the City of Fullerton is requesting statement of qualifications from professional engineering consulting firms to provide on -call engineering services related to our Public Works Capital Improvement Program and General Engineering/Private Development divisions. The City intends to select up to three (3) consultants for each respective service category, but the actual number of consultants selected may be subject to change based on number of responses and qualifications. This Request for Qualifications (RFQ) provides information on the City of Fullerton, the required scope of services, the consultant selection process, and the minimum information that must be included in the RFQ Response. Proposals will be evaluated on the basis of the overall best value to the City based on quality, service, price, and any other criteria set out herein including but not limited to, the proposer's ability to meet the requirements, qualifications, and competencies set out herein. BACKGROUND The City of Fullerton is located 22 miles southeast of metropolitan Los Angeles, in the center of North Orange County. Fullerton is a full -service, general law city that was incorporated in 1904. Fullerton is renowned for its unique mix of residential, commercial, industrial, educational, and cultural environments and is known for being "the education community". Fullerton has 52 City parks, a museum, a cultural center, a public library, a golf course, and 29 miles of recreational trails. Fullerton provides an outstanding quality of life for both residents and businesses. At 22.4 square miles, Fullerton is also one of the largest cities in Orange County by area and is the sixth most populous. SUBMITTAL DEADLINE COMPLETE ELECTRONIC PROPOSALS MUST BE SUBMITTED NO LATER THAN at 2:00 PM PST via the City's eProcurement portal, Public Purchase, at www.publicpurchase.com. Proposals submitted by email, mail, or fax will not be accepted nor considered. Failure to upload due to electronic glitches is not a legitimate reason for proposals submitted after the deadline. The City may extend the deadline at its discretion. Please see instructions in Section III for details on how to submit a qualified statement of qualifications. Thursday, May 18, 2023 It is not the responsibility of the City to notify potential bidders. Prospective bidders shall register as a vendor and will be notified via the City's eProcurement portal, Public Purchase at www.publicpurchase.com Registration is free and organizations may select to be notified of all future bids posted by the City of Fullerton. 1 SECTION 11 SCOPE OF SERVICES/SCOPE OF WORK The City of Fullerton would like the selected firms to provide professional on -call engineering services (design, plan checking, studies, investigations, testing, etc.) for City projects to support the Public Works Department, Engineering Division. The City intends to award an agreement for the solicited on -call services for a term of three (3) years with an option to renew for an additional two (2) year period at the City's discretion. The City encourages firms to submit qualifications for any or all parts of the key services listed below to be eligible for placement on the qualified on-call/as-needed list for each service category. At the City's discretion, successful firms will be assigned projects based on qualifications in relation to the project(s) scope of work on an as -needed basis for various projects in the city. The City does not guarantee successful firms will be provided any projects. MINIMUM QUALIFICATIONS Only those consultants with verifiable experience as it relates to the services requested in this solicitation will be considered during the evaluation process. Consultant staff assigned to execute the scope of services must have relevant experience in providing the necessary services as described under the scope of services. All personnel assigned to the work shall possess appropriate certifications or registrations as required by state and local agencies. SCOPE OF WORK Selected firms will report to, and operate under, the direction of the City of Fullerton Public Works staff, to provide professional engineering services to the City. In general, the selected consultant will be expected to provide services and staffing for the following categories: • Civil Engineering Design • Water Engineering Design • Geotechnical Engineering and Materials Testing • Survey and Mapping Design and Plan Check • Private Development Plan Check • Staff Augmentation Consultants may submit qualifications for one or more of the service categories requested; however, separate proposals and letter of transmittals must be submitted for each category. Civil Engineering Design Provide complete design services for Capital Improvement Program projects. Examples of services include, but not limited to: • Plan preparation for street improvements, repair, rehabilitation or other related street improvements. 2 • Plan preparation for traffic signal installations or modifications. • Plan preparation for storm drain and sewer improvements, upgrades, modifications, extensions, repair, or rehabilitation. • Preparation of hydrology and hydraulic analysis and reports. • Preparation of WQMP's, SWPPP's or related NDPES documents/reports. • Preparation of project technical provisions. • Preparation of detailed cost estimates. • Perform mapping and prepare legal descriptions for right of way acquisitions, easements, vacations, etc. • Provide construction survey staking. • Provide construction assistance. • Coordination with, and obtain approvals from, other permitting agencies and utility companies. Water Engineering Design Provide various engineering services for new and rehabilitation of existing municipal water system facilities as related to the conveyance, storage, treatment, and distribution of water. As part of assigned preliminary and/or final design work, Consultant may be required to incorporate sustainable infrastructure practices consistent with the Institute for Sustainable Infrastructure's (ISI) Envision Rating System and/or LEED (Leadership in Energy and Environmental Design) frameworks. Services provided will include planning; investigations; technical analysis; technical reviews; conceptual, preliminary, and final design; cost estimation, engineering support during bid advertisement and construction, and other project support tasks. Examples of services include, but not limited to: • Design package preparation for new conveyance and distribution water system improvements and/or rehabilitation of existing facilities. • Design package preparation for multi -discipline improvements or repairs to storage tanks, pump stations, wells, etc. • Preparation of project technical provisions. • Preparation of detailed cost estimates. • Preparation of studies and analyses of water system facilities such as storage tanks, pump stations, wells, etc. • Provide pipeline assessment and pipeline integrity testing. • Perform surge and fire flow analyses. • Perform hydraulic calculations & modeling. • Provide regulatory and environmental compliance support, including jurisdictional permitting services. • Provide equipment condition assessment and testing. • Provide plan check services and technical guidance on civil, mechanical, structural, hydrogeology, electrical, and instrumentation and control (I&C) designs. • Provide technical guidance on water treatment processes including problem -solving 3 consultations. • Provide construction management support services. Firms should indicate their ability and experience with SCADA integration consulting for water systems. Geotechnical Engineering and Material Testing Provide complete design and construction services for City improvement projects. Services include, but not limited to: • Complete soils investigation and preparation of Geotechnical Engineering reports and studies such as pavement design, grading requirements, retaining wall parameters, slope stability analysis, etc. • Laboratory work related to all aspects of Geotechnical Engineering. • Provide construction inspection of items such as asphalt concrete, aggregate base and concrete placement during construction, grading excavation and backfill. • Provide testing services such as field compaction and lab testing of soils, aggregates, asphalt and concrete. Survey and Mapping Provide complete land survey services for Capital Improvement Program projects and/or plan check services for private development improvements. Including, but not limited to: • Design and Construction related services o Perform design topographic surveys. o Perform aerial topographic surveys. o Perform boundary surveys and boundary analysis. o Perform mapping and prepare legal descriptions for right of way acquisitions, easements, vacations, etc. o Prepare pre- and post -construction corner records. o Prepare Record of Surveys o Perform construction staking • Private Development Plan Check related services o Provide plan check for tentative maps, final maps, lot line adjustments, certificate of compliance, easements, vacations, etc. o Prepare plan check comments in concise and understandable manner. o Interact with private and public personnel. Private Development Plan Check Provide complete plan check services for the private development projects. Including, but not limited to: • Perform review of civil related improvement plans, grading, sewer, storm drain, erosion control, etc. plans. • Perform review of traffic signal installation or modification plans. • Perform review of studies and reports such as sewer, drainage, WQMP, etc. 4 • Have good working knowledge of commonly used software programs and Orange County Hydrology and Local Drainage Manuals. • Prepare plan check comments in concise and understandable manner. • Interact with private and public personnel. Staff Augmentation Services - Firms may submit only for positions or services they provide. Provide qualified and available personnel to provide professional staff augmentation services and/or backfill various positions and classifications within the Engineering Division on short notice. Positions include, but are not limited to: Engineers, Permit Technicians, Administrative/Financial Analysts, Inspectors, etc. Positions may require personnel reporting to City offices. Sample duties include, but not limited to: • Provide staff to supplement various duties/responsibilities in the Engineering Division • Provide permit technicians to assist public at Engineering public counter • Project GIS support and data analytics • Provide support for preparation and/or monitoring of budget reports; compliance reports (Federal, State, etc.); grant applications and reporting; administrative support for purchasing documents; invoice processing, etc. • Provide Construction Inspection services, such as: o CIP projects such as street rehabilitation; sewer or storm drain improvements, facility modifications and improvements; park rehabilitation and improvements. o Private development including grading, drainage, erosion control measures, paving, utilities, etc. o Water projects such as tank and pump station rehabilitation, well construction, and trenchless rehabilitation. o Private utility company repairs and improvements o Deputy inspection services • Project staff to fill vacant positions and perform duties as an "Acting" City representative 5 SECTION III INSTRUCTIONS TO PROPOSERS Examination of Proposal Documents By submitting a proposal, firm represents that it has thoroughly examined and become familiar with the work required under this RFQ and is capable of performing quality work to achieve the City's objectives. Addenda Any changes to the requirements will be made by written addendum to this RFQ. Any written addenda issued pertaining to this RFQ shall be incorporated into the terms and conditions of any resulting Agreement. City will not be bound to any modifications to or deviations from the requirements set forth in this RFQ as the result of oral instructions. Firms shall acknowledge receipt of addenda in their proposals. If a firm discovers any ambiguity, conflict, discrepancy, omission, or other error in the RFQ, the proposer should immediately provide the City written notice of the problem and request that the RFQ be clarified or modified. Without disclosing the source of the request, the City may modify the documents prior to the date fixed for submission of proposals by issuing an addendum. If prior to the date fixed for submissions, a firm(s) knows of or should have known of an error in the RFQ but fails to notify the City of the error, the firm shall submit a proposal at their own risk, and if awarded a contract, shall not be entitled to additional compensation or time by reason of the error or its later correction. California Public Records Act (CPRA) All proposals submitted in response of this RFQ become the property of the City and under the Public Records Act (Government Code Section 6250 el. Seq.) are public record, and as such, may be subject to public review. However, the proposals shall not be disclosed until negotiations are complete and/or recommendation for action is made to the City Manager and/or City Council. If a proposer claims a privilege against public disclosure for trade secret or other proprietary information, such information must be clearly identified in the proposal. Note that under California Law, price proposal to a public agency is not a trade secret. Request for Information Submitting Questions All questions must be submitted and received by the City no later than 4:00 P.M. PST on 2, 2023. Tuesday, May 6 Request for clarifications, questions and comments must be submitted through the City's eProcurement Portal via Public Purchase (www.publicpurchase.com ), a third -party website that hosts the City's eProcurement's. Registration is free and interested firms can select to receive automatic bid notifications from the City. City Responses Responses from the City will be posted on the City's bid webpage and the City's eProcurement Portal, Public Purchase, tentatively scheduled to be posted on May 9, 2023. City's Bid Webpage: www.cityoffullerton.com/business/bids-rfps City's eProcurement Portal — Public Purchase: www.publicpurchase.com CITY CONTACT General questions regarding this RFQ are to be directed to the following: Karen Chung, Buyer Email: Karen.Chung@cityoffullerton.com **Any contact outside of the City staff/representative shall be cause for disqualification** Submission of Proposals Date and Time Proposals must be submitted at or before 2:00 PM on Thursday May 18, 2023. Proposals received after the above specified date and time will not be accepted by the City and will not be considered evaluation. How to Submit Firm shall submit one (1) complete electronic copy of the proposal and (1) letter of transmittal for each applicable category through the City's eProcurement Portal via Public Purchase (www.publicpurchase.com). The cover page of the proposal must bear the firm's name and address with the following dearly marked as follows: RFQ #4391 On -Call Professional Engineering Services City of Fullerton — Purchasing Attn: Karen Chung, Buyer Proposer shall ensure that proposals are received by the City on or before the specified date and time. Failure to adhere to the deadline will result in disqualification. Acceptance of Proposals 1. City reserves the right to accept or reject any and all proposals, or any item or part thereof, or to waive any informalities or irregularities in proposals. 2. City reserves the right to withdraw or cancel this RFQ at any time without prior notice, and the 7 City makes no representations that any contract will be awarded to any proposer responding to this RFQ. 3. City reserves the right to postpone proposal openings for its own convenience. 4. Submitted proposals are not to be copyrighted. 5. City does not guarantee any work upon award of an agreement. Pre -Contractual Expenses City shall not, in any event, be liable for any pre -contractual expenses incurred by firm in the preparation of its proposal. Firm shall not include any such expenses as part of its proposal. Pre -contractual expenses are defined as expenses incurred by firm(s) in: 1. Preparing its proposal in response to this RFQ; 2. Submitting that proposal to the City; 3. Negotiating with the City any matter related to this proposal; or any other expenses incurred by firm prior to date of award, if any, of the Agreement. Joint Offers Where two or more firms desire to submit a single proposal in response to this RFQ, they should do so on a prime -sub -consultant basis rather than as a joint venture. City intends to contract with a single firm and not with multiple firms doing business as a joint venture. Exceptions and Deviations The firm shall enter into an agreement with the City based upon the contents of the RFQ and the firm's proposal. The City's standard form of agreement is included in Section VI. The firm shall carefully review the agreement, especially with regard to the indemnity and insurance provisions, and include with the proposal a description of any exceptions, technical or contractual, requested to the standard contract. If there are exceptions or if there are no exceptions, a statement to the effect shall be included in the proposal as well. See the exceptions attachment included in Section VIII that must be included with your proposal. Insurance Requirements The consultant shall procure and maintain throughout the duration of this Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the consultant, his agents, representatives, employees or subcontractors. Consultant shall provide current evidence of the required insurance in a form acceptable to the City and shall provide replacement evidence for any required insurance which expires prior to the completion, expiration or termination of this Agreement. See attached sample Professional Services Agreement for insurance requirements. 8 City Business License The successful consultant(s) and sub -consultants are required to obtain and maintain a City of Fullerton business license. The license shall be maintained for the duration of the Agreement. A current business license is not a prerequisite for submittal of the qualifications. 9 SECTION IV REQUIRED PROPOSAL CONTENT Proposal Format and Content This section provides the requirements which the City will look for and expect to be included in the proposal. Electronic proposals shall be submitted electronically in a format that will print on 8 %" x 11" size paper. Charts and schedules must adhere to this requirement as well. Offers should not include any unnecessary elaborate or promotional material. Lengthy narrative is discouraged, and presentations should be brief and concise. There is no page limitation, however, excessive or irrelevant material will not be favorably received. Links to sample work should be clearly labeled and identified in the proposal. The proposal should be in the order shown and include the following: Letter of Transmittal A Letter of Transmittal shall be submitted for each category in which the proposer is submitting a proposal for. The Letter of Transmittal shall be addressed to the City of Fullerton and, at a minimum, contain the following: (1) Clearly indicate the on -call service category(ies). (2) Express why firm is interested in the RFQ. (3) Identification of proposer that will have contractual responsibility with the City. Identification shall include legal name of company, corporate address, telephone and email address. Include name, title, address, email and telephone number of the contact person identified during period of proposal evaluation. (4) Identification of all proposed sub -consultants (if known) including legal name of company, contact person's name and address, phone number and email address. Relationship between proposer and sub -consultant if applicable. (5) Acknowledgment of receipt of all RFQ addenda, if any. (6) A statement to the effect that the proposal shall remain valid for a period of no less than 120 days from the date of submittal. Signature of a person authorized to bind proposer to the terms of the proposal. Signed statement attesting that all information submitted with the proposal is true and correct. (7) (8) (9) Note - All licensed professionals in "responsible charge" working on City projects (Engineer and/or surveyor) are required to disclose all disciplinary actions against them, including 10 any future actions. Provide a copy of the actions with submittal of proposal. Please provide statement if there are no disciplinary actions. Technical Proposal Qualifications, Related Experience, and References of Proposer This section of the proposal should establish the ability of the firm(s) to satisfactorily perform the required work by reasons of: experience in performing work of the same or similar nature; demonstrated experience working with other public agencies; strength and stability of the firm(s); staffing capability; work load; record of meeting schedules on similar contracts; and supportive client references. Most recent references preferred. Proposer to: (1) A brief description of your firm's background, size, office locations in California, and relevant experience history as it may be relevant to the services required. Include subconsultants as applicable. (2) Describe your experience providing similar services for other public agencies and authorities, with an emphasis on local area jurisdictions and agencies. (3) Similar Projects/Contracts — Provide a brief description of the project scope, personnel involved and their roles, plus agency and contact information for agency Project Manager. Indicate firm's role in project (prime or sub). (4) References — Please provide at least three (3) client references for whom your firm has performed similar work to that requested in this RFQ during the past five (5) years. For each client, please provide the name, street address, telephone number, and email address. (5) Other Services — Please provide list of other services that your firm provides which are not identified in the Scope of Work but could be beneficial to the City. Work Plan (1) Describe your firm's general approach to projects related to the requested scope of work, including how your firm produces deliverables free of errors and how you will address errors if they occur. (2) Describe your firm's strengths. (3) Provide any unique attributes or distinguishing characteristics which would be of value to the City. 11 Proposed Matting and Organization This section of the proposal should establish the method that will be used by the firm to manage the contract as well as identify key personnel assigned. Proposed staffing and organization are to be presented by firm identified in the Scope of Work. Proposer to: (1) Provide current position, education, experience and applicable professional credentials of contract staff. Include applicable professional credentials of "key" contract staff only and how long each person has been with the firm. (2) Furnish brief resumes (no more than one page each) for key personnel. (3) Identify key personnel proposed to perform the work in the specified tasks and include major areas of subcontract work. Include the person's name, current location, and proposed position for this project, and how long each person has been with the firm. (4) Include an organization chart that clearly delineates communication/reporting relationships among the staff, including sub -consultants. Include a statement that key personnel will be available to the extent proposed for the duration of the project, acknowledging that no person designated as "key" to the contract shall be removed or replaced without the prior written concurrence of the City. (5) Fee Schedule Submit a rate sheet of key personnel who will be assigned to perform the services outlined in the "Scope of Work" of this RFQ. Describe how customary reimbursable expenses will be charged, including attendance at meetings in the City. Respondents verify the proposed costs are their best offer. The City may seek to enter into cost negotiations over various aspects of the fee proposal with the selected firm(s) based on the needs of the City. The fee schedule shall include a comprehensive list of positions and labor rates for all services provided by the prime consultant and all subconsultants. Rates shall include all necessary resources including labor, equipment, materials, incidental report, transportation, etc. Any percentage markup of subconsultant invoices shall be specified. The fee schedule shall remain fixed for each City fiscal year of the Agreement, unless formally amended by the City Council. Adjustment of the fee schedule can be negotiated at the beginning of each fiscal year, however, the maximum increase shall be based on the applicable consumer price index (CPI) rate. Rate increases must be approved in writing by the City. The City is subject to prevailing wage laws which apply to those professional services providers and their subconsultants for whom the Department of Industrial Relations has established a wage determination, including but not limited to, Field Soils Materials Testers, Operating Engineers, Surveyors, and Building/Construction and Specialty Inspectors. 12 Prevailing wage requirements apply when a Consultant and/or Consultant Team is awarded a contract for a specific project which is designated by the issuance of a City Purchase Order. Invoices will not be paid unless accompanied with copies of applicable certified payroll. Appendices Information considered by proposer to be pertinent to this contract and which has not been specifically solicited in any of the aforementioned sections may be placed in a separate appendix section. Please note that this does not constitute an invitation to submit large amounts of extraneous materials. Appendices should be relevant and brief. Status of Past and Present Contracts Form Firm(s) are required to complete and sign the form entitled "Status of Past and Present Contracts" provided in this RFQ and submit as part of the proposal. The firm shall list the status of past and present contracts where either the firm has provided services as a prime contractor or a sub - consultant during the past five (5) years and the contract has ended or will end in termination, settlement or litigation. A separate form shall be completed for each contract. If the contract was terminated, list the reason for termination. Firm must also identify and state the status of any litigation, claims or settlement agreements related to any of the identified contracts. Each form must be signed by the firm confirming that the information provided is true and accurate. The firm(s) are required to submit a copy of the completed form(s) as part of the proposal. 13 SECTION V EVALUATION AND AWARD Evaluation Criteria City will evaluate the proposals received based on the following criteria outlined below. Respondents who are not actively engaged in providing services of the nature proposed in their response to this request and/or who cannot clearly demonstrate to the satisfaction of the City their ability to satisfactorily perform the work in accordance with the requirements set forth in this request will not be considered. The City shall be the sole judge of the qualifications and services and its decision shall be final. Discussions may be conducted with respondents who submit qualifications determined to be reasonably acceptable of being selected for award. Any changes to the RFQ requirements will be made by addendum. All addenda shall be signed by firms and attached to the proposal. Failure to attach any addenda may render the proposal non -responsive and cause it to be eliminated from consideration. City will evaluate the proposals received based on the following criteria: 1. Presentation, completeness, clarity, organization, and conformance to the RFQ content. 2. Qualifications of the Firm - Technical experience in performing work of a similar nature; experience working with public agencies; strength and stability of the firm; and assessment by client references. 3. Project Management Approach - Qualifications of proposed key personnel; logic of organization; and adequacy of labor and resources to satisfactorily perform the requested services and meet the City's needs. 4. Work Plan - Understanding of the City's requirements, objectives, and approach. 5. Fee Schedule - Reasonableness of proposed fees. The City will select a firm based upon the responding firms' qualifications and experience, together with its responses to the requests for information set forth above. It should be noted that none of these factors in and of themselves are determinative, and the City reserves the right to select a firm on any basis that is in the best interests of the City. The City may contact firms in response to questions raised in their proposals and the City reserves the right to cancel this solicitation without selecting any firms. Evaluation Procedure An Evaluation Committee will review all proposals. The committee will be comprised of City staff and may include outside consultants. After the submittals are evaluated, The City, at its sole discretion, may elect to interview all, some, or none of the firms for clarification of additional information at any time. Firms may be asked to submit additional documentation at or after the interview stage. Based upon evaluation of the proposals and any interviews (if requested) and, the committee will recommend to the City Manager the top -ranked firm(s) whose proposal(s) are the most advantageous 14 to the City of Fullerton. If required, the City Manager will then forward its recommendation to the City Council for final action. The City reserves the right to select a firm without conducting interviews or abandon this RFQ. Award The City of Fullerton may negotiate agreement terms with the selected firm(s) prior to award, and expressly reserves the right to negotiate with several firms simultaneously. However, since the selection and award may be made without discussion with any firm, the proposal(s) submitted should contain firm's most favorable terms and conditions. City Manager and/or City Council action will be requested by City staff to award agreement(s) to the selected firm(s). Notification of Award Firms who submit a proposal(s) in response to this RFQ shall be notified regarding the firm(s) awarded an agreement. Such notification shall be made within seven (7) days of the date the agreement is awarded. Notification of Intent to Award will be emailed to firms who submitted a proposal, and will also be available on the City's bid webpage www.citvoffullerton.comJbusiness/bids-rfps and on the City's eProcurement platform (www.publicpurchase.com). Tentative Schedule ** Tentative Schedule may be changed at the City's discretion, Interviews and Negotiations will be scheduled if required ** Release of RFQ April 13, 2023 Question Submittal Deadline May 2, 2023 at 4:00 P.M. PST Response to Questions Posted May 9, 2023 RFQ Submittal Deadline May 18, at 2:00 P.M. PST Consultant Interviews/Contract TBD Scope Negotiations Contract Award July/August 2023 15 SECTION VI SAMPLE PROFESSIONAL SERVICES AGREEMENT 16 CITY OF FULLERTON PROFESSIONAL SERVICES AGREEMENT WITH [VENDOR/CONSULTANT BUSINESS NAME] THIS AGREEMENT is made and entered into this day of [MONTH, YEAR] ("Effective Date"), by and between the CITY OF FULLERTON, a California municipal corporation ("City"), and [VENDOR/CONSULTANT BUSINESS NAME], a [California corporation] ("Consultant"). WITNESSETH: A. City proposes to utilize the services of Consultant as an independent contractor to provide certain [INSERT BRIEF DESCRIPTION OF SCOPE OF SERVICE] services, as more fully described herein. B. Consultant represents that it has that degree of specialized expertise contemplated within California Government Code section 37103, and holds all necessary licenses to practice and perform the services herein contemplated. C. City and Consultant desire to contract for the specific services described herein, and desire to set forth their rights, duties and liabilities in connection with the services to be performed. D. No official or employee of City has a financial interest, within the provisions of Sections 1090-1092 of the California Government Code, in the subject matter of this Agreement. NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained herein, the parties hereby agree as follows: 1.0. SERVICES PROVIDED BY CONSULTANT 1.1. Scope of Services. Consultant shall provide the professional services described in the City's Request for Proposals ("RFP"), attached hereto as Exhibit "A," and Consultant's Response to City's RFP ("Consultant's Proposal"), attached hereto as Exhibit "B," both incorporated herein by this reference. 1.2. Professional Practices. All professional services to be provided by Consultant pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by professional consultants in similar fields and circumstances in accordance with sound professional practices. Consultant also warrants that it is familiar with all laws and regulations that may affect its performance of this Agreement and shall advise City of any changes in any laws that may affect Consultant's performance of this Agreement. 1.3. Performance to Satisfaction of City. Consultant agrees to perform all the work to the reasonable satisfaction of the City, in accordance with the applicable professional standard of care and City specifications and within the hereinafter specified. Evaluations of the work will be done by the City Manager or his designee. If the quality of work is not satisfactory, City in its discretion has the right to: PSA Revised 07/14/2022 [CONSULTANT NAME] Page 17 (a) Meet with Consultant to review the quality of the work and resolve the matters of concern; (b) Require Consultant to repeat the work at no additional fee until it is satisfactory; and/or (c) Terminate the Agreement as hereinafter set forth. 1.4. Warranty. Consultant warrants that it shall perform the services required by this Agreement in compliance with all applicable and non conflicting Federal and California employment laws, including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety in employment; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. Consultant shall indemnify and hold harmless City from and against all claims, demands, payments, suits, actions, proceedings, and judgments of every nature and description including attorneys' fees and costs, presented, brought, or recovered against City for, or on account of any liability under any of the above -mentioned laws, which may be incurred by reason of Consultant's performance under this Agreement. 1.5. Non-discrimination. In performing this Agreement, Consultant shall not engage in, nor permit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical handicap, medical condition, marital status, sexual gender or sexual orientation, except as permitted pursuant to Section 12940 of the Government Code. 1.6. Non -Exclusive Agreement. Consultant acknowledges that City may enter into agreements with other consultants for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services contemplated by this Agreement. 1.7. Delegation and Assignment. This is a personal service contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written consent of City. Consultant may engage a subcontractor(s) as permitted by law and may employ other personnel to perform services contemplated by this Agreement at Consultant's sole cost and expense. 1.8. Confidentiality. Employees of Consultant in the course of their duties may have access to financial, accounting, statistical, and personnel data of private individuals and employees of City. 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 written authorization by City. City shall grant such authorization if disclosure is required by law. 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. 2.0. COMPENSATION AND BILLING 2.1. Compensation. Consultant shall be paid in accordance with the forth in Exhibit "B". fee schedule set PSA Revised 07/14/2022 [CONSULTANT NAME] Page 18 2.2. Additional Services. Consultant shall not receive compensation for any services provided outside the scope of services specified in Consultant's Proposal set forth in Exhibit "B" unless the City or the Project Manager for this Project, prior to Consultant performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. 2.3. Method of Billing. Consultant may submit invoices to the City for approval on a progress basis, but no more often than two times a month. Said invoice shall be based on the total of all Consultant's services which have been completed to City's sole satisfaction. City shall pay Consultant's invoice within forty-five (45) days from the date City receives said invoice. Each invoice shall describe in detail, the services performed, the date of performance, and the associated time for completion. Any additional services approved and performed pursuant to this Agreement shall be designated as "Additional Services" and shall identify the number of the authorized change order, where applicable, on all invoices. 2.4. Records and Audits. Records of Consultant's services relating to this Agreement shall be maintained in accordance with generally recognized accounting principles and shall be made available to City or its Project Manager for inspection and/or audit at mutually convenient times from the Effective Date of this Agreement until three (3) years after the termination date. 2.5. W-9. Consultant must provide City with a current W-9 form prior to the commencement of work under this Agreement. It is the Consultant's responsibility to provide to the City any revised or updated W-9 form during the term of this Agreement. 3.0. TIME OF PERFORMANCE 3.1. Commencement and Completion of Work. The professional services to be performed pursuant to this Agreement shall commence within five (5) days from the Effective Date of this Agreement. Failure to commence work in a timely manner and/or diligently pursue work to completion may be grounds for termination of this Agreement. 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of performance resulting from acts beyond the reasonable control of the party or parties. Such acts shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations, riots, acts of war, or any other conditions beyond the reasonable control of a party. 4.0. TERM AND TERMINATION 4.1. Term. This Agreement shall commence on the Effective Date and continue through [INSERT TERMINATION DATE (i.e. December 31, 2020)], unless terminated as provided herein. [Add renewal language if applicable.] 4.2. Notice of Termination. The City reserves and has the right and privilege of canceling, suspending or abandoning the execution of all or any part of the work contemplated by this Agreement, with or without cause, at any time, by providing written notice to Consultant. The termination of this Agreement shall be deemed effective upon receipt of the notice of termination. In the event of such termination, Consultant shall immediately stop rendering services under this Agreement unless directed otherwise by the City. PSA Revised 07/14/2022 [CONSULTANT NAME] Page 19 4.3. Compensation. In the event of termination, City shall pay Consultant for reasonable costs incurred and professional services satisfactorily performed up to and including the date of City's written notice of termination. Compensation for work in progress shall be prorated based on the percentage of work completed as of the effective date of termination in accordance with the fees set forth herein. In ascertaining the professional services actually rendered hereunder up to the effective date of termination of this Agreement, consideration shall be given to both completed work and work in progress, to complete and incomplete drawings, and to other documents pertaining to the services contemplated herein whether delivered to the City or in the possession of the Consultant. 4.4. Documents. In the event of termination of this Agreement, all documents prepared by Consultant in its performance of this Agreement including, but not limited to, finished or unfinished design, development and construction documents, data studies, drawings, maps and reports, shall be delivered to the City within ten (10) days of delivery of termination notice to Consultant, at no cost to City. Any use of uncompleted documents without specific written authorization from Consultant shall be at City's sole risk and without liability or legal expense to Consultant. 5.0. INSURANCE 5.1. Insurance Required. Consultant shall procure and maintain throughout the duration of this Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, employees or subcontractors subject to the limitations of Civil Code Section 2782.8. Consultant shall provide current evidence of the required insurance in a form acceptable to the City and shall provide replacement evidence for any required insurance which expires prior to the completion, expiration or termination of this Agreement. For Architects and Engineers, use the above paragraph and delete following paragraph. For non-architec/engineer consultants, delete the above paragraph and use the following paragraph. Consultant shall procure and maintain throughout the duration of this Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Consultant, its agents, representatives, employees or subcontractors. Consultant shall provide current evidence of the required insurance in a form acceptable to City and shall provide replacement evidence for any required insurance which expires prior to the completion, expiration, or termination of this Agreement. Nothing in this section shall be construed as limiting in any way, the Indemnification and Hold Harmless clause contained herein in Section 6.8 or the extent to which Consultant may be held responsible for payments of damages to persons or property. 5.2. Minimum Scope and Limits of Insurance. A. Commercial General Liability Insurance. Consultant shall maintain commercial general liability insurance coverage in a form at least as broad as ISO Form #CG 00 01, with a limit of not less than $2,000,000 each occurrence. If such insurance contains a general aggregate limit, it shall apply separately to the Agreement or shall be twice the required occurrence limit. B. Business Automobile Liability Insurance. Consultant shall maintain business automobile liability insurance coverage in a form at least as broad as ISO Form PSA Revised 07/14/2022 [CONSULTANT NAME] Page 20 # CA 00 01, with a limit of not less than $1,000,000 each accident. Such insurance shall include coverage for owned, hired and non -owned automobiles. C. Workers' Compensation and Employers' Liability Insurance. Consultant shall maintain workers' compensation insurance as required by the State of California and employers' liability insurance with limits of not less than $1,000,000 each accident. D. Professional Liability Insurance. Consultant shall maintain professional liability insurance appropriate to Consultant's profession with a limit of not less than $2,000,000 per occurrence or claim and $2,000,000 aggregate. E. Employee/Officer Fidelity Bond. Consultant shall maintain a fidelity bond with a minimum limit of $1,000,000, providing coverage for the acts of all employees, officers and directors of Consultant. (Required if the consultant will be handling City funds otherwise omit). F. Cyber Liability Insurance. Consultant shall maintain cyber liability insurance coverage with a limit of not less than $2,000,000 per claim and $2,000,000 aggregate. Coverage shall be sufficiently broad to respond to the duties and obligations as is undertaken by Consultant in this Agreement and shall include but not be limited to claims involving infringement of intellectual property, including but not limited to infringement of copyright, trademark, trade dress, invasion of privacy violations, information theft, damage to or destruction of electronic information, release of private information, alteration of electronic information, extortion and network security. The policy shall provide coverage for breach response costs as well as regulatory fines, penalties and credit monitoring expenses with limits sufficient to respond to these obligations. (Required if the consultant is providing IT services/software and or will have access to City's network otherwise omit) 5.3. Deductibles and Self -Insured Retentions. Any deductible or self -insured retention must be declared to and approved by City. 5.4. Other Insurance Provisions. The required insurance policies shall contain or be endorsed to contain the following provisions: A. Commercial General Liability. City, its elected or appointed officials, officers, employees and volunteers are to be covered as additional insureds with respect to liability arising out of work or operations performed by or on behalf of Consultant, including materials, parts or equipment furnished in connection with such work or operations. Such coverage as an additional insured shall not be limited to the period of time during which Consultant is conducting ongoing operations for City but rather, shall continue after the completion of such operations. The coverage shall contain no special limitations on the scope of its protection afforded to City, its officers, employees and volunteers. General liability coverage can be provided in the form of an endorsement to the Consultant's insurance (at least as broad as ISO Form CG 20 10 11 85 or both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 forms if later revisions used). B. Commercial General Liability. This insurance shall be primary insurance at least as broad as ISO CG 20 01 04 13 as respects City, PSA Revised 07/14/2022 [CONSULTANT NAME] Page 21 its officers, employees and volunteers and shall apply separately to each insured against whom a suit is brought or a claim is made. Any insurance or self-insurance maintained by City, its officers, employees and volunteers shall be excess of this insurance and shall not contribute with it. C. Professional Liability. If the Professional Liability policy is written on a "claims made" form, the Retroactive Date must be shown and must be before the date of the contract or beginning of contract work. The insurance must be maintained and evidence of insurance must be provided for at least (5) years after completion of the contract work. If the coverage is canceled or non -renewed and not replaced with another claims -made policy form with a Retroactive Date prior to the contract effective date, the Consultant must purchase "extended reporting coverage" for a minimum of five (5) years after completion of work. D. Workers' Compensation and Employers' Liability Insurance. Insurer shall waive their right of subrogation against City, its officers, employees and volunteers for work done on behalf of City. E. Employee/Officer Fidelity Bond, City shall be named as third party beneficiary for losses arising from work done on behalf of City. (Omit if the consultant is not handling City project funds) F. All Coverages. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. If Consultant maintains higher limits or has broader coverage than the minimums shown above, City requires and shall be entitled to all coverage, and to the higher limits maintained by Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to City. G. Subcontractors. Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein and Consultant shall ensure that City is an additional insured on insurance required from subconsultants. H. Special Risks or Circumstances. City reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage or other special circumstances. 5.5 Acceptability of Insurers. All required insurance shall be placed with insurers acceptable to City with current BEST'S ratings of no less than A, Class VII. Workers' compensation insurance may be placed with the California State Compensation Insurance Fund. All insurers shall be licensed by or hold admitted status in the State of California. At the sole discretion of City, insurance provided by non -admitted or surplus carriers with a minimum BEST'S rating of no less than A- Class X may be accepted if Consultant evidences the requisite need to the sole satisfaction of City. 5.6 Verification of Coverage. Consultant shall furnish City with certificates of insurance PSA Revised 07/14/2022 [CONSULTANT NAME] Page 22 which bear original signatures of authorized agents and which reflect insurers names and addresses, policy numbers, coverage, limits, deductibles and self -insured retentions. Additionally, Consultant shall furnish copies of all policy endorsements required herein. All certificates and endorsements must be received and approved by City before work commences. City reserves the right to require at any time complete, certified copies of any or all required insurance policies and endorsements. 6.0. GENERAL PROVISIONS 6.1. Entire Agreement. This Agreement constitutes the entire agreement between the parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, and signed by the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appurtenant hereto, including exhibits to this Agreement. 6.2. Representatives. The City Manager or his designee shall be the representative of City for purposes of this Agreement and may issue all consents, approvals, directives and agreements on behalf of the City, called for by this Agreement, except as otherwise expressly provided in this Agreement. Consultant shall designate a representative for purposes of this Agreement who shall be authorized to issue all consents, approvals, directives and agreements on behalf of Consultant called for by this Agreement, except as otherwise expressly provided in this Agreement. 6.3. Project Managers. City shall designate a Project Manager to work directly with Consultant in the performance of this Agreement. Consultant shall designate a Project Manager who shall represent it and be its agent in all consultations with City during the term of this Agreement. Consultant or its Project Manager shall attend and assist in all coordination meetings called by City. 6.4. Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery, facsimile or mail and shall be addressed as set forth below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; b) at the time of transmission if such communication is sent by facsimile; and c) 48 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent through regular United States mail. IF TO CONSULTANT: [VENDOR/CONSULTANT NAME] [MAILING ADDRESS] Attn: [NAME AND TITLE] IF TO CITY: City of Fullerton 303 W. Commonwealth Ave. Fullerton, CA 92832 Attn: [NAME AND TITLE] 6.5. Attorneys' Fees. In the event that litigation is brought by any party in connection PSA Revised 07/14/2022 [CONSULTANT NAME] Page 23 with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. 6.6. Governing_ Law. This Agreement shall be governed by and construed under the laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto agree that the sole and exclusive venue shall be a court of competent jurisdiction located in Orange County, California. 6.7. Assignment. Consultant shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of Consultant's interest in this Agreement without City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for termination of this Agreement. Regardless of City's consent, no subletting or assignment shall release Consultant of Consultant's obligation to perform all other obligations to be performed by Consultant hereunder for the term of this Agreement. 6.8. Indemnification and Hold Harmless. To the fullest extent of the law, and consistent with Civil Code section 2782.8, Consultant agrees to defend, indemnify, hold free and harmless the City, its elected and appointed officials, officers, agents and employees, at Consultant's sole expense, from and against any and all claims, demands, actions, suits or other legal proceedings brought against City, its elected and appointed officials, officers, agents, and employees to the extent arising out of, pertaining to, or relating to the negligence, recklessness, or willful misconduct of the Consultant, its employees, and/or authorized subcontractors, in performing design professional services pursuant to this Agreement. The defense obligation provided for hereunder shall apply without any advance showing of negligence, recklessness or willful misconduct of the Consultant, its employees, and/or authorized subcontractors, but shall be required whenever any claim, action, complaint, or suit asserts as its basis the negligence, recklessness, or willful misconduct of Consultant, its employees, and/or authorized subcontractors, and/or whenever any claim, action, complaint or suit asserts liability against the City, its elected and appointed officials, officers, agents, and employees based upon such negligence, recklessness, or willful misconduct, whether or not the Consultant, its employees, and/or authorized subcontractors are specifically named or otherwise asserted to be liable. Notwithstanding the foregoing, the Consultant shall not be liable for the defense or indemnification of the City for claims, actions, complaints or suits arising out of the sole negligence, active negligence or willful misconduct of the City;and does not apply to any passive negligence of the City unless caused in part by the Consultant. Further, in no event shall the cost to defend charged to the design professional exceed the design professional's proportionate percentage of fault, unless otherwise specified in Civil Code section 2782.8. This provision shall supersede and replace all other indemnity provisions contained either in the City's specifications or Consultant's Proposal, which shall be of no force and effect. For Architects and Engineers, use the above paragraph and delete following paragraph. For non-architec/engineer consultants, delete the above paragraph and use the following. 6.8. Indemnification and Hold Harmless. To the fullest extent of the law, Consultant agrees to defend, indemnify, hold free and harmless the City, its elected officials, officers, agents, and employees, at Consultant's sole expense, from and against claims, actions, suits or other legal proceedings brought against the City, its elected officials, officers, agents, and employees arising out of the performance of the Consultant, its employees, and/or authorized subcontractors, of the professional services undertaken pursuant to this Agreement. The defense obligation PSA Revised 07/14/2022 [CONSULTANT NAME] Page 24 provided for hereunder shall apply without any advance showing of negligence or wrongdoing by the Consultant, its employees, and/or authorized subcontractors, but shall be required whenever any claim, action, complaint, or suit asserts as its basis the negligence, errors, omissions or misconduct of Consultant, its employees, and/or authorized subcontractors, and/or whenever any claim, action, complaint or suit asserts liability against the City, its elected officials, officers, agents, and employees based upon the work performed by Consultant, its employees, and/or authorized subcontractors under this Agreement, whether or not Consultant, its employees, and/or authorized subcontractors are specifically named or otherwise asserted to be liable. Notwithstanding the foregoing, the Consultant shall not be liable for the defense or indemnification of the City for claims, actions, complaints, or suits arising out of the sole negligence or willful misconduct of the City. This provision shall supersede and replace all other indemnity provisions contained either in the City's specifications or Consultant's Proposal, which shall be of no force and effect. 6.9. Independent Contractor. Consultant is and shall be acting at all times as an independent contractor and not as an employee of City. Consultant shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act on behalf of City as an agent. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant's employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its or employees are in any manner agents or employees of City. Consultant shall secure, at its sole expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for Consultant and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. Consultant shall indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with the applicable worker's compensation laws. 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 paragraph. 6.10. PERS Eligibility Indemnification. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement claims or is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of the City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Notwithstanding any other agency, state or federal policy, rule, regulation, law or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing service under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to any contribution to be paid by City for employer contribution and/or employee contributions for PERS benefits. 6.11. Cooperation. In the event any claim or action is brought against City relating to PSA Revised 07/14/2022 [CONSULTANT NAME] Page 25 Consultant's performance or services rendered under this Agreement, Consultant shall render any reasonable assistance and cooperation which City might require. 6.12. Ownership of Documents. All findings, reports, CAD drawings, documents, information and data, including, but not limited to, computer tapes or discs, files and tapes furnished or prepared by Consultant or any of its subcontractors in the course of performance of this Agreement, shall be and remain the sole property of City. Consultant agrees that any such documents or information shall not be made available to any individual or organization without the prior consent of City. Any use of such documents for other projects not contemplated by this Agreement, and any use of incomplete documents, shall be at the sole risk of City and without liability or legal exposure to Consultant. City shall indemnify and hold harmless Consultant from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from City's use of such documents for other projects not contemplated by this Agreement or use of incomplete documents furnished by Consultant. Consultant shall deliver to City any findings, reports, documents, information, data, in any form, including but not limited to, computer tapes, discs, files, audio tapes or any other Project related items as requested by City or its authorized representative, at no additional cost to the City. 6.13. Public Records Act Disclosure. Consultant has been advised and is aware that this Agreement and all reports, documents, information and data, including, but not limited to, computer tapes, discs or files furnished or prepared by Consultant, or any of its subcontractors, pursuant to this Agreement and provided to City may be subject to public disclosure as required by the California Public Records Act (California Government Code Section 6250 et seq.). Exceptions to public disclosure may be those documents or information that qualify as trade secrets, as that term is defined in the California Government Code Section 6254.7, and of which Consultant informs City of such trade secret. The City will endeavor to maintain as confidential all information obtained by it that is designated as a trade secret. The City shall not, in any way, be liable or responsible for the disclosure of any trade secret including, without limitation, those records so marked if disclosure is deemed to be required by law or by order of the Court. 6.14. Conflict of Interest. Consultant and its officers, employees, associates and subconsultants, if any, will comply with all conflict of interest statutes of the State of California applicable to Consultant's services under this agreement, including, but not limited to, the Political Reform Act (Government Code Sections 81000, et seq.) and Government Code Section 1090. During the term of this Agreement, Consultant and its officers, employees, associates and subconsultants shall not, without the prior written approval of the City Representative, perform work for another person or entity for whom Consultant is not currently performing work that would require Consultant or one of its officers, employees, associates or subconsultants to abstain from a decision under this Agreement pursuant to a conflict of interest statute. 6.15. Responsibility for Errors. Consultant shall be responsible for its work under this Agreement. Consultant, when requested, shall furnish clarification and/or explanation as may be required by the City's representative, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to Consultant occurs, without prejudice to any other remedy to which City may be entitled to at law or equity, Consultant shall, at no cost to City, provide all necessary design drawings, estimates and other Consultant professional services necessary to rectify and correct the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. In addition, Consultant shall reimburse City for any and all costs, expenses and/or damages, if any, that the City has incurred due to the aforementioned error or omission. PSA Revised 07/14/2022 [CONSULTANT NAME] Page 26 6.16. Prohibited Employment. Consultant will not employ any regular employee of City while this Agreement is in effect. 6.17. Order of Precedence. In the event of an inconsistency in this Agreement and any of the attached Exhibits, the terms set forth in this Agreement shall prevail. If, and to the extent this Agreement incorporates by reference any provision of any document, such provision shall be deemed a part of this Agreement. Nevertheless, if there is any conflict among the terms and conditions of this Agreement and those of any such provision or provisions so incorporated by reference, this Agreement shall govern over the document referenced. 6.18. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as expressly provided herein. 6.19. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of City and Consultant and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right in, under or to this Agreement. 6.20. Headings. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 6.21. Construction. The parties have participated jointly in the negotiation and drafting of this Agreement. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 6.22. Amendments. Only a writing executed by the parties hereto or their respective successors and assigns may amend this Agreement. 6.23. Waiver. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy in respect to any occurrence or event shall not be deemed a waiver of any right or remedy in respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. 6.24. Severability. If any provision of this Agreement is determined by a court of competent jurisdiction to be unenforceable in any circumstance, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance. Notwithstanding the foregoing, if the value of this Agreement, based upon the substantial benefit of the bargain for any party, is materially impaired, which determination made by the presiding court or arbitrator of competent jurisdiction shall be binding, then both parties agree to substitute such provision(s) through good faith negotiations. 6.25. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall PSA Revised 07/14/2022 [CONSULTANT NAME] Page 27 constitute one agreement. 6.26. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so the parties hereto are formally bound to the provisions of this Agreement. 6.27 Executive Order N-6-22. On March 4, 2022, Governor Gavin Newsom issued Executive Order N-6-22 (the EO) regarding Economic Sanctions against Russia and Russian entities and individuals. "Economic Sanctions" refers to sanctions imposed by the U.S. government in response to Russia's actions in Ukraine, as well as any sanctions imposed under state law. The EO directs state agencies to terminate contracts with, and to refrain from entering any new contracts with, individuals or entities that are determined to be a target of Economic Sanctions. Accordingly, should the City determine Contractor is a target of Economic Sanctions or is conducting prohibited transactions with sanctioned individuals or entities, that shall be grounds for termination of this agreement. The City shall provide Contractor advance written notice of such termination, allowing Contractor at least 30 calendar days to provide a written response. Termination shall be at the sole discretion of the City. Contractor shall immediately notify City in writing upon being subjected to Economic Sanctions or upon being charged by an government agency of conducting prohibited transactions within the meaning of Executive Order N-6-22. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their respective authorized officers, as of the date first above written. CITY OF FULLERTON Date: Eric J. Levitt, City Manager CONSULTANT Date: [NAME AND TITLE] On File Social Security or Taxpayer ID Number APPROVED AS TO FORM: Richard D. Jones, City Attorney PSA Revised 07/14/2022 [CONSULTANT NAME] Page 28 SECTION VII STATUS OF PAST AND PRESENT CONTRACT FORM Firm is required to complete and sign the form entitled "Status of Past and Present Contracts" provided in this RFQ and submit as part of the proposal. Firm shall list the status of past and present contracts where either the firm has provided services as a prime contractor or a sub - consultant during the past five (5) years and the contract has ended or will end in termination, settlement or litigation. A separate form shall be completed for each contract. If the contract was terminated, list the reason for termination. Firm must also identify and state the status of any litigation, claims or settlement agreements related to any of the identified contracts. If no contract ended in termination, settlement or litigation, a statement to that effect shall be made on this form. Each form must be signed by the firm's confirming that the information provided is true and accurate. Firm is required to submit a copy of the completed form(s) as part of the electronic proposal on the one (1) USB Drive requested. 'Public Agency city/county/other: Contact name: Phone: Project award date: Original Contract Value: Term of Contract: 1) Status of contract: 2) Identify claims/litigation or settlements associated with the contract: By signing this Form entitled "Status of Past and Present Contracts," I am affirming that all of the information provided is true and accurate. Signature Name: Title: Date 29 SECTION VIII EXCEPTIONS FORM If your company is taking exception to any of the specifications, terms or conditions (including insurance indemnification and/or proposed contract language) stated in this Request for Qualifications, please indicate below and describe details: (check any that apply). No exceptions taken Exception taken to the scope of work or specifications Exception taken to indemnification and insurance requirements Exception to proposed contract language Other Please explain any of the checked items PROPOSING FIRM DATE BUSINESS ADDRESS SIGNATURE OF REPRESENTATIVE: BY: TITLE INSTRUCTION REGARDING SIGNATURE: If proposer is an individual, state "Sole Owner" after signature. If firm is a partnership, signature must be by a general partner, so stated after "Title". Names of all other partners and their business addresses must be shown below. If proposer is a corporation, signature must be by an authorized officer, so stated after "Title", and the names of the President and Secretary and their business addresses must be shown below: 30 CITY OF FULLERTON RFQ 4391 On -Call Professional Engineering Services Addendum No. 1— Questions & Responses 1. We are a firm of consulting engineers who specialize with public safety communication systems, including City -owned systems as well as ERRCS (Emergency Responder Radio Communications Systems) which are in -building system boosters generally provided by building -owners but are required to be approved by both the AHJ and the licensee of the frequencies being amplified by the system. Two of the services we provide for our clients is plan -checking the design and testing the systems. Would any of these services pertain to your section on "Staff Augmentation Services" or are you primarily looking for public works related engineering? Response - Firms are welcome to submit for services they provide, however, this on -call is primarily for public works related services. 2. Would it be possible to just submit for the Geotechnical and Materials testing? This is a specialty scope of engineering services. Response - Firms are welcome to submit only for services they provide under the appropriate category. 3. Can we submit on 1 discipline? Response - Firms are welcome to submit only for services they provide under the appropriate category. 4. Can you please confirm that a proposer is allowed to submit qualifications to only provide 1 specific service, like construction inspectors, if that is the service they choose? Response - Confirmed. The RFP also says to "Please provide list of other services that your firm provides which are not identified in the Scope of Work but could be beneficial to the City." We would like to clarify how much detail is needed for those additional services are required. Response - Please keep brief and concise. City can ask for additional information. Excessive material is not required and will not be well received. 5. Page 29 of the RFQ, the "Status of Past and Present Contract Form" mentions to submit a copy of this form "on the one (1) USB Drive requested." Can you please confirm that this form is to be included as part of our proposal package submitted on Public Purchase and that we are not required to submit this form on a USB drive to the City? Thank you. Response - Correct. Please include the "Status of Past and Present Contract Form" as part of the proposal as no USB drive proposal submissions will be accepted. Please see updated "Status of Past and Present Contract Form" below with the USB drive requirement language removed. 6. We are interested in providing regulatory services. Would we be allowed to provide a bid just for that service? Response - Firms are welcome to submit only for services they provide under the appropriate category. 7. Are subconsultants required to provide the "Status of Past and Present Contracts" form? Response - Prime is required. Subs are optional, but City reserves the right to request the form from subconsultant if deemed necessary. 8. Since separate proposals are required for each category we propose on, can separate files be uploaded? Or do we need to upload a single .zip file that contains all of our submittals? Response - Separate files are required for each category. Separate files can be uploaded. 9. Does a firm need to provide every service within a category to be considered? Response - No. 10. How many firms will be selected for each category? 1 CITY OF FULLERTON RFQ 4391 On -Call Professional Engineering Services Addendum No. 1— Questions & Responses Response - Actual number will depend on number of proposals received, but in general between 3 and 5 firms are expected to be selected for each category. 11. Within the Status of Past and Present Contract Form, there is a line that states, "Firm is required to submit a copy of the completed form(s) as part of the electronic proposal on the one (1) USB Drive requested." However, per the Submission of Proposal instructions within the RFQ it states, "Firm shall submit one (1) complete electronic copy of the proposal and (1) letter of transmittal for each applicable category through the City's eProcurement Portal via Public Purchase (www.publicpurchase.com)." Must a USB Drive be provided? Response -See question 5. 12. Can we submit to a specific sub category? For example, under civil engineering specifically stormdrain, or do we have to submit to the civil category as a whole? Response - Firms are welcome to submit for services they provide under the appropriate category. 13. For Construction Inspection Services, will the assigned Construction Inspector be using a City provided Daily Report Template or one their firm has provided them? Response - Dependent on the type of project. 14. Can you please clarify what the Section VII form means by "Firm is required to submit a copy of the completed form(s) as part of the electronic proposal on the one (1) USB Drive requested." Is the USB Drive sentence an error? Response -See question 5. 15. Are the required forms in Section VII and VIII to be included as part of the appendix of the proposal? Response - Inclusion in the Appendix is acceptable. 16. Does the City have a calibrated hydraulic model? What software package is used for the model? Response - Yes, the City has a hydraulic model that was calibrated in 2016. The model was built using Innovyze InfoWater software. 17. Please expand on what type of surge analysis might be required. Response - Examples of surge analysis may be required include but are not limited to; installation of new or replacement of pumps and wells; recommendations on control valve placement; locating potential sources of transients. 18. Our sample reports are 30+ pages each. Should any of these items be included in the Appendices of the proposal? We do not have a place internally to link the work to. Response - If a link is not provided, provide as an Appendix. Excessive material is not required and will not be well received. 19. Can copies of key personnel licenses and certifications be included in an Appendix of the proposal? Can copies of our firm's laboratory certificates be included in the Appendix of the proposal? Response - Copies of certificates, licenses, etc. are not required at this time. 20. Are there any stipulations on where the proposing company can be located? Response - No. 21. If we are submitting for more than one category, are we able to submit multiple PDF documents through Public Purchase or should we combine each proposal into one PDF to upload? Response - Upload separate proposals. Public Purchase allows submittal of multiple files. 22. Under item 4 of the Letter of Transmittal requirements (RFQ page 10), what is meant by "Relationship between proposer and sub -consultant if applicable"? Response - Note if firms are legally connected (i.e. same owner), etc. 2 CITY OF FULLERTON RFQ 4391 On -Call Professional Engineering Services Addendum No. 1— Questions & Responses 23. The Status of Past and Present Contract Form on page 29 of the RFQ states: "Firm is required to submit a copy of the completed form(s) as part of the electronic proposal on the one (1) USB Drive requested." Does the City want a USB drive delivered in addition to the upload to Public Purchase? Response - See question 5. 24. Will the Private Land Development Plan Check services category include review of Water Improvements and Reports? Response - Yes, Private Land Development Plan Check services may include review of onsite water improvement plans and water demand studies. 25. Under Item (1) of "Proposed Staffing and Qualifications," the RFQ requests that "current position, education, experience, and applicable professional credentials of contract staff" be provided, but also says that "applicable professional credentials of 'key' contract staff only" should be provided, along with the length of time employed with the firm. Should proposals include the professional credentials of all proposed staff (including or excluding subconsultants), or only key staff? Response - An extensive list of staff is not preferred. Provide information for the key staff only. 26. For the "Status of Past and Present Contract Forms", please clarify if firms should list contracts that are currently ongoing, but have a possibility of ending in termination, settlement or litigation? Response - Yes. Firms should list all contracts where the firm has provided services as a prime consultant or a sub -consultant within the last (5) years that have been closed or ongoing contracts with issues that could result in termination, settlement or litigation. A separate form must be filled out for each contract. 27. Do subconsultants need to complete and sign the Status of Past and Present Contracts and Proposal Exceptions and/or Deviations forms as well? Response - Prime is required. Subs are optional, but City reserves the right to request the form from subconsultant if deemed necessary. 28. Is there one or more incumbent firm(s) under contract to the City of Fullerton at present for these on -call services? Response - All the current on -call contracts will expire in Summer 2023. 29. What was the total dollar volume of contracted services awarded under this/ these on -call contracts in 2022? What number of Task Orders did that total represent? Response - Unknown. Task orders and dollar totals vary for each category. 30. Are there any other land survey services which might be appropriate but have not been included in the list provided under Survey and Mapping? Is there any prohibition against proposing such services that the City might not have foreseen? Response - Per page 11 of the RFQ, firms are welcome to provide other services that could be beneficial to the City. 31. Is there any documentation or past report that the City of Fullerton has released that would be helpful to consult, as an example for instance of work expected in the Survey and Mapping category. Response - None available. 32. In the last year, what are the main categories of projects for which contracted On -Call Engineering Services were required? Response - Water Engineering Design, Geotechnical Engineering and Material Testing, Survey and Mapping. 33. How many contracted hours of professional engineering time have been utilized in each of these categories to support the City's efforts in each of the past three years? Response - Unknown. 3 CITY OF FULLERTON RFQ 4391 On -Call Professional Engineering Services Addendum No. 1— Questions & Responses 34. How do you expect that level of contracted support to change in the next three years? Response - Significant changes are not expected at this time, but dependent on budget revisions. 35. What was the total number of Task Orders issued for On -Call professional Engineering Services in 2022? Response - Unknown. 36. What kind of information systems are currently in use at the City of Fullerton? Response - ArcGIS Desktop 10.8.1, ArcGIS Pro 3.0.1 and Central Square Enterprise Asset Management (Lucity) 20.3. 37. Are there any specific requirements for the design topographic surveys, such as the level of detail needed? Response - Design topographic surveys will be used to prepare detailed construction plans. Industry standard is expected. Final deliverable shall be approved and signed by a CA licensed land surveyor. 38. Are there any specific requirements for tools to be used to perform aerial topographic surveys? Will the use of drones be acceptable or do these need to be performed by a plane or helicopter? Response - No requirements. Industry standard accuracy and quality is expected. Final deliverable shall be approved and signed by a CA licensed land surveyor. 39. What is the purpose of the boundary surveys and boundary analysis mentioned in the RFP and what is included in this service? Response - The majority of right of way/property lines will be based on record maps, however, there may be situations that require detailed field and office survey to determine and/or confirm City right of way/property lines and as applicable, associated record of survey maps, corner records, etc. 40. Page 29 - STATUS OF PAST AND PRESENT CONTRACT FORM: "Firm is required to submit a copy of the completed form(s) as part of the electronic proposal on the one (1) USB Drive requested." Question: Is this a requirement in addition to submitting via the City's e -Procurement portal, "Public Purchase"? Response - See question 5. 41. Page 12 - Fee Schedule: "The fee schedule shall include a comprehensive list of positions and labor rates for all services provided by the prime consultant and all subconsultants. Rates shall include all necessary resources including labor, equipment, materials, incidental report, transportation, etc. Any percentage markup of subconsultant invoices shall be specified." Question: About the rates for the Fee Schedule. Do you want us to include a companywide fee schedule, or rates just for the services we are offering in the proposal? Response - Preferably, only the rates for the proposed services. 42. How many firms does the City plan to select in each category? Response - See question 10 43. Page 10 of the RFP (Proposal Format and Content), second paragraph, states, "Links to sample work should be clearly labeled and identified in the proposal." In reviewing the RFP, this is the only mention of linking sample work. Is this a required element of the submittal? If so, will the City please define the body/bodies of sample work expected, acceptable file formats, size limits, and how the City would like the links to be included in the proposal? Response - Sample work is not required. 4 CITY OF FULLERTON RFQ 4391 On -Call Professional Engineering Services Addendum No. 1— Questions & Responses 44. Section II, Minimum Qualifications section states "verifiable experience." Please clarify what satisfies as verifiable. Response - Ability of City to confirm statements/information provided by proposer. 45. Can pages be rotated to be 8.5 x 11 landscape? Response - Yes 46. Section IV, Technical Proposal, Proposed Staffing and Organization section states "Proposed staffing and organization are to be presented by firm identified in the Scope of Work." Please clarify if this is a format requirement and if so, what it is. Response - No format requirement. 47. Section VII, Past and Present Contracts Form - is this required for all closed projects in the last five years or only projects with settlement, litigation or terminated? Are subs required to complete this form also? Response - See question 26 and 27. 48. Section 5.2E & 5.4E of the agreement, do they require the consultants to post a "Bond" or not? Response - Consultants under this on -call RFQ will not be handling City funds. 49. The RFQ lists as a potential scope of service to be included: "Provide construction management support services". Could you clarify what is expected for these services? Are services only to include engineering construction support services (such as bidding support, shop drawing submittal reviews, responding to rfq's, record drawings, etc.) or full construction management? Response - Services are expected to involve full construction management. 5 SECTION VII STATUS OF PAST AND PRESENT CONTRACT FORM Firm is required to complete and sign the form entitled "Status of Past and Present Contracts" provided in this RFQ and submit as part of the proposal. Firm shall list the status of past and present contracts where either the firm has provided services as a prime contractor or a sub - consultant during the past five (5) years and the contract has ended or will end in termination, settlement or litigation. A separate form shall be completed for each contract. If the contract was terminated, list the reason for termination. Firm must also identify and state the status of any litigation, claims or settlement agreements related to any of the identified contracts. If no contract ended in termination, settlement or litigation, a statement to that effect shall be made on this form. Each form must be signed by the firm's confirming that the information provided is true and accurate. Firm is required to submit a copy of the completed form(s) as part of the electronic proposal. ublic Agency city/countyfother: Contact name: Phone: Project award date: Original Contract Value: Term of Contract: 1) Status of contract: 2) Identify elaimsllitigation or settlements associated with the contract: By signing this Form entitled "Status of Past and Present Contracts," I am affirming that all of the information provided is true and accurate. Signature Name: Title: Date 29 EXHIBIT B CONSULTANT'S PROPOSAL RFQ #4391 o� On -Ca Pro essiona Engineering Services STAFF AUGMENTATION SERVICES May 18, 2023 ARDURRA RFQ #4391 On -Call Professional Engineering Services City of Fullerton - Purchasing Attn: Karen Chung, Buyer Submitted By: Ardurra Group, Inc. 3737 Birch Street, Suite 250 Newport Beach, CA 92660 ARDURRA May 18, 2023 City of Fullerton Attn: Karen Chung, Buyer 303 W. Commonwealth Avenue Fullerton, CA 92832 Subject: RFQ #4391 On -Call Professional Engineering Services Category: Staff Augmentation Services Dear Selection Committee Members, As one of the largest cities in Orange County, the City of Fullerton has a diverse range of capital improvement projects to maintain its mission of providing outstanding quality of life for its residents and businesses. Ardurra Group, Inc., can help! Our basic philosophy focuses on understanding our client's goals, enabling us to successfully serve as an extension of your staff. Our experience ranges from sewer, street, and storm drain improvements to parks, facilities, and infrastructure; and, we are with you through each phase of the project. We appreciate the opportunity to present our qualifications for the Staff Augmentation Services category. As an experienced and reliable civil engineering, construction management and inspection firm, we are ready to support the City's Public Works Capital Improvement Program and General Engineering/Private Development divisions. With our nearby offices in Newport Beach and El Segundo, and many of our team members being residents of surrounding communities —we are deeply invested in the City's success. Selecting the Ardurra team offers the City the following benefits: • Strong leadership enables smoothly run projects. Ardurra offers a comprehensive team of local professionals covering the wide range of resources needed to augment the City's Engineering Division with experts in their respective fields. With our team, you get industry leaders looking for cost-effective and time -sensitive solutions to your toughest challenges. • The capacity to provide the right staff at the right time. Client service is a core value for us, and we understand the importance of responsiveness. We have a deep bench of in-house engineers, construction managers, and public works inspectors. With more than 120 professionals in Southern California, we have the depth of resources and expertise to respond quickly to your needs. COMPANY INFORMATION FIRM NAME/CORPORATE ADDRESS Ardurra Group, Inc. 4921 Memorial Hwy, Suite 300 Tampa, FL 33634 Telephone: 813.880.8881 CONTRACTUAL CONTACT Lisa M. Penna, PE, F.ASCE, QSD Vice President, Regional Director 3737 Birch Street, Suite 250 Newport Beach, CA 92660 Telephone: 949.922.2800 Email: Ipenna@ardurra.com PROPOSAL CONTACT Mark Lewis, PE, TE Project Director, Municipal Services 3737 Birch Street, Suite 250 Newport Beach, CA 92660 Telephone: 949.677.0391 Email: mlewis@ardurra.com REQUIREMENTS Addenda Acknowledgment: Addendum No. 1 released 5-8-23 Statements: This proposal shall remain valid for a period of 120 days from the date of submittal. Our licensed professionals are in good standing and have no disciplinary actions against them. May 18, 2023 Page ii ■ Experience that delivers quality. Ardurra offers an experienced team that is responsive, flexible, helpful, financially responsible, and quality conscious. Our team is knowledgeable of and conforms to local, state and federal regulations, codes and ordinances, federal grant requirements, Caltrans Local Assistance Procedures Manual (LAPM), Greenbook, APWA/AWWA standards, as well as LEED, DSA, and OSHPD standards. As you will see in this SOQ our experience encompasses various engineering services and public works inspection on projects ranging from street rehabilitation, sewer and storm drain improvements, modifications to facilities and parks, rehabilitation of tanks, wells and pump stations, as well as inspection of private development grading, drainage, erosion control, paving, and utilities. To assist with any specialty services that may arise, such as deputy inspection or GIS support, we have enlisted Advanced Service Industries and Bucknam Infrastructure Group, respectively. We have partnered with these subconsultants on numerous projects. As requested, their contact information is listed in the table below. SUBCONSULTANTS FIRM NAME/ROLE CONTACT NAME ADDRESS TELEPHONE/EMAIL Advanced Service Industries Deputy Inspection Bucknam Infrastructure Group 615 Support Marshall Westfall Peter Bucknam 148 Maple Street, Suite D Auburn, CA 95603 388.801.0053 mwestfall@advancedserviceindustries.com 3548 Seagate Way, Suite 230 760.216.6529 Oceanside, CA 92056 peter@bucknam-inc.com Ardurra has authorized Lisa Penna to sign this proposal and bind the firm. By signing this letter, we attest that all information submitted with this proposal is true and correct. We look forward to serving the City of Fullerton on this on -call staff augmentation services contract. Please feel free to contact Lisa at 949.922.2800 or Ipenna@ardurra.com or Mark Lewis at 949.677.0391 or mlewis@ardurra.com if you have any questions or need additional information. Respectfully submitted, tif°,2e:a. 424u -0 -- Lisa M. Penna, PE, F.ASCE, QSD Vice President, Regional Director Mark Le Proje nicipal Services 3737 Birch Street, Suite 250 Newport Beach, CA 92660 949.428.1500 www.ardurra.com Letter of Transmittal TABLE OF CONTENT. Section 1 Qualifications, Related Experience and References 1 1) Company Overview 1 2) Experience with Local Agencies 4 3) Similar Projects/Contracts 5 4) References 16 5) Other Services 16 Section 2 Work Plan 17 1) Understanding and Approach 17 2) Ardurra's Strengths 22 3) Benefits to the City 23 Section 3 Proposed Staffing and Organization 24 Organization Chart 25 Resumes 29 Section 4 Fee Schedule 42 Appendix A Evidence of Insurance A-1 Appendix B Required Forms B-1 1) Status of Past and Present Contracts Form B-1 2) Exceptions Form B-2 City of Fullerton I RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services /�i ARDURRA ��/ ARDURRA sin: fb Newport Beaclt C Oceanside' atos�t ENR mp500 Q offices in. 7 CALIFORNIA remore than 200 professionals available in CA 2023 SOURC HOOK 71 tQP 100 PURE DESIGNERS #20 WATER #17 SEWER & WASTE 1) COMPANY OVERVIEW Ranked 89 in Engineering News -Record's Top 500, Ardurra offers the resources of a large national firm with more than 1,250 employees in 70 offices across the country. We focus on seven key service areas including: public works/ civil planning, design and construction management, water/wastewater planning design and construction management, environmental, land development, emergency management, structural engineering, and survey. In our local offices we also provide public outreach, plan review and plan check, code compliance enforcement, labor compliance, and grant administration. The Public Works Division of Ardurra specializes in project delivery for local municipalities throughout California. With an emphasis on practical, proven, and cost-effective solutions, our capabilities are focused on the planning, design, and construction of roadway and utility improvements, as well as managing multi -project capital improvement programs for public agencies. Ardurra's civil engineering design team is experienced and technically current in the design, construction, rehabilitation, maintenance and funding of highways, roadways, bridges, complete streets, green streets, roundabouts, soundwalls, retaining walls, alleys, slurry, landscape/median enhancements, traffic and transportation engineering, hydrologic and hydraulic (H&H) analyses and reports, WQMPs, SWPPPs, and NPDES documents, as well as storm drain improvements and water and sewer infrastructure. Our engineers are well - versed in CADD, and we have experts who can assist with development review, permitting, environmental compliance, GIS, and surveying. We also help deliver projects as an extension of staff to several cities and municipalities throughout Southern California. Our inspection team has the experience and know-how of construction equipment, materials, methods, and workmanship for the specific work to be performed on the projects. They have a keen ability to understand and interpret plans and specifications and are intimately familiar with the Greenbook, Caltrans Standard Specifications, City standards, and OSHA Construction Safety Orders. Our clients rely on our inspectors for their ability to interact professionally with contractors, engineers, property owners, business owners, and the public at large; coordinate with other city personnel; promote quality customer service; and respond promptly and courteously to requests. They consistently follow verbal and written instructions, communicate clearly and concisely, both orally, and in writing. City of Fullerton ( RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 1 /�� ARDURRA iifire,' .ns Kelat�i.i Lk. ) :i i�:i i.ee, ,Ind i1_'ierCr c Our clients get successful projects and services, well -managed budgets, and thoroughly satisfied stakeholders because we work side -by -side with local and regional agency staff. This close working relationship develops collaboration with community and business stakeholders, and partners effectively with state and federal regulatory agencies. ARDURRA'S HISTORY In 2017, a number of firms combined to offer a broader range g s rr:130 335 431 of services to clients across the country. These firms included King Engineering Associates, Inc., Ardurra Group, LLC, BCG r1 Offices: 11 15 16 31 46 Engineering, Inc., 3PL Consulting, Inc., CGj3PL Engineering, DPC, Stouten Cramer, Inc., and Criser Troutman Tanner Consulting Engineers, Inc. Combined, the group was renamed Ardurra Group, Inc. and offered a large pool of experts with the same commitment to quality service and community contributions. Many -of these companies were established in the 70's and 80's, offering decades of experience. Through these and more acquisitions, Ardurra grew from 230 employees in 11 offices in 2017 to more than 1,250 employees in 70 offices nationwide by the end of 2022, as shown in the illustration. <,,, 516 865 1250 STRENGTH & STABILITY Ardurra Group Inc., is a firm of strong financial health, including steady revenue, strong backlog, stabilized expenses and positive cash flow. The business has grown substantially since its roots dating back more than 65 years. Incorporated in 1977, Ardurra has maintained profitability and built positive net worth on its balance sheet. There is no history of bankruptcy and no pending bankruptcies, no planned office closures or impending merger plans, and no litigation that would affect the successful delivery of this contract. We are in good standing with the State of California and in full compliance with state and federal Equal Employment Opportunity laws and regulations. 70 CALIFORNIA LOCATIONS We currently have nine office locations with more than 200 employees throughout California. As neighbors —with our nearby offices in Newport Beach and El Segundo, and many of our team members being residents of surrounding communities —we are deeply invested in the City's success. With more than 120 professionals in Southern California, we have the depth of resources to respond quickly to your needs. Below is a list of our California office locations. Newport Beach Office 3737 Birch Street, Suite 250 Newport Beach, CA 92660 949.428.1500 Oceanside Office 301 Mission Avenue, Suite 202 Oceanside, CA 92054 760.529.0795 Oakdale Office 440 S. Yosemite Avenue, Suite A Oakdale, CA 95361 209.847.8726 Los Angeles Office 1960 E. Grand Avenue, Suite 300 El Segundo. CA 90245 310.359.1203 San Diego Office 14271 Danielson Street Poway. CA 92064 858.413.2400 Bay Area Office 1735 North First Street, Suite 304 San Jose. CA 95112 408.495.4107 Riverside County Office 43410 Business Park Drive Temecula, CA 92590 951.396.4980 Central Valley Office 9100 Ming Avenue, Suite 202 Bakersfield, CA 93309 661.529.2190 Sacramento Office 2515 Venture Oaks Way, Suite 120 Sacramento, CA 95833 916.314.0413 City of Fullerton 1 RFQ #4391 105-18-2023 On -Call Engineering: Staff Augmentation Services 2 /\\\/ ARDURRA Qualifications, Related Experience, and References SUBCONSULTANTS Our service is greatly facilitated by the working relationships we have in place with our local specialty subconsultants. Ardurra has worked extensively with these exceptional firms. This long-standing alliance enables a streamlined approach and smooth coordination. Below is a list of our subconsultant partners and their role on this contract, followed by a brief overview of the qualifications of each firm. ADVANCED SERVI CE INRNSTRIES.INC Advanced Service Industries Inc. I Deputy Inspection Established in 2004, Advanced Service Industries, Inc. (ASI) specializes in construction inspection, materials and nondestructive testing and QA/QC services throughout California. ASI offers a superior level of service to its clients through customized programs specific to each project. This approach allows ASI to offer all necessary services throughout the duration of the project at the most cost- effective level. This service -centric approach has positioned ASI as a leading inspection and testing firm throughout California. ASI is a California Certified Small Business Enterprise (SBE) #51210. ASI's inspectors and technicians carry certifications such as the following: International Code Council (ICC); American Welding Society, Certified Welding Inspector (AWS/CWI); Division of the State Architect (DSA); Office of Statewide Health Planning and Development (OSHPD); National Board of Boiler and Pressure Vessel Inspectors (NBIC); American Society of Nondestructive Testing (ASNT); American Concrete Institute (ACI); Caltrans; and Cities of Los Angeles, San Diego and all other California regional jurisdictions. iBUCKNAN INPRASTRtKlUR! GNOUP INC Bucknam Infrastructure Group, Bucknam Infrastructure Group, Inc. ( GIS Support Inc. (est. 2011, S -Corporation) has a full -service office in Southern California and is committed to building stronger relationships with government organizations through frequent communication and team building. The firm builds long-term partnerships with agencies that expect and require accuracy, efficiency, and integrity in all aspects of community services. Bucknam's experienced staff is committed to ensuring that immediate and long-term goals are met and are a top priority in the development of pavement management, infrastructure management, financial, geographic information systems (GIS), and facility management projects. Bucknam's full -service Infrastructure Management — GIS Division provides comprehensive engineering and infrastructure/ GIS management services, as well as database management, pavement/ROW field inspection services, and GIS automation and management. Staff consists of registered civil engineers, former Director of Public Works -City Engineers and maintenance specialists who can help implement solutions based upon your specific facility/ infrastructure needs and will provide assistance through each step of your project. Bucknam Services • Pavement-CIP Management (PMP) • Pavement Data Conversion • Pavement Condition Surveys • PMP Assessments/Software • PMP/GIS Deliverables • ArcGIS Online Apps/Tool Development • Public ROW Inventories • PMP PCTA - Compliance Reporting • Digital Roadway Imaging/ Survey • Public Works Management ▪ ADA Self-Evaluation/Transition Planning • GASB 34 Compliance/ Reporting • Intranet GIS Implementation • Contract GIS Services • Traffic Control Device/Sign Inventory • Maintenance Management Programs • Record Retention/Scanning • Utility GIS Services City of Fullerton I RFQ #4391 105-18-2023 On -Call Engineering: Staff Augmentation Services 3 ARDURRA 2) EXPERIENCE WITH LOCAL AGENCIES Ardurra has successfully delivered hundreds of local projects and has served as extension of staff providing various engineering, municipal, construction management, and inspection services to numerous public agencies throughout Southern California. Since Ardurra works mostly for municipalities, we have a working knowledge of local codes, standards, and permit requirements and have extensive familiarity with local, state and federal procedures, both in helping to obtain funding and in delivering the pertinent documentation. Our team has established and maintained effective working relationships with numerous regional agencies, including the Regional Water Quality Board, US Army Corp of Engineers, California Fish and Wildlife, Caltrans, and numerous cities throughout Southern California. Our staff is active in local professional and engineering societies including the American Society of Civil Engineers, American Public Works Association, Institute of Transportation Engineers, League of California Cities, etc. Our Municipal Services Project Director, Mark Lewis, was a four - time chair for Orange County Transportation Authority's (OCTA) Technical Advisory Committee and Technical Steering Committee. He participated in drafting language for OCTA Measure M2 and met with government and business leaders throughout its development and ultimate passage. Mark has also been the chair of the Laguna Beach Water Commission, president of the OC City Engineers Association and president of OC Traffic Engineering Council. Our local involvement extends beyond professional societies and into personal commitments to the community. We believe that the work we do improves the quality of life of our community. Our staff members are involved in local charities, church groups, civic organizations, and mentoring programs. We provide internships to local university students and provide donations for scholarship funds. Below is a partial list of our recent on -call contracts in the region. • City of Fullerton On -Call Public Works Inspection Services • Anaheim Project/Construction Management for Various CIP Projects • Signal Hill On -Call City Engineering and Plan Check Services • Anaheim On -Call Engineering and Design Services for Public Works • Lake Forest On -Call Municipal Engineering/Staff Augmentation Projects Services • Anaheim Public Utilities Department As -Needed Engineering • City of Brea As -Needed Engineering Design and Plan Check/Review • South Coast Water District On -Call Engineering and Development Coordination Services • City of Ontario On -Call Construction Management and Inspection • Seal Beach Municipal Engineering and Staff Augmentation • City of Long Beach On -Call Program/Project Management Public • City of Tustin As -Needed Engineering Plan Check Works CIP • City of Long Beach Private Development Plan Check Services, • Long Beach Citywide CIP Project Management On -Call Street Design • City of Manhattan Beach On -Call Project Management Services for • City of Huntington Beach Development Plan Checking and Various Projects Entitlement Review • City of Lakewood City Engineering Services/CIP Development • City of Long Beach On -Call Public Works Development Review Services • City of Vista As -Needed Plan Checking Services • City of Laguna Beach Project Management • City of Bakersfield On -Call Development Reviews and Plan • Long Beach Water Dept. Engineering Services for CIP Program/ Checking Services Project Management • Rainbow Municipal Water District Engineering and Development • Elsinore Valley Municipal Water District Near Term Water Supply & Plan Check Services CIP Program Management • City of Shafter On -Call Development Reviews and Plan Checking • Oceanside As -Needed Project Management Services • City of Hawaiian Gardens On -Call City Engineering/Construction • Leucadia Wastewater District As -Needed Engineering Design Management/Testing and Inspection Services Services • Huntington Beach On -Call Civil Engineering, Surveying, and • County of Los Angeles Building and Safety Inspection and Permit Professional Consulting Services Technician Services • Orange County Project Management • County of San Diego Building Inspection Services • City of Cypress On -Call City Engineering/CM/Testing and Inspection • County of San Diego Field Inspections and Special Inspections Services • Coachella Valley Water District On -Call Project Management • Laguna Hills On -Call Municipal Engineering/Project Management Support Services City of Fullerton 1 RFQ #4391 105-18-2023 On -Call Engineering: Staff Augmentation Services 4 /�y, ARDURRA CITY OF FULLERTON EXPERIENCE We are familiar with the City of Fullerton and sensitive to the needs of the community, having assisted the City with the following projects: • On -Call Public Works Inspection Services (2022) — Performed public works inspection services including observing micro -trenching activities for the installation of fiber optic conduits within the City's right-of-way; and monitoring traffic control placement, asphalt & base removals up to required elevation, installation of conduits, backfilling, compaction of trench and repaving of roadway per City standards. Also responsible for verifying that the contractor's BMPs comply with plans. • State College Boulevard Grade Separation (2017) — Served as project manager overseeing this complex project undertaken by the OCTA and the City of Fullerton. The project included an underpass on State College Boulevard just south of Commonwealth Avenue. The project enhanced motorist and pedestrian safety at the location. By driving through the underpass, vehicles and pedestrians no longer cross the same double railroad tracks used by several passenger and freight trains each day. As resident engineer, Ardurra's project manager oversaw all aspects of the project, including safety and quality assurance programs. Responsibilities included directing the field and office construction management team and issuing field and contract directives; reviewing all change order requests; preparing independent cost estimates and conducting price negotiations; answering field questions; proactively solving unforeseen plan conflicts; and responding to requests for information (RFIs) and submittals. 3) SIMILAR PROJECTS/CONTRACTS ON -CALL ASSIGNMENTS I5 WHAT WE DO Our reputation for providing quality services has been confirmed by our ongoing relationships and extended on -call contracts with agencies throughout the region. Our team's experience, together with our constant team communication and our quality control approach, has provided us with a solid track record of meeting schedules, effectively adapting to unforeseen challenges, and maintaining costs. Ardurra has successfully delivered hundreds of projects to numerous public agencies through our as -needed contracts —projects such as road widening, street resurfacing and rehabilitation, drainage improvements, bike lanes, traffic signals, wayfinding, striping, bridge improvements, soundwalls, pedestrian accessibility improvements, water and sewer infrastructure, etc. Some example assignments similar to the City's on -call staff augmentation RFP are highlighted below. Since these as -needed contracts spanned multiple years and involved numerous projects, we would be happy to provide further information on the projects we managed. On -call contracts are our "bread and butter,"and we are proud that many of our clients renew or extend these contracts. City of Long Beach 1 Staff Augmentation — Project Management and Plan Check Services Contact: Keith Hoey, City Engineer; 562.570.6586; keith.hoey@longbeach.gov Role: Prime Services: Project Management Start: 2019 Complete: Ongoing Project Value: $15 million Team Members: Lisette Bice (Project Manager) As part of an on -call contract with the City of Long Beach, Ardurra staff has prepared plans, specifications, and cost estimates for more than $15 million in improvements since 2009 and continues to work with the City through additional extensions of the original on -call contract. The projects encompass roadway, storm drain, parking lot improvements, traffic, lighting, and landscape improvements, design of more than 150 ADA-compliant curb and ramps, and focused on many of the major roadways within the city. Ardurra staff has consistently provided the City with well -designed projects facilitating smooth construction. Some recent projects include: • Delta Bike Boulevard Project. The $3 million project includes Class II and III bike lanes and shared lane markings, traffic circles, a roundabout, pavement repairs, a new traffic signal, and wayfinding signage from Harbor Avenue from 10th Street to 20th Street, and Delta Avenue from 20th Street to Wardlow Road (an approximate 3 -mile corridor). The project is funded through ATP grant and local match. City of Fullerton 1 RFC) #4391 l 05-18-2023 0n -Call Engineering: Staff Augmentation Services 5 ARDURRA Oualincatiorls, Relate' Experience, and References • Studebaker-Loynes Complete Streets Corridor Project. Provided project management services to support the Engineering Division of the Public Works Department including project management, coordination, and oversite to facilitate project delivery through the design phase. • Studebaker Road/SR-22 Westbound On/Off Ramp Project. The project will realign the SR -22 westbound on/off ramps at the intersection of Studebaker Road and will provide an additional residential road to access adjacent neighborhood. The project includes new roadway alignments, landscaping, LID'S, right-of-way acquisition and stakeholder coordination. The project is being administered by the City of Long Beach with Caltrans oversight and is currently in environmental and PS&E phase. Responsible for managing the project in collaboration with City staff and design consultant. • 8 to 80 Project. The City received ATP funding in excess of $6 million in order to create facilities aimed at improving safety and removing mental barriers to walking/cycling for residents, workers, students, schoolchildren, and visitors to the City. The 8-80 project will provide bike boulevards along two corridors located within the City (four miles), as well as a road diet (one mile) with buffered biked lanes. Treatments include traffic circles, roundabouts, new traffic signals, bulbouts, bridge ADA upgrade, signing, striping, pavement repairs and wayfinding signage. The project is currently in concept phase. Responsible for managing the project and grant funding in collaboration with City staff and design consultant. City of Seal Beach 1 Municipal Engineering Staff Augmentation Contact: Iris Lee, Public Works Director/City Engineer; 562.431.2527 ext. 1322; ilee@sealbeachca.gov Role: Prime Services: Project Management, Engineering Design, Constructability Review, Staff Augmentation, Plan Checking, Inspection Start: 2012 Complete: Ongoing Project Value: $6 million Team Members: Anissa Voyiatzes (Municipal/Engineering Services Group Leader); Mark Lewis (Senior Project Manager); Joe Stoakley and Chip Vanderbeek (Inspectors); Joe Buckner (Water and Sewer); Bob Merrell (Hydrology); Teresa Kelley (Lead Plan Checker) Ardurra has completed several projects for the City of Seal Beach during the last 5 years. Services have included providing civil engineering, geotechnical, traffic, and survey for various projects within the city. Improvements have involved the design of water and sewer main reconstruction, alley paving, the upgrade or addition of ADA ramps, pavement rehabilitation, H&H calculations, and the preparation of a proposed storm drain report. Plan check services have included review of the hydrology and hydraulic analysis, grading plans, street plans, traffic striping and signing, street lighting, signal plans, storm drain plans, utility plans, landscaping and planting, WQMP, sewer and water plans. Representative projects include: • Ocean Place Development. Providing plan checking and inspection for grading and construction of the road and utility infrastructure that will support Ocean Place, which is a neighborhood of 30 luxury homes in an environmentally sensitive beachfront location. Services are focused on the grading and construction of street improvements, storm drains, domestic water and sanitary sewer lines. Of importance will be ensuring the use of stormwater management best practices and compliance with the terms of a California Coastal Commission development permit since the project is in an environmentally sensitive area. The project will include a 6.5 -acre public park to be turned over to the City by the developer. • 6th Street Alley Improvement Project. Improvements include the design of water and sewer main reconstruction, alley paving, installation of empty fiber optic conduit for future fiber, and ancillary improvements followed by concrete paving of the entire width of the alley. • Sanitary Sewer Pump Station #35. This sewer pump station provides for upgraded/new dry well and wet well for the pump station. Ardurra is overseeing the project, making sure it is delivered on time and budget, coordinating with the design consultant and providing the interface between the consultant and the City. • Westminster Avenue Storm Drain Study Report from Seal Beach Boulevard to Federal Storm Channel CO1 S06. Prepared a report to determine the adequate size to replace a trapezoidal open channel drainage facility with /`\ ARDURRA City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 6 a pipe on the north side of Westminster Avenue from Seal Beach Boulevard to the Federal Storm Channel (C01506). The project required conducting hydrologic studies of the tributary area and develop discharges at various concentration points for 5, 10, 25, and 100 -year storm events. Preparation of the report involved coordination with Orange County Flood Control District and meeting with Orange County Public Works staff to discuss the most up-to-date planning for the Federal Storm Channel and to identify the interim and ultimate conditions for the confluence with the Federal Storm Channel. Work also included hydraulic analyses of the existing system with the 5, 10, 25, and 100 -year storm flows to establish existing level of protection and facility constraints. Ardurra developed alternative enclosed facilities (box culverts and pipes) to handle the runoff from the 100 -year storm event. Cost estimates were prepared including design, construction, and contract administration/inspection for each alternative. City of Lake Forest I On -Call Municipal Engineering/Staff Augmentation Services Contact: Tom Wheeler, Director of Public Works/City Engineer; 949.461.3480; twheeler@lakeforestca.gov Role: Prime Services: Engineering, Staff Augmentation, Program/Project Management, Traffic Engineering, Flood Control, Inspection Start: 06/2017 Complete: 06/2024 Team Members: Lisa Penna (Principal -in -Charge); Dennis Jue (Program Manager); Mark Lewis (CIP Project Management, Traffic/Transportation Engineering); Joe Buckner, Miguel Hurtado, Jim Garvin (Project Engineers/Plan Check); Teresa Kelley (Plan Check/Entitlement Review); Omar Alameddine (Inspections Manager); Keith Forbes, John Dela Cruz, and Chip Vanderbeek (Subdivision Improvements/Grading) Ardurra is providing municipal and staff augmentation services as needed by the City. Services include program management, public works/development land use/map and plan checking, grading inspection, encroachment permit inspection, landscape inspection and supplementing Public Works Department staff as needed. Work has included project management for 12 projects and funding analysis for a transportation funding program. Tasks include reviewing land use applications; plan checking development plans and maps; inspecting approved land development construction; inspecting approved work in the public right-of-way; public works encroachment permit inspection; water quality program management; and providing additional staff on an as -needed basis. Ardurra is responsible for managing plan checking and inspection of various residential developments and the single -property development/remodels throughout the city. Tasks include short- and long-term CIP planning and budgeting, researching matters related to regulations and ordinances, funding options, assistance with the operating budget, and any other needs of the City. Deliverables are varied and include plan and reports for rough grading plans, precise grading plans, street and alley plans, storm drain plans, hydrology reports, hydraulic reports, street lighting plans, traffic signal plans, traffic control plans, landscape and irrigation plans, retaining and MSE wall plans, and water and sewer plans. Services have involved engineering implementation of the City's Opportunity Studies Area (OSA) that comprises five developments totaling over 4,000 housing units; design of the Los Alisos Boulevard resurfacing project; conducting the annual sidewalk survey; and inspection of the catch basin insert project. The OSA projects involve plan check and inspection of all facets of development including map approval; rough grading; precise grading; street and storm drain improvements; park development; and median and parkway improvements. Other land development projects have been approved other than the five OSA projects, including The Meadows, Parkside, Encanto, and residential housing in the Auto Center. There are currently four major residential development projects within the city. Over the course of three years (2021-2024), it is expected that all four projects will be completed. Once completed, approximately 5,000 new residential units would have been constructed. City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 7 //„ ARDURRA Qualifications, Related E,;penence, and References City of Brea I As -Needed Engineering Design and Plan Check/Review and Development Coordination Services Contact: Michael Ho, PE, Deputy Director of PublicWorks/City Engineer; 714.990.7657; michaelh@cityofbrea.net and Ryan Chapman, PE, Assistant City Engineer; 714.990.7763; ryanch@cityofbrea.net Role: Prime Services: Engineering Design, Plan Check/Review and Development Coordination Start: 10/2019 Complete: Ongoing Team Members: Anissa Voyiatzes (Municipal/Engineering Services Group Leader); Mark Lewis (Project Manager, TCP Plan Review, Permits Review, Traffic Control); Jose Hernandez (Project Manager); Bob Merrell (QA/QC); Miguel Hurtado (Project Engineer); Teresa Kelley (Plan Check Lead, Plan Reviewer, Permits Review); Fong Tse (Plan Check) Ardurra is providing as -needed design and civil engineering services for the City's capital improvement projects that include street improvements, traffic safety enhancements, water improvements, storm drain improvements, sewer improvements, sewer lift station, facility improvements and community facility district improvements, as well as various park projects. Ardurra is also providing plan check services (including traffic control) for the review of engineering plans and reports and development planning documents for developer - funded projects including, but not limited to, the following: EIR drainage and water quality studies and write-ups; grading, tentative maps, storm drains, site development plans, streets, hydrology and hydraulic analyses, utilities, and WQMP Reports. Projects include plan check review for: ■ Raising Canes Restaurant ® Brea Plaza Mixed Use • Randolph Avenue • Brea Mall Extension ✓ Pacific Highland Ardurra is also providing ongoing review and approval of traffic control plans for private utility construction and currently averaging six reviews per month. Responsibilities include reviewing stage construction and worksite traffic control plans providing support to the Traffic Division. City of Huntington Beach I On -Call Civil Engineering, Surveying, and Professional Consulting Services Contact: Alvin Papa, Deputy Director Public Works — Utilities; 714.536.5503; alvin.papa@surfcity-hb.org Role: Prime Services: Civil Engineering, Staff Augmentation Start: 06/2021 Complete: 06/2024 Team Members: Mark Lewis (Project Manager); Jose Hernandez (Design Engineer, Permit Review); Katy Lin (Issuance and Development Review Processing) Ardurra is providing on -call civil engineering, survey, and consulting services contract with the City of Huntington Beach for various public works infrastructure projects, including but not limited to rehabilitation of roads, alleys, curb, gutter, and sidewalks within the public right-of-way, as well as off-street improvements, such as rehabilitation of City parking lots. Also, development of project concept, grant funding compliance, project specifications, and bid support for conversion of median turf to drought tolerant landscape with new trees for beautification. Utility support services have involved staff augmentation for management support, mentoring, as well as program and project development. Projects include development of a 5 -year funding strategy for upgrades to storm water pump station facilities as well as preparation of project bid specifications for implementation. Other projects include development of on -call specifications for the City's sewer lateral program, a program to consolidate domestic and irrigation delivery system, evaluation of the City's water production disinfection to develop a program to convert to 0nsite Chlorine Generation (OSG). Ardurra is also providing staff support for permit review and issuance and development review processing. City of Fullerton I RFQ #4391 105-18-2023 On -Call Engineering: Staff Augmentation Services 8 /��, ARDURRA si nce and Re ert� ce City of Laguna Hills I On -Call Permit Inspection and Project Management Services Contact: Joe Ames, PE, TE, Director of Public Works/City Engineer, (949) 706-2655, james@lagunahillsca.gov Role: Prime Services: Permit Inspection, Project Management Start: 07/2014 Complete: 06/2023 Team Members: Anissa Voyiatzes (Municipal/Engineering Services Group Leader); Mark Lewis (Project Director/Manager, Municipal Services); Omar Alameddine (Inspection); Douglas Davidson (Permit Inspector); Rusty Rapp (Documents/Project Control) Ardurra is providing staff augmentation for a variety of tasks, from project management, permit technician assistance, and permit inspection services for a variety of public facilities projects citywide. Permit inspections address such issues as grading, public streets, right-of-way, utilities, traffic signals, storm drains, parks, and landscaping. Ardurra monitors and documents the progress of permit work as well as contractor compliance with applicable laws, standards, plans and specifications. Ardurra is also providing project management for building improvement projects as well as grading plan check, encroachment permit reviews, review of traffic engineering inquiries and solutions, and miscellaneous staff support as needed. Administrative and engineering support services work includes project management, traffic engineering, development review, and assistance with general city engineering services performed by Mark Lewis, PE, TE. City of Laguna Beach ( On -Call Project Management Contact: Matthew Oxford, Project Manager; 949.613.4045; moxfored@lagunabeachcity.net Role: Prime Services: Project Management, Inspection Start: 2015 Complete: Ongoing Team Members: Lisa Penna (Managing Principal); John Wolitarsky (Senior Project Manager); Bob Merrell (Quality Control); Omar Alameddine (Inspections Manager); Mercedes Sullivan (Labor Compliance) As part of a multi -year on -call contract, Ardurra managed numerous projects for the City of Laguna Beach. An example project is the recent $15 million Laguna Canyon Channel Improvements in which Ardurra performed project management services for the planning, design, and construction of the improvements. The project, which is just upstream from Beach Street to the ocean outlet (approximately 1,000 linear feet), involved reconstruction of some portions of the channel for capacity enhancements, replacement of deteriorated portions of the 87 -year -old structure, and rehabilitation of other portions of the channel along this reach to repair spalling and exposed reinforcing. The main objectives of the project are to increase the facility's capacity and to rehabilitate portions of the deteriorated 1928 -era reinforced concrete box. The City has programmed funding for the design and construction of improvements. Project management services include developing and managing a work plan for all phases of the project, which involved obtaining proposals from other consultants who performed the preliminary engineering, design, environmental documentation, permit processing, and construction management and overseeing the work of these consultants. Ardurra is preparing all necessary reports to the Planning Commission and City Council for the various approvals of the project and for award of contracts. City of Manhattan Beach I On -Call Project Management Services for Various Projects Contact: Katherine Doherty, PE, ENV SP, City Engineer; 310.802.5352; kdoherty@manhattanbeach.gov Role: Prime Services: Project Management, Design Start: 07/2022 Complete: Ongoing Team Members: Dino D'Emilia (Principal -in -Charge); Ken Rosenfield (Project Manager); Mark Lewis and Adilia Miller (Project Management Support); Omar Alameddine (Constructability Review) Ardurra has been selected to provide project management and design services to assist the City of Manhattan Beach with the successful delivery of various City projects, including the Citywide Wayfinding Signage Program, Phase 1; City Facilities Reconfigurations; City Hall Renovation Assessment; and Bruce's Beach Park Plaque Installation. Ardurra will also provide leadership, project management, contract administration, design services, and constructability review on an as -needed basis to deliver a variety of City projects. Our project managers will manage these services that include coordination of support services and subconsultants and provide regular and ongoing communication with City staff. City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 9 /� = ARDURRA 0.0 -dill -lotions: Related Experience, and heferences City of signal Hill 1 On -Call City Engineering and Plan Check Services Contact: Thomas Bekele, PE, CCM, QSD, Public Works Director; 562.989.7355; tbekele@cityofsignalhill.org Role: Prime Services: Interim Public Works Director, Contract City Engineer, Project Management, Construction Management, Plan Check Start: 02/2017 Complete: Ongoing - 2024 Team Members: Stephen Badum (Contract City Engineer); Omar Alameddine (Inspections Manager); Jim Garvin (Inspections); Mark Lewis and Rob Weber (Water System Infrastructure Evaluations) Ardurra provides city engineering services for the City of Signal Hill including CIP management; staff augmentation; general engineering review, design, and analysis; development review and plan check; and project management services for various public works CIP projects. Project management services include administration for design through construction; preliminary engineering and analysis for project development and feasibility studies; CIP planning, budgeting, and scheduling; permit/grant administration; coordination with adjacent agencies, state/regional/federal agencies, and utilities. Projects have included managing the design and construction of the City's first dog park; managing the design and construction of View Park that involves the design of the City's reclaimed water system that will connect with the city of Long Beach; and evaluating and preparing a technical memo as well as managing the design for the Gundry Reservoir Roof Replacement project. Signal Hill Dog Park Gundry Reservoir Roof Replacement City of Cypress I On -Call City Engineering/Construction Management/Testing and Inspection Services Contact: Nick Mangkalakiri, PE, City Engineer; 714.229.6729; nmangkal@cypressca.org Role: Prime Services: Project Management, Development Review, Construction Management, Construction Inspection Start: 07/2022 Complete: Ongoing Team Members: Dino D'Emilia (Principal -in -Charge); Mark Lewis and Ken Rosenfield (Project Managers); Omar Alameddine, John Wolitarsky (Construction Managers); Omar Alameddine and Gafur Oyewo (Inspection Services Manager); Arash Rostamian (Inspector) Ardurra was awarded an on -call city engineering and construction management contract with the City of Cypress. We are currently providing development review consulting services, which includes reviewing, coordinating, and performing engineering plan check services for various development projects within the city. Current projects include Shea City Center, Melia — Belmont, and Melia — Citrus Square. We are also assisting the City with federal funding project approval for arterial paving projects. Our team has provided construction inspection and project controls support for several projects, including arterial rehabilitation, community center HVAC, sewer relining, concrete rehabilitation, parking lot seal coat, sidewalk, curb and gutter, pavement restoration, and storm drain. Recent projects include: • Street Rehabilitation, Project 313. Construction inspection, material testing, and project controls services to assist with the implementation of street rehabilitation improvements, including slurry sealing of various streets within the City right-of-way. • Concrete Rehabilitation Project 293. Construction inspection, materials testing, and project controls services to assist with the implementation of the citywide concrete rehabilitation improvements. • Arterial Rehabilitation, Project 316. Full-time inspection services, project controls to assist our inspector in the field, and material testing. • Oak Knoll South Parking Lot Seal Coat Project 332. Construction inspection and project controls services for the rehabilitation of the entire parking lot surface, replacement of signs, and other incidental items of work. City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 10 /� ARDURRA Qualihcations. Related Experience, and References City of Anaheim 1 Capital Improvement Projects Contact: Brenda Medina, Construction Contract Administrator; 714165.5157; BMedina@anaheim.net Role: Prime Services: Project Management, Construction Management, Inspection, Contract Administration Start: 03/2017 Complete: Ongoing Team Members: Dino D'Emilia (Principal -in -Charge); Omar Alameddine (Account/Inspections Manager/CM/Contract Administrator); Don Wren, Jr. (Inspector); Gafur Oyewo (Construction Manager/Contract Administrator); Dustin Blackwell (Documents Control/Labor Compliance); Mahina Payo and Rakan Khraisat (Documents Control) Ardurra provides PM/CM and inspection services to oversee completion of more than $57 million in capital improvement projects. Ardurra's project managers'and inspectors' diverse expertise ensures successful delivery of telecommunications, structural, water/wastewater and utility undergrounding projects. Representative projects include the following: ▪ Santa Ana Street Railroad Water Main Crossing with Metrolink/SCRRA. Construction management and inspection services. This project for the City's water main crossing the Metrolink/SCRRA on Santa Ana Street consists of boring and jacking trench less installation method, furnishing and installing approximately 70 LF of 24 -inch steel casing pipe (1/2 -inch thickness) welded joints and 12 -inch zinc - coated ductile iron pipe class 56 and by open -cut construction method, furnishing and installing approximately 75 LF of 12 -inch zinc -coated ductile iron pipe class 52. Work also consisted of installing fittings, appurtenances, all valves, and thrust blocks, abandon in place existing water main and water services including interfering portions removal and disposal, pressure test and disinfect the water pipeline, and restoring the site to the original conditions including paving and striping restoration and disposal offsite. • Telecommunications Poles Coordination and Inspection. Inspections for ongoing smart communication effort through the City's development and permitting services for three telecommunication companies' contractors. Inspections for the installation of streetlight pole foundations. Traffic control for various related work in accordance to approved permits and plans. Delivers closeout submittal packages for the acceptance of the newly installed streetlight pole and facilitates turn over to City of Anaheim Public Utilities Department. • State College Boulevard and La Palma Intersection Widening. Ardurra augments the City's staff with construction management, inspection and contract administration services. City of Torrance 1 Torrance Transit Regional Park -and -Ride Terminal Contact: Craig Bilezerian, City Engineer; 310.618.3054; cbilezerian@torranceca.gov Role: Prime Services: Construction Management, Inspection Start: 10/2016 Complete: Ongoing Team Members: Dino D'Emilia (PIC/PM/CM); Omar Alameddine (Inspection Services Manager/Assistant PM/CM); Joe Stoakley and Chip Vanderbeek (Inspectors); Keith Forbes (Alternate Inspector) Ardurra provides construction management, inspection, and special/deputy inspection and testing services for this 15,000 -square -foot regional terminal on 15 acres along Crenshaw Boulevard near the 405 Freeway. The hub for Torrance Transit, the City of Torrance's multi -line bus service, will connect the carrier's routes with those of other providers. The Torrance Transit Center is also anticipated to connect with the Metro Green Line as part of the Green Line Master Plan. The terminal will be constructed to LEED Gold standards and will be served by eight bus bays. Plans call for a passenger drop-off zone, layover space, and a parking lot with about 250 spaces. The project is being constructed in two phases. The completed Phase 1 focused on rough -grading the site and building the underground drainage system. Phase 2 includes the buildings and parking lot, as well as circulation roads and utilities. Related offsite improvements include construction of a cul-de-sac extension of 208th Street and widening of Crenshaw Boulevard for a new right turn pocket and traffic signal improvements. Construction is expected to continue 12 to 14 months. One of Ardurra's first tasks was a constructability review of the project's plans (273 sheets) and specifications. Ardurra assisted the City during the bid phase, coordinating responses to bidder questions, substitution requests and compiling and issuing bid addenda. Ardurra also assisted the City City of Fullerton I RFQ #4391 105-18-2023 On -Call Engineering: Staff Augmentation Services 11 /� ARDURRA Qualifications, Related Experience, and References with evaluation of submitted bids, as well as addressing a bid protest and assisting with preparation for City Council award of the construction contract. Ardurra construction phase services included assisting the City with establishing an efficient web -based project administration portal, and coordinating with a multitude of project stakeholders. Project stakeholders include City Departments, utilities, adjacent property owners, contractors and subcontractors, as well as the project architect and subconsultants. Other tasks entail performing schedule and budget reviews, processing/coordinating RFI responses, submittals and change management. Providing and coordinating geotechnical and deputy inspection services through its subconsultants. Carson Successor Agency I Carson Street Master Plan Contact: Gilbert M. Marquez, Principal Civil Engineer/City Engineer; 310.830.7600; gmarquez@carson.ca.us Role: Prime Services: Construction Management, Inspection Start: 08/2015 Complete: 12/2017 Team Members: Dino D'Emilia (Principal -in -Charge); John Wolitarsky (Project Manager); Joe Stoakley (CM); Omar Alameddine (Alternate CM); Brian Briones (Labor Compliance) Ardurra provided construction management, inspection, and related support services for this $19 -million overhaul of a 1.75 -mile stretch of Carson Street. The project has transformed Carson Street between the 1-110 and 1-405 into a welcoming town center gateway. The project was part of far-reaching renewal efforts in Carson under the City's master plan. Upgrades included decorative concrete street monuments, resurfaced pavement, reconfigured turn lanes and new traffic signals. Other enhancements included public art and new medians with drought -tolerant landscaping; wider, paver -accented sidewalks; new sidewalk lighting; and outdoor benches and bike racks. The project's scale is reflected in the following list of improvements: 555 new trees planted; approximately 100,000 square feet of new median and bump -out planter landscaping; approximately 13,000 linear feet of new curb and curb/gutter; approximately 4,800 linear feet of new recycled water line; approximately 32,600 square feet of new accent architectural pavers; approximately 530,000 square feet of rubberized asphalt overlay; installation of 13 new transit shelters, 36 new bike racks, 29 new trash receptacles, 13 new seating nodes, 23 new wayfinding signs, and 3 new monument towers. The project received the APWA 2019 Project of the Year award. City of South Gate 1 Firestone Boulevard Regional Corridor Capacity Enhancements Contact: Kenneth Tang, City Project Manager; 323.563.9574; ktang@sogate.org Role: Prime Services: Construction Inspection Start: 01/2018 Complete: 08/2019 Team Members: Dino D'Emilia (Principal -in -Charge); Omar Alameddine (Lead Inspector); Douglas Davidson and Eric Egurrola (Supplemental Inspectors) Ardurra conducted construction inspections for the City of South Gate's $15 -million overhaul of three segments of Firestone Boulevard. The project significantly increased Firestone's traffic -handling capacity by adding a third lane in each direction. This project received the APWA Project of the Year award. Firestone, a busy arterial in South Gate west of the 1-710 Freeway and south of Lynwood, was suffering from traffic congestion, heavily worn pavement and lane markings that could be hard to see. Ardurra's full-time inspector monitored and proactively ensured the work complied with plans and specifications. Priorities included monitoring traffic control, stormwater plan implementation, and quality assurance. City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 12 /, ARDURRA Qualifications, Related Experience, and References The project included repaving, concrete repair, and installing landscaped medians. Other upgrades included new ADA-compliant ramps and new traffic loops. Repaving entailed building a leveling course, then placing a rubberized hot mix asphalt cap. Plans called for restriping lane lines and illuminating crosswalks with small lights inset into the pavement. The project included installing a new traffic signal at Firestone and San Miguel Avenue. In addition, traffic signals were synchronized to promote increased traffic flow. Traffic signal poles were installed at six intersections. The corridor's appearance and functionality were enhanced with new bus shelters, bike racks, trash receptacles, and concrete benches. vaim Tree Installation Newly Landscaped Median The City launched the project in partnership with the Los Angeles County Metropolitan Transportation Authority (Metro). Other project stakeholders included school administrators, first responders, utility companies, area residents, and the neighboring cities of Lynwood and Huntington Park. City of Manhattan Beach I Polliwog Park Lower Playground Replacement Project Contact: Harvey Gobas, Project Manager; 562.618.3181; hgobas@manhattanbeach.gov Role: Prime Services: Construction Management, Inspection Start: 10/2021 Complete: 05/2022 Team Members: Dino D'Emilia (PIC); Omar Alameddine (CM); Karen Brown -Castro (Assistant PM/CM); Chip Vanderbeek (Inspector) Ardurra provided construction management and inspection services for Polliwog Park in Manhattan Beach. This project included the removal and replacement of play equipment and the play surface, as well as fencing surrounding the lower play area near the pond. The play structure was last replaced with modernized equipment in 2003, so the existing playground equipment and padded surface had become in a state of disrepair due to the extensive wear and tear of heavy use by the public over the last 18 years. And due to safety concerns, a substantial portion of the existing play equipment was placed off limits to users. In addition to revitalizing the play equipment and surface, the project also involved replacing portions of sidewalk between the play area and parking on Herrin Avenue and upgrading the existing accessible parking stalls on Herrin Avenue in compliance with current ADA standards. Ardurra worked diligently and closely with all shareholders to expedite the submittal, plan check, and approval of shop drawings and procurement of the shade sails in an effort to meet the contractual deadline for project completion. Long Beach Water Department 1 Equipping of Well Commission 22A (0-0746) Contact: Carolina Avendano, Civil Engineering Associate; 562.570.2334; carolina.avendano@lbwater.org Role: Prime Services: Construction Management, Inspection Start: 06/2021 Complete: 09/2022 Team Members: Amy Czajkowski (PIC, Permit Management/Coordinator); Rob Fitzgerald (Senior Construction Inspector); Gafur Oyewo and Arash Rostamian (Inspectors); Dustin Blackwell (Project Controls); Nancy Cambra (Documents Control/Labor Compliance; Chuck Reuck (SCADA/System Integration) Ardurra is providing construction management and inspection services for the construction of this equipping of water well Commission 22A project, which is located in El Dorado Park North. This project is part of a program to enhance and expand the use of local water supplies to meet the increasing demands within LBWD's service area and enhance the LBWD's local groundwater supply portfolio. The project is divided into the following phases: demolition; well equipping; conveyance pipeline; and ultimately, startup and testing. The first phase involves demolishing the existing Commission 22 site and its existing electrical systems, existing CMU structure, and existing above- and below -grade piping. Work also involves the equipping of Commission 22A and associated site improvement, including installation of new pump and motor, new CMU enclosure, installation of piping to connect to the existing 24 -inch groundwater collection main, and associated electrical work. The project also involves complex phasing of SCADA equipment and controls to ensure operational control, as this site controls other well sites. City of Fullerton I RFQ ✓#4391 105-18-20233 On -Call Engineering: Staff Augmentation Services 13 /� ARDURRA 1 Qualifications, Related Experience, and References City of Anaheim 1 La Palma Water Complex - Reservoir Rehabilitation and Pump Station Replacement Contact: Jake Hester, Water Engineering and Design Manager, 714.765.4421, jhester@anaheim.net Role: Prime Services: Construction Management, Contract Administration, Inspection Start: 03/2017 Complete: 10/2018 Team Members: Dino D'Emilia (Principal -in -Charge) The City of Anaheim launched a program in 2017 to address insufficient existing infrastructure at the La Palma Water Complex. Ardurra provided construction management, inspection, and contract administration for the rehabilitation of a 4 -million -gallon tank -style reservoir and replacement of an antiquated pump station. Other work included demolishing a smaller outmoded reservoir and completing the shutdown of an inactive well. The structure stores and supplies water to homes and businesses in central and west Anaheim. Other infrastructure improvements included a 500 -gallon disinfection tank and an active well. In operation, the pump station pulls water from the reservoir and pushes it into the City's water distribution system. At peak pumping capacity, the station equips the City with added resources for firefighting or meeting surges in demand. Improvements to the 4MG reservoir included a seismic retrofit and the installation of a new aluminum roof and a reservoir liner. The effluent pump station, with five pumps, was replaced with a more efficient four -pump model that increased pumping capacity. A diesel generator was also installed to supply emergency backup electric power. Additionally, related improvements included replacing water pipelines, installing new electrical service and control systems, and repaving a service road with water -permeable concrete. The project also installed landscaping, fencing and a security system. The La Palma Complex occupies a 5.3 -acre site on West La Palma Avenue at North West Street, a location surrounded by homes and businesses. City of Carlsbad I Foxes Landing Lift Station Upgrades Contact: Steve Didier, Manager, Municipal Projects; 760.602.7539; Steven.didier@carlsbadca.gov Role: Prime Services: Construction Management, Inspection Start: 05/2017 Complete: 6/2020 Team Members: Scott Adamson (Principal -in -Charge); Rob Fitzgerald (Resident Engineer/Inspector) After 29 years in service, the City of Carlsbad decided to undertake the reconstruction of this critical lift station in order to accommodate increase in daily peak flows as well as provide additional protection against possible discharges into the adjacent, environmentally sensitive Agua Hedionda Lagoon. Rob Fitzgerald provided resident engineering and inspection services on this $3 -million project. In addition to typical construction management duties such as progress payment processing, RFI and submittal coordination, and acting as the City's representative with adjacent property owners and sister agencies, Rob was also instrumental in assisting with the development and implementation of a very difficult dewatering system sufficient to allow for the reconstruction of the wet well only a few feet from the lagoon shoreline. Improvements to the station included upsizing of the wet well, installation of new pumps, creation of a redundant force main by CIPP lining an abandoned cast iron water main under Interstate 5, and upgrading of the station controls and instrumentation. Elsinore Valley Municipal Water District 1 A-2 Lift Station Rehabilitation Contact: Jason Dafforn, PE, Director of Engineering and Water Resources; 951.434.4708; jdafforn@evmwd.net Role: Prime Services: Construction Management, Inspection Start: 06/2018 Complete: 01/2019 Team Members: Scott Adamson (PIC); Jim Turrell (Construction Manager); Jay Jordan (Inspector) Ardurra was chosen by the District to provide construction management and inspection services on this lift station project, which consists of the rehabilitation of an existing 3,600 -gallon -per -minute lift station located within the City of Lake Elsinore. Jim Turrell, the construction manager, was responsible for general contract administration, submittal review, RFI review and processing, coordination with outside agencies and stakeholders, and change order preparation and processing. Inspector Jay Jordan provided day-to-day site inspection, coordination with the District's operations staff, and coordination of special inspection services. /,,/ ARDURRA City of Fullerton j RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 14 Project Highlights • Construction of a temporary sewage bypass system • Rehabilitation of the wet well and valve vaults • Yard piping modifications, a pressure surge tank, and new flow meter • Mechanical and electrical room improvements including the roof and HVAC • Removing, replacing, and upgrading electrical facilities including conduit, panels, VFDs, and miscellaneous items • Upgrading instrumentation including SCADA integration services In addition to the services provided, our scope involved subconsultants for more specialized inspection services including geotechnical and materials testing services; electrical and SCADA services; and coating inspection. City of Oceanside I Lower 1 Recycled Water Conveyance Contact: PhilipTunnell, PE, Senior Civil Engineer; 760.435.5848; PTunnell@oceansideca.org Role: Prime Services: Construction Management, Inspection Start: 05/2020 Complete: Ongoing Team Members: Scott Adamson (Senior Construction Manager); Anthony Dazzo (Assistant Construction Manager); Rob Fitzgerald (Construction Manager); Bob Barrett (Resident Engineer); Joe McMahon and Josh Fretwell (Senior Construction Inspector) In order to expand its availability of recycled water and take advantage of the City's new upgraded treatment facility, the City of Oceanside undertook this major pipeline project. This project installed 7+ miles of 8- to 16 -inch PVC recycled water main from the San Luis Rey treatment plant to a reservoir on Fire Mountain Drive along El Camino Real. The project began in the residential neighborhoods surrounding the treatment plant and eventually progressed to one of the City's busiest arterial roadways. In addition, the pipeline alignment crossed under the San Luis Rey River via Horizontal Directional Drilled HDPE sleeve. The alignment also included two Jack & Bore tunneled sections involving both NCTD and Caltrans right of way encroachment permits. Ardurra provided a complete construction management and inspection team for this project. Ardurra's field team consisted of a full-time construction manager and one to two site inspectors depending on the volume of work being performed or number of shifts. Due to the location of the project, within the San Luis Rey river valley, the project had a significant environmental component. The project MMRP required a number of different bird and plant surveys, as well as sound mitigation measures during breeding seasons. Though most of the alignment was in previously disturbed soils, there were a number of areas that required paleontological and archaeological monitoring as well. Ardurra worked with our subconsultant to provide the required studies and monitoring, and coordinate efforts required by the contractor. Key Project Components & Issues • Traffic Control on Major Arterial Roadway • Caltrans and NCTD Encroachment Permits • Large Diameter HDD • Environmentally Sensitive Habitat • Long -Term Night Operations City of Fullerton I RFQ #4391 05-18-2023 On -Call Engineering: Staff Augmentation Services 15 ARDURRA Qualifications, Related Experience, and References 4) REFERENCES We are proud of our track record of successfully delivering quality services, to which our references will attest. Agency/Address City of Long Beach 333 West Ocean Boulevard Long Beach, CA 90802 Contact Name, Phone, Email Associated Project Citywide Project Management (ongoing since 2019) Keith Hoey, City Engineer 562.570.6586 keith.hoey@longbeach.gov City of Seal Beach 211 8th Street Seal Beach, CA 90740 Iris Lee, Public Works Director/City Engineer 562.431.2527 ext.1322 ilee@sealbeachca.gov Seal Beach Municipal Engineering Staff Augmentation (ongoing since 2012) City of Brea 1 Civic Center Circle Brea, CA 92821 Michael Ho, Deputy Director of Public Works/City Engineer 714.990.7657; michaelh@cityofbrea.net and Ryan Chapman, Assistant City Engineer 714.990.7763; ryancha cityofbrea.net As -Needed Engineering Design and Plan Check/ Review and Development Coordination Services (ongoing since 2019) City of Lake Forest 1 GO Civic Center Drive Lake Forest, CA 92630 Tom Wheeler, Director of Public Works/City Engineer 949.461.3480 twheeler@lakeforestca.gov On -Call Municipal Engineering/Staff Augmentation Services (ongoing since 2011) City of Cypress 5275 Orange Avenue Cypress, CA 90630 Nick Mangkalakiri, City Engineer 714.229.6729 nmangkal@cypressca.org On -Call City Engineering/Construction Management/Testing and Inspection Services (ongoing since 2022) 5) OTHER SERVICES In addition to the scope items listed under the Staff Augmentation Services category in the RFQ, as a full -service firm Ardurra has the resources and experts to offer the following services in-house: • Community Relations ■ Construction Management ■ Electrical Engineering/SCADA • Environmental • Hydraulic Modeling • Labor Compliance • Master Planning • Municipal Consulting • Program/Project Management • Project/Documents Control • Structural Engineering • Transportation/Traffic Engineering • Water/Wastewater Engineering . .,a., aoc ranter NY, ©w«,.a,�w, Notice to Prospective Designers and Contractors Eased ac %rsM.e.Wap.3 &wog k _ • „. ..W.... Example event flyer prepared by Ardurra's Community Relations group Ardurra's Community Relations group managed all elements of Industry Day for the East County Advanced Water Purification program, which was a huge success as evidenced by a standing -room -only audience City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 16 /\\/ ARDURRA SECTION 2 WORK PLAN FULLERTON CITY HALL 303 H6 CINAICWwr.µ1N srSM* Our goal is to be a true partner with the City, and we share your commitment to maintaining Fullerton's infrastructure and quality of life. Water 12 Street 10 — Facility 3 Infrastructure 7 - - Other 3 -- Park 3 Sewer 4 City of Fullerton CIP_apital project breakdown (as shown on the City's website) 1) UNDERSTANDING AND APPROACH We understand the City's goal is to work with an experienced and reliable multidisciplined team with strong leadership to supplement the City's engineering staff by providing full -service turn -key professional staff augmentation services that could include engineers, permit technicians, administrative/financial analysts, inspectors, etc. This on -call contract consists of an initial 3 -year term, with a City option for an additional 2 -year extension. General areas of work may entail the following services, as listed in the RFQ: • Provide staff to supplement various duties/responsibilities in the Engineering Division • Provide permit technicians to assist public at Engineering public counter • Project GIS support and data analytics • Provide support for preparation and/or monitoring of budget reports; compliance reports (Federal, State, etc.); grant applications and reporting; administrative support for purchasing documents; invoice processing, etc. • Provide Construction Inspection services, such as: CIP projects such as street rehabilitation; sewer or storm drain improvements, facility modifications and improvements; park rehabilitation and improvements. Private development including grading, drainage, erosion control measures, paving, utilities, etc. Water projects such as tank and pump station rehabilitation, well construction, and trenchless rehabilitation. Private utility company repairs and improvements Deputy inspection services • Project staff to fill vacant positions and perform duties as an "Acting"City representative In our team organization chart on page 25, we matched our resources to each element of the scope. As demonstrated in the Relevant Project Experience section (starting on page 4), we have the experience necessary to respond to the City's needs. Our goal is to be a true partner with the City, and we share your commitment to maintaining Fullerton's infrastructure and quality of life. City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 17 /-\,/ ARDURRA 'J 'ror!;. Flan .11 This section includes our typical approach to providing on -call engineering services and our general approach to providing inspection services. Our time -tested proactive approach will be incorporated into your projects to ensure quality control from start to finish. SOLVING AGENCIES' BIGGEST CHALLENGES WITH PROVEN SOLUTIONS Based on 30+ years of experience delivering on -call services for agencies like yours, we have developed simple, clever, and proven solutions to issues we see regularly. • We use a risk matrix to identify and manage challenges early in the project as they relate to clearing the right-of-way, coordinating utilities, stakeholder involvement, material cost escalations, supply chain disruptions, and mitigating or avoiding environmental impacts. • You get a standing meeting in your calendar between your point of contact and our project manager to discuss deliverables, status updates, and information requests. This simple and short meeting means you will have information you need and task order status you can share with your team regularly. • Your projects get committed and coordinated staff because our office and regional leaders meet at least every two weeks to discuss deliverables, resources, quality control, and following through on our promises. This gives you a flexible and skilled team focused on hitting deadlines with high -quality work. • You get exclusive access to the amazing talent from one of the country's fastest growing engineering firms. We are humbled by being on Zweig's preferred employer's list for the last 5 years. This means we are a magnet for talent! We have been growing consistently and we are adding amazing people every week. This gives you direct access to more help, more unique solutions, and a small army of professionals that have a heart for client service. GENERAL APPROACH TO ON -CALL ENGINEERING Ardurra has a history of providing services for large on -call contracts to numerous agencies throughout California. Because of this experience, Ardurra has a strong understanding of how to address project issues and the needs of public agencies for multiple, concurring tasks. This experience allows us to provide responsive teams led by experienced task managers to solve the needs of our clients in a timely manner. With a large contingent of local resources to draw from, the Ardurra project team can respond to whatever needs may arise. By effectively managing a balanced client workload among our staff, Ardurra can respond within a day to meet with the City. This helps keep the project momentum moving forward so that the Ardurra team is in place and ready to work within days of receiving a Notice to Proceed. Consistent with our proven long-term approach to large municipal on -call contracts, Ardurra has the technical expertise and experience to provide all project types as requested in the RFP as well as the administrative management experience for all funding sources used to support your CIP program. Ardurra's approach to on -call work provides you streamlined delivery, improved communications, and enhanced project outcomes. We adapt this process to meet your needs and your project types. Our proactive management approach is outlined below and will be incorporated into your projects to ensure quality control from start to finish. A Reliable Process for Timely Project Delivery We have so much experience completing projects as on -call extensions of staff that we mapped out what consistently works for our clients. This gives you the power to know exactly where we are in the process and exactly what the next steps will be. Using a standard workflow keeps our team humming along and allows us to better manage our resources to react to your needs. We broke this process into five simple phases because it provides flexibility to use our team on projects, no matter the level of completion. However, the only phase we never skip is the Task Order Initiation Phase. • Task Order Initiation Phase. In this phase we listen to your needs, write a complete scope, negotiate a fair fee, and agree on a delivery schedule. As you can see in the diagram, we have a series of checks and balances built in because we want to start right on every task order. • PA/ED Phase. This phase delivers environmental approval. This phase interacts with the design phase and keeps your project from being derailed by unforeseen mitigation or regulatory roadblocks. City of Fullerton i RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 18 /`` ARDURRA .11 • Final Engineering Phase. In this phase we work with your team to develop "ready to list" (RTL) packages from conceptual ideas. In this phase, we use the environmental clearance and mitigation documents as guidance for design constraints. This process is collaborative and provides you and stakeholders an opportunity to express your opinion about the technical solutions we propose. • Construction Phase. This phase is a critical step in interpreting and enforcing the plans, specifications, estimates, environmental mitigation, and contract obligations. With us on your team for this phase, you get a partner in a fast -paced and dynamic environment where we can help provide recommendations and field solutions on the fly. • Closeout Phase. We find this phase is sometimes the second most important (next to the Task Order Initiation Phase). It is during this phase that you finally realize the benefits of the hard work it took to complete the project. In this phase, we support your team to close out projects, get reimbursed (depending on funding), open projects to the public, and help celebrate your success. Task Order Procedure Ardurra's keys to success on this on -call contract includes our responsiveness, understanding of the City's needs, capability and availability of qualified staff, and our historically successful comprehensive project management approach for on -call, multiple -task, multiple -year contracts. Ardurra will commit sufficient resources to handle varying workloads that may result from multiple task orders progressing simultaneously, but technical strengths and resources are only of value if we manage those resources well. The Ardurra approach to effective project management starts with scope, schedule, and budget development, signed contracts, and kickoff meetings. The project manager then organizes the project management concepts for the duration of each task and the overall contract around a core framework of communication, coordination, thorough documentation, and quality control for each submittal on each task. This effort does not end until we complete and file the record drawings. The Ardurra team understands the importance of meeting deadlines in a timely manner. We commit to providing adequate staffing (both as to the number of personnel and their qualifications) for every task. Our approach is flexible and adaptive to each task, and we can also commit to making use of personnel from other offices throughout the company and bringing on additional staff. We can scale up or down as needed with a focus on our unmatched responsiveness. Through our current on -call contracts, we have developed a proven task order process. It is an organized and streamlined approach for requesting, developing, and completing task order assignments. This process provides the City with teams available for multiple tasks off the on -call contract and a formal approach to respond to each task. Below, we summarize our proposed approach for completing the task orders. • Step 1— Initial Meeting with City Project Manager and Task Managers: A meeting between the City's project manager and the Ardurra manager to be assigned to the work will be set up. Our project manager will discuss the request with the City's Project Manager and discuss your goals and expectations, key project issues, appropriate personnel from our team to be assigned, services needed, schedule, approximate budget available, and assumptions for completing the work order. • Step 2 — Develop Scope of Work and Team: Our project manager will then coordinate with the key people from our team, which may include a multi -discipline team, to prepare and submit a proposal for completing the work. Each team member will submit his or her scope to our project manager, who will then combine the individual scope into an overall scope and proposal for review by City. This procedure has worked successfully on our current and past on -call contracts. • Step 3 — Notice to Proceed: Once the City reviews, negotiates, and executes the task order, it will provide Ardurra a Notice to Proceed. If applicable, Ardurra will issue a subsequent notice to proceed to our subconsultant(s). • Step 4 — Monthly Coordination/Progress Meetings: We will hold meetings at a frequency to keep City staff apprised of the progress of the work. We will develop and maintain schedules to identify allowable work windows for completing project tasks and to keep the City's Project Manager aware of the project progress. City of Fullerton g' RFQ #4391 05-18-2023 On -Call Engineering: Staff Augmentation Services 19 /;; ARDURRA t'l2i k iJ PROJECT MANAGEMENT APPROACH We've derived our project management approach from many years of experience and proven success, and it includes very specific strategies: coordination, communication, and documentation. ■ Coordination: All task orders require coordination. This may include coordination with other City departments, local agencies, and stakeholders. The Ardurra team has years of experience with major on -call contracts with Southern California agencies. These on -call contracts require similar coordination efforts in which Ardurra has established and maintained outside -agency contacts, coordinated the designs with their staff, and received the approvals to move the project forward. This knowledge and understanding of working with other agencies provides great benefit to you for each project. a Communication: Ardurra has a formal, proactive communication plan to share critical project information as soon as possible and to make sure there are no surprises. We continuously report progress, identify problems, assign priorities, receive feedback, and document progress. From project start-up through project closeout, we will prioritize our communication to make sure we document and address all required actions timely. We assure you that your team and our team will always know the status of your projects. This level of coordination, coupled with the project progress meetings, helps avoid project issues and delays, and ensures that the project is on schedule and within budget. Ardurra has used this management approach with great success on all types and sizes of projects. • Documentation: Proper documentation is critical for all projects. We have a thorough understanding of the document control procedures required for civil engineering and other types of projects for a variety of funding sources. Ardurra's document control management policies comply with the City's requirements. Our typical monthly project progress reports include the status of deliverables, utility and outside - agency efforts, cost and schedule snapshot and analysis, issues discussion, and recommended resolution actions. We will tailor monthly progress reports to the City's needs for each project. In combination, Ardurra's tools and efficiency in coordination, communications, and documentation provide the City with a transparent process for the duration of the contract. Quality Assurance and Quality Control QA/QC is an ongoing task throughout the duration of the project. Ardurra takes seriously the responsibility for the accuracy and completeness of our work products. We base our QA/QC Program upon the belief that nothing is more important than design quality. QA/QC is used to verify that deliverables are of acceptable quality and that they are complete and correct. Ardurra quality control activities include deliverable peer reviews and the plan check process. Quality control is the check or analysis that determines the acceptability of the project deliverables. Tasks related to quality control will include documented reviews of reports, drawings, specifications and opinions of cost, independent review of calculations, etc. Quality control reviews will occur with each submittal. We have the added benefit of providing constructability review by our in-house construction management group as a standard practice. Their review comes from the contractor's perspective and synchronizes the construction documents to eliminate potential change orders. Understand the Project c Quality Management Process Celli 1, of City of Fullerton 1 RFQ #4391 05-18-2023 On -Call Engineering: Staff Augmentation Services 20 /; ARDURRA GENERAL APPROACH TO ON -CALL INSPECTION SERVICES Inspection services will include, but are not limited to, the tasks listed below and will be performed daily. ■ Review and familiarize contract documents. ■ Participate in pre -construction meetings, other meetings, and conferences, as required. ■ Be present at all times, including weekends (if necessary), when construction is in progress. ■ Review and in conjunction with the City's project manager, enforce the contractor's proposed construction schedule. ■ Monitor and document the contractor's compliance with plans, specifications, and referenced standards. ■ Assist in the review of"submittals"required by the specifications. ■ Assist with coordination between City's project manager, contractor, and any other entities that may be involved. ■ Review contractor performance and expedite corrective measures for discrepancies as they occur. ■ Coordinate surveys and staking, furnishing grades as necessary to the contractor, and check all structure -related surveys. ■ Coordinate and provide assistance and direction to technicians performing material tests. Measure the work -in -place to verify quantities. ■ Closely monitor testing results and require contractor to take corrective actions if results are unsatisfactory. ■ Assist with public outreach. Document and respond to public inquiries, monitor, and document compliance with working hours, noise levels, and dust mitigation requirement. ■ Review and make recommendations for the processing of payment requests. ■ Assist with the consideration, negotiation, and processing of change orders. ■ Prepare daily inspection reports (daily activity report, weekly statement of working days) including photographs. ■ Measure and track quantities of satisfactorily completed improvements. ■ Monitor contractor's implementation of approved traffic control measures. Drive routes with active detours and/or lane closures daily to confirm or require correction in compliance with approved traffic control plans, WATCH Manual, Manual on Uniform Traffic Control Devices (MUTCD) and/or Caltrans Traffic Control Manual, as applicable. ■ Review items requiring corrective action with the contractor and the City and develop punch list items and monitor corrections made. ■ Issue field correction notices and respond to RFIs. ■ Prepare redline set of as -built plans. ■ Coordinate inspection activities with other jurisdictions, if applicable. ■ Strictly enforce requirements for health and public safety on the project. ■ Perform inspection for line and grade, earthwork, grading, excavation, backfilling of utility trenches, asphalt paving, concrete form work reinforcement, and other related work. ■ Landscape architect review and approval of materials for all landscape features on the project (plant/tree selection, product submittal and sample reviews, irrigation installation inspection and coverage test, proper installation and plantings and maintenance). ■ Maintain a redline set of as -built (record) information. ■ Prepare project punch list at substantial completion and follow-up. Traffic Management Coordination Ardurra will oversee proper implementation of the traffic control plans by the contractor and require corrections and diligent maintenance when required. Ardurra will coordinate review of any traffic control plans required to address special situations and monitor the contractor's compliance with the Traffic Handling Plans, the MUTCD, or as otherwise provided for in the specifications and in accordance with Section 16.16 of the LAPM. Apparent conflicts with adjacent or nearby projects will be addressed and coordinated. The contractor will be required to clearly correlate traffic control phasing in the CPM schedule work breakdown structure. Traffic control will be a standard discussion and coordination item at weekly progress meetings. City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 21 /�,- ARDURRA Daily Construction Observation Reports Ardurra and/or the deputy/specialty soils and materials inspectors will compile daily observation reports documenting the contractor's workforce, material and equipment used, a summary of construction activities, field problems, disputes or claims, resolutions of issues, and directions given to the contractor. Completed daily reports will be transmitted to the City on a weekly basis. Photographs Ardurra CM and inspection staff prepare and maintain an electronic photo journal documenting the construction progress. Photos shall be taken before construction begins, during construction, and upon completion of the project. Weekly Statement of Working Days The Ardurra construction manager will prepare a weekly statement of working days (WSWD), in conformance with documenting the construction progress, time of completion, delays and time extensions, and submit to the contractor and the City on a weekly basis. The WSWD is typically discussed and agreed upon at each progress meeting and transmitted as an attachment to the minutes. Pre -Final Inspection The construction manager and inspector will coordinate with appropriate project stakeholders, perform the final job walk, and prepare the punch list (deficiency list). Ardurra will coordinate, expedite, and observe completion of required corrections. BIVIOUCOL BY tan �g..cn RE VIEWEP By Rf;S9 ANT ENC,NCER 9, DAILY CONSTRUCTION REPORT r.R1113+cw 20,JLEIAFG%AFMABASiATKN.:120 REPORT MO. an Thur.* Mb. 14. Z40 Iq, Fl.;io Ini«1 Pop. NW 44 ▪ ^* n ARDURRA Example Daily Report with Photos Final Inspection Satisfactory completion of all punch list items is verified before Ardurra recommends processing of the Notice of Completion. Ardurra is noted for attention to detail. Not only have we excelled at closing out our own projects, but we have been requested to and successfully dosed out problem city projects in which our services were not initially utilized. Upon completion of the punch list and final sign off by all project stakeholders, Ardurra will make recommendation to the City regarding the contractor's final progress payment request and prepare the final progress payment report for submission to the City. 2) ARDURRA'S STRENGTHS Our capabilities are well -recognized by our clients as they continue to engage us for a high level of repeat work. Some of the strengths we offer include: • Expert in-house resources, including staff who offer the unique perspective of being former public works directors, city engineers, etc., and are continuing to improve the efficiency and effectiveness of the municipal engineering process. • For more than 20 years we have maintained an office in Newport Beach, serving municipalities throughout Orange County, Los Angeles County, Riverside County, San Bernardino County, and San Diego County, which has strengthened relationships with local stakeholders and enhanced our knowledge of local city infrastructure and the potential impacts due to proposed development. • Our approach is flexible and adaptive to each task, and we can also commit to using personnel from other offices throughout the company and bringing on additional staff. Ardurra is the best -fit firm for this contract, capable of scaling up or down as needed with a focus on our unmatched responsiveness. • Working with municipalities is what we do, day in and day out, so we know local codes, regulations, community needs and sensitivities. • Our team members have a heart for client service, and they merge seamlessly as an extension of our clients' staff. City of Fuilerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 22 /�� ARDURRA 3) BENEFITS TO THE CITY • Strong leadership enables smoothly run projects. Ardurra offers a comprehensive team of local professionals covering the wide range of resources needed to augment the City's Engineering Division with experts in their respective fields. With our team, you get industry leaders looking for cost-effective and time -sensitive solutions to your toughest challenges. • The capacity to provide the right staff at the right time. Client service is a core value for us, and we understand the importance of responsiveness. We have a deep bench of in-house engineers, hydraulic modelers, environmental compliance specialists, construction managers, and inspectors. With more than 120 professionals in Southern California, we have the depth of resources and expertise to respond quickly to your needs. Being listed among Zweig's preferred employer's list for the last 5 years means we have been growing consistently, and we are adding amazing people every week. This gives you direct access to more help, more unique solutions, and a small army of professionals. • Seasoned Inspectors. Ardurra has a comprehensive bench of inspectors who bring experience in all aspects of public works inspection. Our inspection team averages 25 years of experience. Our inspectors are competent, knowledgeable and will conform to California Building Standards Code/Title 24, City of Fullerton codes and ordinances, federal grant requirements, State of California Local Assistance Procedures Manual, Greenbook, APWA standards, and, where appropriate, LEED, DSA, and OSHPD standards. • Experience that delivers quality. Ardurra offers an experienced team that is responsive, flexible, helpful, financially responsible, and quality conscious. Ardurra has a record of quality performance within schedule and budget. Our high rate of response to agency on -call task orders, our low to no number of construction phase change orders, and the positive responses and repeat business we get from our clients is the benchmark we strive to maintain and hold as evidence of our successful performance. • Your "one -stop shop!" Our team has provided numerous services under as -needed contracts, so we know how to develop a comprehensive team for all your engineering needs. All of this experience has taught our team effective resource management, scheduling, trusted subconsultant partnerships, and a process that works. Ardurra provides several layers of quality control, assuring that all project needs are met. City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 23 /y`/ ARDURRA KEY CONTACTS ' Lisa ''= Contractual Penna, PE Contact Vice President, Regional Director 3737 Birch Street, Suite 250 Newport Beach, CA 92660 Telephone: 949.922.2800 Email: 1penna@ardurra.com I Mark Lewis, PE, TE Proposal Contact Project Director, Municipal Services 3737 Birch Street, Suite 250 Newport Beach, CA 92660 Telephone: 949.677.0391 Email: mlewis@ardurra.com A COMPREHENSIVE TEAM COMMITTED TO YOUR SUCCESS The Ardurra team is comprised of highly competent and experienced professionals who have numerous years of experience and an excellent history of success delivering various CIP projects —from preliminary planning to construction to post -construction and startup. Our team is comprised of highly competent and experienced licensed/certified and seasoned public works engineers and inspectors that bring extensive experience in public facilities construction and a keen understanding of the extensive public relations efforts including the requirements for federally funded projects. The Ardurra team is available and ready to start working immediately on any task defined by the City. Our team members have a track record of delivering projects on schedule. If an accelerated project delivery schedule is required, Ardurra has the depth to add more staff to get the work done. Our project managers are adept at allocating the right resources with the best mix of availability and expertise for the task assigned, and they can draw from our deep bench of experienced professionals to serve a large number of concurrent projects as needed. Our staff members are well -trained in problem solving. We process all issues with a sense of urgency and present our clients with suggested alternatives, cost and schedule affects, and recommended solutions that best suit the interests of the project and the City. Ardurra's effective and expeditious communication with all parties has enabled our team to identify conflicts, environmental concerns, construction problems, and coordination issues early, thus minimizing delays and reducing cost. TEAM ORGANIZATION We understand the key issue for providing effective services is to be highly responsive and have the depth of resources locally available to fulfill your project needs. You will see this deep bench of local resources that we offer, as well as the proposed lines of communication, on the organization chart illustrated on the following page. In the organization chart we have highlighted the task leaders with an asterisk. For the purposes of this proposal, these task leaders will be referred to as "key personnel." Our contract manager Mark Lewis, PE, TE, is prepared to respond to a variety of requests from the City to execute each task order to meet your diverse needs. Once a task order is received, Mark will review/develop the scope with the task leaders and provide the City with resumes of available staff with the best mix of experience and expertise for the task assigned. City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 24 ARDURRA STAFF AUGMENTATION PRINCIPAL -IN -CHARGE Lisa M. Penna, PE, F.ASCE, QSD CITY OF FULLERTON CALIFORNIA PUBLIC WORKS PRACTICE DIRECTOR Dino D'Emilia, PE, F.ASCE, QSD ENGINEERING/MUNICIPAL SERVICES GROUP LEADER Anissa Voyiatzes, PE, QSD, ENV SP * MUNICIPAL SERVICES PROJECT DIRECTOR Mark Lewis, PE, TE * ENGINEERING/MUNICIPAL SERVICES PROJECT ENGINEERS Kenneth Rosenfield, PE, QSD/P * Jose Hernandez, PE, QSD/P * Lisette Bice, PE, QSD, ENV SP * Andrea Mosqueda, PE, ENV SP * Eli Farah, PE Miguel Hurtado, PE' Teresa Kelley, PE Bob Merrell, PE Adilia Miller, PE Katy Lin Stephen Badum, PE Brad Fowler, PE Jim Garvin, PIS Dennis Jue, PETE Bradley Waldrop, PE GIS SUPPORT Leah Russell Bucknam Infrastructure Group, Inc. PEER REVIEW/PLAN CHECK/ CONSTRUCTABILITY REVIEW Jose Hernandez, PE, QSD/P * Miguel Hurtado, PE * Teresa Kelley, PE Dolores Salgado, PE Adilia Miller, PE Bob Merrell, PE John Wolitarsky, CCM WQMP/SWPPP/NPDES Jose Hernandez, PE, QSD/P * Andrea Mosqueda, PE, ENV SP * 1 PROJECT & CONSTRUCTION MANAGEMENT GROUP LEADER Omar Alameddine, EIT INSPECTION SERVICES MANAGER Gafur Oyewo CONSTRUCTION INSPECTION SERVICES INSPECTORS Manuel Briones * Brian Briones * Arash Rostamian, PE, QSP, CPU Joe Stoakley, PE, QSD Keith Forbes, QSP Chip Vanderbeek, QSP Douglas Davidson John Dela Cruz, QSP Brian Dong Miguel Alvarez, PE Eric Egurrola Naomi Johnson Eric Nunez Matt Reagan, QSP Dennis Rodriguez Don Wren, Jr. DEPUTY INSPECTION Advanced Service Industries, Inc. *Key personnel ADDITIONAL IN-HOUSE SERVICES COMMUNITY RELATIONS Gabriela Dow CONSTRUCTION MANAGEMENT Omar Alameddine, EIT ELECTRICAL ENGINEERING Agata Ristow, PE ENVIRONMENTAL/PLANNING Lori Trottier, AICP CEP HYDRAULIC MODELING Shyamala Raveendran,PE LABOR COMPLIANCE Nancy Cambra MUNICIPAL CONSULTING Mark Lewis, PE, TE * PROJECT/DOCUMENTS CONTROL Dustin Blackwell SCADA Chuck Reuck STRUCTURAL ENGINEERING Bradley Waldrop, PE TRANSPORTATION/TRAFFIC ENGINEERING Bradley Waldrop, PE Dennis Jue, PE, TE WATER/WASTEWATER ENGINEERING Rob Weber, PE City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 25 /\\/ ARDURRA Proposes, Staling ar!ci i ri IIIZdi un ARDURR A CALIFORNIA ORGANIZATION Eng m*np DMures Salgado PE ens(Masa, PE 09, Oro, Leaner, ca, PEE, DIEM ff Mc tulles ESense, aid Kennedy. PE Do'e,885'0gaaa PE Probst Manager Patrick Mulvey, PE Proleet Enainee Ksd'yn LeocT PE Lash Rusmai u5� NMB nn3 P Chnrtat Ml Stmt. M:Atee vel Vo Wlta Wain Bran Blanca Dt eGuaman Manny Sward Mee. Balamo California Water Rot Water, PE Pr„m,. Deeaor Props; Management CeJOT9 0Leader ',oar,' Manager Dianday.PINE Brat Nguyen, PE. P8S Santa Lemurs PE *carom Engineer Pack Revak Program Mond Admmlemta Rahn Backs Der Pavan LAP, CannallanCra Peter CeeJ aw50 Nary a _ere Jan Kamnnyer Lm Harty Joe AMMO Or= jail Leal Brandin GVAes ------"' retry Swager Dario Nguyen Lvalawisabbilargair Haas Reoe Soap BS00000 Gary Ruslt OWN gowns, en ma een Man Ead JceMw8051 Ha mEE C 51, USDA. EBvp * om0, Sinclair. Peet Comau ion Menem , ; Poky 800010 Lucas Findlay; PE 050) Lager PlanMno Mam*z ' @epldea8Enlineet Sascamaa9awend,n. PE 10. Kl;mus00, .Mae Tisdale. 050 S1GreWclei Dasm„ Danny Raha n me Service; Menet r Juan Cesena Once Read, Grand Clavier lay Jordan Field Crew Dan Benda ,men Waal Joe MCMenm ranel Kekman :LiJosh Cantrell Jelio Enna Boger mp ese Nunez Daniel Gutierrez II CMAdmni.M U _, S0,, 0.00)851' Nancy Cambre Canter . :loaner, PE ReBNnal Oeerarmns Director 5uppat8ervkea Non Human PE sans. l eddy Vagrant -ern: t Lai T er CCP Prairie Erwinrem 'Mika!tang, PE Tran.meallooMStavey B; y td¢p oE- Jdlliam Nlrl, mi. Haan Cole rl 18 Nan Pru a PE Jacob Haat rvey, Pc M�Freshenn 551055 Rabe8s California Public Works ;Vaasa VoymNas. PE Leader mann Sion,P ode Bu86y, PE, PL5 EA Farah, PE Miguel HuraW, PE 13W Vend. PE Mae WI,, PE Mwee Mnsweda. PE Katy ❑5 5lepcen Nadine PE Brad Fouler, PE ant Gann PLS ❑ lire. PE. 1E Teresa Kelley, PE Math lams PE, tE amen %storied. PE, 0508.'. Pregram ManagamentTMIS tOrd.- lancer Pn.MKi.M M.n-m tah ri C. G e:a PE a PE. 0150 eonn 00)81 Wutarsky CCM ,trace Restamrar, PE Ported Controls Officer Dustin Bioetwe0 at ELcww0 Manta N Dee Ten amen BrommCaitre OIIt a C,o,8„oori Donna Spam Mercedes Salmon mole m1 Mam0e[ 'u Iur Oytwa 1uxro Mann droners Manny Bowes JohnCattes Dwglea Do ioad, John Dela CAM, OS? Baal Dory Enc'cgunaa Kan Emcee.OSP Dakota Weans Edc Nonea NaehewReagan, OSE donne Rodnguez NaIIRauman PE Joe 5 oakle8 PE, 050 Calm Vandarbeek, 05P Don Men, Jr Canmurt45 Re awnrr Palk Outreacit Ptla raMet Grave Leader Oa Radmnaufis Lawrence WC.0081 Susan DUBen Lauren Clsow v'MneeM _ Salem _Iaa Pan, =E F'rfB_E DEC Rev ral S3;oh C:rn_' Marketing Mom .Win 9,a,cr Client Seneca Managers eMede Mediating Mires• Medina ',mote Wad Carman Kamer, I , P sH Wm., s. PE gamer Mammon <PR nnlar Jose Hemandea. Pc 00010 • are CimYaAnJ Dine DEmik PE ;ASCE.05P. ; j Oiner0ame0Nne,09 manew800500 • Qua, cane,: PE . — - - RradleyWakmP,PE. NW Weber, PE Navess8008,Sava, PE Ana Gnome PE, ❑ISM Ryan Hags, PE Amy Czanowsb, PE. CCM Susie amnen. Pe 00018 Reefs Cde COMPREHENSIVE RESOURCES IN CALIFORNIA leaders in water resources and public works engineering, program management, construction management, inspection, resident engineering, project/documents control, community relations/public outreach, aquatics systems, environmental, master planning, transportation, and survey With our vast pool of resources (as evidenced in the California organization chart illustrated above), we are committed to providing appropriate staffing for each task order. Moreover, we can bring on additional staff from other offices throughout the company to meet critical deadlines and deliver our services on an accelerated schedule. We are there when you need us! Ardurra's wide range of in-house capabilities enables us to provide the right staff at the right time. Key personnel will be available to the extent proposed for the duration of the project and they shall not be removed or replaced without the prior notification to the City. Below is a brief overview of our team leadership, followed by abbreviated resumes of our key personnel. TEAM LEADERSHIP Lisa M. Penna, PE, F.ASCE, QSD 1 Principal-in-Charge/Contract Manager Lisa Penna is Vice President and Regional Director for Ardurra. She is authorized to bind the firm and will have contractual responsibility with the City. Lisa brings broad experience in public works engineering, project, and construction management. She has served in key technical and management roles in projects involving potable water systems, flood control, transportation, wastewater and environmental. Her experience includes planning, design, inspection, construction, and the development of short- and long-term capital improvement programs. Lisa served as deputy city engineer for the City of Seal Beach between 1993 and 1995, assistant city engineer for the City of Laguna Beach from 1998 to 2000, as deputy city engineer for the City of Dana Point from 2000 to 2002 and as CIP program manager for Laguna Beach from 2009 to 2013, helping the City deliver more than $10 million in capital projects. P144 Dino D'Emilia, PE, F.ASCE, QSD 1 Practice Director Ardurra's California Public Works Practice Director, Dino P. D'Emilia, PE, F.ASCE, QSD, has delivered public works infrastructure projects valued at more than $1 billion for public agency clients. His abilities as a project and construction manager (CM) are highlighted with the City of Long Beach's $103.1M Belmont Pool Rebuild and Revitalization, and the City of Torrance's $21 M Transit Center Project and $15M Del Amo Boulevard Extension. He has played critical roles on infrastructure projects to build, renew and upgrade freeways, city streets, transit centers, pedestrian paths, light rail, water mains, sewers, storm drains, greenbelts, soccer fields, and recreation centers. City of Fullerton I RFQ #4391 l 05-18-2023 On -Call Engineering: Staff Augmentation Services 26 / , ARDURRA Mark Lewis, PE, TE I On -Call Project Director/Proposal Contact Ardurra's Municipal Services Project Director, Mark Lewis, PE, TE, has been with the company for three years after having retired from the City of Fountain Valley after a 34 -year career, the last 20 of which he served as Director of Public Works/ City Engineer. Mark has provided similar services to other cities in Orange County since joining Ardurra. During his tenure in Fountain Valley, Mark directed and led a full -service Public Works team that included engineering and administrative staff as well as full -service maintenance operation including water, sewer, storm drain, parks, trees, streets, traffic, fleet, and government buildings. During his tenure, Mark adapted the organizational structure to strike a balance between in-house and contract staffing to ensure high quality services delivered to the community while being fiscally responsible. We look forward to having Mark provide the City with similar support services. Mark has provided numerous services during his career, including developing and reorganizing engineering and public works departments, establishing operating procedures for departments, budgeting, securing grant funding, managing the implementation of an extensive number of CIP projects, mentoring staff, and managing all departmental functions. Mark also directed and oversaw the development and delivery of safe, sustainable, and reliable water supply for residents and businesses in Fountain Valley. He has successfully implemented more than 130 CIP projects valued at more than $145 million. Projects have included the widening of major arterial highway intersections, the widening of a freeway overcrossings, rehabilitation and maintenance of public streets, development and rehabilitation of potable water supply projects, establishment of an aggressive sewer maintenance and capital improvement program, refurbishment of local parks, landscaping and sports courts, and modernization of the existing Recreation Center, Senior Center, City Hall, Field Services Headquarters, and Fire Station. Projects also included multiple federally funded projects, development of a 78 -acre recreation center and sports complex, implementation of multiple traffic signal synchronization and upgrade projects, and multiple storm drain/water quality projects. While at Ardurra, Mark has been a valuable municipal services client manager providing insight and guidance to a number of cities and water districts where he has provided onsite program and project management; staff assistance; organizational review; mentoring; capital project development; preparation of capital project bid packages; guidance on water and wastewater collection systems and design strategies to maximize cost efficiency and minimize ongoing maintenance; creative project funding strategies; review and strategy for development of municipal buildings; preparation of multi -year CIPs; landscape concept strategies; and preparation of traffic control, striping, and detour plans. He brings a perspective from a public agency professional, which has led to improved solutions, cost-effectiveness, and more robust protections against change orders and claims. Anissa Voyiatzes, PE, QSD, ENV SP 1 Principal -in -Charge, General Civil/Streets/Lighting/SW/Sewer Anissa Voyiatzes, PE, QSD, ENV SP, has 28 years of experience in civil engineering planning, design, and program and project management for transportation and public works facilities. These projects have included bikeway, roadway widening, rehabilitation, ADA compliance evaluation and improvements, complete streets and streetscape projects, utility engineering, site grading, traffic engineering, flood control facilities, drainage systems, sewer and water systems, parking lots, and retaining walls. Anissa specializes in public works engineering projects that incorporate sustainable design practices. Anissa's project management approach, which has been key to her success, involves focusing on the needs of her clients while staying flexible and adaptable through the life of the project. Having spent many years leading multidisciplined design teams delivering public works projects from on -call contracts throughout Southern California, Anissa is intimately familiar with challenges that cities face. Anissa's project management approach, which has been key to her success, involves focusing on the needs of her clients while staying flexible and adaptable throughout the life of the project. Kenneth Rosenfield, PE, QSD/P 1 Senior Project Manager Ken Rosenfield, PE, brings more than 40 years of experience in the fields of public works management, project management, construction management, and municipal engineering services. Along with an impressive public works employment history, Ken has been an active volunteer and held many leadership positions in support of the profession. Ken retired in 2022 from the City of Laguna Hills after completing a 27 -year career with the City. During his tenure, he directly managed 130 projects that involved project management, construction management, and compliance with federal regulations for federally funded projects. City of Fullerton I RFQ #4391 105-18-2023 On -Call Engineering: Staff Augmentation Services 27 /\\\ • ARDURRA Proposed Staffing and Organization .11 The total value of these projects was over $145 million at their time of construction. Management of projects included meeting all requirements of federally funded, state -funded, local sales tax -funded, and locally funded obligations. As the City's first Public Services Director/City Engineer, his work included public works management; land development design review, plan check, engineering planning, and design; capital projects planning, grant applications, operating and capital budgeting, design and implementation; maintenance of all public properties; permitting; construction administration, inspection, and resident engineer; park and landscape maintenance; traffic signal management and maintenance; subdivision and environmental processing; consultant procurement and management; and hundreds of public presentations. Ken has served as a Governor for the ASCE Region 9 and is currently the ASCE Director for the State of California (Region 9). In this role, he is responsible for 16,000 members and, for a three-year term, is the Chair of the Board of Governors. Kenneth sits on the 18 -member Board of Direction of ASCE based in Reston, Virginia. ASCE, an international organization, is the oldest United States -based professional civil engineering organization, a 501c3 non-profit, with a $46 million annual budget. Jose Hernandez, PE, QSD/P I Senior Project Manager With 24 years of experience, Jose Hernandez, PE, QSD, has managed the design of numerous projects involving street rehabilitation, ADA improvements, concrete flatwork improvements, restriping, installing road signs, and designing for impacts to utilities. He is responsible for overseeing projects of varying size and complexity through design, permitting, and construction. He is well -versed in design standards, techniques, analytical methods, bid specifications, and cost estimating. Jose's accomplished projects have won ASCE Project of the Year for Airports and Ports and for Urban and Land Development. Omar Alameddine 1 Project & Construction Management Group Leader Omar Alameddine is the Project and Construction Management Services Group Leader for Ardurra and brings an extensive background in construction management and inspection on public works and Caltrans projects. Clients appreciate 0mar's penchant for precision and thorough documentation. He has 16 years of experience in Southern California. He has managed CM and inspection teams working on city water projects and has delivered projects to renew city streets and freeways, applying his knowledge of Caltrans and Greenbook standards. He has also managed and inspected construction of recreational facilities such as soccer fields, public parks and a dog park, public facilities, sewer, and drainage improvements. Omar has managed numerous on -call contracts such as for the Cities of Anaheim, Cypress, Duarte, Burbank, and Lake Forest and Counties of Los Angeles and San Diego, to name a few. Gafur Oyewo 1 Inspection Services Manager/Senior Construction Manager Gafur brings 13 years of project and construction management experience, with proficiency in large-scale public works project administrative/management processes such as critical path management, project scope management, payment/requisition processing, and safety management. He has extensive knowledge in commercial and residential property rehabilitation and restoration as well as floating and fixed marine asset dry-docking and repair. His experience spans projects involving a diverse range of installations, which include landscaping, roofing, asbestos abatement, masonry, steel structure erection, concrete, electrical, plumbing, and interior renovation. His experience also entails inspection services on road improvement projects, utility infrastructure, transit centers, and guardrail replacements. He currently serves as Ardurra's Inspection Services Manager coordinating our pool of inspectors. RESUMES Attached are abbreviated resumes of our key personnel. Resumes contain required information such as education, credentials, current position, role on this contract, office location, and years with Ardurra. We would be happy to provide more detailed resumes or resumes for additional team members. City of Fullerton I RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 28 /\ ARDURRA ARDURRA Mark Lewis, PE, TE Proposal Contact, Municipal Services Project Director Position: Municipal Services Project Director Role on Contract: Proposal Contact, Municipal Services Project Dir. Office Location: Newport Beach, CA Years of Experience (total/with firm): 37/3 Mark Lewis, PE, TE, a proven leader with 37 years of engineering experience, began his ambitious career with the City of Fountain Valley including 13 years as director of public works/city engineer. Mark has extensive familiarity, knowledge, and progressive management expertise in strategic planning, operational efficiency, financial planning, and human resources management. He applies an innovative approach in these key areas in addition to communication, funding procurement, asset management, CIP program development and implementation, project management, and intergovernmental relations to deliver cost -saving solutions to all his projects. Mark's additional and notable accomplishments include chairing OCTA's Technical Advisory Committee (TAC) and Technical Steering Committee (TSC) on four separate occasions. He participated in drafting language for OCTA Measure M2 and met with government and business leaders throughout its development and ultimate passage. Mark has also been the chair of the Laguna Beach Water Commission, president of the OC City Engineers Association and president of OC Traffic Engineering Council. Mark is a leading mind in regional arenas of transportation, water works and civil services throughout Orange County. RELEVANT EXPERIENCE Project Management CIP, City of Brea. Project manager responsible for project management for multiple CIP Projects including sewer line replacements, lift station replacement, sewer line diversion analysis, waterline replacement/upgrade, and roadway rehabilitation. Additional services provided to the City include providing plan check services (including traffic control) for the review of engineering plans. Plan Check/Review (including Traffic Control) and Development Coordination Services, City of Brea. Project manager responsible for providing plan check services, including traffic control, for the review of engineering plans and reports and development planning documents for developer -funded projects including EIR drainage and water quality studies and write-ups; grading, tentative maps, storm drains, site development plans, streets, H&H analyses, utilities, and WQMP reports. Projects to date include plan check review for Raising Canes Restaurant, Brea Plaza Mixed Use, Randolph Avenue, Brea Mall Extension, and Pacific Highland. Responsibilities include reviewing stage construction and worksite traffic control plans providing support to the Traffic Division. Education: BS/1986/Civil Engineering/CSU Long Beach Registrations: 1992/PE/Civil/CA #C49335; 1992/TE/Traffic/CA # TR1637; 2001/PE/Traffic Operations Engineer/CA # 661 Project Management/Constructability Review, City of Seal Beach. Project manager responsible for providing constructability review and project management for a water and a sewer line replacement project as well as an upgrade to a sewer lift station. Project Management, Funding, and Traffic Engineering Support, City of Lake Forest. Project manager providing project management of 13 CIP projects with four separate design consultants, coordinating with multiple agencies and funding sources. Providing design solution and constructability approach recommendations that are being implemented to meet funding and delivery deadlines. Also providing review and update of developer funding matrix and suggestions for how to best manage multiple funding sources. Additional municipal engineering assistance with traffic operations, traffic engineering and transportation management for capital improvement projects, including developing traffic engineering policies, traffic commission agenda reports, reviewing development projects as they relate to traffic impacts, school traffic programs, daily traffic engineering questions/concerns. City Engineering Support, City of Laguna Hills. Project manager responsible for providing assistance with development and permit review, capital project management, staff augmentation, policies, and procedures updates, staffing services for City Traffic Commission, and other general city engineering support services. Project Management/Oversight Assistance, New HQ Building, East Orange County Water District, Orange. Project manager responsible for determining project delivery alternatives to provide project management and oversight assistance to the EOCWD for construction of a new 6,000 sf EOCWD Headquarters building including site work. Assistance provided includes design considerations, delivery method options, entitlement considerations, budgetary considerations, alternative energy solutions, and architectural compatibility with District history, City planning, and neighborhood aesthetics for style, mass, and scale. Director of Public Works/City Engineer, City of Fountain Valley. Prior to joining Ardurra, Mark served as public works director/city engineer, responsible for overseeing an annual $7M general operating budget, an $11 -million water utility operating budget and a capital improvement budget that ranged from $10 to $20 million annually. City of Fullerton I RFQ #4391 105-18-2023 On -Call Engineering: Staff Augmentation Services 29 /��; ARDURRA ARDURRA Anissa Voyiatzes, PE, QSD, ENV SP Engineering/Municipal Services Group Leader 1111 Position: Engineering and Municipal Services Group Leader Role on Contract: Engineering/Municipal Services Group Leader Office Location: El Segundo, CA Years of Experience (total/with firm): 28/4 Anissa Voyiatzes, PE, QSD, ENV SP, brings 28 years of experience in civil engineering planning, design, program and project management for transportation and public works facilities. These projects have included complete streets and streetscape projects, bikeway, roadway widening, rehabilitation, ADA compliance evaluation and improvements, utility engineering, site grading, traffic engineering, flood control facilities, drainage systems, sewer, and water systems, parking lots and retaining walls. She specializes in public works engineering that incorporates sustainable design practices. RELEVANT EXPERIENCE Market Street Pedestrian and Streetscape Enhancements Project, (LA River to Cherry Avenue), City of Long Beach. Quality control manager and group leader for the design of the roadway and for a pedestrian and streetscape enhancement project on Market Street between the LA River and Cherry Avenue, an approximate 1.9 -mile stretch of the corridor. The project consists of complete street improvements including Class II/IV bike lanes and other new bike/pedestrian facilities, bulbouts, wayfinding signage, sidewalk widening, crosswalk and transit stop enhancements, construction/reconstruction of curb ramps for ADA compliance, repairing sidewalks, curbs and gutters, reconstructing/ resurfacing roadway pavement, pedestrian lighting, traffic signal instal lation/upgrades, flashing beacons, landscaping and street trees, removing/relocating obstructions and utilities, and miscellaneous sustainable design features for improved mobility and safety. ADA Ramp Program, City of Long Beach. Senior program manager for the overall management and design of the curb ramps for the City's ramp program. To date, her team has designed approximately 185 ramps throughout the city of Long Beach. Long Beach Pedestrian Accessibility Improvements Design, City of Long Beach. Senior project manager responsible for evaluation and design of curb ramps to support the Citywide Curb Ramp Program. Previously managed the development of the City's Self Evaluation/ Transition plans and is continuing that work with the citywide implementation for the placement and upgrade of all curb ramps at approximately 22,000 locations. The project includes ramp evaluation for ADA compliance, schematic and final design, and cost estimating. Education: BS/1993/Civil Engineering/CSU Chico Registrations: 1997/PE/Civil/CA #57710 Certifications: Envision Sustainability Professional/Institute for Sustainable Infrastructure; Qualified SWPPP Developer 2019 Cycle 1 Residential Street Improvements City of Manhattan Beach. Senior project manager responsible for overseeing the design and management for 5 miles of street improvements at various locations around the city. Design work included pavement rehabilitation, curb and gutter construction, sidewalk construction, and driveway construction, as well as reconstruction of 61 curb ramps. Plaza Del Amo at Western Mobility Enhancement, T-177, City of Torrance. Senior project manager for preparation of construction documents for the roadway widening of Plaza Del Amo from 223rd Street to Western Avenue to improve circulation and safety. Improvements include widening of the roadway on the north side, addressing roadway and stormwater deficiencies, restriping, curb and sidewalk and ADA-compliant ramp upgrades. Processed Caltrans Encroachment Permit for modifications and improvements at Western. Pacific Coast Highway (PCH) Traffic Congestion Relief Project, Dana Point.* Senior project manager for the pedestrian bridge and widening of PCH from the San Juan Creek Bridge to Crystal Lantern. This multi -award -winning project involved preparing environmental documentation; widening the roadway to six lanes; coordinating with Caltrans and obtaining an encroachment permit; designing offsite improvements, including a pedestrian bridge over PCH, bus stop relocations, and new bus stop turnouts, and improvements to the maintenance yard for Doheny Park State Beach; designing drainage structures; and preparing a Storm Water Management Plan. Rosecrans Avenue Arterial Improvement Project, City of Gardena.* Project manager for this $4 -million, Measure R funded project. The project consisted of work across the entire width of the right-of-way along the two-mile length of this major arterial crossing the City of Gardena. Project work included removal of the center turn lane pavement, installation of raised medians, stamped colored concrete, landscaping, irrigation, driveways, sidewalks, curb ramps, traffic signal improvements, mill and overlay asphalt concrete pavement and signage and striping. The work required close coordination with the owners of multiple fuel pipelines and other underground facilities within the project boundaries and with adjacent business and residential property owners and tenants. *Work performed prior to joining Ardurra City of Fullerton 1 RFQ #4391 105-18-2023 On -Call Engineering: Staff Augmentation Services 30 /�; ARDURRA ARDURRA Kenneth Rosenfield, PE, QSP/D Engineering/Municipal Services Position: Project Director Role on Contract: Project Engineer Office Location: Newport Beach, CA Years of Experience (total/with firm): 45/1 Ken Rosenfield, PE, brings more than 40 years of experience in public works management, project management, construction management, and municipal engineering services. Along with an impressive public works employment history, Ken has been an active volunteer and has held many leadership positions supporting the profession. Ken retired in 2022 from the City of Laguna Hills after completing a 27 -year career with the City. During his tenure, he directly managed 130 projects that involved project management, construction management, and compliance with federal regulations for federally funded projects. The total value of these projects was over $145 million at their time of construction. Management of projects included meeting all requirements of federally funded, state -funded, local sales tax -funded, and locally funded obligations. As the City's first Public Services Director/City Engineer, his work included public works management; engineering planning and design; capital projects planning, grant applications, operating and capital budgeting, design and implementation; maintenance of all public properties; permitting; construction administration, inspection, and resident engineer; park and landscape maintenance; traffic signal management and maintenance; land development design review, plan check, subdivision, and environmental processing; consultant procurement and management; and hundreds of public presentations. Ken has served as a Governor for the ASCE Region 9 and is currently the ASCE Director for the State of California. In this role, he is responsible for 18,000 members and, for a three-year term, is the Chair of the Board of Governors. Ken sits on the 18 -member Board of Direction of ASCE based in Reston, Virginia. ASCE, an international organization, is the oldest United States -based professional civil engineering organization, a 501c3 non-profit, with a $46 million annual budget. RELEVANT EXPERIENCE Project Director, Ardurra. Since joining Ardurra, he has been an integral part of the municipal services team. He has assisted public agencies by providing project management services to fulfill the implementation of their Capital Improvement Programs. Assisted an Orange County agency to meet federal contract requirements for roadway construction by creating and coordinating Caltrans submittals allowing the project to be advertised for bids. For a Los Angeles County Education: MBA/1989/University of California, Riverside; BS/1978/Civil & Environmental Engineering/UC Irvine Registrations: 1981/PE/Civil/CA #C033496 Certifications: Envision Sustainability Professional; Qualified SWPPP Developer/Practitioner; Disaster Service Worker, CA agency, has undertaken multiple projects, including a constructability evaluation of a major wayfinding sign program to result in the project being made ready to bid, project managing five public building improvement projects, including developing a request for proposal and coordinating the retention of an architectural team to implement the projects and implementing the recently completed re -dedication of the Bruce's Beach Park monument. Director of Public Services/City Engineer, City of Laguna Hills. During his 27 -year career with the City of Laguna Hills, he was in charge of all Public Works Operations, City Engineering, Traffic Engineering, and the Capital Improvement Program. Successfully implemented over 130 capital improvement program projects valued at over $145 million. Projects included widening all major arterial highway intersections, widening Interstate 5 (1-5) at La Paz Road Interchange, rehabilitating and maintaining every public street in the city, and refurbishing every local park. Projects also included multiple federally funded projects, the development of the 19 -acre Community Center and Sports Complex, including the 43,000 SF multi -purpose community building, being an integral team member for the development of the City's 60,000 SF multi -tenant Civic Center (generating positive cash flow for the City), completion of multiple traffic signal synchronization and upgrade projects, and the construction of the City's first sports park, Rapid Falls Park, later renamed Cabot Park. As the City's first director of public services, duties included developing departmental procedures, preparing departmental operating and citywide capital improvement program budgeting, annual reporting to OCTA and compliance with federally funded project reporting; NPDES compliance, flood control, asset management, traffic engineering, project management of all projects as well as construction management of every, except for a handful of, capital improvement program projects, coordination with outside agencies, utility coordination, and grant preparation; successful completion of a total of 62 street related improvement projects, 27 parks improvement projects, 16 streetscape improvement projects, nine flood control projects, 12 public facility improvement projects and four trails/open space projects. City of Fullerton 1 RFQ #4391 105-18-2023 On -Call Engineering: Staff Augmentation Services 31 �; ARDURRA ARDURRA Jose Hernandez, PE, QSD/P Project Engineer, Peer Review/Plan Check, WQMP/SWPPP/NPDES Position: Senior Project Manager Role on Contract: Project Engineer, Peer Review/Plan Check, WQMP/SWPPP/NPDES Office Location: Newport Beach, CA Years of Experience (total/with firm): 24/3 Jose Hernandez, PE, QSD/P, has nearly 25 years of experience overseeing projects of varying size and complexity through design, permitting and construction. Jose has managed the design of projects involving storm drain improvements, street rehabilitation, ADA improvements, concrete flatwork improvements, restriping, and designing for impacts to utilities. He is well -versed with design standards, techniques and analytical methods, bid specifications, and cost estimating. Jose's projects have won ASCE Project of the Year for Airports and Ports and for Urban and Land Development. RELEVANT EXPERIENCE On -Call Civil Engineering Services for Various Public Works Projects, City of La Habra. Project manager and QA/QC manager for providing engineering services on an as -needed basis in support of the City's Engineering Division on a variety of Public Works projects for FY 2017-2021. Projects included residential street rehabilitation; intersection widening; curb, gutter, and sidewalk replacement; storm drain improvements; and waterline upgrades. Prepared construction documents for 3 miles of arterial street rehabs including all PS&E for bidding and construction of the proposed improvements. The intent of this project is to renovate roadway pavement and reconstruct deteriorated concrete improvements. La Habra Boulevard (Valley Home Avenue to Beach Boulevard), Cypress Street (La Habra Blvd. to Whittier Blvd.), and Palm Street (La Habra Blvd. to northerly City limits), City of La Habra. Prepared PS&E for approximately 2 miles of street rehabilitation for these three arterial streets. The roadway rehabilitation treatments varied from R&R damaged sections of asphalt concrete pavement; cold mill and fill with base and surface course AC, to Type II slurry. As -Needed Engineering Design Services for Various OP Projects, City of Brea. Project manager responsible for providing as -needed design and civil engineering services for the City's capital improvement projects that include street improvements, traffic safety enhancements, water improvements, storm drain improvements, sewer improvements, facility improvements, and community facility district improvements. On -Call Civil Engineering — Street Design/Rehabilitation Projects, City of Long Beach. Ardurra staff has prepared PS&E for more than $15 million in improvements since 2009 for projects that encompass roadway, storm drain, parking lot improvements, traffic, Education: MBA/2005/California State University, Long Beach; BS/1998/Civil Engineering/California State University, Pomona Registrations: 2005/PE/Civil/CA #68384 Certifications: California Certified QSD/QSP #024024 111 lighting, and landscape improvements, design of more than 250 ADA-compliant curbs and ramps, and have focused on many of the major roadways within the city. Consistently providing well -designed projects to the City and facilitating smooth construction, some of the projects have included Market Street Pedestrian Improvements, (LA River to Cherry Avenue); Atlantic Avenue Pedestrian Enhancements; Atlantic Avenue/Claiborne Drive Bulbout; Atherton Street and Magnolia Avenue Street Rehab; and Alamitos Avenue Rehab Improvements. Randall Avenue Roadway Improvements, City of Rialto. Design manager for this project that involved developing ADA improvements along a stretch of roadway almost a mile long. The project included sidewalk improvements (including ADA ramps), striping improvements, and traffic signal improvements, as well as coordination with residents and City staff. Pedestrian Accessibility Improvements Design (ADA Ramp Program), City of Long Beach. Project manager/quality control for the design of the curb ramps for the City's ramp program. To date, contributed to the design of approximately 130 ramps throughout the city. Jasmine Storm Drain Low -Flow Diversion Design, Capital Program Management, City of Laguna Beach. Project manager overseeing the design of a low -flow system design, which included diverting urban flows toward a trash collection system and a sewer diversion device. 2022 APWA BEST Award -Winning Project Brea 265 Development, Plan Check Services, City of Brea. Performed plan check review of the 265 -acre multi -use project, consisting of homes, parks, schools, trails, and all the supporting infrastructure. Ardurra has reviewed preliminary planning documents, grading, and drainage documents as well as water and sewer documents for the project. Brea Mall Development Project, Plan Check Services, City of Brea. Performed plan check review of the proposed developments at the existing Brea Mall Site, which is developing existing commercial building areas into residential multifamily residential units. Ardurra reviewed grading, drainage, roadway, and the supporting civil infrastructure. Ascension Cemetery Expansion, Plan Check Services, City of Lake Forest. Performed plan check review services for the proposed expansion of the existing Ascension Cemetery. Plan checks including review of grading, drainage, and roadway plans. City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 32 /�, ARDURRA /„// ARDURRA Lisette Bice, PE, QSD, ENV SP Project Engineer Position: Project Manager Role on Contract: Proposal Contact, Civil Engineering Lead Office Location: El Segundo, CA Years of Experience (total/with firm): 19/4 Lisette Bice, PE, QSD, ENV SP is a dedicated civil engineer highly skilled in all phases of public works engineering projects. Lisette's expertise includes planning and design of streets, right-of-way engineering, pedestrian paths (trails) and cyclist safety improvements, grading, sewer, water, and storm drains, identifying seismic and geometric deficiencies, preparing erosion control plans, SWPPP and permitting. As project manager, Lisette has been responsible for the preparation of PS&E for a wide range of projects including street rehabilitation plans and drainage improvements for numerous cities throughout Southern California. She successfully completes projects within budget and on schedule. Lisette is a forward -thinking professional engineer and extremely capable of identifying public works infrastructure design issues and resourcefully providing environmentally conscious and cost-effective solutions. Lisette is committed to building and maintaining strong client and stakeholder relationships through effective communication skills. RELEVANT EXPERIENCE Staff Augmentation — Project Management and Plan Check Services, City of Long Beach. Project manager on this on -call contract since 2019. Representative projects include: • Studebaker Complete Street Corridor. The $38 million complete street project aims to improve safety and operational efficiency on Studebaker Road by providing six continuous miles of Class IV bikeways, paralleling the I-605 freeway and connecting to new Class IV bike lanes on 2nd Street. Additional improvements include new transit boarding platforms, installations of protected intersections, installation of landscaped medians, pavement rehabilitation, installation of ADA compliant curb ramps, installation of pedestrian/ bicycle lighting, installation of fiber optic infrastructure, traffic signal modifications, transit improvements, high visibility cross walks and wayfinding signage. This is a high visibility project with stakeholders that include Caltrans, City of Seal Beach, Long Beach Water Department, SCE, El Dorado Park, and various schools located along the corridor. • Las Ventanas Grant Improvements. Responsible for the implementation of civil improvements as part of a joint grant venture with AMCAL Las Ventanas. The grant agreement is administered Education: BS/2004/Civil Engineering/CSU Long Beach Registrations: 2014/PE/Civil/CA #83157 Certifications: Qualified SWPPP Developer (QSD); Qualified SWPPP Practitioner (QSP) #83157 by the Affordable Housing and Sustainable Communities Program to fund eligible activities related to Sustainable Transportation Infrastructure (STI) and Transportation Related Activities (TRA). Improvements include bulb outs and installation of street trees. Lisette managed the project and grant funding in collaboration with City staff and design consultant. ■ Delta Bike Boulevard Project. The $3 million project includes Class II and Class III bike lanes and shared lane markings, traffic circles, a roundabout, pavement repairs, a new traffic signal and wayfinding signage from Harbor Avenue from 10th Street to 20th Street, and Delta Avenue from 20th Street to Wardlow Road (approximately a three-mile corridor). The project is funded through ATP grant and local match. Lisette managed the project and grant funding in collaboration with City staff and design consultant. • "8 to 80" Project. The City received ATP funding in excess of $6 million in order to create facilities aimed at improving safety and removing mental barriers to walking/cycling for residents, workers, students, schoolchildren and visitors to the City of Long Beach. The 8-80 project will provide bike boulevards along two corridors located within the City (four miles), as well as a road diet (one mile) with buffered biked lanes. Treatments include traffic circles, roundabouts, new traffic signals, bulbouts, bridge ADA upgrade, signing, striping, pavement repairs and wayfinding signage. The project is currently in concept phase. Lisette is responsible for managing the project and grant funding in collaboration with City staff and design consultant. ■ Plan Check Services for Wireless Telecommunication Facilities and Fiber Optic. Provides ongoing plan check services for the City's newly adopted municipal code for small cell wireless facilities. Lisette works with vendors to interpret the municipal code, prepare plans in accordance with the code, and acts as a liaison to City staff. In addition, Lisette performs plan check for fiber optic applications under the current excavation permit. • Shoreline Way Plan Check Review. Provides plan check review for multiple fitness improvements on Shoreline Way. Work included review of grading plans, water quality plans, structural plans, pavement markings and exercise and fitness equipment. Specifications were reviewed for completeness and constructability. City of Fullerton I RFQ «4391 05-18-2023 On -Call Engineering: Staff Augmentation Services ARDURRA /\\./ ARDURRA Andrea Mosqueda, PE Project Engineer, WQMP/SWPPP/NPDES Position: Engineer IV Role on Contract: Project Engineer, WQMP/SWPPP/NPDES Office Location: Newport Beach, CA Years of Experience (total/with firm): 6/3 Andrea Mosqueda, PE, has six years of experience in civil engineering. Andrea has solid experience participating in design and water resources projects. With a tenacity to learn and apply acquired skills, Andrea seeks to grow into a well-rounded civil engineer and contribute to the betterment of infrastructure in the communities she serves. Andrea is bilingual in English and Spanish and possesses skills in concept development, hydrology, hydraulics, watershed modeling, water quality monitoring, public speaking, and volunteer management. She is proficient in multiple engineering software programs including ArcGIS, AutoCAD Civil 3D, HEC-RAS, WMS, and XPSWMM. RELEVANT EXPERIENCE Engineering Services, Fullerton. Engineer responsible for preparing engineering reports related to civil site improvements, storm drainage, utilities, roadways, bikeways, and sanitary sewer collection systems; preparing project concepts through final PS&E; conducting hydrologic and hydraulic analyses using approved methodologies; solving design problems using engineering calculations and following general design standards; and communicating with municipal agencies and private consultants as necessary. Century Villages at Cabrillo — The Cove, Phase VI, Century Affordable Development, Inc., Long Beach. Senior designer for the preparation of demolition, grading, horizontal control, utility, and roadway plans. Project will replace six single -story buildings with a new five -level building for veterans. Project involved new sewer lines, upgraded storm drain facilities, rerouted gas and water lines, as well as a new street geometry. Plaza Del Amo at Western Mobility Enhancement, T-177, Torrance. Project designer for the street improvements for Plaza Del Amo in the city of Torrance. The project consisted of widening the existing roadway, which involved pavement design, relocation of an existing drainage inlet, and development of a drainage study. Andrea played a major design role in this project. 1-210 Soundwalls, Supplemental Environmental Report and PS&E Phases 11, 111 and IV, City of La Canada Flintridge. Design engineer for the design of three separate soundwalls along the I-210 freeway. The project has included soundwall design along a hillside Education: MS/2022/Civil Engineering, Structural/CSU Long Beach; BS/2017/Civil Engineering/Stanford University Registrations: 2021/PE/Civil/CA #93376 Certifications: Environmental Sustainability Professional #30684 slope. As part of this design, the project has involved significant coordination with the City, Caltrans, and the design team. Jasmine Storm Drain Low -Flow Diversion Design, City of Laguna Beach. Project designer involved in the design of a low -flow system design for the Jasmine Street Storm Drain project. The project design includes diverting urban flows toward a trash collection system and a sewer diversion device. North Hill Complete Streets Project, City of Pasadena. Design engineer for the design of roadway and pedestrian facility improvements along North Hill Avenue at Topeka Street and Elizabeth Street. The project has included roundabouts, bulbouts, ADA ramps, and new signing and striping. As part of this design, the project has involved significant coordination with the City of Pasadena, the local fire department, and the design team. Lower Los Angeles River Channel Restoration and Access Project, Paramount. Design engineer for the Lower Los Angeles River Channel Restoration and Access project, which includes preliminary design for concrete channel enhancements for a 0.6 -mile reach of the Lower Los Angeles River, next to Ralph C. Dills Park in the City of Paramount. The focus of the project includes enhancing the channel for wildlife habitat and connectivity, a new multi -use river trail along the low -flow channel with access from the adjacent Los Angeles River bikeway, and other design elements such as overlooks and connections to nearby Dominguez High School. Los Angeles River Bikeway Project, City of Los Angeles Bureau of Engineering, Los Angeles. Developed plans, from concept to 50% CD, for bikeway drainage system including series of bioretention BMPs treating the 85th percentile water quality flow rate for more than 4.4 acres of impervious surface. Attended site walks, team meetings, and conference calls. Wilmington Urban Greening Plan, Los Angeles Sanitation, Wilmington. Developed several project concepts utilizing findings from comprehensive technical research and analysis. Prepared public outreach materials and presented at stakeholder meetings. Presented the project at the 2018 California Stormwater Quality Association (CASQA) Annual Conference. City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 34 ARDURRA ARDURRA Eli Farah, PE Project Engineer Position: Engineer IV Role on Contract: Project Engineer, Peer Review/Plan Check Office Location: Newport Beach, CA Years of Experience (total/with firm): 10/3 Eli Farah, PE, has 10 years of experience in design and production that includes geometric design and development of major highways, local streets, bicycle, and pedestrian facilities. In addition to providing quality content for PS&E packages with timely delivery and within budget constraints, Eli has worked on a variety of civil engineering projects focusing on the planning and final design of major transportation projects in compliance with local, state, and federal standards and procedures. RELEVANT EXPERIENCE 1-210 Soundwalls, Phase 111, City of La Canada Flintridge. Project engineer responsible for final design of soundwalls and production of drainage, construction details and layout plans for PS&E. This project includes the final design of soundwalls S311, S335 and S336 in addition to shoulder improvements within La Canada Flintridge city limits and within Caltrans right-of-way on I-210. Total length of the proposed soundwalls is approximately 5,371 feet. Randall Avenue Street Improvements, City of Rialto. Design engineer responsible for providing final design and construction plans involving demolition, layout, construction details, signing and striping plans for street improvements that include new sidewalks, curb ramps, driveways, and signal and pedestrian push buttons modifications, as well as providing quantities take -off and final cost estimates. North Hill Avenue Complete Streets Project, Pasadena. Design engineer for providing final design and construction plans involving demolition, layout, signing and striping plans for street improvements that include new roundabout, bulbout, sidewalks, curb and gutter, curb ramps, and driveways, as well as providing quantities take -off and final cost estimates. Georgetown Drive and Bedford Canyon Traffic Signal Installation, Corona. Design engineer for providing final design and construction plans involving demolition, layout, construction details for street improvements that include new median islands, sidewalks, curb ramps, curb and gutter, as well as providing quantities take -off, specifications, and final cost estimates. Palos Verdes Drive East Widening Project, Rancho Palos Verdes. Design engineer for providing final design and construction plans involving typical sections, demolition, layout, profile, construction details, drainage plans, and signing and striping for street Education: BS/2012/Civil Engineering/University of Damascus, Damascus, Syria Registrations: 2019/PE/Civil/CA #90120 Certifications: Construction Project Management, 2013 improvements that include pavement widening, new retaining wall, trail, and curb and gutter, as well as providing quantities take -off, and final cost estimates. North -South Greenway Gap Closure Project, TAM, Marin County. Senior staff engineer for final design for a pedestrian and bicycle path that will close a key gap in the North -South Greenway non -motorized transportation network. The project proposed replacing the existing narrow sidewalk along the US 101 Northbound off -ramp with a wider multi -use pathway and will improve pedestrian and bicycle access along a section of Old Redwood Highway from the Greenbrae POC to the Central Marin Ferry Connector/Larkspur Ferry Terminal. SR -84 Widening & SR -84/1-680 Interchange Improvements (1-680 to 1-580), ACTC. Senior staff engineer responsible for design of construction details, typical cross sections, summary of quantities. The $191M project increases the efficiency of the transportation system along the SR -84 corridor through improvements that include roadway widening, bridge modifications, new retaining walls, overhead sign structures, drainage modifications, traffic signals, lighting, and installation of toll system infrastructure. Mathilda Avenue Improvements at US 101 and SR 237, VTA, Sunnyvale. Senior staff engineer responsible of the final design and preparation of construction plans that include construction details, pavement delineation, utility, typical cross sections, and summary of quantities for the PS&E to construct a new bike lane, local street intersection and interchange improvements to alleviate congestion and improve access for all modes of travel along a critical segment of Sunnyvale's primary arterial. The project will also significantly improve pedestrian and bicycle facilities in the project area. The design features of the project include reconfiguration of the US -101 and SR -237 interchanges with Mathilda Avenue. This includes modification to on - and off -ramps; removal, addition, and signalization of intersections; and provision of new left -turn lanes. In addition, the project would require modification to utilities, stormwater treatment facilities, street lighting, ramp metering, signage, retaining walls, and light rail crossing facilities. Google Campuses Bicycle Improvements, City of Sunnyvale. Senior staff engineer responsible for providing roadway plans for final design of a new bicycle trail network connecting, and a new bus transit stop for Google campus buildings in North Sunnyvale. City of Fullerton I RFQ #4391 105-18-2023 On -Call Engineering: Staff Augmentation Services 35 /\/ ARDURRA ARDURRA Miguel Hurtado, PE Project Engineer, Peer Review/Plan Check Position: EngineerV Role on Contract: Project Engineer, Peer Review/Plan Check Office Location: Newport Beach, CA Years of Experience (total/with firm): 14/8 Miguel Hurtado, PE, is a design engineer with significant civil engineering experience. Miguel has been involved with pedestrian and streetscape enhancements in the City of Long Beach, roadway widening in the Cities of Anaheim, Santa Fe Springs and Whittier and served as design engineer for LA Metro's 1-605 Arterial Hotspots in the Cities of La Mirada and Santa Fe Springs that involved modification to raised medians, street widening and restriping. Miguel's expertise also includes PS&E preparation for the rehabilitation and reconstruction of streets, including pavement recycling experience using FDR and CIR. Miguel is proficient in AutoCAD, Civil 3D, inRoads and ArcGIS and has an in-depth knowledge of Southern California plan and specification criteria and standards. RELEVANT EXPERIENCE Century Villages at Cabrillo — The Cove, Phase VI Development, Century Affordable Development, Inc., Long Beach. Project engineer for the preparation of demolition, grading, horizontal control, utility, and roadway plans. Project will replace six single -story buildings with a new five level building for veterans. Project involved new sewer lines, upgraded storm drain facilities, rerouted gas and water lines as well as a new street geometry. Whitaker Park, David Volz Design, City of Buena Park. Project engineer for the preparation of Demolition, and Grading plans. The new park is being built on the grounds of an elementary school on what is currently an open plating field and will include new playground equipment, a running track, picnic area and restrooms. Town Center Plaza Improvements, City of Santa Fe Springs. Design engineer for preparation of PS&E to construct improvements to the City's Town Center Plaza and City Hall Parking Lot, which will include hardscape, landscape, irrigation, drainage, structural, electrical, lighting and signage. The project also included improvements to the intersection of Alburtis Avenue and Telegraph Road. Market Street Pedestrian and Streetscape Enhancements Project, (LA River to Cherry Avenue), City of Long Beach. Project engineer responsible for engineering and design services for a $10 million pedestrian and streetscape enhancement project on Market Street between the LA River and Cherry Avenue, an approximately 1.9 -mile stretch of the corridor. The project consists of complete street improvements including Class II/IV bike lanes and other new bike/ Education: MA/2014/Public Administration/CSU Fullerton BS/2009/Civil Engineering/California State Polytechnic University at Pomona Registrations: 2017/PE/Civil Engineer/CA #88091 pedestrian facilities, bulbouts, wayfinding signage, sidewalk widening, crosswalk and transit stop enhancements, construction/reconstruction of curb ramps for ADA compliance, repairing sidewalks, curbs, and gutters, reconstructing/ resurfacing roadway pavement, pedestrian lighting, traffic signal installation/upgrades, flashing beacons, landscaping and street trees, removing/relocating obstructions and utilities, and miscellaneous sustainable design features for improved mobility and safety. Project also included the reconstruction of 12 catch basins and obtaining permits from the flood control district. Country Lane Street Improvements, City of Brea. Project engineer responsible for asphalt improvements on Country Lane, between State College Boulevard and Lambert Road, curb and gutter construction, sidewalk construction, curb ramp design and new striping. Lincoln Avenue Widening, City of Anaheim. Design engineer responsible for the widening of Lincoln Avenue, between East Street and State College Boulevard, pavement reconstruction, median island construction, curb and gutter construction, sidewalk construction, parkway construction, driveway construction and curb ramp upgrades. Seaside Way Storm Drain, City of Long Beach. Design engineer for preparing storm drain construction documents for a deficiency -correction project near the coastal portion of downtown Long Beach. The project was necessitated after severe flooding in 2017, including the flooding of several underground parking structures. In conjunction with this project, Ardurra was successful in obtaining FEMA emergency funding for the project. The project entailed the design ofa 48 -inch RCP to parallel the existing 57 -inch storm drain. A significant amount of potholing was required to identify existing vertical and horizontal utility alignments. Jasmine Street Storm Drain, City of Laguna Beach. Design engineer for the preparation of PS&E for the conceptual and final design. The recommended alignment allowed for intercepting the upstream -most culvert that outlets onto private property; collects runoff on an interim basis from the adjacent drainage basin; and takes advantage of the existing downstream culverts which outlet directly to the beach. The project included an H&H analysis, and pipe jacking was required across Coast Highway to minimize traffic disruptions, and an Encroachment Permit was required from Caltrans. 2022 APWA BEST Award -Winning Project City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 36 /; ARDURRA ARDURRA Gafur Oyewo Inspection Services Manager Position: Construction Manager/Inspection Services Manager Role on Contract: Inspection Services Manager Office Location: El Segundo, CA Years of Experience (total/with firm): 13/2 Gafur Oyewo brings 13 years of project and construction management experience, and currently serves as Ardurra's Inspection Services Manager. He has proficiency in large-scale public works project administrative/management processes such as critical path management (CPM), project scope management, payment/requisition processing, and safety management. Gafur has extensive knowledge in commercial and residential property rehabilitation and restoration as well as floating and fixed marine asset dry-docking and repair. His experience spans projects involving a diverse range of installations, which include landscaping, roofing, asbestos abatement, masonry, steel structure erection, concrete, electrical, plumbing, and interior renovation. RELEVANT EXPERIENCE Ocean Place Construction Management and Inspection, City of Seal Beach. Inspector for this project to provide grading and construction of the road and utility infrastructure supporting Ocean Place, which is a neighborhood of 30 luxury homes in an environmentally sensitive beachfront location. Services are focused on the grading and construction of street improvements, storm drains, domestic water and sanitary sewer lines. Orangewood Avenue Improvements (from State College Boulevard to the Santa Ana River), City of Anaheim. Assistant construction manager for this multi -faceted road widening project on Orangewood Avenue from State College Boulevard to the Santa Ana River. This project spans a largely commercial area within proximity to several freeways and highways (SR -57, SR -55, SR -22, and 1-5) along the south entrance to Angel Stadium of Anaheim. This widening project consists of electrical undergrounding with telecommunication lines relocation, installation of new City of Anaheim and City of Orange water mainline, traffic signal improvements, and a new variable message board. Widening improvements include, but are not limited to, roadway widening and paving, sidewalks, slough walls, curbs and gutters, retaining/block/sound walls, driveways, cross gutters and spandrels, drainage improvements, catch basins, WQMP BMP improvements, Disney Resort -Style hardscape and landscaping, irrigation improvements, and signing and striping. Education: MS/2020/Asset Integrity Management (Energy Institute Accredited)/Robert Gordon University; BEng/2011/Naval Architecture/State University of New York, Maritime College Certifications: OSHA 10 -Hour and 30 -Hour Construction & Safety Felicidad Water Main Replacement Design -Build, City of Anaheim. Contract administrator for this $2.9 design -build water main replacement project that involves installing approximately 630 LF of 12 -inch and 3,960 LF of 8 -inch ductile -iron pipe (DIP) as well as new water services and appurtenances at two project sites: Site 1— Felicidad Street and Felicidad Circle (1,350 LF of 8 -inch DIP) and Site 2 — Freedom Avenue, Liberty Avenue, National Avenue, American Avenue (630 LF of 12 -inch DIP and 2,610 LF of 8 -inch DIP). The project also includes traffic control, removal and restoration of existing improvements, excavation, backfill, shutdowns, dewatering, temporary high -lining of water service, hydrant installation, coordination with water service customers, chlorination, dechlorination, pressure testing, and site cleanup. Knott Avenue Water Main Replacement — Phase 1 Design -Build, City of Anaheim. Contract administrator/ construction manager providing contract administration and construction management services that includes administrating design workshops and progress meetings and reviewing and processing submittals, RFIs, progress billings, and as needed extra work orders for the duration of this water main replacement design -build project located on Knott Avenue. Miscellaneous Water Vault Nos. 10, 25, 49, and 94 Rehabilitations, City of Anaheim. This project involves the rehabilitation of four vaults located on water transmission lines throughout Anaheim. The work consists of demolition/removal and installation of vaults and associated pipes and appurtenances, as well as replacing electrical facilities and installing water line connections. The project also included potholing and pavement restoration. Construction Management and Inspection Services for the Equipping of Well Commission 22A (0-0746), Long Beach Water Department (LBWD), Long Beach. Inspector for the construction of this equipping of water well Commission 22A project, which is located in El Dorado Park North. This project is part of a program to enhance and expand the use of local water supplies to meet the increasing demands within LBWD's service area and enhance the LBWD's local groundwater supply portfolio. The project is divided into the following phases: demolition; well equipping; conveyance pipeline; and ultimately, startup and testing. City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 37 /� ARDURRA /// ARDURRA Manuel Briones Construction Inspector Position: Senior Public Works Inspector Role on Contract: Construction Inspector Office Location: El Segundo, CA Years of Experience (total/with firm): 48/10 Manuel "Manny" Briones has an accomplished career in the Southern California construction industry. His broad experience includes inspecting and overseeing work on roads and bridges, sanitary sewer systems, pump stations, water lines and wastewater treatment plants. For more than 18 years, he has inspected construction projects for the City of Burbank, as well as cities in the Imperial and Coachella Valleys. Clients appreciate Manny for his in-depth knowledge of the construction process as well as his communication skills. Manny is very knowledgeable about Caltrans protocols and specifications. RELEVANT EXPERIENCE On -Call Public Works Inspection Services, City of Fullerton. Public works inspector responsible for observing micro -trenching activities for the installation of fiber optic conduits within the City's right-of-way. Monitored traffic control placement, asphalt & base removals up to required elevation, installation of conduits, backfilling, compaction of trench and repaving of roadway per City standards. Also responsible for verifying that the contractor's BMPs are per plans. Beachwood Emergency Force Water Main Pipeline Repair, City of Burbank. Inspector/observer for removal and replacement of a leaking 18 -inch sewer force main with a new 18 -inch CMLC pipe 14feet long. The project involved removing an asphalt roadway to locate the leak. Crews repaved the street after two 10 -wheel trucks hauled away four loads of excavated asphalt. Hollywood Way and Thornton Avenue Street Improvements, City of Burbank and Airport Authority, Burbank. Inspector/observer for the grinding and repaving of Hollywood Way and Thornton Avenue. The project removed and replaced curbs, gutters and sidewalks, installed bus pads made improvements to storm drain culverts and boxes. Valley Park Project, City of Burbank. Inspector/observer for installation of poles and concrete footings for ball stop netting at Valley Park in Burbank. This project removed the old netting, support structure and wooden poles. Holes were drilled for the concrete footings, followed by installation of the ball stop netting poles. After the four poles were set in the footing holes, 20 cubic yards of concrete was placed in the footing holes. Education: ICBO Reinforced Concrete Training/San Bernardino Valley College; Metrolink Safety Training Certifications: ACI Certified Concrete Field Testing Technician, #01163566; OSHA 10 -Hour Construction Safety, #001974244 On -Call Inspection for Capital Improvements, Irvine Ranch Water District (IRWD), Orange County. Inspector for public works and developer -related capital improvements projects in the IRWD service area. Inspected a wide range of improvements, including the installations of water mains up to 12 inches, water main lowering, service and house line connections, fire service, water quality testing, street resurfacing, potable water wells and recycled water wells. Project locations included several master -planned communities, such as: • Orchard Hills (inspection) • Santa Ana Heights/Costa Mesa (water infrastructure improvements) • Laguna Altura Community Reclaimed Water Main, 16 -inch transmission main ■ Heritage Fields: (domestic water main construction and installation) ■ Heritage Fields: (sewer main construction and installation) • Stone Gate: (domestic water main construction and installation) • Stone Gate: (sewer main construction and installation) Water Main Relocation, City of Santa Fe Springs. Inspector/ observer for the removal and relocation of the 8 -inch, 12 -inch and 16 -inch water mains and appurtenances for the widening of the 1-5 Freeway. Inspected the excavation of eight bore and receiving pits as well as work to jack the steel casing and install the pipes in the housing. Observed the open cut and installation of various diameters of a ductile -iron water main pipe. Monitored reconstruction of the trench lines and the base paving of the streets. Worked closely with the city engineer and Caltrans engineers to keep the project on schedule, with minimal inconvenience to businesses and the public. Relocation of 30 -inch Eastern Transmission Line, Moulton Niguel Water District and City of San Juan Capistrano. Inspector/ observer for relocation of a 30 -inch concrete mortar -lined cement water transmission main. The project involved micro -tunneling about 125 linear feet under 0so Creek. Sand Canyon Reservoir Pump Station, Irvine Ranch Water District, Irvine. Inspector/observer for construction ofa new pump station. The project included new pumps, new switchgear, MCC, PLC and all related electrical and instrumentation. Manny provided inspection for civil, mechanical, and electrical applications. City of Fullerton j RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 38 /�� ARDURRA �°✓ Brian Briones ARDURRA I Construction Inspector Position: Senior Public Works Inspector Role on Contract: Construction Inspector Office Location: El Segundo, CA Years of Experience (total/with firm): 18/8 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 guardrail replacement for the City of Palos Verdes as well as serving as an inspector for various projects for the City of Burbank. Brian is a very capable project liaison to such stakeholders as prime contractors, other project participants and public agencies. Certifications include: 40 -Flour OSHA Hazardous Waste Site Operations (29 CFR 1910.120); Eight -Hour OSHA Confined Space, Competent Person, Hazardous Waste Site Supervisor and Forklift Safety; OSHA Excavation Safety Training for Competent Persons; Troxler Labs Nuclear Gauge Safety Certification; Troxler Labs HAZMAT Certification, as required by U.S. DOT and IATA; Troxler Labs Compaction and Density Testing Certification; Certified to operate heavy equipment (Bobcat S-250 backhoe/front skid steer loader; Galion road grader; 570-LXT case skip loader with 4 -by -4 Gannon) RELEVANT EXPERIENCE On -Call Public Works Inspection Services, City of Fullerton. Public works inspector responsible for observing micro -trenching activities for the installation of fiber optic conduits within the City's right-of-way. Monitored traffic control placement, asphalt & base removals up to required elevation, installation of conduits, backfilling, compaction of trench and repaving of roadway per City standards. Also responsible for verifying that the contractor's BMPs are per plans. On -Call Municipal Engineering Public Works Inspection Services, City of Burbank. Public works inspector providing as -needed inspection services related to the Avion project and construction inspection services for various Public Works street projects including, but not limited to, offsite development and public right-of-way excavation permits to supplement the existing City Public Works inspection team. Ocean Place Construction Management and Inspection, City of Seal Beach. Inspector for this project to provide grading and construction of the road and utility infrastructure supporting Ocean Place, which is a neighborhood of 30 luxury homes in an environmentally sensitive beachfront location. Services are focused on the grading and construction of street improvements, storm drains, domestic water and sanitary sewer lines. Education: 2011/Coastline Community College, Fountain Valley; 2012/Heavy Equipment Operator/Licensed Commercial Class A Driver Certifications: see below On -Call Municipal Engineering Services Contract, City of Lake Forest. Public works inspector monitoring grading for citywide capital improvement projects. Performed the work under Ardurra's $3.6 -million as -needed engineering services contract with the City. Inspections addressed ADA ramps, streetlight installation, wet and dry utilities, curb, gutter and sidewalks. North Front Street Water Infrastructure Relocation Project, Burbank Water and Power, Burbank. Public works inspector for the relocation of several wet utilities. The project moved recycled water, sewer, domestic water lines, and an old oil line, and replaced sewer manhole. Served as liaison to contractor, subconsultants and the oil line owner. Inspected installation methods, which was a critical task, as the sewer line crossed over the domestic water line. Beachwood Sewer Pump Station Project, Burbank Water and Power, Burbank. Public works inspector for the replacement of three sewer pumps and associated equipment. Served as liaison to the prime contractor and several project team participants, including the pump designer and Southern California Edison. Observed initial start-up of pumps and vibration testing. Cherry Avenue Widening Project, City of Signal Hill. Labor compliance specialist for the $1.6 -million widening of Cherry Avenue from the 19th Street intersection to 230 feet south of PCH. The work included all removals and preparations for new curb and gutter, sidewalks, street lighting, an upgrade of traffic signals at the PCH intersection, new base and paving, utility relocations and a new storm drain line. The project was federally funded through the ARRA. Provided documents control, QA/QC, inspection, managed the submittal, change order and request for information process, oversaw inspectors and coordinated with multiple jurisdictions and utilities. Carson Street Master Plan Implementation, City of Carson. Inspector and labor compliance specialist for this $19 -million revitalization project. Project included installation of a recycled water line, pavement rehabilitation and reconstruction sections, roadway striping, concrete hardscape improvements, new irrigation and landscaping, street light modifications and monument sign installations. City of Fullerton I RFQ #4391 105-18-2023 On -Call Engineering: Staff Augmentation Services 39 /° ., ARDURRA Q` ADVANCED I Jason Gardiner SERVICE INRUSTRIES.INC Deputy Inspection • Advanced Service Industries, Inc. Position: Special Inspector Role on Contract: Deputy Inspection Office Location: Auburn, CA Years of Experience (total/with firm): 36/16 Jason Gardiner is a California combination building inspector, special inspector, and Class A hospital inspector. He has excellent communications skills and is detail -oriented with a high standard of professionalism. Jason has experience creating clear and concise computer -generated reports with photo documentation using Bluebeam Extreme 2017, Word, Excel, and Adobe Acrobat Pro. In the field, he is adept using these programs: Fieldwire, Plangrid, Procore, and Bim 360. RELEVANT EXPERIENCE Torrance Transit Park and Ride Regional Terminal, City of Torrance. On the Ardurra team providing special inspection services for construction of flagship facility for City's bus service, Torrance Transit and other regional bus carriers. Now under construction, the terminal will contain 17,800 square feet of space and multiple bays to catch buses. Plans call for building access and circulation roads, widening Crenshaw Boulevard near the terminal, grading, and moving utilities underground. The project will also install sidewalks, curb and gutter, signs, landscaping and new or upgraded traffic signals. Huntington Beach Police Department Traffic & Homeless Task Force TI, City of Huntington Beach. On the Ardurra team providing building inspection services for a small tenant improvement project at the City's Police Department buildings, which includes framing inspection, mechanical/electrical rough in, and final inspection. Los Angeles World Airlines (LAWA) Inspector, LAX Los Angeles. Commercial combination building inspector for LAX Terminal 1.5. Responsibilities have involved performing inspections on all disciplines of construction for terminal upgrades; researching plans, specifications, code and RFIs for inspections to be done; performing site walks with the structural engineer of record (SEOR), architect of record (AOR), and fire marshal; verifying that firewall, fire barriers, and smoke barriers are up to code and UL listings; and providing inspections on mechanical, electrical, plumbing, and fire and life safety. Los Angeles Department of Water & Power (LADWP) Haynes Generating Station Maintenance Building, Long Beach. Commercial combination building inspector. Responsibilities have included providing inspections on all disciplines of construction for all phases; researching plans, specifications, code and RFIs for inspections Certifications: ICC-CA Commercial Building, MEP; ICC-Master of Special Inspection; Orange County Public Works Certified; ICC: Reinforced Concrete, Structural Welding, Structural Steel & Bolting, Structural Masonry, Prestressed Concrete, Spray Applied Fireproofing; ACI-Concrete Field -Testing Technician Grade -1; AWS/ CWI Certified Welding Inspector to be done; performing site walks with SEOR, AOR, and fire marshal; verifying that firewall, fire barriers, and smoke barriers are up to code and UL listings; and performing inspections on mechanical, electrical, plumbing and fire and life safety. JW Marriott Anaheim, Anaheim. Lead resident inspector for this $150 -million, 12 -story luxury hotel with 466 rooms covering 2.8 acres. The building is comprised of post -tension decks and structural steel. Duties included scheduling inspection requests and delegating to appropriate inspectors; researching plans, specifications, code and RFIs for inspections to be done; verifying approved products and sending to the lab for testing; performing onsite welder qualification for restricted access hole welding AWS D1.8; conducting continuous inspection on all full penetration groove welds for reduced beam section (RBS); and generating punch list items using Plangrid and Fieldwire programs and submitting the items to the GC Project Engineer for review. 11th Street & Grape Street Bridge Projects, City of Upland. Inspector representing the City of Upland for two bridges connecting tract homes over a water channel. Bridges' estimated value of $4 million. Responsibilities included scheduling and monitoring testing and inspections done by RMA group and the deputy inspector; working closely with the engineer of record (EOR) and project superintendent ensuring any concerns are addressed; assisting with generating RFIs; and closely adhering to general requirements of Caltrans standard plans and specification for piling, concrete structures, reinforcement and drainage, as well as retaining walls per Army Corps of Engineers. Health Care Facility Improvement Program, California Institute for Men, Chino. Inspector of record for healthcare facility improvement projects in Southern California. Duties performed included inspection of all mechanical, electrical and plumbing; coordinating with project manager with regard to staffing deputy inspection; and coordinating with special inspectors assisting with inspections. Westminster School District Photovoltaic Structures, Westminster. Inspector on this project providing structural steel bolting and welding inspection for the photovoltaic structures throughout 16 schools in the district. Reviewed plans and specifications pertaining to work being executed in the field, and performed inspections on welding, bolting, and high strength grout placement. City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 40 / ' ARDURRA ArBUCKNAM Peter J. Bucknam GIS Support Services • Bucknam Infrastructure Group, Inc. Position: Director of Infrastructure Management — GIS Role on Contract: GIS Support Office Location: Oceanside Years of Experience (total/with firm): 26/17 Peter Bucknam is an expert in infrastructure project management, pavement management training, planning, resource management, implementation and program management. He has more than 20 years of experience in the area of geographic information systems and infrastructure asset management. Peter has managed a wide range of infrastructure project tasks including the collection and input of infrastructure survey data, preparation of public works capital improvement program projections and reports, infrastructure/software needs assessments, GIS/GPS data collection, data conversion and quality control. Peter has performed infrastructure management services to over 70 local agencies and is currently serving as project manager for numerous pavement management programs throughout Southern California. He has personally served as project manager for more than 700 PMP projects throughout Orange, Riverside, San Bernardino, San Diego, and Los Angeles counties. He has worked with over 12 Inland Empire County cities, 33 Los Angeles cities, and he is currently working with 21 of the 35 Orange County agencies regarding Measure M2 MicroPAVER/ StreetSaver PMP compliance. His project level and management experience covers pavement/ sidewalk management, Traffic Control Device Inventories (TCDI), GIS implementation, traffic signal surveys, right-of-way (ROW) surveys, and ADA survey/compliance. In managing over 700 infrastructure projects in the past 24 years, Peter has used a diverse amount of software to assist local agencies implement infrastructure management programs and GIS Enterprises. These programs include MicroPAVER, MTC StreetSaver, LambdaTech's GPSVision, CarteGraph, ESRI products, Crossroads, Lucity, Energov, Spillman, GBA Master Series, and Mapinfo. Prior to joining Bucknam Infrastructure Group, Inc., Peter served as Director of Infrastructure Management-GIS with an engineering consulting firm where he managed numerous public works infrastructure/ROW projects ranging from surveying, maintenance life -cycles, cost & benefit analysis, financing and construction cost estimating. This included researching, surveying, converting and implementing multiple phase pavement management projects, which provided better management practices, data efficiencies and GIS functionality within local governments and maintenance facilities. In addition, he provided technical (software) support for the ongoing Education: BA/1997/Geography — Urban Planning/San Diego State Certifications: Certificate of Professional Development — ASTM D6433-18, MicroPAVER; OCTA MicroPAVER/StreetSaver Distress Training; NASSCO — Certificate, National Pipeline Assessment Certification Program citywide PMS projects as well as developing capital improvement plans/ budgets for integrating Tablet-GIS data management functionality into future maintenance efforts. SAMPLE RELEVANT EXPERIENCE • 2023 Pavement Management Program, City of Santa Ana • 2021 Pavement Management Program, City of Santa Ana • 2023 Pavement Management Program, City of West Covina • 2023 Pavement Management Program, City of Rosemead • 2023 Pavement Management Program, City of Commerce • 2023 Pavement Management Program, City of Fullerton • 2023 Pavement Management Program, City of La Habra • 2023 Pavement Management Program, City of Brea • 2023 Pavement Management Program, City of Stanton • 2023 Pavement Management Program, City of Cypress • 2023 Pavement Management Program, City of South Pasadena • 2023 Pavement Management Program, City of Tustin • 2023 Sidewalk Management Program, City of Tustin • 2023 Pavement Management Program, City of La Verne • 2023 Sidewalk Management Program, City of Ontario • 2023 Sidewalk Management Program, City of Lakewood • 2023 Pavement Management Program, City of San Juan Capistrano • 2022 Pavement Management Program, City of Monrovia • 2022 Pavement Management Program, City of Covina • 2022 Pavement Management Program, City of La Habra Heights • 2022 Pavement Management Program, City of Laguna Hills • 2022 GIS Enterprise Support Services, City of Alhambra • 2022 Pavement Management Program, City of Rialto • 2022 GIS Enterprise Support Services, City of Fountain Valley • 2022 Pavement Management Program, City of Rancho Santa Margarita • 2022 Pavement Management Program, City of El Segundo • 2022 Sign Inventory Program, City of Norwalk • 2022 GIS Enterprise Support Services, City of Duarte • 2022 Pavement Management Program, City of Westminster • 2022 Pavement Management Program, City of Huntington Beach • 2022 Pavement Management Program, City of Signal Hill • 2022 Pavement Management Program, City of Seal Beach • 2022 Pavement Management Program, City of Costa Mesa • OCTA Pavement Management Plan (10 Year Study — OCTA) City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 41 /�,, ARDURRA SECTION 4 FEE SCHEDULE FULLERTON CITY HALL 303 FR CONINCWWILAL!N 41311.4 ARDURRA California Ardurra Group, Inc. Effective January 1, 2023 Standard Billing Rate Schedule ARDURRA En in rin , Munici ' . I, Envir nment I : Surveyin Servic•s Hourly Rate Staff Principal $320 QA/QC Manager $280 Project Manager IV $280 Project Manager III $240 Project Manager II $220 Project Manager I $200 Project Engineer VI $240 Project EngineerV $220 Project Engineer IV $200 Project Engineer III $180 Project Engineer II $160 Project Engineer I $140 Project Designer III* $190 Project Designer II" $160 Project Designer I* $130 CADD Drafter III* $145 CADD Drafter II* $125 CADD Drafter I* $110 Public Works Technician I* $110 Administrative Assistant* $120 Plan Check Engineer IV $210 Plan Check Engineer III $185 Plan Check Engineer II 5170 Plan Check Engineer I $150 PublicWorksTechnician 111* $140 Public Works Technician II* $120 Public Works Technician I* $100 Senior Code Enforcement Officer/Manager* $120 Code Enforcement Officer II* $90 Code Enforcement Officer I* $80 Senior Structural Engineer $240 Structural Engineer 5180 SUE Technician* $140 SWPPP Practitioner* $150 Specialty Professional/Discipline $280 Senior Environmental Scientist $240 Associate Environmental Scientist $170 Assistant Environmental Scientist* $140 En in rin �, Munici ' • I, Envir nt. I : Surv•yin 5 • s Staff Hourly Rate Senior Planner 5200 Planner II $180 Planner I $160 Associate/Assistant Planner $130 Senior Landscape Architect $240 Landscape Architect $180 Principal Architect $240 Senior/Associate Architect $210 Architect $200 3 -Person Survey Crew* $380 2 -Person Survey Crew* $300 1 -Person Survey Crew* $200 Survey Director $240 Assistant Surveyor (not Licensed)* $180 GIS Analyst* $180 GIS Specialist* $160 Graphic Designer* 5140 Drone Operator with Camera* $180 Flow Monitoring Field Technician I* $90 Flow Monitoring Field Technician II* $110 Flow Monitoring Field Technician 111* $120 Flow Monitoring Field Supervisor* 5145 Flow Monitoring Field Manager $175 Flow Monitoring Project/Data Manager $195 Community Relations Strategic Advisor 5280 Community Relations Project Manager $250 Community Relations Assistant Project Manager $220 Community Relations Senior Account Coordinator $160 Community Relations Account Coordinator $140 Community Relations Senior Graphic Artist $190 Community Relations Graphic Artist $160 Community Relations Account Assistant $120 Expert Witness Services Data Review and Preparation $320 Testimony & Deposition $475 City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 42 /, ARDURRA Fee Schedule ARDURRA California Ardurra Group, Inc. Effective January 1, 2023 Standard Billing Rate Schedule Project and Construction Management and Inspection Services Staff Rate' Principal $320 Principal Program Manager $280 Project Executive / QA/QC Manager $280 Senior Program Manager $240 Program Manager $220 Principal Project Manager $280 Senior Project Manager $250 Project Manager $220 Assistant Project Manager $175 Principal Construction Manager $280 Structures Representative $260 Senior Construction Manager $250 Construction Manager $220 Assistant Construction Manager $175 Project Controls Engineer, Labor Compliance $160 Documents Control, Administration $130 Project and Construction Management and Inspection Services (continued) Regular Time Overtime Staff Rate' Mon — Fri 2 Sat 2 Sunday/Holiday PE Licensed Inspector (Prevailing and Non -Prevailing Wage) 3.4,5,6 $185 $259 $259 $333 PE Licensed Inspector (Prevailing and Non -Prevailing Wage — Special Shift)''''''' $190 $266 $266 $342 Public Works Inspector (Prevailing Wage) 3,5,6 $175 $245 $245 $315 Public Works Inspector (Prevailing Wage — Special Shift) 3'4,5,6 $180 $252 $252 $324 Accessibility Expert / CASp Inspector 6 $294 $412 $412 $529 DSA / OSHPD Inspector of Record 6 $205 $287 $287 $369 Deputy Inspection (Prevailing Wage) 3,5,6 $146 $204 $204 $263 NDTTesting (Prevailing Wage) 3'S'6 $175 $245 $245 $315 Public Works Inspector (Non -Prevailing Wage) 5 $155 $217 $217 $279 City of Fullerton 1 RFQ #4391 105-18-2023 On -Call Engineering: Staff Augmentation Services 43 /�; ARDURRA Fee Schedule Notes/Assumptions: Positions noted with an asterisk are subject to overtime rates billed at 1.5 times regular rates for all time over 8 hours in a single day or work performed on Saturday; and double time rates for work performed on Sundays and Holidays. 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. Construction management software is not included in the base rate. 2. Rate applies to the first four hours of overtime during the week and/or first eight hours of overtime on Saturdays; all overtime in excess of four hours during the week or eight hours on Saturdays is paid at the Sunday/holiday rate. 3. Prevailing Wage Rates are subject to increases pursuant to the State of California's Department of Industrial Relations Wage Rate Determinations. Ardurra's Billing Rates will increase in proportion to the DIR increase, plus overhead and profit. The current rates are based on Determination # SC -23-63-2-2022-1 D Issued 8/22/2022 for the August 22, 2022 to June 30, 2023 rate. The above billing rates increase by $10/hour on July 1, 2023 and again on July 1, 2024 to adjust for predetermined increases. 4. A Special Shift is any shift that starts after 5:00 PM and before 6:00 AM. 5. The following minimum callout applies to Inspection staff, in accordance with Industrial Welfare Commission Order #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 6. For contracts involving public works inspection services, Ardurra requires the awarding public agency to complete DIR form PWC-100 solely for Ardurra 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. 7. Web -Based Contract Administration: Selected/specified cloud -based service billed at cost plus fifteen percent (15%). 8. Reimbursable Expenses (Other Direct Costs): Ordinary identifiable non -salary costs that are directly attributable to the project, such as regular commuter travel costs, standard equipment, tools and software, etc., are included in the fee estimated above. Extraordinary expenses, such as oversized and/or color reproduction costs, vehicle identification decals, site facility hard phone line and/or internet service charges, non -commuter project miles and/or other travel expenses to remote (over 50 miles one-way) fabrication yards/batch plants, overnight postage/couriers, etc., are billed at actual cost plus 15 percent (15%) 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). Mileage is billed at the current IRS rate. An allowance for extraordinary charges is included as Other Direct Costs (ODC) in the fee table above. Extraordinary charges above and beyond the estimated ODC allowance will not be billed to the client unless specifically included in the contract or requested and approved by the client in writing prior to incurring the additional expense. 9. Fees for Subconsultant Services: Billed at actual cost, plus 15 percent (15%) to cover overhead and administration. 10. Escalation: This rate schedule is effective through June 30, 2024. For each additional fiscal year, rates will be subject to increases pursuant to the terms of the agreement. 11. Exclusions to Scope and Fee: The following items are specifically excluded: • Legal advice • Surveying • Temporary field office facilities, equipment, furniture, utilities and/or services • Materials, soils and/or hazardous materials testing or monitoring ■ Construction labor, materials and/or equipment ■ Copies of plans and specifications or other oversized drawings • Additional services not specifically called for in the proposal • Expert witness services • Standby services City of Fullerton J RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 44 / . ARDURRA Fee Schedule eADVANCED SERVICE INOOSTRIES,IOC CONFIDENTIAL SCHEDULE OF FEES, SOUTHERN CALIFORNIA & SAN DIEGO REGION (DIR) Prevailing Wage (effective through 06/30/2023) Advanced Service Industries, Inc. (ASI) agrees to provide professional services on a time and materials basis. The fees for these services are invoiced at the following unit rates and per the terms and conditions below. The following rates are for publicly funded projects that are subject to CA Prevailing Wage law. Escalation notice: rates will increase in lockstep to mandatory Prevailing Wages increases. Rates are subject to change for special circumstances, as agreed between both parties. PROFESSIONAL SERVICES* UNIT RATE Structural Masonry Inspection $102.50/hr Reinforced Concrete Inspection $102.50/hr Structural Steel Welding Inspection $102.50/hr High -strength Bolting Inspection $102.50/hr Fireproofing Inspection $102.50/hr Drilled -in -anchors Inspection $102.50/hr Pre -stressed, Post -tension Concrete Inspection $102.50/hr Wood/Seismic Framing Inspection $102.50/hr Shotcrete/Gunite Inspection $102.50/hr Certified Materials Technician $102.50/hr AWS Certified Welding Inspection $102.50/hr Non-destructive Testing of Welds (UT/PT/MT) $102.50/hr Building Department Staff Augmentation Quote Commercial/Residential/Combo Building Inspection Quote Mechanical, Electrical, Plumbing Inspection Quote DSA & OSHPD Inspector of Record Quote DSA Masonry & Shotcrete Inspection Quote *Additional services available upon request TERMS AND CONDITIONS • REGULAR RATES: First 8 hours, Monday through Friday, except holidays, will be billed at regular rates. PREMIUM RATES: After 8 hours and up to 12 hours, Monday through Friday and first 12 hours of Saturday (except holidays) will be billed at PREMIUM RATES, which are one and a half (1.5) times the REGULAR RATE. PLATINUM RATES: After 12 hours, Monday through Friday; After 12 hours on Saturday; and All -day Sunday will be billed at PLATINMUM RATES, which are two times (2) the REGULAR RATE. The following holidays will be billed at PLATINUM RATES: New Years, Memorial Day, Independence Day, Veterans Day, Thanksgiving Day and the day after, Christmas Day, and Labor Day. SPECIAL HOURS: Services performed by field or laboratory providers outside of normal business hours (6:30 AM — 5:00 PM) will be charged a to -be -determined premium on a case -by -case basis. • MINIMUM HOURLY CHARGES: Services are billed at four-hour minimums; any work exceeding four hours is billed at eight hours. A two-hour fee will be charged for cancellations less than 24 hours prior to scheduled service(s). • MILEAGE CHARGES: In most circumstances, mileage is not charged. Special circumstances where mileage is incurred may result in a per mile fee equivalent to the current IRS reimbursement rate, plus travel time (with prior client approval). • CLERICAL & ADMINISTRATIVE CHARGES: All general clerical and administrative work, such as collection and distribution of existing inspection reports and test results is done at no extra charge. Note: Additional recipients and/or copies will be billed at $60 per hour (1 hour minimum). "Special report" generation and re -issue of existing reports/results will be billed at $60 per hour (1 hour minimum). This includes composition, printing, and distribution of reports (up to 5 copies). • OUTSIDE SERVICES: Rates and terms for additional services outside of ASI's normal scope, and perhaps provided by outside services, to be agreed upon by all parties. No Additional services will be performed without prior written consent from the client. • PER DIEM: In most circumstances per diem is not charged. Special circumstances where per diem is necessary will result in a negotiated per -day fee, with prior client approval. Invoices for all services completed or in -progress will be submitted weekly. These invoices are due in full upon presentation to the client. Invoices outstanding past 30 days will be considered past -due. Client acknowledges that any default in payment hereunder will result in losses and additional expenses to ASI in handling delinquent payments, and in loss of the use of funds not timely received. A finance charge will be computed at a rate of 1.5% per month, which is an annual rate of 18%, and charged on all past due accounts. If legal action is brought on delinquent accounts, the prevailing party shall be entitled to recover its reasonable attorney's fees and other costs of collection. 148 Maple Street, Suite D, Auburn, CA 95603 888-801-0053 www.advancedserviceindustries.com City of Fullerton 1 RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services 45 ARDURRA Fee Schedule Standard Hourly Rate Schedule Category Principal Senior Project Manager Pavement Management Project Manager Management Analyst Project Engineer / Planner Sr. Engineer / GIS Manager Assistant Engineer / Sr. Technician / GIS Analyst CADD Operator Administrative Assistant Field Technician Clerical / Word Processing Rate $ 295 215 200 170 160 155 150 110 105 100 Reimbursables Mileage $0.75/mile Subconsultant Services Cost + 15% Reproduction Cost + 15% Travel & Subsistence Cost + 15% Fees & Permits Cost + 15% Computer Services (External) Cost + 15% Rate Effective 1/1/23 Aoloif UCI INFRASTRUCTURE GROUP ;NC 90 3548 Seagate Way, Suite 230 Oceanside, CA 92056 T: (760) 216.6529 www.bucknaiMnc,corn City of Fullerton I RFC) #4391 105-18-2023 On -Call Engineering: Staff Augmentation Services 46 ARDURRA APPENDIX A EVIDENCE OF INSURANCE FULLERTON CITY HALL 303 NE CC IIONVAL MARIE Appendix A. Evidence of Insurance ARDURRA-01 CERTIFICATE OF LIABILITY INSURANCE KGODWI DATE (MM1OOIYYYY) 11312023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(Ies) must have ADDITIONAL INSURED provisions or be endorsed. tf SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer ri Ms to the certificate holder in lieu of such endorsement s). PRODUCER Ames & Gough 8300 Greensboro Drive Suite 980 McLean, VA 22102 INSURED Ardurra Group, Inc. 4921 Memorial Hwy Ste 300 Tampa, FL 33634 CONTACT PHONE (A/C, No, Easu: (703) 827-2277 ADDRESS adminrBfamesgough.com FAx (A/c, no -(703) 827-2279 INSURER(S) AFFORDING COVERAGE NAIL insueER A : Valley Forge Insurance Company A(XV) 20508 INSURER B : National Fire Insurance Company of Hartford A(XV) 20478 INSURER c: Continental Insurance Company A(XV) 35289 INSURER ❑ : National Fire & Marine Insurance Company 20079 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR ADOL SUER POLICY EFF POLICY EXP LTR. TYPE OF INSURANCE IN3D INVO POLICY NUMBER IMMI/DOIYYYYI IPIANOOIYYYY! LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 5 CLAIMS -MADE J( OCCUR 6075640222 1/112023 1/1/2024 DAMAGE TO RENTED PREMISES (Ea ocalnencel 3 X Contractual Liab. MEOExP(Ant one personl 3 PERSONAL & ADV INJURY 3 GEN.!,AGGREGATE LIMIT APPLIES PER- GENERAL AGGREGATE 5 X POLICY JRO- LOC' PRODUCTS-COMP/OP AGG 5 OTHER- ECi S 1,000,000 1,000,000 15,000 1,000,000 2,000,000 2,000,000 B AUTOMOBILE Liamurl EOM8BIINE tS1NGLE LIMIT' 5 a a ide )X ANY AUTO 6075640236 1/1/2023 1/1/2024 BODILY INJURY (Pet persanl 3 OWNED SCHEDULED ONLY 1 AUTOS yypy pBODILY INJURY (Pair acctdem) 3 AUTOS ONLY AUTOS ONLYY (Pengdent A"GE a AIMS 3 1,000,000 C X UMBRELLA LIAR X OCCUR EACH OCCURRENCE 3 EXCESS LIAB CLAIMS -MADE 6075640270 1/1/2023 1/1/2024 AGGREGATE 5 DED X RETENTIONS 10,000 3 15,000,000 15,000,000 C WORKERS COMPENSATION }( 'MUTE OTH- ER AND EMPLOYERS' LIABILITY Y 1 N 6075640267 1/1/2023 1/1/2024 ANYApFFROPRIETOER/PARTNERJEXECLITIVE N N I A E L EACH ACCIDENT S (MarndaE aryEn NHj EXCLUDED? E L. DISEASE • EA EMPLOYEE 5 Ifyes. describe under DESCRIPTION OF OPERATIONS below E L DISEASE - POLICY LMfT 3 1,000,000 1,000,000 1,000,000 D Professional Liab. 42-EPP-306878-05 1/112023 1/1/2024 Per Claim/Aggregate 10,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES IACORD 101, Additional Remarks Schedule, may be attached If more space Is teetered) Berkshire Hathaway Specialty Insurance Company has an AM Best Rating of A++ In the Financial Stze category of XV. The AMBO is 000864, and the NAIC# Is 22276. CERTIFICATE HOLDER CANCELLATION EVIDENCE OF COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) Or 1988-2015 ACORD CORPORATION. Alf rights reserved. The ACORD name and logo are registered marks of ACORO City of Fullerton I RFQ #4391 05-18-2023 On -Call Engineering: Staff Augmentation Service,: A-1 �` ARDURR/ A uu red inn SECTION VII STATUS OF PAST AND PRESENT CONTRACT FORM Firm is required to complete and sign the form entitled "Status of Past and Present Contracts" provided in this RFQ and submit as part of the proposal. Firm shall list the status of past and present contracts where either the firm has provided services as a prime contractor or a sub - consultant during the past five (5) years and the contract has ended or will end in termination, settlement or litigation. A separate form shall be completed for each contract. If the contract was terminated, list the reason for termination. Firm must also identify and state the status of any litigation, claims or settlement agreements related to any of the identified contracts. If no contract ended in termination, settlement or litigation, a statement to that effect shall be made on this form. Each form must be signed by the firm's confirming that the information provided is true and accurate. Firm is required to submit a copy of the completed form(s) as part of the electronic proposal. Public Agency city/county/other: NA* Contact name: Phone: Project award date: Original Contract Value: Term of Contract: 1) Status of contract: 2) Identify claims/litigation or settlements associated with the contract: * Ardurra has no contracts ending in termination, settlement or litigation within the past five (5) years. By signing this Form entitled "Status of Past and Present Contracts," I am affirming that all of the information provided is true and accurate. 171-1-4- Signature �`� �''�— Date May 18, 2023 Name: Lisa M. Penna Title: Vice President, Regional Director 29 City of Fullerton { RFQ #4391 1 05-18-2023 On -Call Engineering: Staff Augmentation Services B-1 /\t, ARDURRA SECTION VIII EXCEPTIONS FORM Appendix B. Required Forms If your company is taking exception to any of the specifications, terms or conditions (including insurance indemnification and/or proposed contract language) stated in this Request for Qualifications, please indicate below and describe details: (check any that apply). No exceptions taken Exception taken to the scope of work or specifications Exception taken to indemnification and insurance requirements ✓ Exception to proposed contract language Other Please explain any of the checked items Ardurra requests striking the second sentence on RFQ page 24, Sample Professional Services Agreement, under item 6.8 Indemnification and Hold Harmless: 4-he-defetne-obligettion-provided-for-iterettftdershall-appirwithotttanyttdvattce-shewittg-of PROPOSING FIRM Ardurra Group, Inc. DATE May 18, 2023 BUSINESS ADDRESS 3737 Birch Street, Suite 250, Newport Beach, CA 92660 SIGNATURE OF REPRESENTATIVE: /24,44. Q,l�c4-*--- BY: Lisa M. Penna TITLE Vice President (authorized officer) INSTRUCTION REGARDING SIGNATURE: If proposer is an individual, state "Sole Owner" after signature. If firm is a partnership, signature must be by a general partner, so stated after "Title". Names of all other partners and their business addresses must be shown below. If proposer is a corporation, signature must be by an authorized officer, so stated after "Title", and the names of the President and Secretary and their business addresses must be shown below: Ernesto Aguilar Catherine Cahill CEO CFO 4921 Memorial Highway, Suite 300 8600 NW 17th Street, Suite 200 Tampa, FL 33634 _ Doral, FL 33126 30 City of Fullerton RFQ #4391 ( 05-18-2023 On -Call Engineering: Staff Augmentation Services B-2 /'`; ARDURRA ARDURRA 3737 Birch Street, Suite 250 ' Newport Beach, CA 92660 I 949 428.1500 www.ardurra.com