Loading...
Contract - Kleinfelder, Inc. - Project 341 Elden ForcemainREQUEST FOR PROPOSALS By Costa Mesa Sanitary District For Elden Redundant Force Main Design Project Revision Issue Date: October 12, 2022 Revised Proposals Due Date: November 17, 2022 Costa Mesa Sanitary District 290 Paularino Avenue Costa Mesa, CA 92626 (949) 645-8400 P a g e | 2 INTRODUCTION The Costa Mesa Sanitary District (hereinafter referred to as “The District”) is soliciting proposals from qualified engineering consulting firms (Consultant) to prepare designs and bidding documents for a redundant forcemain system that includes the refurbishment or replacement of an existing out-of-service Techite forcemain, a new 18” pipeline, and forcemain system appurtenance. Refer to Exhibit A, Scope of Work, for project SOW and deliverable details. INSTRUCTIONS TO CONSULTANTS I.EXAMINATION OF PROPOSED DOCUMENTS By submitting a fee proposal, the consultant represents that it has thoroughly examined and become familiar with the work required under this RFP, and that it is qualified to perform the work as requested. The Consultant shall carefully review the sample Agreement to determine if it is acceptable. The District will not entertain proposed edits, modifications, or changes to the Agreement. II.DISTRICT RESPONSIBILITIES A.The District will provide Consultant with available, relevant documents, studies, and relevant information concerning the project. All documents are available upon request. B.The District Engineer will be the primary contact and District representative for this project. C.The District has retained Robin B Hamers & Associates (RBH) to assist with and provide project management services on behalf of the District. RBH will provide oversight and leadership of daily activities, advocacy for the Consultant, maintaining relationship with the Consultant, managing the design fee, and working to ensure timely delivery of project deliverables. RBH will also provide overall District coordination of project meeting(s) and coordinate interaction and review by District staff. RBH will review monthly invoices and make recommendation to the District Engineer. The Consultant will generally communicate to the District via RBH. III.ADDENDA/CLARIFICATION Requests for questions, explanations, or clarification must be directed via email to the individual specified below and received no later than the date and time indicated in Section IV, Schedule, of the Instruction to Proposers. A mandatory pre-proposal conference will be held at the District headquarters at the date and time indicated in Section IV, Schedule, of the Instructions to Proposers. The District will provide an overview of the project, RFP, and project requirements. In addition, the District will provide preliminary responses to submitted questions/requests for clarifications. Only consulting firms that attend the pre-proposal meeting(s) may submit a proposal. All other proposals will be rejected by the District. P a g e | 3 Any questions or comments will be responded to in writing on or before the date indicated in Section VI, Schedule for Selection, of the Instruction to Proposers. The District will not respond to questions received after the specified time and date. In addition, the District reserves the right to extend the Proposal due-date should clarifications require such action. Submit Questions to: Noelani Middenway, District Clerk/PIO Email: nmiddenway@cmsdca.gov IV. WITHDRAWAL OF PROPOSAL SUBMITTAL A consultant may withdraw its proposal at any time prior to the deadline for submission of proposals by emailing a written request notification to District Clerk. V. RIGHTS OF THE DISTRICT This RFP does not commit the District to enter into a legal binding agreement, nor does it obligate the District to pay for any costs incurred in preparation and submission of the proposal or in anticipation of an agreement. The District reserves the right to reject any or all proposals. VI. SCHEDULE FOR SELECTION Issue Revised RFP: October 12, 2022 Deadline for submittal of questions 2:00 PM on: October 21, 2022 Mandatory Pre-Proposal Conference 1:00 PM on: October 25, 2022 District responses to questions: October 28, 2022 Deadline to submit proposal 2:00 PM on: November 17, 2022 Proposal evaluation by: December 7, 2022 Agreement presented to Successful Consultant: December 9, 2022 Negotiate Fee Proposal, if required: December 12 to 15, 2022 Agreement signed by Consultant: December 20, 2022 Notice to Proceed: January 23, 2023 P a g e | 4 RESPONDING TO THE RFP In order for proposals to be considered, submissions must be clear, concise, complete, well organized and demonstrate both consultant’s qualifications, and its ability to follow instructions. The proposal shall be organized in the format indicated below, shall be limited to twenty (20) pages (not including attachments and appendixes), and limited to 11-point Arial font. A PDF file of the complete presentation is required. A.Proposal Cover Sheet Consultant must complete and submit the Proposal Cover Sheet along with required documents mentioned below. B.Submittal Letter Include the RFP’s title and submittal due date, name of consultant and contact information (address, telephone, email, etc.). Include the designated contact person and corresponding email address. The letter must state that the proposal will be valid for a 90-day period and that staffing is available to work immediately on this project. The person authorized by the consultant to negotiate a contract with the District must sign the cover letter. C.Description of Consultant Provide the consultant’s information regarding the size, location, the nature of work performed by the firm, years in business, or other pertinent information. Also provide information for the key staff/engineers and any subconsultants used for the proposed work. D.Experience, Organization, and Team Briefly summarize the Consultant’s engineering staff/team experience providing pipeline analysis, reports, design, and required work, including expertise in trenchless design, corrosion engineering, constructability, and consideration for current resiliency and earthquake consideration for pipelines. Discuss constructability, maintainability, corrosion, and project delivery. Provide an overview of the key team members and their role for this work proposal. Provide a copy(ies) of the key team engineer registrations, as issued by the State of California. Provide your organizational structure for this proposed work, including any subconsultants and/or contractors. Please provide the names of the firm’s owner/principal, engineer(s), and project manager. Detailed resumes, limited to 2 pages per team member, must be included in an appendix. P a g e | 5 Substitution of team members/subconsultant staff will not be allowed unless approved by the District Engineer. Request for substitution must include a resume with work experience. The substitute must have the same or greater knowledge, skills, and work experience than the incumbent. E.References This section should identify similar projects that the Consultant has completed as outlined in the RFP. Experience with municipal pump stations, plants, and pipelines should be included and is preferred. Provide a brief overview of reference public agency or private clients. Provide detailed reference information for at least five (5) clients, including contact name, agency or firm name, address, phone, and email address. Please provide references for individuals currently employed by the reference agency or firm and confirm that they are willing to provide references during a discussion with the District. Stale or non-replying references will impact scoring of the contractor’s proposal. F.Project Overview and Approach This section should clearly convey the Consultant’s understanding of the nature of the work related to the District’s project and the general approach the consultant will use to complete this project. This section should also include a full description of each step in completing the project. The work description should be in sufficient detail to show a clear understanding of the work and proposed approach. This section should also include a description of the format, content and level of detail that can be expected for each deliverable. A schedule showing the important milestones should be provided as required by Section F, Schedule. G.Cost/Fee Proposal The cost or fee proposal must be submitted on the District Fee Proposal Form and submitted in a separate file. Provide the hourly rate sheet (by position) and list of services and reimbursables with associated costs as part of the Cost Proposal. Do not include the Fee Proposal Form, Hourly Rate sheet, or List of Services and Reimbursable costs with the technical Proposal file. P a g e | 6 H.Extra Work, Reimbursables, and Reimbursable Expense List Extra Work Should the Consultant consider work to be out of scope, the Consultant must notify the District in writing. The District may request a reimbursable item or extra work during the project. To accommodate this request and facilitate negotiation of the extra items or services, the Consultant shall provide a list of reimbursables items, services, and associated prices offered by the Consultant. The reimbursable item and services price list will be used to negotiate extra work and associated deliverables. Submit this rate sheet/price list with the cost/fee proposal file. Labor Hour Estimate The Consultant shall prepare a work breakdown and detailed list of estimated hours by task and labor classification and submit the list in conjunction with the project schedule, see Responding to the RFP, Section I, Schedule, for additional requirement. The work breakdown and labor estimate that is submitted with the Proposal must NOT have rates or costs indicated. A detailed work breakdown and labor estimate list (PDF/spreadsheet) with hourly rates and costs must also be submitted with the Cost/Fee Proposal sheet. Consultant shall also include the total number of hours by task and labor classification for each of the subconsultants on the team, excluding subconsultants with labor fees less than $30,000. For subconsultant work less than$30,000, the Consultant may list these activities as a reimbursable service. Reimbursable(s) The District will reimburse the Consultant for various reimbursable(s) and as outlined in the Agreement. For subconsultant work to be considered a reimbursable, the associated fee must be less than $30,000. For subconsultant work valued at $30,000 and greater, the work activities shall be billed hourly via the monthly invoice. The Consultant must provide an list of reimbursable items and their costs with the Cost/Fee Proposal sheet. Include a summary cost of the reimbursable items on the Cost/Fee Proposal sheet ere indicated. The District will reimburse for meals, airfare, travel, overnight stay, and per diem associated with the constructability and maintainability review process for the purpose of bringing out of region experts to participate in the Expert Panel. Travel and travel arrangements, overnight stay, and airfare for the expert panel must be approved in P a g e | 7 advance by the District. The District does not intend to reimburse for meals or overnight stay associated with normal project activities such as design meetings or other short-term activities. This includes meals or overnight stay associated with local or regional travel. Should the Consultant deem that out of region travel or overnight stay be required for a project activity, the Consultant must obtain District approval. The Consultant must provide a list of travel events and estimated cost for review and approval, by the District, at start of the project. If there are reimbursable items unknown or not considered by the District, provide a list of proposed deliverables and associated cost with the Cost/Fee proposal sheet. I.Schedule Provide an overview of the proposed project schedule and activities along with the overall- labor hour requirement, by work activity, to complete the proposed work. Be sure to include subconsultant and/or contractor work items. Also provide a detailed project schedule including breakdown of activities, workdays, dates, and detailed labor workhour requirement, by staff position for each activity. Subconsultant and subcontractor work items must be included in the project schedule. The project schedule must include a visual presentation of critical path and parallel work activities. For the purpose of submitting the Proposal for consideration, the detailed schedule must be submitted as part of the Proposal PDF file. The detailed project schedule may be included in a Proposal appendix. Assume that the start date for the schedule will be February 1, 2023. Be sure to show District holidays in the detailed work schedule. A Microsoft Project file of the Detail work breakdown and schedule, with detailed costs, by SOW task will be required from the successful consultant upon notification of intent to award a contract. J.Distinguishing Characteristics Please describe what distinguishes your firm from other consultants, how the services will benefit the District, and why that service is important to this project. P a g e | 8 EVALUATION CRITERIA Award shall be based on a “best value” evaluation. Criteria used for the proposal evaluation will include: 1. Cost (20%) 2. Responsiveness to RFP (15%) 3. Approach (20%) 4. Consultant Qualifications and Experience (20%) 5. References and Previous Performance (10%) 6. The Consultant’s Key Team Members Distinguishing Characteristics (15%) While cost is a significant factor in the evaluation process, RFPs will be evaluated according to the listed criteria. Proposals will be technically ranked without the cost proposal, then the cost proposals will be evaluated to determine the final proposal score. Interviews of the top three (3) scoring firms may be conducted. Be advised that the District has the right not to conduct interviews in determining the “best value” proposal. Final Selection Criteria for the top three scoring proposals/proposers, if Interviews are conducted: the initial proposal scoring with cost component will be weighted 60% and the interviews will be weighted 40%. INSURANCE REQUIREMENTS The consultant shall maintain professional liability insurance, general liability insurance and automobile liability insurance as outlined in the Sample Agreement. Also refer to the Exhibit A, Sample Agreement, and Exhibit C1 and C2, District Insurance and Certificate of Liability and Additional Insured, respectively, for additional requirements and details. DISTRICT AGREEMENT Exhibit A is a sample District Agreement that the selected Consultant will be required to sign. Exceptions or proposed edits to the Agreement will not be considered. Carefully review the sample Agreement prior to submitting the Proposal to determine if the Agreement is acceptable to the consulting firm. The sample agreement is subject to change based on the Consultant’s submitted proposal, the negotiated SOW, and supplementary work activities proposed by the consultant. P a g e | 9 DUE DATE FOR RESPONSE Electronic proposal must be received by the Costa Mesa Sanitary District on or before the deadline indicated, above, and must be emailed to: Noelani Middenway District Clerk/Public Information Officer nmiddenway@cmsdca.gov The District encourages an early submittal because delayed email deliver will not be considered. Late responses will not be accepted. P a g e | 10 PROPOSAL COVER SHEET CONSULTANT’S PROPOSAL TO PROVIDE SERVICES In compliance with the Request for Proposal, the undersigned hereby agrees to furnish all labor, materials, and equipment to perform services in the proposed Scope of Work and Agreement, which are enclosed herewith; and to do so in strict accordance with the provisions of the proposed Agreement. ENCLOSURE(S): 1.Proposal Cover Sheet 2.Consultant Proposal Letter 3.Consultant Proposal 4.Exhibit A, Sample Agreement 5.Exhibit B, Scope of Work and Exhibit B2, Elden FM Survey and Base Map 6.Exhibit C1 and C2, District Insurance and Certificate of Liability Insurance and Additional Insured, respectively 7.Request for Proposal, dated October 12, 2022 8.Addenda: ______________________ (Insert #’s here) 9.Cost/Fee Proposal (Separate File/PDF) a. Cost/Fee Proposal b. Hourly Rate Sheet c. List of Services and Associated Costs The undersigned Consultant declares that the only person or parties interested in this Proposal as principles are those named herein; that the Proposal is made without collusion with any other person,consultant or corporation; that Consultant has carefully examined the Scope of Work therein referred to; and Consultant agrees if this Proposal is accepted, that Consultant will execute an Agreement with the Costa Mesa Sanitary District in the form annexed hereto to provide all necessary labor, machinery, tools, and to do all work and provide materials required as specified in the Request for Proposal and Agreement according to the requirements of the Costa Mesa Sanitary District as set forth; and that the Consultant will take payment at the price described in the Agreement document, as payment in full for the performed scope of services. SIGNATURE OF CONSULTANT This document is signed by an individual clearly authorized to bind the Consultant. CONSULTANT: FIRM NAME: _______________________________________________________________ AUTHORIZED INDIVIDUAL: _______________________________________________________________ TITLLE/POSITION: _______________________________________________________________ ADDRESS: _ PHONE/E-MAIL: BY: SIGNED DATE P a g e | 11 COST/FEE FORM Perform Scope of Work outlined in Exhibit B and submit cost breakdown per the table below. Task Description Resource Requirement (Hours) Amount ($) Field Walk, Information Gathering, and Utility Search Survey Work and Base map Hydraulic Analysis and Report Resiliency Technical Memorandum Kick-off Meeting, Preliminary Design Report, and Pre-design Meeting(s) Traffic Control Plans Preliminary Design Plans Design, Project Plans, Specifications, Cost Estimate(s) & Project Meeting(s) Community/Town Hall Meeting(s) Outside Agency Meeting(s): Caltrans, City, and Fairgrounds Constructability and Maintainability Review Workshop Bidding Package (Bidding Requirements, Contractor Sample Agreement, Bid Form, Agreement, among other Documents required to bid the project) & Final Deliverable(s) Project Management, Overhead, and QA/QC Reimbursable Expense Budget (Provide List that indicates Associated Work Item) PROJECT TOTAL: P a g e | 12 The basis of award will be on a “Best Value” evaluation based on the criteria mentioned on Page 8 of this bid document. The submitted bid will be used to help evaluate the cost landscape and irrigation design services. Price(s) given above are good for 90 days after the Proposal submittal date. Addendum(s) No(s). has/have been received and is/are included in this Proposal. 1 | P a g e ELDEN PS REDUNDANT FORCEMAIN SCOPE OF WORK INTRODUCTION The District will work with a qualified professional engineering consulting firm (Consultant) to prepare the technical studies and reviews, preliminary design report, preliminary design, design, project plans, specifications, and bidding documents, among other activities or work items, required to obtain construction bids for installing a redundant Elden pump Station (PS) forcemain (FM) system. The project comprises the following general work items: 1. Modify the Pump Station Discharge piping to accommodate a redundant FM system with isolation valves. The PS must be able to: a. Pump to either forcemain; or b. Pump 1 to forcemain 1 and pump 2 to forcemain 2. c. Isolate either FM for maintenance or assessments, while maintaining the other FM in service. 2. A new FM pipeline from, with connection to, the PS to the FM valve complex located south of Mesa drive on the westerly side the SR-55 freeway; and 3. Rehabilitating or replacing an existing out-of-service Techite forcemain that that runs from the valve complex on the westerly side of the SR-55 to the discharge point located at Fair drive and the OC Fairgrounds entrance; and 4. Replacing the existing valve complex and/or reconfiguring the valve complex to accommodate the new FM and provide for a cross-over from one FM to the other. The valve complex work will provide pipeline access points/manways that will facilitate draining/cleaning any portion of the reconfigured FM system, conducting condition assessments, and making future repairs or refurbishments while keeping at least once FM in-service. 5. Reconfigure or replace the receiving/downstream Manhole with capability to isolate section of the FM from backwater. In addition, the FM discharge piping must provide a piping configuration or system that maintains a full-pipe when the pump station turns off during low flow or low water level at the pump station. The District may bid construction work for Items 2 and 3, above, separately or together. The preliminary design report should review these two construction bidding options as the District is considering rehabilitating the existing Techite forcemain via a trenchless method, pipe- bursting, or other method that reduces impacts to the local community and traffic. A large consideration for bidding the construction work is the City construction moratorium during the annual county fair. Work Item #4 will be constructed with Work Item #2 and Work Item # 5 will be bid with Work Item #3, should the District bid construction in two phases or bids. The proposed alignment for the new FM pipeline will proceed about 600 feet northwesterly from the Elden PS along Mesa drive, then about 1,125 feet northeasterly along northbound 2 | P a g e SOW Figure 1 Alignment Map 3 | P a g e Newport Blvd, then westerly about 365 feet under the SR-55 freeway to the southbound Newport Blvd, then southerly about 1,100 to 1,200 feet along Newport Blvd to the existing valve complex located south of Mesa drive, see Figure 1, Alignment Map. From the valve complex, the existing Techite pipeline continues about 1,090 feet southerly along southbound Newport Blvd, then about 1,150 feet westerly along Fair drive to the discharge manhole located at the main fairgrounds entrance. The consultant must verify and determine the final alignment, distances, and details as part of this project work. The District’s concern is that a damaged or an out-of-service forcemain will leave the District vulnerable to a sanitary sewer overflow during an extended outage. As a result, the District is interested in determining the options, feasibility, and cost associated with installing a redundant forcemain. Other concern or considerations include: A. Forcemain damage caused by a major earthquake, B. Caltrans bridge suffers sever damage and/or collapses, C. Lack of redundancy for performing routine maintenance, periodic condition assessment, and conducting future refurbishment and/or replacement, D. Lack of redundancy to handle outages cause by line-breaks, corrosion damage, or outside construction impacts (impacts from non-District projects), E. Ensuring the readiness for the forcemain to convey sewage and protect public health. F. Adding resiliency associated with a forcemain built to the latest earthquake and design standards. BACKGROUND The Costa Mesa Sanitary District (CMSD) is an independent special district that was formed in 1944 under the Sanitary District Act of 1923. It is governed by an elected five-member Board of Directors that appoints a general manager to supervise the day-to-day operations of the organization. The District boundaries encompass all of the City of Costa Mesa, portions of Newport Beach, and unincorporated Orange County; serving a population of approximately 116,700 and serving close to 4,000 businesses. Wastewater is conveyed to an OC Sanitation treatment plant located in either Huntington Beach or the Fountain Valley via the 224 miles District collection system and 20 lift stations. CMSD total daily dry weather flow is approximately 10.1 million gallons per day. The District’s Elden PS is located at 146 Mesa drive in Costa Mesa, CA. The PS is currently served by one 18-inch forcemain that runs northerly along Mesa drive, through the SR-55 Mesa Drive Caltrans overcrossing bridge, to southbound Newport boulevard, then southerly along Newport boulevard to Fair drive, then westerly along the northerly Fair drive sidewalk to the discharge manhole located east of the main OC Fairgrounds gate. 4 | P a g e The Elden pump station comprises two submersible pumps, each with a 3,750 GPM flow rate. Unless the alarm high-water level is reached, typically one pump operates. Typical dry weather inflow ranges between 2,500 and 600 GPM. Elden Forcemain System Goals 1. Connect the redundant forcemain system to the PS; 2. Replace the valve complex and/or reconfigure the complex to accommodate cross-over of flows, to facilitate maintenance, and drain any section of the forcemain system; 3. Refurbish the existing Techite forcemain; and 4. Replace the downstream manhole and install a pipe configuration or other option for maintaining a full-forcemain when the PS stops on a low sewage level. DETAILED SCOPE OF WORK (SOW) The Consultant shall provide survey work, studies, and memorandum, a preliminary design report, design services, constructability and maintainability review, resiliency technical memorandum, various project meetings and/or workshops, develop project plans, specification, and bidding documents, among other deliverables, for the proposed project. Provide the following: 1. Provide aerial survey, field survey work, and base map required to prepare the project plans. Consider alternative alignments so that survey work will provide coverage for any option under consideration. See Survey Detail Requirements, Exhibit B2, for additional information and scope items. The limits of survey work will include, at minimum: a. State Route 55 between the National Guard armory and 300 feet southwest of Fair Drive. b. Mesa drive between 100 feet southeasterly of the PS to the Fairgrounds property line; c. Northbound Newport Blvd between 300 feet southwesterly of Mesa drive to 2,000 feet northeasterly of Mesa drive; d. Southbound Newport Blvd between 600 feet northeast of Arlington Drive and 300 feet southwest of Fair drive; e. Fair Drive between northbound Newport Blvd and the bus turnout located about 250 feet west of the main Fairgrounds entrance; 5 | P a g e f. Pump Station: The District will open the station wet well and two valve vault(s). The surveyor shall determine vertical and horizontal locations of the vaults, valves, and top of inlet and outlet piping. The surveyor shall also “dip” the wet well to determine the wet well bottom/floor elevation. The PS structure (corners), manholes, vault (corners), and electrical/control panel location(s), that are visible from ground level, must also be surveyed. The aerial photo, field survey, and topographical work detail must be sufficient such that the Consultant will be able to determine and design the project alignment and prepare the project plans. Property lines, right-or-way boundaries, street and freeway centerlines must be included in the base map coordinated by the survey work. Note: Prior to conducting the survey work, the Consultant will walk the site and confirm survey limits and requirements. 2. Hydraulic analysis and calculations with technical memorandum for the existing PS and future state project. The Consultant shall review the pump station hydraulic conditions including determination of the pump and systems curves for the existing condition and future condition. The analysis must include the minimum cases: a. Single pump operation through the existing FM. b. Dual pump operation through the existing FM. c. For the new configuration: i. Single and dual pump operation through new FM #1 ii. Single and dual pump operation through new FM #2 The technical memorandum must include a written report with description of the existing hydraulic condition, proposed hydraulic condition, summary of the study finding and recommendations, and system/pump curves for each situation. The Consultant shall take pressure and flow measurements of the existing hydraulic condition/operations to confirm the actual system and pump curves for the existing station/configuration. The measured information and calculated head loss and flows will be used to estimate the new pumping condition for the redundant FM system. 6 | P a g e The District does not have a flow measurement nor a pressure gauge on the existing station. The Consultant must procure flow and pressure measuring services required to measure the existing flow and pipe loss conditions. 3. Resiliency Technical Memorandum. Prepare a memorandum discussing pipeline resiliency and methods to eliminate or limit damage to the FM system. Discuss the following: a. Resiliency measures, requirements, and alternative for the current FM project, including new FM and rehabilitation or replacement of the existing Techite pipe and related appurtenance. b. Resiliency measures, requirements, and alternatives for the existing FM. c. Discuss earthquake systems and improvements to mitigate or reduce pipeline damage from earthquakes. Discuss faults of concern and associated items to consider for each fault. 4. FM Preliminary Design Report (Report) that considers the proposed work, options/alternatives for the new forcemain system, trenchless options for rejuvenating/replacing the Techite Pipe, material selections, construction methods, how the project or projects should be bid, sustainability, resiliency to earthquakes, severe weather, or other impacts such as damage by contractors performing other underground work. Provide a Class 4 Construction estimate as defined by the Association for the Advancement of Cost Engineering (AACE) International with the Report. Review alignment, pipeline material selections, construction method options, resiliency, and sustainability as part of this work item. 5. Conduct a FM site visit and walk of the possible alignment sites. The District Engineer will participate in this activity and the consultant must schedule around the District Engineer’s availability. If required, the District will provide limited traffic control for the job site walk. If the consultant requires traffic control, a request to the District Engineer with specific requirement must be made three weeks in advance of the job walk. It is anticipated that the job walk will be limited to walking the alignment via the public walk and/or shoulder area. Class2 or Class 3 reflective vests must be worn during the job walk. 6. Lead one (1) 2-hour in-person kick-off and visioning workshop with District staff to confirm the alignment, discuss possible material selections, construction methods, construction phasing, project schedule, project needs and 7 | P a g e considerations. Review items learned from the job site walk, utility search, and review of project information. The consultant must complete Item 2 (site visit) and walk the alignment, prior to the kick-off meeting. In addition, the Consultant must have reviewed the District’s sewer system downstream of the Elden pump station to the point of discharge at the OC Sanitation District regional trunkline and well as have reviewed the Elden PS, Valves, and appurtenances. The consultant must be prepared to lead a conversation to describe items for District consideration. If the consultant believes there may be a better option, the consultant is encouraged to describe it during this kick-off meeting and outline advantages or disadvantages. The District is not obligated to proceed with a consultant-proposed alternative. 7. Obtain and review: i. Caltrans SR-55 Bridge Record Drawings for Fair Drive and Mesa Drive; Caltrans SR-55 Mainline Freeway Plans from south of Fair Drive to Bristol Street; ii. Caltrans/City Plans for Newport boulevard from south of Fair Drive to Bristol Street. iii. City Street Plans for Fair Drive (Fairview Road to northbound Newport Blvd), Arlington Drive (Fairview Road to Newport Blvd), and Mesa drive from the PS to southbound Newport Blvd. iv. Utility drawings (gas, electric, water, storm drain, cable company, among others). 8. Conduct, gather, and/or confirm background, technical information, record drawings, Caltrans and City Street plans, utility(ies), utility plans. Note: Gathered information, City and Caltrans record drawings, utility drawings, and other information contributing to the Report must be turned over to the District with submission of the final Report. The utility search will be used to understand if there are utilities that may preclude the proposed forcemain routing or that may cause alignment problems and to provide for an improved project estimate. Potholing and detailed locating of utilities is not required for the preliminary design report. The consultant should be prepared to make recommendation on whether the District should pothole any utilities. It will be the District’s responsibility to contract and undertake any potholing. 8 | P a g e Available District sources of information include, but may not be limited to: Elden PS Record Drawings Elden Forcemain Record Drawings Elden PS Emergency Response Plan District sewer map of the local sewer system. The sewer map includes most OC Sanitation trunkline locations related to the CMSD sewer system. The District will make a drop box available with record drawing or other available information. 9. Utility Search and locations. The consultant shall contact each utility company, in writing and via telephone (both), to request drawing, maps, and/or utility information. 10. Lead two (2) in-person Caltrans meeting(s). Assume a 90-minute meeting time for the first Caltrans meeting to explore any requirements and concerns, as well as provide Caltrans with the District’s proposed scope of work and interest in crossing SR-55 R/W. Assume a 1-hour meeting time for a follow-up Caltrans meeting (TBD). Consultant shall contact Caltrans to coordinate and schedule this/these meeting(s) at time and day acceptable to the consultant, Caltrans, and the District. 11. Lead eight (8) one-hour in-person project meeting(s) with CMSD staff. Project meeting(s) will be in-person at the District HQ. Include the following meeting(s): i. First project meeting to review the 90% Report (35% design-level) and construction estimate (AACE Class 5), ii. Second (focused) project meeting to review the new FM pipeline and alignment, including the valve complex preliminary design (45% design), iii. Third (focused) project meeting to review the Techite Pipe Rehabilitation/replacement and downstream manhole preliminary design (at 45% design) iv. Fourth project meeting to review the 60% design drawing(s) and provide an update construction estimate (AACE Class 3), v. Fifth project meeting at 80% design and updated construction estimate (AACE Class 2) 9 | P a g e vi. Sixth meeting: a five-hour workshop with the District, Consultant, and Consultant constructability and maintainability review team to review constructability and maintainability. vii. Seventh project meeting at 95% design (consultant work product must be a 100% completed plans, specification(s) and bidding package) along with a final construction estimate (AACE Class 1), viii. reserve a one-hour meeting for a topic(s) to be determined. 12. Preliminary Design Report (Report) Prepare a Report that discusses various project alternatives, options for construction, material selections, alignment/alternative alignment, project delivery recommendations, a discussion of benefits and drawback, and the required construction estimate. It is envisioned that the Report will be a collection of technical memorandum on specific topics and aspects of the project. The Report must include the following format/sections: Executive Summary Description of Recommended Project Background Discussion Technical memorandum on: a. forcemain alignment and options b. material selections and design considerations c. Valve complex design d. Replacement of Techite pipe & non-dig alternatives including pipe busting. e. Downstream manhole replacement The final Report must be based on a minimum 35% design level, provide concepts of construction, recommended material selection, alignment, and engineered concept sketches for the discharge manhole and cross-over valve complex. 13. Two (2) in-person 90-minute meeting(s) with the City of Costa Mesa (include Public Works, Public Information, City Engineer, City Traffic, among other departments. The meeting(s) are to discuss: 10 | P a g e i. Initial meeting to convey overall project, proposed alignment, initial traffic control plans, construction schedule/timing, and obtain comments from City departments. It is recommended that the 60% design be submitted in advance of the proposed meeting. ii. Follow-up meeting with City at 80% design. Provide how City comments are being addressed and share new detail developed. Note: the City has several roadway moratoriums, including during and around the annual OC Fair, that must be considered and incorporated into the project design and development of the construction schedule. The consultant must learn of these moratoriums and City items prior to completion of the Report and considered in any submittals provided to the City for review. 14. One (1) in-person 60-minute meeting with OC fairgrounds and the County of Orange to convey overall project, proposed alignment, initial traffic control plans, construction schedule/timing, and obtain comments from the Fairgrounds staff and/or County. It is recommended that the 60% design be submitted in advance of the proposed meeting. 15. Public Information (town hall type) Meeting(s). The District anticipates holding two (2) in-person, public information meetings to share project detail with the public and obtain feedback and comments. The consultant will develop project information, in lay-terms, to share during the public presentations. The consultant must coordinate these meetings with the District PIO. Information and presentation materials must be provided to and reviewed by the PIO prior to any public meeting. Engineering and highly technical terms are highly discouraged. Assume the consultant will spend two hours during the meeting. Also assume that one meeting will be located at Costa Mesa City Hall and a second meeting at the Costa Mesa Sanitary District Headquarters. These town hall meeting will be held at or after 6PM, such that residence may attend after normal working hours. 16. Prepare Project Design Plans and Specifications The consultant shall design the redundant forcemain system project. The design plans shall be prepared on 24 x 36 inch drawings, using a scale of 20 feet to the inch, include plan and profile, with crossing and adjacent utilities, on District 11 | P a g e standard drawing sheet. Project drawings shall be provided in AutoCAD and PDF format. Projects submittal milestones include 45%, 60%, 80%, and 95% design. The 80% design must include sufficient detail such that a group of independent experts may review the design and details for constructability, maintainability, condition assessment, and project quality. The 80% design will be used for the Constructability and Maintainability workshop. The Consultant shall consider the 95% submittal as 100% completed design plans and specifications. 17. Prepare traffic control plans for City and Caltrans review. The prepared plans will be included in the construction drawing and bid documents as information to the contractor and to convey City and Caltrans expectations. The Consultant must determine how best to convey the traffic information within the plans and specifications to a Contractor. The traffic control plans must be submitted to the District with the 80% submittal. 18. Constructability and Maintainability Review Process The Consultant shall provide for a constructability and maintainability workshop (Workshop) to review the 80% design. The Consultants design team should present the project designs to the expert panel (Panel) of independent consultants, pipeline experts, engineers, trenchless pipeline specialist, corrosion specialist, construction experts, and maintenance experts. Panel must review the project design for technical merit and quality. The Consultant must prepare a technical memorandum outlining the results of the Workshop and review comments. It is anticipated that the Workshop will last at least six (6) hours and District staff will attend. Along with the expert panel, District staff must be provided time to provide feedback and ask questions. 19. Consultant QA/QC Program Consultant shall provide a quality assurance and quality control program for this project. The Consultant’s program must provide for methods and systems to ensure a quality design and that District comments are addressed and incorporated. The Consultants proposal must provide an outline of the consultants QA/AC program and how the program will be implemented and conducted. 20. Attend one (1) in-person Board Study session. The consultant will provide a presentation required to update the Board on progress, issues, and items pertaining to the project. Presentation materials must be provided and reviewed 12 | P a g e by the District in advance of the Board study session. Information must be developed such that lay-public can understand the information being presented. Engineering and highly technical terms are discouraged. Assume that the consultant will spend about one hour of time during the meeting. 21. Set up and hold Project Manager teleconference(s) with the District Engineer. The consultant must hold every-other week, 20-minute (or so), update/status video conference meeting(s) with the District Engineer. The purpose of the meeting(s) is to provide progress information compared to the project schedule and discuss any technical items that arise. The number of meetings will be based on the proposed (proposal-submitted) and approved project schedule. 22. Develop meeting minutes and publish an electronic (PDF) document with summary, outcomes, and action items from each meeting(s). Include only the kick-off meeting, Caltrans meeting, and eight project meetings in this item. Do not include the project manager teleconferences or the constructability/maintainability review as part of this work item. 23. Provide electronic version of meeting presentation materials, reports, technical memorandum/information provided and discussed during the meeting(s). This requirement includes providing electronic files in Microsoft and PDF versions, such as MS PowerPoint, Visio, Word, etc. Do not include the project manager/District Engineer teleconferences as part of this work item. 24. Provide a proposed project schedule with detailed breakdown of activities. The District anticipates that the design project will be ready to bid within 12 to 16 months from Notice to Proceed (NTP). However, the consultant must provide a realistic schedule considering the complexities associated with this project. It is anticipated that the project schedule and breakdown of activities will include at least: i. Kick-off meeting ii. Gather information iii. Caltrans Meeting(s) iv. Eight Project Meetings v. Constructability/maintainability Workshop vi. Project manager meeting(s) vii. Cost Estimating Activities 13 | P a g e viii.Preliminary Design Report Submittal ix. Design Submittals (45%, 60%, 80%, and 95%) x. City Meeting(s) xi. Fairgrounds/OC County Meeting xii. Board Study Session xiii.Town-Hall type Public Meeting(s) xiv.100% Design Submittal xv. Bidding and award 25. Develop four Construction cost estimate(s): Provide a construction estimate associate with the proposed forcemain preliminary Design, Techite Pipe Rehabilitation/replacement, and replacement of the valve complex with associated appurtenances. For the purposes of this scope item, assume that a new 3,325 foot, 18” forcemain will be constructed, a new valve and cross-over complex will be constructed, and the existing Techite pipeline will be as a host for pipe-bursting or other trenchless construction method. Construction estimate(s) shall be provided as outlined in AACE Recommended Practice 56R-08, latest edition: i. AACE International Class 5 estimate for the preliminary design report. ii. AACE International Class 4 estimate for the 45% design review meeting(s) each task, iii. AACE International Class 3 estimate for the 60% design, iv. AACE International Class 2 estimate for the 80% design, v. AACE International Class I estimate for the 95% design (project design 100% complete), specifications, and bidding documents. 26. Work Product and Submittal(s): i. Aerial photo, field survey, base map, and related documents aand survey information. ii. Hydraulic Analysis Technical Memorandum iii. Resiliency Technical Memorandum. iv. Report: Draft Report with recommendation(s) at least five (5) working days ahead of the first project meeting. v. Draft Final report at least five (5) working days ahead of the second project meeting, depending on when and what topics or materials are covered. vi. Final Report ready public viewing. 14 | P a g e vii. Project Plans (45% design, 60% design, 80% design, 95% design (100% design complete), and Final bidding package. viii.Constructability/Maintainability Technical Memorandum ix. Presentation to District Board of Directors (MS PowerPoint) x. Presentation for a Public Town Hall Meeting(s) xi. CAD file of final plan set, Word version of final specification and bidding documents, and signed/PE stamped PDF version of Plans, specifications and bidding documents. 27. Format and minimum content of preliminary design report (Report) submittal: i. Executive summary; ii. Recommendation(s); iii. Project background; iv. Discussion of Alternatives with routes considered with alignment exhibits, Cost and Benefit of each option, along with environmental, utility, construction, or impact concerns associated with each alignment. Also provide a ranking of the options with a recommended alternative. Ranking must consider social, life cycle (capital and operational) cost, resiliency, environmental, and best public works/engineering practice.; v. Summary of data gathered; and vi. Conclusion(s) 28. Address District Comments and Suggestions: The District will provide work product submittal comments within five (5) working days after the associated work activity meeting(s). The consultant must incorporate the District comments into the subsequent submittal. The consultant must keep and maintain a comment log that includes how the comment was addressed and corrections to the work product made. The District Engineer must be consulted when and if technical issues are discovered or created by District staff feedback. 29. Provide project management. This item consists of active project management, coordinating work items with the district and/or the District’s project manager, managing consultant resources, among other project-related management services. 15 | P a g e 30. Items NOT included within the consultants SOW: i. Hard copy, prints, submittals. The District will prepare or produce hard-cover documents for use and/or review by the District or public. Consultant must provide print-ready or camera-ready document files. ii. Construction Survey work. The District will conduct and coordinate construction survey work required for the District designs. iii. Traffic Control for the job-site walk. iv. Pot-holing or in-situ utility locating. The consulting utility search will be limited to obtaining record drawings, utility maps, or other records. v. Consulting construction services (services to be determined). Construction services will be negotiated and based on the final designs and work products. 1 of 2 | P a g e Elden FM Survey and Base Map SOW The District requires an aerial survey, survey field work, and a topography/base map of the alignment and project area for the Elden Forcemain (FM) to use for an improvement project. Provide the survey work required to prepare the appropriate maps and drawings. The SOW includes the following: 1. Provide aerial topography for limits outlined in the SOW, exhibit A, based on the following: a. Aerial topographical survey shall be 20-scale with 1-foot contours. 2. Provide field survey work. a. Street sections (SOW Items b through e) shall be measured/surveyed at 50 feet interval, minimum. Include measurement of top of curb, flow line, street centerline, edge of walk or edge of pavement. b. Locate store fronts and buildings within 50 feet of the street right-of-way. c. Determine the property line and right of way locations, horizontal control, elevations, and grade(s) along the City Street(s) and Newport Blvd. d. Locate and survey the Caltrans monuments within the survey boundaries. e. Locate and survey the County of Orange survey monuments within the survey boundaries. f. Capture grade breaks or changes in slope. g. Capture curb, driveway, and gutter elevation(s). h. Key elevation points at walkways, ribbon-gutter, and ADA access locations. i. Storm, sewer, and water appurtenance at or above grade. j. Horizontal and vertical location of existing street centerline and survey/county monuments. k. Traffic and transportation appurtenance and signage. l. Utility poles and lights. m. Fencing and block walls. 3. Also Locate: a. Property corners (if present). b. Street centerline monuments and Caltrans monuments c. Trees over 4” diameter. d. Planters within right-of-way. e. Observable utilities, including: i. The So. Cal Gas Vault and appurtenances. ii. Utility pole and guy-wire locations. 2 of 2 | P a g e iii. Electrical transformer. iv. Water meter, backflow devices. v. Parking light pole(s). vi. Other notable utility. 4. Prepare a base map with: a. Captured data. b. Property line/right-of-way. c. Street centerline. d. Curbs, gutters, driveways, ramps. e. Easements 5. Provide PDF files with back-up and/or supporting data such as easement descriptions, parcel maps, or other descriptive information. 6. Use: a. State Plane NAD 83, Zone 6, horizontal coordinate system b. NAVD 88 vertical datum, feet c. Provide any electronic Plan of Correction (ePOC) documentation and survey monuments used. 7. Provide base map drawings and files: a. ACAD file, latest edition i. Typical District format, template, and border. b. PDF file, printable c. MS Excel Spreadsheet containing data points with elevations and GPS coordinates. 8. The survey, base map, and drawing(s) should be stamped by a registered land surveyor. 290 Paularino Ave, Costa Mesa, CA 92626 • (949) 645-8400 • fax: (714) 540-1392 “Protecting public health and the environment for current and future generations.” Board of Directors Robert Ooten Michael Scheafer Arlene Schafer Arthur Perry Brett Eckles Staff Scott C. Carroll General Manager Harper & Burns, LLP District Counsel Davis Farr, LLP District Treasurer Mark Esquer District Engineer Noelani Middenway District Clerk & Public Information Officer Kaitlin Tran Finance Manager Dyana Bojarski Administrative Services Manager Steve Cano Wastewater Maintenance Superintendent www.cmsdca.gov www.cmsdca.gov Platinum Level District of Distinction November 1, 2022 341 Elden FM Redundancy Design Proposers: Re:Addendum #1: Answers to Consultant Questions and Items from the Pre-Proposal Meeting This Addendum is hereby made a part of the contract documents, scope of work, and requirements. Receipt of this Addendum shall be noted on the Proposal Form(s). The following information, changes, additions, clarifications, or modifications shall be made to the Scope of Work, contract documents and construction drawings; and all other conditions remain the same. Questions/General 1.The District received five (5) questions from prospective consultants. Here are the questions and District replies: a. Can the District provide drawings of the existing pump station; at a minimum a drawing or sketch that depicts the existing force main discharge configuration? This will help us determine the level of effort associated with achieving the desired redundant/dual force main configuration. Answer: Yes. The District will set up a DropBox with the requested information, among other items. The DropBox link is available via the District website or the following: https://www.dropbox.com/sh/wb7j9b9io9kkizh/AAA83xRJ6 CkYip7lrcA3-vKoa?dl=0. b. Can the District provide drawings or atlas maps of the existing out of service Techite force main and the existing in-service force main that show alignment and size? Answer: Yes. See location of Drawings and information included in answer for question (a), above. c. What is the firm capacity of the pump station and can a pump curve be provided? Answer: The District does not know the firm capacity of the pump station. A Scope of Work (SOW) item includes conducting a hydraulic analysis of the station. Refer to the SOW Detailed SOW Item #2 for detailed requirements. Pump Curves are available through the pump manufacturer. 290 Paularino Ave, Costa Mesa, CA 92626 • (949) 645-8400 • fax: (714) 540-1392 “Protecting public health and the environment for current and future generations.” d. Is the District performing the CEQA? Is design consultant required to coordinate with the CEQA process? Answer: CEQA is not required as part of the Consultant SOW. The Consultant does not need to coordinate with the CEQA process. e. Can the District tell us who is on its expert panel? This will influence which firms we ask to be part of the design team. Answer: The Consultant will propose the team of industry experts. The expert panel participants must be independent of the design team and should not participate in developing the project design. The expert panel may also consist of Consultant employees from other offices or locations. 2.RFP Detailed Scope of Work, Item 18, Constructability and Maintainability Review Process, page 11 of 15: I. Add the following sentence(s) after the first sentence: The Consultant will propose a team of industry experts as part of the Consultant’s team. The expect panel and associated review activities shall be included in the Consultants Fee Proposal in the appropriate SOW and Fee Item. II. Modify/replace the existing third sentence with the following: The Panel must review the project design for technical merit, quality, constructability, maintainability, and value. The Consultant Proposals are due by or before the deadline indicated in the issued RFP. After emailing your Proposal, please confirm that it was received, by calling Noelani Middenway, at extension 227. Thank you in advance for your consideration in this matter. Sincerely, Mark Esquer, P.E. District Engineer cc. Noelani Middenway, Clerk of the Board Steve Cano, Wastewater Superintendent Mike Benesh, RBH & Associates Permits 11 Exhibit B Consultant’s Proposal(s) and Fee Summary P a g e | 10 PROPOSAL COVER SHEET CONSULTANT’S PROPOSAL TO PROVIDE SERVICES In compliance with the Request for Proposal, the undersigned hereby agrees to furnish all labor, materials, and equipment to perform services in the proposed Scope of Work and Agreement, which are enclosed herewith; and to do so in strict accordance with the provisions of the proposed Agreement. ENCLOSURE(S): 1.Proposal Cover Sheet 2.Consultant Proposal Letter 3.Consultant Proposal 4.Exhibit A, Sample Agreement 5.Exhibit B, Scope of Work and Exhibit B2, Elden FM Survey and Base Map 6.Exhibit C1 and C2, District Insurance and Certificate of Liability Insurance and Additional Insured, respectively 7.Request for Proposal, dated October 12, 2022 8.Addenda: ______________________ (Insert #’s here) 9.Cost/Fee Proposal (Separate File/PDF) a. Cost/Fee Proposal b. Hourly Rate Sheet c. List of Services and Associated Costs The undersigned Consultant declares that the only person or parties interested in this Proposal as principles are those named herein; that the Proposal is made without collusion with any other person,consultant or corporation; that Consultant has carefully examined the Scope of Work therein referred to; and Consultant agrees if this Proposal is accepted, that Consultant will execute an Agreement with the Costa Mesa Sanitary District in the form annexed hereto to provide all necessary labor, machinery, tools, and to do all work and provide materials required as specified in the Request for Proposal and Agreement according to the requirements of the Costa Mesa Sanitary District as set forth; and that the Consultant will take payment at the price described in the Agreement document, as payment in full for the performed scope of services. SIGNATURE OF CONSULTANT This document is signed by an individual clearly authorized to bind the Consultant. CONSULTANT: FIRM NAME: _______________________________________________________________ AUTHORIZED INDIVIDUAL: _______________________________________________________________ TITLLE/POSITION: _______________________________________________________________ ADDRESS: _ PHONE/E-MAIL: BY: SIGNED DATE Kleinfelder, Inc. Simon Wong, PE, SE Vice President, Major Accounts 24411 Ridge Route Drive, Suite 225, Laguna Hills, CA 92653 619.831.4553; swong@kleinfelder.com November 17, 2022 #1 (dated 11.01.2022) MW232236.001P Page | 2 Elden Redundant Forcemain Design Costa Mesa Sanitary District B. Submittal Letter November 17, 2022 Ms. Noelani Middenway District Clerk/Public Information Officer Costa Mesa Sanitary District 290 Paularino Avenue, Costa Mesa, CA 92626 nmiddenway@cmsdca.gov Re: Elden Redundant Forcemain Design - Project 341 | Submittal Due Date: 2:00 PM, November 17, 2022 Dear Ms. Middenway: Kleinfelder, Inc. (Kleinfelder) is excited to offer the Costa Mesa Sanitary District (District) an exceptionally qualified, handpicked local team for the design of the Elden Redundant Forcemain Design project. Kleinfelder understands the District is seeking an experienced firm with the knowledge and expertise to design this unique forcemain replacement. Below are the benefits offered by the Kleinfelder team:  Project Manager is a Proven Performer: Ms. Kathy Haynes, PE (CA No. 51548), Senior Project Manager, is a proven leader with over 32 years of local pipeline design experience and management of large projects with multiple disciplined teams. Her expertise provides the know-how to anticipate potential construction challenges and prepare engineering solutions well in advance. Ms. Haynes is an out of the box thinker who will bring the members of this team together to collaborate unique solutions to this unique project.  Succcessful partnership with Carollo Engineers, Inc.: We have partnered with Carollo Engineers, Inc., a leading engineering firm specializing in the planning, design, and construction management of water and wastewater facilities for municipal and public sector clients.  Highly experienced technical specialists: Our technical staff includes our Deputy Project Manager Bryan Webb, PE (CA No. 94278) who is an expert in the design of water, recycled water, and wastewater pipelines, pump stations, and treatment facilities. He specializes in pipeline condition assessment, rehabilitation, and replacement projects. Also on our team is Dennis Doherty, PE (NC, TX, NH, MA), for Trenchless construction. Mr. Doherty was recently inducted into the North American Society for Trenchless Technology’s (NASTT) Hall of Fame for accomplishments and contributions to the trenchless technology industry.  Our approach will ensure on-time and on-budget delivery: Careful planning and thorough investigations upfront prior to design will mitigate risks to the schedule including timely permit processing and no surprises during construction. With our in-house experts we will have on-going timely discussions that will inform all aspects of the design, under one roof. We can check in, in real time, to determine the ramifications of design options and alignments to select the most advantageous options.  Extensive Local Knowledge and Experience: Kleinfelder possesses a successful history of working with various municipal water agencies and is recognized as a leading expert on trenchless design. The breadth of our pipeline design knowledge accompanied by Kleinfelder’s range of services offers the District a team with the qualifications to integrate fiscal outlook, constructability, and maintainability considerations into our fast-track pipeline design solutions. This proposal will be valid for a 90-day period. Our proposed project team is available to work immediately on this project. The persons signing below are authorized to negotiate a contract with the District. We look forward to the opportunity of working with you on this project. Very truly yours, Kleinfelder, Inc. Kathy Haynes, PE (CA No. 51548), Senior Project Manager Simon Wong, PE, SE (PE CA No. 37416, SE CA No. 2906), Principal-in-Charge Name of Consultant: Kleinfelder, Inc. Designated Contact Person / Address, Telephone, Email: Ms. Kathy Haynes, PE 24411 Ridge Route Drive, Suite 225 Laguna Hills, CA 92653 619.831.4585; khaynes@kleinfelder.com MW232236.001P Page | 3 Elden Redundant Forcemain Design Costa Mesa Sanitary District C. Description of Consultant Kleinfelder will bring to the Costa Mesa Sanitary District (District) a large, multi-disciplinary team that incorporates in-house pipeline designers, construction management professionals, trenchless experts, environmental professionals, geotechnical services and a host of supporting disciplines. Our diverse experience providing engineering and design related services with a variety of agencies will allow us to anticipate and mitigate project risks and to streamline project delivery. Our local strength ensures the highest levels of responsiveness, with high quality work performed efficiently. Established in 1961 in California and incorporated on April 20, 1962, Kleinfelder has grown to over 3,000 employees located in 105 offices across the United States, Canada, and Australia. We currently have six offices in Southern California supported by a staff of over 400 employees. Kleinfelder is a California “C” Corporation providing the benefit of large company resources delivered with the attention to detail and responsiveness of a smaller firm. Kleinfelder understands and can commit to having staff available as needed, from our project office in Laguna Hills or from one of our other local offices. Kleinfelder utilizes the latest communication technologies, and therefore, will bring the best experts to work on the project seamlessly regardless of office location. Our experience includes the planning, study, evaluation, condition assessment and construction management of all types of water and wastewater facilities. Our knowledge of how complete systems work will provide the District with confidence that they are receiving an efficient, cost effective system that is reliable and resilient. We evaluate the big picture while keeping an eye on the details. Kleinfelder has provided similar services to multiple Southern California clients including Irvine Ranch Water District, South Orange County Wastewater Authority, Orange County Sanitation District, Los Angeles Department of Water and Power, Los Angeles County Transportation Authority, Eastern Municipal Water District, Ontario Municipal Utilities Company, and City of Garden Grove. We have structured our submittal to correspond to the requirements of the Request for Proposals (RFP) for Elden Redundant Forcemain Design project, revision issued October 12, 2022 and Addendum #1 issued November 1, 2022. Key Staff/Engineers and Subconsultants Kleinfelder’s project team of specialists offer diverse experience in the design of forcemain systems and their appurtenant facilities. The team offers a proven track record of delivering high-quality designs safely, on-time, and within budget. The project team is organized to provide effective project management of the proposed Scope of Work. Brief summaries of our key project management team follow below while brief descriptions of the other members of our project team are found in D. Experience, Organization, and Team. Detailed resumes can be found in Appendix A: Resumes. TABLE OF CONTENTS A. Proposal Cover Sheet .................... 1 B. Submittal Letter .............................. 2 C. Description of Consultant ............... 3 D. Experience, Organization, and Team ....................................... 5 E. References .................................... 8 F. Project Overview and Approach ... 11 G. Cost Proposal (in separate file) .... 19 H. Extra Work, Reimbursables, and Reimbursable Expense List .......... 19 I. Schedule ...................................... 20 J. Distinguishing Characteristics ...... 20 Appendices: A: Resumes and CA Registrations B: Schedule MW232236.001P Page | 4 Elden Redundant Forcemain Design Costa Mesa Sanitary District SENIOR PROJECT MANAGER – Kathy Haynes, PE Education/Professional Registrations: BS, Civil Engineering; Professional Engineer - Civil, CA, No. 51548 Proven leader with 32 years of experience and expertise in managing large complex water infrastructure projects. Experience includes planning, designing, assessing and constructing pipeline and pump station projects. Responsible for designing and managing hundreds of miles of pipeline ranging from 6 to 108 inches in diameter. • Naval Base Coronado Coastal Campus Sewer Forcemain, City of Coronado, Coronado, CA. • Vallecitos Water District, San Marcos Interceptor Sewer Design Project, San Marcos, CA. • Lake Murray-Interceptor and Canyon Trunk Sewer Replacement Project, San Diego, CA. DEPUTY PROJECT MANAGER / PIPELINE DESIGN – Bryan Webb, PE Education/Professional Registrations: BS, Civil Engineering; Professional Engineer – Civil CA No. 94278; Professional Engineer – Civil, NV, No. 028397, PACP/MACP/LACP, No. U-0819-70307090 Ten years of experience in civil/water/wastewater engineering design and construction. Expertise in design of water, recycled water, and wastewater pipelines, pump stations, and treatment facilities. Specializes in pipeline condition assessment, rehabilitation, and replacement projects. • Naval Base Coronado Forcemain Project, City of Coronado, San Diego, CA. • Irvine Ranch Water District (IRWD) Sewer Forcemain Rehabilitation, Irvine, CA. • Route 236 Sewer Extension, Kittery, ME. CONDITION ASSESSMENT/ REHAB & JUNCTION STRUCTURE – Andrew Frost, PE (Carollo Engineers) Education/Professional Registrations: BS, Civil Engineering; MBA, Business Administration; Professional Engineer – Civil CA No. No.77724; Professional Engineer – Civil, NV, No. 023435 14 years of experience in civil engineering design and project management including pipelines, sewer mains, storm drains, potable/recycled water, condition assessment, dry utilities, roadway, grading, and site design. • Warm Springs Lift Station, Eastern Municipal Water District, Perris, CA. • Indian Street Sewer Crossing Preliminary Design, Eastern Municipal Water District, Perris, CA. • Los Coches Streambed Stabilization at Vulnerable Sewer Locations, County of San Diego, CA. SUBCONSULTANTS. Kleinfelder has selected the following subconsultants/subcontractors to supplement our services to allow our team to provide all the design services requested by the District. All are proven team members and each provide expertise directly relevant to the required services. Firm / Contact Information Overview Contact Carollo Engineers, Inc. Role: Condition Assessment / Rehab, Junction Structure & Pipeline Expert With more than 1,200 employees, Carollo is the nation’s largest environmental engineering firm specializing exclusively in the planning, design, and construction of water and wastewater facilities. Since 1933, Carollo has successfully completed more than 25,000 projects for public sector clients. Andrew Frost, PE, Project Manager, Associate Vice President 5355 Mira Sorrento Place, Suite 270, San Diego, CA 92121 858.754.5941 | C 619.507.6937 afrost@carollo.com Guida Surveying, Inc. (SB, SB-PW CA DGS: #26277) Role: Surveying Guida is an SBE-certified, multi-disciplined land surveying firm that has provided project-based and on-call geomatics services throughout California since 1995. For more than 17 years, Guida has provided detailed topographic surveys for the design of new or replacement wastewater treatment systems to the District under the On-Call Surveying and Mapping Services Bernie McInally, PLS, Principal, Executive Vice President 220 Commerce, Suite 150, Irvine CA 92602; 949.777.2041; bmcinally@guidainc.com MW232236.001P Page | 5 Elden Redundant Forcemain Design Costa Mesa Sanitary District Firm / Contact Information Overview Contact contracts, including 315 19th Pump Station; #319 Canyon Forcemain; and #334 Gisler Forcemain, among others. Puzzullo Consulting Role: Cost Estimating Puzzullo Consulting provides project development, cost estimating and construction management support services to clients seeking expertise in the energy and utility industry. Jeff Puzzullo, Founder and Principal 504 Machado Way Vista, CA 92083; 760.533.3500 jpuzzullo@puzzullo.com STC Traffic, Inc. (SB - Micro CA DGS: #53625) Role: Traffic Control STC is a full-service traffic engineering, transportation planning, and Intelligent Transportation Systems (ITS) consulting firm specializing in providing municipal on-call services. Christian J. Lambarth, PE, TE, PTOE, Project Manager 3711 Long Beach Blvd, Suite 5051, Long Beach, CA 90807 760.585.4711 Christian.lambarth@stctraffic.com D. Experience, Organization, and Team Experience Kleinfelder began providing pipeline engineering design services 50 years ago. To date, Kleinfelder has completed thousands of pipeline projects from capital improvement planning, studies, and alignment evaluations, through pipeline design and construction. Kleinfelder’s 500 staff professionals provide water, wastewater, and recycled water design services for over 200 clients worldwide. Kleinfelder has developed a proven track record of delivering high-quality pipeline projects, on time and under budget as exemplified by our 2020 ACEC Award Winning Naval Base Coronado Coastal Campus (NBCCC) Sewer Forcemain Project (see the project description in E. References). The breadth of our pipeline design knowledge accompanied by Kleinfelder’s range of services offers the District a team with the qualifications to integrate fiscal outlook, constructability, and maintainability considerations into our fast-track pipeline design solutions. Our team will work closely with the District staff using the District’s Standard Plans and Specifications as well as the design guidelines, as well as conform to the Standard Specifications for Public Works Construction (Greenbook) to produce the project construction documents. The District can be assured that this project will be designed efficiently with the District, the public, safety, and constructability in mind. Kleinfelder understands that the key to successful pipeline projects is in the details. Coordinating pipeline crossings to avoid utility conflicts, traffic impacts, existing and future rights-of-way, existing utility location and protection, and resident impacts all have the potential to significantly delay a project. Kleinfelder’s experience in a wide variety of pipeline design solutions, including trenchless technology, allows us to work with the District to identify potential issues in the early stages of design and mitigate potential risks that may arise during construction. A full-service firm, Kleinfelder is comprised of leading geotechnical, trenchless design, tunneling, and environmental compliance experts. Kleinfelder is a leading expert on trenchless design – we have provided both cost and schedule savings to many clients over the years using this specialized method. Kleinfelder’s in house trenchless pipeline rehabilitation team will provide the District access to the full suite of the latest pipeline rehabilitation design solutions. Kleinfelder recently provided a unique cured in place pipeline (CIPP) design for Irvine Ranch Water District. By extending curing times, and optimizing the liner thickness, Kleinfelder was able to install 3,000 LF of rehabilitated pipeline through forcemain bends, eliminating the impact for expensive open cut trenching across the busy Michelson Drive. In addition to pipeline rehabilitation, Kleinfelder routinely conducts hydraulic analysis, pump performance testing, pump efficiency analysis, MW232236.001P Page | 6 Elden Redundant Forcemain Design Costa Mesa Sanitary District condition assessment, and recommended upgrades for sewage collection and pumping systems. Kleinfelder provides this full suite of wastewater engineering services with special attention to odor control mitigation and elimination. Overview of the Key Technical Specialists Brief summaries of qualifications for select team members follow below. Detailed resumes for all team members identified on the organization chart are included in Appendix A: Resumes. PUMP STATION EVALUATION & HYDRAULIC CALCULATIONS – Arturo Garcia, PE Education/Professional Registrations: MA, Civil Engineering; BS, Environmental Engineering; Professional Engineer – Civil, CA No. C82672 Experienced in the design and management of municipal water, recycled water, and wastewater infrastructure projects. Strong technical background with experience executing projects in both project management and engineering leadership roles. Experienced in all phases including condition assessments, planning, design, and construction. • Naval Base Coronado Coastal Campus, City of Coronado, Forcemain Project, Coronado, CA. • Irvine Lake Pipeline North Conversion Project (Zone C+), Irvine Ranch Water District, Irvine, CA. • Sewer System Odor Control Study and Chemical Use Evaluation, City of Oceanside, Oceanside, CA. QUALITY ASSURANCE / QUALITY CONTROL – Edward Matthews, PE Education/Professional Registrations: MS, Structures & Mechanics; BS, Civil Engineering; Professional Engineer - Civil No. 51689, CA 35 years of construction, design, planning, resident engineering, and construction management experience in water/ recycled engineering, including pipeline design, condition assessment, structural rehabilitation, pump station design, and water/reclaimed/ wastewater treatment plant design. Experience in water/wastewater/reclaimed water treatment facilities, pipelines (gravity and forcemain), tunnels, trenchless technology, pump stations, condition assessment of infrastructure rehabilitation of structures and facilities, odor/corrosion control methods, among others. • El Monte Water Transmission Pipeline Rehabilitation (EMPL), City of San Diego, San Diego, CA. • First Avenue Water Main Replacement, Golden State Water Company, Barstow, CA. • City of Carlsbad, Buena Vista Lift Station Forcemain, Carlsbad, CA. QUALITY ASSURANCE / QUALITY CONTROL – Dennis Doherty, PE (NC, TX, NH, MA) Education/Professional Registrations: MS, Management of Projects and Programs; BS, Civil Engineering; Professional Engineer - Civil, No. 037063, NC; Professional Engineer - Civil, No. 103316, TX; Professional Engineer - Civil, No. 6926, NH; Professional Engineer - Civil, No. 34896, MA Proven experience and subject matter expertise in trenchless technologies. Inducted into the North American Society for Trenchless Technology Hall of Fame. Successful history of assisting with identifying, conceptualizing, conducting detailed engineering, construction oversight, and risk management to produce safe, reliable, and sustainable horizontal underground infrastructure. • Cohas Brook Interceptor – Route 101 Crossing, Manchester, NH. • York Street Pump Station and Connecticut River Crossing, Springfield and Agawam, MA. • Lake Austin Sanitary Forcemain Crossing, Austin, TX. TRENCHLESS TECHNOLOGY – Jason Brown, PE Education/Professional Registrations: BS, Civil Engineering; MS, Civil Engineering; Professional Engineer - Civil, No. 86395, CA Expertise in trenchless design and is currently one of Kleinfelder’s lead designers with the successful completion of hundreds of trenchless pipeline installation designs, utilizing various trenchless methods including HDD, microtunneling, Jack & Bore, and guided auger bores. Leads projects related to trenchless pipeline installation design, pipeline design, slope repair, general site design including mass and spot grading, parking lot and ADA design, stormwater management and design, transportation, and pavement design. • Naval Base Coronado Coastal Campus Forcemain Project, Coronado, CA. • PG&E, Trenchless Pipeline Installation Design in multiple locations, CA. • Jack and Bore of 36” Casing Under BNSF Railroad Tracks, Golden State Water Company, Barstow CA. MW232236.001P Page | 7 Elden Redundant Forcemain Design Costa Mesa Sanitary District BRIDGE SEISMIC EVALUATION – Kelly Burnell, PE Education/Professional Registrations: BS, Civil Engineering; MS, Structural Engineering; Professional Engineer – Civil, CA No. 72985 19 years of professional experience in engineering design, analysis, and construction support of bridges and structures. Involved with all phases of the bridge engineering process from conceptual alternative analysis through final bridge design and engineering support during construction. Expert in the attachment and inclusion of utilities on bridge structures. Led several complex waterline replacement projects on bridges and led many studies and rehabilitation designs of bridges carrying gas pipelines. • Pacific Beach Pipeline Replacement, City of San Diego, San Diego, CA. • Bradley Road Bridge Waterline Engineering, Eastern Municipal Water District, Ontario, CA. • University Avenue Waterline Replacement at SR-163, San Diego, CA. SUBCONSULANTS COST ESTIMATING – Jeff Puzzullo (Puzzollo Consulting) Education/Professional Registrations: OSHA Confined-Space California Contractors Class A – General Engineering and Class B – General Building License Types: License No. 720334-AB; AmeriCon Constructors, Inc.; License No. 699219-AB; Jeffrey Puzzullo (Individual); License No. 821587-AB; Puzzullo, Inc. / Global Builders; License No. 828282-AB; 1AU, Inc. Responsible for over $500 million in construction projects in the public and private sectors of the construction industry with primary emphasis on public works projects. • Costa Mesa Sanitary District, Cost Estimating for Gisler Avenue Pump Station Sewer Forcemain Replacement. • Port of San Diego, Driscoll Wharf, Cost Estimating for the Redevelopment Options. • City of San Diego, Cost Estimating for the Lakeside Valve Station Replacement. TRAFFIC CONTROL – Christian Lambarth, PE, TE, PTOE (STC Traffic, Inc.) Education/Professional Registrations: BS, Civil Engineering; Professional Engineer - Civil, No.86675, CA; Professional Engineer - Traffic, No.2927, CA Over 13 years of experience in the management of traffic engineering projects throughout Southern California. Specializes in traffic signal design, signing and striping, traffic control, traffic operational analysis, street lighting, and traffic signal interconnect. • Cast Iron Replacement Project – Phase II, City of San Diego, San Diego, CA. • Traffic Control Plans for Coronado Sewer Forcemain, City of Coronado, CA. • Paso De Luz/Telegraph Canyon Water Line Replacement, Otay Water District, Chula Vista, CA. SURVEYING – Tim Fettig, PLS (Guida Surveying, Inc.) Education/Professional Registrations: Santa Ana College and Santiago Canyon College, Surveying/Mapping; Santiago Canyon College; Professional Land Surveyor #7542/CA/1999; IOUE Local 12, Certified Party Chief Over 35 years of surveying expertise as a project manager and as a licensed party chief. Knowledgeable about the latest equipment, technology, and product development. Highly skilled in all aspects of both design and construction surveying • Costa Mesa Sanitary District, On-Call Surveying and Mapping Services, Orange County, CA. • City of Newport Beach, On-Call Land Surveying Services, Newport Beach, CA. • Department of Water Resources (DWR), On-Call Land Surveying Services, Statewide, CA. Copies of the Key Team Engineer Registrations Copies of registrations can be found in Appendix A of this submittal. MW232236.001P Page | 8 Elden Redundant Forcemain Design Costa Mesa Sanitary District Organizational Structure The team we have assembled, as shown in the organization chart, has the proven ability to meet stringent scheduling, response, and quality requirements while keeping the project moving toward a successful conclusion. Resumes Detailed resumes are included in Appendix A of this submittal. E. References Approximately 85 percent of our current projects in southern California are public works-related, either being performed directly for public agencies or through design/civil engineering firms. As a result, Kleinfelder is well versed in the technical standards, and requirements for timeliness and efficiency when working on public sector projects. We have worked with many federal, state, and local agencies and are experts in meeting the needs of the applicable codes, regulations, permitting, and ordinances associated with public works design and construction. Our reputation for outstanding client service and exceptional quality engineering and construction support services has enabled us to establish long-term, positive working relationships with many water agencies, public agencies, and private businesses. Our local presence gives the District the advantage of working with professionals who are knowledgeable of local sites and conditions and are readily accessible while also being able to draw upon the resources of the entire firm. MW232236.001P Page | 9 Elden Redundant Forcemain Design Costa Mesa Sanitary District As a long-time member of Orange County, we take pride in the variety of projects performed in the area. Our attention to detail and high level of client satisfaction is rewarded by the volume of repeat clients we have enjoyed over the years. We invite you to contact the following references to gain first-hand testimony of our qualifications and expertise, as well as our responsiveness to our clients. City of Coronado NBCCC Sewer Forcemain, Coronado, CA Contact Name: Agency or Firm Name: Address, Phone, and Email Address: James Newton, Principal Engineer City of Coronado 1825 Strand Way, Coronado, CA; 92118; 619.522.7313; jnewton@coronado.ca.us The City of Coronado needed three miles of 8-inch diameter forcemain and modifications to two wastewater pump stations to convey sewage from the new $1 billion Naval Base Coronado Coastal Campus (NBCCC) to the City of Coronado collection system. This pipeline was to be constructed in an environmentally sensitive area, cross State Route 75, and be completed in a very condensed timeframe with multiple sensitive stakeholders. As the lead designer, Kleinfelder provided pipeline design, geotechnical engineering, tunnel design, environmental permitting, materials testing, and construction management services for this accelerated wastewater forcemain installation project, including modifications to two pump stations. The project received an ACEC California Engineering Excellence Award and various other awards. The NBCCC is adjacent to two state parks, the Pacific Ocean, San Diego Bay, wildlife, and wetland protected areas. Kleinfelder worked closely with numerous regulatory agencies, including the City of Coronado, the U.S. Naval Base, Coronado Public Works Department, Caltrans, State Parks, local residents, and the California Coastal Commission. The proximity to sensitive areas made the selection of pipeline alignment a crucial part of the design process. The entire project was designed, approved, and constructed within an 18-month timeframe to meet the required schedule for the City and Navy. Remaining Cast Iron Main Replacement, City of San Diego, CA Contact Name: Agency or Firm Name: Address, Phone, and Email Address: Gabriel Torres, PE, Project Manager City of San Diego 525 B. Street, Suite 750, San Diego, CA 92101 619.533.4630; Gtorres@sandiego.gov Kleinfelder recently completed the design and is now supporting the construction of the removal and replacement of the last remaining aging cast iron water mains within the City of San Diego as part of an as-needed contract. These pipelines ranged in size from 8-inch to 16- inch and were in challenging locations to replace, were hard to access, needed significant traffic control, and required multi-jurisdictional coordination. Kleinfelder gained preliminary approvals from the jurisdictional agencies to facilitate the approval process. Design included pipes that were located within five California Department of Transportation (Caltrans) bridges, one trenchless freeway crossing, two trolley crossings, and two City bridges. The two trolley crossings and the freeway crossing will use jack and bore methods. The project included geotechnical investigations, recommendations for a tunnel design, a study for the Caltrans bridge crossings, a preliminary design report, development of plans, specifications, and an engineer’s opinion of probable construction cost. Our team worked with Caltrans, Metropolitan Transit System, North County Transit District, as well as numerous other jurisdictional entities to facilitate the permit approvals. In some cases, compromises were worked out between the jurisdictional entities. Kleinfelder provided an accelerated schedule and separate bid documents for a site which became an emergency project due to a break in the existing pipe and required repair immediately; a full set of bid documents were prepared allowing it to go to bid well before the remaining sites were bid. MW232236.001P Page | 10 Elden Redundant Forcemain Design Costa Mesa Sanitary District Carlsbad Boulevard Water and Sewer Improvements at Terramar, Carlsbad, CA Contact Name: Agency or Firm Name: Address, Phone, and Email Address: Sean Diaz, Utilities Senior Engineer Carlsbad Municipal Water District 1200 Carlsbad Village Drive, Carlsbad, CA 92008 442.200.7222; sean.diaz@carlsbadca.gov Carollo is currently providing CMWD engineering services for water and sewer improvements along the busy Carlsbad Boulevard and Cannon Road corridors. The project includes approximately 5,000 linear feet of 10- and 12-inch waterline replacement, 3,000 linear feet of 10-inch sewer CIPP lining, and 700 linear feet of 6-inch sewer replacement. In addition to the waterline replacement, this project includes the replacement of existing fire hydrants, replacement of existing valving, and reconnection of existing water service connections. As part of this contract, Carollo and its subconsultants will perform utility research, potholing, geotechnical investigations, aerial and supplemental ground surveys, traffic control, coordination with ongoing road improvement projects, permitting through the North County Transit District, and final engineering design. Notable project elements include navigating a heavily congested utility corridor and designing a trenchless crossing of the North County Transit District railroad tracks to complete the water line connection. Gisler Avenue Pump Station Sewer Forcemain Replacement (CIP Project No. 334) Costa Mesa Sanitary District, CA Contact Name: Agency or Firm Name: Address, Phone, and Email Address: Mark Esquer Costa Mesa Sanitary District 290 Paularino Ave, Costa Mesa, CA 92626 The Costa Mesa Sanitary District has completed the design of the Gisler Avenue Pump Station Sewer Forcemain Replacement, CIP Project No. 334. The project includes the replacement of an existing 6” sewer forcemain with new dual 6-inch diameter PVC forcemains and modifications to the existing Gisler Avenue Sewer Pump Station located at the intersection of Gisler Avenue and Iowa Street in Costa Mesa, CA. Puzzullo Consulting provided a detailed Opinion of Probable Construction Costs (OPCC) that identified the full scope of work required to complete the project as defined by plans and specifications developed by CMSD and civil engineers Robin B. Hamers & Associates. The project includes the construction of new dual-6” PVC sewer forcemain pipelines in a common trench. The overall length of the dual pipelines is 1,155 lineal feet, all constructed in the center of Gisler Avenue, a fully paved roadway. Additional work included removal and replacement of existing piping within the Gisler Avenue Pump Station and construction of new dual bypass options near the pump station and the new forcemain connections. Other work included connected the new dual forcemains to an existing operational manhole within the intersection of Gisler Avenue and Washington Avenue. Existing forcemain pipelines are to remain in operation until the new forcemains are placed into service. Nighttime low-flow shutdowns are required to complete the connections work at each end of the new dual forcemains. Other work includes development of a complete traffic control plan to enable the work to be conducted in the center of Gisler Avenue and the restoration of Gisler Avenue in all pavement-disturbed trench areas upon completion of the pipeline construction. Commendations Contract/Services Client Commendation On-Call Bridge Preventative Maintenance Program (BPMP) City of Ontario, Mr. Lois Abi- Younes, PE, City Engineer “The City of Ontario would like to commend Kleinfelder for their work on the development of the City's Bridge Preventative Maintenance Program (BPMP). All work was completed within budget and ahead of schedule which allowed the City to obtain federal funding for the identified maintenance of our bridge inventory. Kleinfelder's knowledge of the Highway Bridge Program (HBP), Caltrans Local Assistance Guidelines, MW232236.001P Page | 11 Elden Redundant Forcemain Design Costa Mesa Sanitary District and their experienced bridge engineers were very helpful in achieving our goals.” Carlsbad Critical Valve Replacement – Phases I and II City of Carlsbad Public Works Lindsey Stephenson, PE, Senior Engineer “Just wanted to send you a quick note letting you and Kleinfelder know how much we here at Carlsbad Municipal Water District (CMWD) appreciate Rachel [Norris] and Bryan's [Webb’s] hard work and attention to detail on our Valve Replacement: Phase I project. Rachel did a great job keeping us on track and working with the challenges we faced with implementing this project. Bryan brought a lot of value to the team as well. They are both professional, responsive, effective, and a pleasure to work with.” City of San Diego Water, Wastewater, and Recycled Water As-Needed City of San Diego Public Utilities Department, Anh Nguyen, Project Manager “Kleinfelder has been responsive and on budget and schedule for the Miramar Clearwells Improvement Project. They have shown flexibility and diligent management in light of multiple changes, such as the addition of a 215MGD lift station and a 1MW solar facility. Further, the team has provided a cost savings initiative by optimizing the Chlorine Contact Chamber design with a 0.5 log viruses and giardia requirement reduction while still in conformance to the State of California Water Resources Control Board Division of Drinking Water.” City of Garden Grove, Repair and Rehabilitation of Water Storage Reservoirs – Phase I City of Garden Grove, Ms. Rebecca Li, PE “Kleinfelder is responsive and thorough in their investigative approach in addressing the unique structural and operational issues for each tank.” Northeast Interceptor Sewer (NEIS) Phase 2A Southern Portion City of Los Angeles, Department of Public Works, Bureau of Engineering, Mr. Patrick Schmidt “Thank you and your team for your exceptional performance…the project required the ability to quickly accommodate and coordinate changes in the scope of work…you performed extremely well…while ensuring a high quality product was delivered on schedule.” F. Project Overview and Approach Overview Kleinfelder understands that the main goal of this project is to provide resiliency and redundancy to the District’s sewer system. The District is concerned about the impacts of a major seismic event on the operation of the system and would like to install a new redundant forcemain from the Elden Pump Station to a new discharge manhole located near the entrance to the Fairgrounds. In addition to a new main, the District would like to either rehab or replace the existing, currently abandoned Techite pipeline. A new discharge manhole will accommodate both the new forcemain and either the rehabbed Techite pipeline or a new pipeline in a manner that ensures the upstream pipe is submerged when the pump station is not running. A new valve complex will replace the existing frozen valves and will allow for flows to cross over from the new proposed forcemain to the rehabbed Techite or replacement forcemain. The new forcemain will be valved so that flows from the pump station may flow into either of the new forcemains or both, with access to allow for access into the forcemains for inspection and maintenance. Kleinfelder understands that the Elden Forcemain is one of the main backbone transmission lines for the Costa Mesa Sanitary system and that having the line out of service would have major impacts to the system and customers and is costly and inconvenient. This project will provide the District with system redundancy and allow the District to take portions of the system off line for maintenance and repair. Because the project includes evaluation of the existing pump station as well as condition assessment of the abandoned Techite pipe, the design will be dependent on the outcome of these and other investigations. Kleinfelder is prepared to work with the District to enhance the scope and MW232236.001P Page | 12 Elden Redundant Forcemain Design Costa Mesa Sanitary District fee, as well as prepare some potential contingencies within the scope to allow for alternative design concepts. For example, at this point we believe that it will be more cost effective to abandon the Techite pipe and install a new PVC forcemain in the same trench as the proposed line. The impact to the community is marginally increased, the cost for an additional pipeline within the same trench is nominal, and operation and maintenance is streamlined. In addition, we believe that placing the new valve structure near the pump station allows for more control over a larger portion of the system and removes a large structure from the middle of a busy intersection. Access at the mid-point can still be provided to allow for operation and maintenance activities. Our proposal makes these design assumptions but realize these conclusions will require verification during the pre-design phase and concurrence by the District prior to moving into the design phase. The recommendations from the pump station Technical Memorandums (TM) could also have an effect on pipe sizing. Our intention here in this proposal is to present our opinion as to the final scope and fee but we realize that flexibility and a willingness to negotiate is key. Technical Approach THE INITIAL PHASE of the project will include a kickoff/visioning meeting, utility research, survey, and mapping. This phase will also include a site walk and evaluation of the existing pump station. Once the information has been gathered and evaluated, we will initiate the Preliminary Design Phase where options for the various TM will be laid out. We anticipate producing three TMs that will include the following: TM No. 1: Resiliency • Options and alternatives to strengthen the existing and proposed sewer system to seismic vulnerabilities TM No. 2: Hydraulic Analysis of the Existing Elden Pump Station • Existing Hydraulic Conditions- determination of pump and system curves • Proposed Hydraulic Conditions • Discussion of the valve complex, configuration • Summary of Findings and Recommendations TM No. 3: Alignment Alternatives • Trenchless crossing of SR 55 • Potential utility conflicts, Permitting, Pipe Material • Replacement of Techite pipe and no-dig alternatives • Downstream manhole replacement • Construction challenges • Scheduling/phasing/bid packaging alternatives • OPCC The TMs will be combined into a Preliminary Design Report that will present a preferred alternative that will be required to be approved by the District prior to proceeding with the design of the project. THE DESIGN PHASE will include milestone deliverables at the 45%, 60%, 80%, 95% and final. All milestone deliverables are reviewed for adherence to our own internal plan check process to ensure that all requirements are met. Each design phase will have minimum requirements that will be coordinated, reviewed and accepted. We will also have several focused meetings and workshops at the various design submittal milestones to ensure that everyone agrees with the direction the project is going. A five-hour workshop focused on constructability and maintainability will be conducted with District staff between the 80- 90% design level. We will bring in three professionals with expertise in various areas, currently anticipated to be constructability/CM, tunneling/trenchless, and pipelines, to collaborate with District staff to ensure that the project is constructable and easy to maintain. Although these experts are subject to change based on District preferences, we are currently anticipating bringing in Pete Daniels who has over 21 years of experience in engineering and design. He is the resident Subject Matter Expert for trenchless crossings, including horizontal directional drills, uprates, pipeline routing and construction methods. We also have a very large Construction Management division within Kleinfelder and Greg Gomez, PE brings 19 years of experience in construction management and engineering. We will also invite Greg Gould from Carollo to act as the pipeline design expert. Greg Gould has over 27 years of experience specializing in infrastructure projects with experience covering a wide range of water, wastewater and storm drain infrastructure. He has designed pipelines ranging from small collector sewers and water distribution lines to major pipelines up to 134 inches in diameter. He is also a certified NASSCO PACP/ MACP Trainer. MW232236.001P Page | 13 Elden Redundant Forcemain Design Costa Mesa Sanitary District TM APPROACH As described above, we anticipate producing three TMs and collaborating with the District through workshops to ensure that the District is clear on project direction prior to moving forward with the design. TM No. 1 Resiliency: Kleinfelder will focus on evaluating various pipe materials, connections, and valving that are available for use in case of an earthquake to help mitigate or eliminate spills. We will review standard protocols for system redundancies for similar agencies and districts and present the latest earthquake design standards and options for the proposed system. If desired by the District we could provide an evaluation of the existing Mesa Drive bridge to determine the maximum anticipated movement of the bridge during an earthquake. Modern bridge structures are designed to move relative to the adjacent ground during a major seismic event and detailed to suffer some damage within certain bridge elements but to not collapse. The typical seismic event used in design has a recurrence period of 1,000 years. The pipelines supported within the bridge will move along with the bridge and at the points where the pipelines go into the ground, some accommodation for this movement is needed. Caltrans preference for accommodating this movement is for flexible joints to be placed within the bridge as close to the abutment as possible and provide access and provisions in case of a pipe rupture so that the bridge does not fill with water. These requirements are stated within the Caltrans document, Transportation, Architectural, Electrical, Mechanical, Water & Wastewater (TAEMW&W) Memo 16-1. The seismic movement expected of the bridge determines the required movement range that the pipe will need to sustain prior to being damaged or being pinched or crushed by the bridge structure. While Caltrans preference is to place flexible joints to accommodate the seismic movement within the bridge they do allow for the joints to be placed outside of the bridge within vaults in situations where space within the bridge is not sufficient for placement of the pipe system. Careful consideration of operations and maintenance issues as well as constructability issues with large valves that can accommodate large movements must be taken. Because the Mesa Drive bridge is a newer, 2 span bridge, lateral transverse movement of less than 2” is anticipated and a Flex-Tend or similar, very expensive, large movement valve is likely not required at this bridge. We recently completed a very similar evaluation for Eastern Municipal Water District for their Bradley Street Bridge improvements. Kelly Burnell is a local bridge engineer who has performed numerous evaluations to determine the anticipated movement of a bridge and to retrofit pipelines to meet Caltrans current standards, including installing and accommodating a casing within their bridges. We have worked with Caltrans on many pipeline retrofits within bridges and know the requirements and preferences to facilitate approvals. Retrofitting the existing pipeline within the bridge may be an expedited method to strengthen this portion of the system, to increase its resiliency, until the entire project can be funded. We have included the evaluation of the existing Mesa Drive Bridge as an optional Task 7. TM No. 2: Hydraulic Analysis of the Existing Elden Pump Station: Kleinfelder will work with the District to identify the normal operating conditions of the Elden Pump Station with respect to existing flow rates and wet well levels, and determine if the existing pumps are suitable for the hydraulics of the various conditions of the proposed forcemains. If the existing pumps are not suitable, Kleinfelder will make a pump recommendation for replacement pumps or recommend upgrades to the existing pumps (if feasible). Kleinfelder will perform a desktop performance evaluation of the existing pumps with respect to ANSI/HI 9.6.3 standards under the following conditions: 1) One and two pumps through the existing FM (baseline) 2) One and two pumps through new FM #1 3) One and two pumps through new FM #2 MW232236.001P Page | 14 Elden Redundant Forcemain Design Costa Mesa Sanitary District Prior to performing desktop hydraulic evaluations, Kleinfelder will conduct a test of the existing pumps to determine the performance of the existing pumps and to better understand the head losses of the existing forcemain. The data collected during testing will be used to calibrate the hydraulic calculations for the new forcemain system. The following test will be performed: Each pump will be operated with a closed and fully open isolation valve, and at 3 other intermediate positions. At each valve position, the level in the wet well will be recorded and the pressure will be measured near the pump station. A convenient location to take pressure measurements is at the 6-inch bypass connection located just west of the Junction Vault. A temporary pressure gauge assembly will be installed as shown in detail in the figure below. The collected information will be used to plot a performance curve of the existing pumps. These curves will be compared to the original pump test curves (if available), or the manufacturer’s curve to compare the pumps’ current performance versus when the pumps were newly installed. This information can also be used to determine the headloss of the existing forcemain. If possible, the pressure will also be measured at a couple of other points along the forcemain alignment. Temporary pressure gauges can be installed at bypass connections or air-release valve assemblies. This additional info would further refine our understanding of the head loss through the existing pipe. Note: it is assumed that the District will procure the necessary materials, equipment, and labor to measure pressure and flow. Kleinfelder will provide the required details and list of required materials. Each pressure gauge assembly will cost approximately $1,000. A minimum of one assembly will be required. Two additional assemblies would be preferred but are not critical. The cost for renting a clamp-on dopler flow meter is approximately $400. It may be necessary to discharge wastewater into a gravity sewer during pressure testing activities. It is assumed that the District will provide traffic control to access any facilities within the roadway. Once the evaluation is complete this information can be used to make decisions on improvements to the pump station. New Valve Complex Configuration Options at Pump Station: Once the installation of the new forcemain is complete, the District will have two alternate forcemains for transferring flow from the Elden Pump Station. The District has expressed a desire to have the ability to switch between the two forcemains, allowing for one to be taken out of service when required, such as during maintenance or emergency conditions. This can be accomplished with new valving and piping at the existing Elden Pump Station. There are several ways to accomplish this scenario, two of which are shown in the graphic below. Using the new valves, the District will be able to use four new valves to allow for the following flow control patterns: • Pump 1 to FM 1, Pump 2 to FM 2 • Pump 1 to FM 2, Pump 2 to FM 1 • Pump 1 & 2 to FM 1 (FM 2 offline) • Pump 1 & 2 to FM 2 (FM 1 offline) Having this valving at the lift station provides a centralized location for the valves to be managed and operated. There is no need to install a large vault structure on the west side of the freeway, as the entire forcemain from the lift station to the connection point can be taken offline for maintenance. If the District wishes to access the forcemain an access manhole could be installed along each of the forcemains at the midpoint. Figure 1: TEMPORARY PRESSURE GAUGE ON BYPASS CONNECTION MW232236.001P Page | 15 Elden Redundant Forcemain Design Costa Mesa Sanitary District Valving Downstream of Ex Backup Pump and Vault: The first alternative is locating a new valve vault structure downstream of the existing pumping station equipment (shown in red). This is a good alternative that allows for almost all construction to be done while the existing pumpstation and forcemain operate normally. A new forcemain would be installed from the vault to the new connection point on the west side of the freeway, and the new valve vault would include the valving on the new and existing forcemain to isolate the system as indicated. Note that this option does not allow for P1 to FM1 and P2 to FM2. This option will also only yield a dual forcemain from the new vault west to the connection point. Repurposing the Existing Valve Vault: Another option is to repurpose the existing valve vault to service the new pump station setup (shown in green). Under this option, new piping can be installed all the way back to the existing station, allowing for a longer length dual forcemain. This option will also allow for all alternatives shown in the valving schematic, including the operation of P1 to FM1 and P2 to FM2. Discharge Connection to Existing Sewer: For the new connection to the existing sewer system NW of the freeway, our approach is to limit the interactions and connections to the existing system. This will allow for the existing system to function in its current capacity while improvements are constructed, reducing the need for bypass of the sewer system. Connection to the existing system will occur over a short “cutover window” as discussed above. MW232236.001P Page | 16 Elden Redundant Forcemain Design Costa Mesa Sanitary District TM No. 3: Alignment Alternatives: We will evaluate various alignments options, material type, replacement options for the Techite pipe, valving, the downstream manhole replacement, trenchless concerns, permitting, contracts, timing, funding and other issues. The configuration of the new discharge structure will be designed to allow the forcemain to partially drain during pump station shutdown. This allows wastewater to drain and debris stay in the pipe allowing for accelerated corrosion and debris buildup. To connect the existing sewer system, the best approach is a new manhole structure adjacent to the identified connection point. This will allow for construction of the new manhole and dual forcemain up to the new structure with no interruption to existing sewer flows. In addition, the new structure can be connected to the existing manhole via gravity, only requiring one new connection to the existing structure allowing a reduction in the required bypass for the conversion. At the new structure, both forcemains will be installed with an “s curve alignment”, constructed with two 45-degree bends in succession prior to discharge into the structure. This configuration will ensure that the pipe(s) remain full as they enter the manhole and prevent O&M and corrosion issues seen on the existing setup. Once the new structure has been constructed, a short piece of gravity pipeline will connect the new structure, and new forcemain system, to the existing system. This will be done over a short cutover period, where an inflatable plug will be installed within the existing gravity pipeline, and the new connection will be made to the existing system. Once the connection is made, the inflatable plugs can be removed, and the new forcemains will be operational and ready for flow. MW232236.001P Page | 17 Elden Redundant Forcemain Design Costa Mesa Sanitary District Rehabilitation/Replacement of Techite Forcemain: Without condition data on the existing Techite Forcemain we can only make assumptions to viable rehabilitation methods and the likelihood these methods will provide the required repairs to extend the life of this pipeline. Given the historical data on Techite pipe, it is expected that this pipeline may be experiencing severe corrosion and in need of imminent repair. In order to maximize the existing capacity of the forcemain, CIPP pressure lining is the preferred alternative for the rehabilitation. Pressure rehabilitation for this host pipe material is expected to include a reinforced liner, epoxy resin and water cure. Epoxy and water cure are used for lining Techite pipe because Techite acts like a heat sink during the cure process and due to deformities in the host pipe could cause defects in the curing of the liner. This can lead to a poor liner strength and potential failure to support the internal pressure of the forcemain. Pipe bursting is also a potentially viable method for rehabilitating this pipe but is dependent on field conditions, type of bedding, proximity to adjacent utilities, depth of bury and other considerations. Pipe bursting could potentially have less impacts to the community, but the set up and need to expose the existing pipe in several locations, the cost of the pits and the traffic control set ups required could actually increase the impacts to the community. In addition, it is likely to be most cost competitive to install a parallel forcemain in the same trench as the new pipe. This would allow for a completely new forcemain system with new valves to provide the maximum redundancy of the system. There would be no additional impacts to the community since the trench would only be open slightly longer to install two pipes in the trench than one. The trenchless crossing of State Route 55 (SR 55) will take careful planning and consideration of many variables. Kleinfelder has the in- house resources under one roof of geotechnical engineers, environmental specialists, tunneling engineers, and construction management personnel to assist with determining practical and the easiest to build alternatives. Our team will also work together to coordinate with and expedite the permitting process. We will weigh the pros and cons of various alignments and tunneling methods and determine what the ramifications are for the options and suggest appropriate tunneling options for the field conditions. The subsurface conditions beneath the proposed trenchless crossing are anticipated to consist of Quaternary age marine and alluvial terrace deposits (Qvom). At the site, the Qvom is predominately consolidated clay and silt. The historical high for groundwater is reported to be 30 feet, however, due to sediment consolidation and the lack of sandy deposits, the site and mesa are not within a liquefaction zone. Two underground storage tank (UST) cleanup sites reported no groundwater in their borings to depths of 70 feet (in 2003) near to Fair Drive/SR-55, and 90 feet (in 2005) at the Costa Mesa Police Department (on Fair Drive) near the western end of the anticipated crossing. The jack and bore location is near the Santa Ana Country Club golf course where the underlying Qvom is mapped more silty than clay. The golf course’s irrigation could artificially provide water to the subsurface. It is therefore possible localized perched water could exist at the jack and bore location, but overall groundwater is not expected to be an issue. Accordingly, it is important to drill sufficient borings to develop a geologic cross section that provides adequate data for design and construction and reduces potential for construction claims. Caltrans will require a casing for the carrier pipe. The jack and bore method of trenchless construction is anticipated to be used; however, if groundwater is encountered, it would require evaluation, and micro-tunneling could be required. The launch shaft is anticipated to be located on the northwest side of SR 55 near the intersection of Arlington Drive and Newport Blvd. This will be a tight spot and will require permission and coordination with the City; however, there is less room on the south side of the freeway, as most of the “open space” is within Caltrans right of way and would not be easily available for our use. Consequently, we anticipate that the south side of SR 55 will be the locations for the receiving shaft which has a smaller footprint. Bringing the launch shaft as close to the Caltrans right-of-way to at- grade as possible will reduce the depth of the shaft and the length of the tunneling operation. Caltrans requires crossings of the freeway to be perpendicular to or as close to 90 degrees as possible. Although Geotechnical Services have not been included in this scope of work, we will work with the District to determine the recommended number of borings and locations prior to finalizing the design. It is our recommendation MW232236.001P Page | 18 Elden Redundant Forcemain Design Costa Mesa Sanitary District that borings are evaluated at the tunnel shafts at the very least and locations where large concrete structures will be placed. TRENCHLESS TECHNOLOGY. Kleinfelder has extensive local knowledge of geologic formations and conditions that affect selection of trenchless construction methods. Exploration methods provided by Kleinfelder can include geotechnical borings, cone penetration test soundings, test pits, and surface and down-hole geophysical surveys, leading to trenchless method feasibility studies. Whether investigating, designing, or leading, Kleinfelder delivers. Kleinfelder minimizes the need for change orders and typical causes of trenchless application failure by including subsurface condition analysis and the critical construction parameters to monitor in the design. This holistic approach to the environmental permitting, geotechnical analysis, trenchless design, and construction observation significantly improves the probability of success for each project. As an example of Kleinfelder’s success, the firm was awarded the Trenchless Technology 2020 Project of the Year Honorable Mention for a 70-inch steel case pipe through difficult ground conditions, below and adjacent to major structures, and only 39 feet above sea level. We know how to handle difficult construction. Kleinfelder stands at the forefront of pipeline design using these trenchless technologies to benefit clients: • Pipe jacking • Guided and pilot tube auger boring • Horizontal directional drilling • Auger boring • Pipe ramming • Microtunneling • Tunneling The table below is a sample of Kleinfelder’s broad experience with tunneling projects. All projects listed below were executed by local Kleinfelder personnel. Our underground professionals assist owners, designers, and contractors during the planning, design, and construction of tunneling projects. PARTIAL LIST OF TUNNEL EXPERIENCE FROM PAST 5 YEARS PROVIDED BY LOCAL KLEINFELDER PERSONNEL Kleinfelder Geotechnical Pipeline Design Large Diameter Tunnel Conventional Boring HDD Crossing Construction Support Caltrans Permitting Other Jurisdictional Permits Interstate 8 At Taylor Street Cast Iron Water Main Replacement (36”)        Trolley Crossings for Cast Iron Water Main Replacement (36”)       Highway 75 Coronado Coastal Campus Forcemain Project (20”)      City of Santa Cruz Coast Raw Water Pump Station (36”)      Highway 505 HDD Crossing       I-5 HDD Crossing        Highway 113 Guided Auger Bore      Highway 70/99 HDD Crossing       Highway 880 HDD Crossing      I-25 Crossing (60”) (Storm Water)     Clear Creek Crossing (Longs peak Metropolitan District) (72” and 48”)      1st Avenue Watermain Replacement GSWC under BNSF Rail Yard (36”)       US-89 (24”)     City of Merced I-99 Crossing (28”)     FL-127 (24” under CSX Railroad)     MW232236.001P Page | 19 Elden Redundant Forcemain Design Costa Mesa Sanitary District Project Management Approach Our strategy for success is based on providing an experienced project manager combined with support by a cohesive and comprehensive team that has proven capabilities and long-term relationships. Kleinfelder believes in a proactive management approach, which ensures vigilant and proactive management of budget, schedule, and work quality. The first step to success is to select a strong, collaborative project manager who is experienced and practices proactive communication strategies with the client and the team. Kleinfelder’s Project Manager Kathy Haynes, PE, is an excellent choice to lead the Kleinfelder team. Kathy knows how to manage multi-disciplinary teams, maintain schedules and budgets for multiple projects, and believes that communication, teamwork, and immediately addressing issues as they arise are the keys to accomplishing a successful project. Health & Safety Plan: Safety is our top priority at Kleinfelder, and we will bring this same commitment to all work performed under this contract. We are 100% committed to providing safe working conditions for our personnel, our subcontractors, and other parties. We consider health and safety to be a quality control issue, strive for zero incidents by continuously assessing behaviors and systems, and incorporating and disseminating what is learned. QUALITY ASSURANCE / QUALITY CONTROL. An important aspect of Kleinfelder’s ability to provide reliable service is in our proactive quality control and quality assurance program. Our Independent Technical Reviewers (ITR) which is comprised of principal-level technical and risk management professionals ensure that the company’s quality procedures and standards are adhered to and are available to provide assistance to address project-specific issues. An in-house, well-established review process is employed for all technical reports, design drawings/ specifications, and bidding documents. Our Project Manager will review our work scope and project deliverables for conformance to the contract requirements, standards of practice, and client expectations. We will review the technical adequacy and scope compliance of draft and final documents prior to submittal to the District. Both an ITR and QA/QC reviewer will review all deliverables at every milestone to ensure the deliverable meets the Districts expectations at every milestone. Kleinfelder will report to the District on a bi-weekly basis with any deviations/observations and our team will track corrective actions throughout the life cycle of the project. By providing strong program and project management to our clients, we ensure the quality of our services and consistently achieve technical, budgetary, and scheduling targets. G. Cost Proposal As requested, our cost proposal will be submitted as a separate file to our proposal. Please note that the scope and fee presented is our best estimation based on our interpretation of the RFP. We believe that there are areas that will require refinement as the design progresses and anticipate being able to discuss and negotiate these items. Traffic control has assumed best case scenarios. We have assumed that the Bidding packages task is intended to bring the bid package from the 95% level to bid. The direction of the design and the determination of how to package the work for construction is anticipated to depend on the results of the preliminary design. We have teamed with Carollo and have combined the number of hours they have anticipated for a task with our hours in the table. We have included the Board presentation effort with the Kick-off Meeting, our fee schedule is broken down differently than the tasks shown in the cost/fee form. We considered the TM’s as part of the PDR, but broke the two aspects out for the form. The optional bridge evaluation is not included in the cost/fee form. H. Extra Work, Reimbursables, and Reimbursable Expense List Our hourly rate sheet, proposed deliverables, and associated costs, and any reimbursables items, services, and associated prices will also be included as part of our cost proposal and will be submitted as a separate file from our proposal. MW232236.001P Page | 20 Elden Redundant Forcemain Design Costa Mesa Sanitary District I. Schedule Kleinfelder’s detailed project schedule for the proposed project can be found in Appendix B of this submittal. J. Distinguishing Characteristics Why Kleinfelder Kleinfelder is uniquely qualified for this project due to our depth of bench, we have pipeline designers, trenchless, pump station, planning, geotechnical, environmental, structural, and civil engineers all under one roof. We are collaborators, we communicate well and are fun to work with. We understand the overarching goals to the project as well as the subtle nuances that this project can take. We are flexible and willing to work with you when things start to go sideways. We bring issues up as soon as we start to see that there could be a potential problem. Kleinfelder is confident we have the qualifications and experience to successfully complete the goals for the Elden Redundant Forcemain Design project. Providing quality projects on-time and within scope and budget is Kleinfelder’s commitment to the District and our primary responsibility. We will accomplish this by providing proactive project management, effective project controls, consistent and effective communication, quality management, and fostering a partnership with the District. An experienced and proven Project Manager with a well-established and successful history on civil, site engineering and structural/water related projects, including many pipelines, pump stations, reservoirs, and water treatment plants. A comprehensive team of technical experts to service all aspects of the contract including civil and site engineering, storm water design, structural engineering, process mechanical and chemical systems, corrosion engineering, corrosion protection, architectural design, electrical engineering, and bidding services. A locally-based team with vast national resources who are available and able to respond at a moment’s notice with no learning curve. Knowledge of regulations. Kleinfelder’s staff have worked on potable, waste, and storm water projects across Orange County and Southern California for decades. Kleinfelder will provide an intimate knowledge of City, County, State, and Federal permit requirements and regulations. Multidisciplinary in-house experience with expertise in trenchless technology. Kleinfelder offers the unique ability to provide project management; structural, civil, piping and mechanical design; geotechnical engineering; hydraulic modeling; environmental compliance, and construction support—all under one roof. This experience will not only assure a comprehensive project approach, but also competent coordination, oversight, and quality assurance management of subconsultant team members, and other project stakeholders. Kleinfelder’s full service capabilities provide a direct benefit to the District by facilitating a more streamlined project with tangible schedule and cost savings. APPENDIX A Resumes & CA Registrations MW232236.001P Appendix A | 1 Elden Redundant Forcemain Design Costa Mesa Sanitary District Kathy Haynes, PE Senior Project Manager Ms. Haynes is a proven leader with over 32 years of experience and expertise in managing water infrastructure projects. Ms. Haynes’ experience includes planning, designing, assessing and constructing conveyance projects. She has been responsible for designing and managing hundreds of miles of pipeline ranging from 6 to 108 inches in diameter. Ms. Haynes recently managed the design of the City of San Diego’s Pure Water Pipeline project, which involved the design and construction of 7.5 miles of 48-inch steel pipe. She has served as Project Engineer/Project Manager during the design, assessment and/or relocation of a wide variety of utilities, including sewer, water, and recycled water pipelines. Over her career, she has designed more than 50 pipeline projects and managed and designed hundreds of miles of pipeline. Experience Relevant to this Project City of Coronado, Naval Base Coronado Coastal Campus Sewer Forcemain, Coronado, CA. Ms. Haynes provided quality assurance and quality control for the construction of a recycled water treatment plant, which captured wastewater and provided recycled water to local users. The new Naval Base Coronado Coastal Campus (NBCCC) wastewater collection system serves as a major source of water for the recycled water treatment plant. The project included three miles of 8-inch diameter High Density Polyethylene (HDPE) forcemain and modifications at two wastewater pump stations to provide odor control and connection to convey sewage from the new $1 billion NBCCC to the City of Coronado collection system. This pipeline was constructed in an environmentally sensitive area, crossed major roadways, and was completed in a very condensed timeframe with multiple sensitive stakeholders. Vallecitos Water District (VWD), San Marcos Interceptor Sewer Design Project, San Marcos, CA. As Project Manager, Ms. Haynes led the replacement of a 32-year-old, 21- and 24-inch-diameter Techite pipeline with approximately 2.5 miles of 36- to 42-inch-diameter pipe in the City of San Marcos. She provided engineering design and supported California Environmental Quality Act services. Design considerations included selecting a pipeline alignment that minimized traffic, noise and air quality impacts to local businesses and residents, while minimizing environmental impacts. Project included microtunneling operations under Highway 78 (approximately 500 feet), as well as in two other locations along the pipeline alignment. Work included close coordination with residents, businesses and numerous public entities to update schedule, obtain easements and monitor for compliance with permittees. City of San Diego, Lake Murray-Interceptor and Canyon Trunk Sewer Replacement Project, San Diego, CA. Ms. Haynes served as Project Manager for this project. The project included replacement of approximately 14,500 feet of 18- to 27-inch sewer extending around Lake Murray, the Mission Trails Golf Course, and environmentally sensitive canyon areas. It required extensive coordination with local community groups, various City departments, and Division of Safety of Dams resulting in numerous schedule restrictions during construction. Responsible for pipeline design, client collaboration, and provided public outreach and construction support. City of San Diego, United States International University-Miramar Interceptor and Canyon Trunk Sewer Replacement Project, San Diego, CA. Ms. Haynes served as Project Engineer. She completed planning, design and construction support services for the replacement of interceptor and trunk sewers situated within canyons and streets. This $4.2M project included designing two-miles of new 18- to 24-inches in diameter sewer main. Construction methods were selected by economics, geotechnical conditions, site restrictions, installation depths, and maintaining two-way traffic along Pomerado Road. A key challenge of this project was tunneling the new main across Interstate 15 (I-15) crossing more than 600 feet. The I-15 tunnel crossing resulted in the longest jack-and-bore performed in the United States at the time. The project was the recipient of the Project of the Year EDUCATION BS, Civil Engineering LICENSES AND REGISTRATIONS Professional Engineer - Civil, No.51548, CA YEARS OF EXPERIENCE Overall: 32 With Kleinfelder: 3 MW232236.001P Appendix A | 2 Elden Redundant Forcemain Design Costa Mesa Sanitary District award from the American Public Works Association and the Project Achievement award presented by the Construction Management Association of America. City of San Diego Public Utilities Department, Pure Water Program's North City Conveyance System (NCCS), San Diego, CA. As Project Manager, Ms. Haynes led the design for the $80 Million North City Conveyance System for the City’s Pure Water Program. The project is the first component of the program and will convey up to 32 MGD of highly purified water from the North City Advanced Water Treatment Facility to Miramar Reservoir through 7.5 miles of a 48-inch steel diameter pipeline, including 6 trenchless crossings. The design of a subaqueous diffusing system including 1.3 miles of pipe installed on the bottom of the reservoir with over 90 duckbill diffusers used to mix the water which will then be retreated at the Miramar WTP, was also completed by Ms. Haynes. Carlsbad Municipal Water District (CMWD), Valve Replacement Project (Phases II, III), Carlsbad, CA. As a part of their asset management program, CMWD has identified numerous valves in their system that require replacement. Twenty locations were identified for Phase II of their Valve Replacement Program. These sites included the replacement of existing valves and installation of new valves and incudes locating appropriate appurtenances such as air valves and blow offs. As Project Manager, Ms. Haynes led the programmatic design and construction support services for a multiphase replacement of critical valve clusters across the District’s water distribution network. To date, 150 valves across 42 sites have been replaced including blow offs, AVAs, air release valves, shut down planning, resident reach out, and traffic control implementation. Eastern Municipal Water District (EMWD), Perris Valley Pipeline Final Design, Walnut Creek, CA. Ms. Haynes served as Project Engineer. This project was a multi-agency (Eastern Municipal Water District, Western Municipal Water District and Metropolitan Water District of Southern California, Perris Valley Pipeline, and Riverside County). This $150 million, 108- and 96-inch steel pipeline traverses 6.5 miles and will provide an additional 350 cubic feet per second (cfs) of drinking water. The pipeline was a fast-track Design Build project to build the pipeline project within a 19-month period, including design and construction. Olivenhain Municipal Water District (OMWD), Pipeline Inspection and Condition Assessment, CA. As Project Manager/Project Engineer, Ms. Haynes assisted OMWD in developing an inspection and condition assessment process for several of its high-priority pipelines. She investigated alternative technologies and developed a plan that was appropriate for the various pipeline materials that balanced risk, cost and operational constraints. City of San Diego, University Avenue Pipeline Replacement, As-Needed Engineering Consulting Services, San Diego, CA. Ms. Haynes served as Project Engineer on this $17 million project that included the design of 22,000+ feet of 16-inch PVC pipe. Ms. Haynes was involved with two major crossings of SR-163, including one segment of trenchless construction and one segment placed within an existing bridge. Elsinore Valley Municipal Water District (EVMWD), Temescal Agricultural Pipeline Condition Assessment, Lake Elsinore, CA. Ms. Haynes served as Project Manager who led pipeline assessment of more than 10 miles of 30-inch recycled water pipeline. The project included CCTV video of gravity pipeline and siphons, a rehabilitation plan, and cost estimation. Trenchless rehabilitation methods and costs were developed in the rehabilitation plan for HDPE slip-lining, pipe bursting, sewage lining using thin wall HDPE, cured-in-place pipe and open-cut. Vista Irrigation District, Vista Flume and Lining Pilot Project, Vista, CA. As Project Manager, Ms. Haynes was responsible for the development of a pilot program to rehabilitate one of the bench sections to determine the preferred rehabilitation method for the district’s gravity flume system. Ms. Haynes not only designed the rehabilitation of the flume section but also acted as the owner’s rep and oversaw the construction of slip lining the flume using HDPE pulled into the flume which was accomplished without destroying the existing structure. MW232236.001P Appendix A | 3 Elden Redundant Forcemain Design Costa Mesa Sanitary District Bryan Webb, PE Deputy Project Manager / Pipeline Design Mr. Webb has 10 years of experience in potable, recycled, waste, and stormwater design and construction. He has served as lead designer, assistant project manager, and project manager on a wide range of municipal infrastructure projects. Mr. Webb has designed water, recycled water, and wastewater pipelines, pump stations, and treatment facilities. Mr. Webb also specializes in pipeline condition assessment, rehabilitation, and replacement projects. Experience Relevant to this Project City of Coronado, Naval Base Coronado Forcemain Project, San Diego, CA. Mr. Webb served as Lead Design Engineer and APM for the 2020 ACEC Merit Award-winning pipeline and pump station upgrade design project. He led the multidisciplinary design and construction of 14,5000 linear feet (LF) of 8-inch high-density polyethylene sewer forcemain, connecting the new naval facility to the City of Coronado sewer collection system. This project required 10,300 LF of trenchless design and installation, including horizontal directional drilling and guided auger jack-and-bore installation methods. This project was fast tracked to meet an aggressive Navy and City schedule. The project was designed, bid, and built within 18 months of notice to proceed. Mr. Webb assisted with the design components required to get permitting and regulatory approval. Agency and permit coordination included Caltrans, State Parks, Department of Fish and Wildlife, California Environmental Quality Act, National Environmental Policy Act, and the Coronado Chapter of the Coastal Commission. Irvine Ranch Water District (IRWD), Sewer Forcemain Rehabilitation, Irvine, CA. Mr. Webb served as the Design Engineer and Assistant Project Manager on the design for the rehabilitation of 3,500 LF of 12" DIP sewer pressure main for the Irvine Ranch Water District. The design included six (6) custom permanent access vaults to allow for the future maintenance of the pipeline. Mr. Webb also oversaw the preconstruction subsurface explorations for the project and permit coordination with the City of Irvine. Town of Kittery, Route 236 Sewer Extension, Kittery, ME. Mr. Webb served as the lead Design Engineer of a sewer expansion for the Town of Kittery, ME. This expansion included 17,000 LF of gravity sewer and three (3) pump stations discharging to 5,000 LF of forcemain. This design included trenchless Horizontal Directional Drilling for installation of 500 LF of forcemain under an active I-95. Mr. Webb also served part time as a resident engineer on this project, and was directly involved with construction administration. Total construction value of the project was approximately $7,500,000. Town of Pittsfield, Wastewater Treatment Plant Forcemain Replacement, Pittsfield, MA. Mr. Webb served as the Design Engineer for the installation of a new 36" stainless steel primary intake forcemain for the Town of Pittsfield Wastewater Treatment plant. This project includes the development and design of a plant emergency bypass system, new forcemain yard piping plan, and design of a new, redundant influent intake system for the 30 MGD plant. Approximate construction value of this project is $4,000,000. Carlsbad Municipal Water District (CMWD), Carlsbad Critical Valve Replacement – Phase II, Carlsbad, CA. Mr. Webb served as the Project Manager for the second phase of critical valve replacements for Carlsbad Municipal Water District. This phase included replacement of approximately 50 critical water valves across 20 sites. The replacements included moving and/or relocation of valves, blow offs, air release valves, and vacuum valve assembles. The construction value of this project was approximately $1.3 million. EDUCATION: BS, Civil Engineering LICENSES AND REGIATRATIONS Professional Engineer – Civil CA No. 94278 Professional Engineer – Civil, NV, No. 028397 PACP/MACP/LACP, No. U- 0819-70307090 YEARS OF EXPERIENCE Overall: 10 With Kleinfelder: 9 MW232236.001P Appendix A | 4 Elden Redundant Forcemain Design Costa Mesa Sanitary District Andrew Frost, PE Condition Assessment / Rehab & Junction Structure Carollo Engineers, Inc. Mr. Frost has more than 14 years of experience in civil engineering design and project management including pipelines, sewer mains, storm drains, potable/recycled water, condition assessment, dry utilities, roadway, grading, and site design. He has provided support for water quality management plans (WQMP) and prepared storm water pollution prevention plans (SWPPP) incorporating post-construction best management practices (BMP) into project design to meet local and statewide requirements. He has a proven track record of successful project management delivering over $120M of construction projects in the past three years. He is highly versed in three dimensions design and drafting including the use of Civil 3D, Navisworks, and Building Information Modeling. Experience Relevant to this Project Eastern Municipal Water District (EMWD), Warm Springs Lift Station, Perris, CA. As Assistant Project Manager and lead Civil Engineer, Mr. Frost was responsible for project scheduling and coordination, client presentations and budget tracking. Engineering duties included the new 36-inch gravity sewer connections, dual forcemain connections from the new lift station, and complete design on the on-site yard piping, utility systems, and site grading design. Hi-Desert Water District (HDWD), Phase I Collection System, Yucca Valley, CA. As Project Manager, Mr. Frost was responsible for engineering services during construction for the Phase I collection system construction. This project consisted of 77 miles of pipeline, including gravity and forcemain construction, twelve jack and bore crossings under Caltrans right of way, over 5000 private property connections, and three lift stations. Engineering services include on-site support, RFI and submittal responses, technical reports and memo, cost estimating, and final record drawings. Eastern Municipal Water District (EMWD), Indian Street Sewer Crossing Preliminary Design, Perris, CA. Mr. Frost handled the scheduling and coordination, client presentations and budget tracking, and the design of approximately 3,000 feet of new 15-inch sewer main to replace and undersized existing line. This project included analyzing alignment alternatives, pre-planning coordination with Caltrans for a new crossing of State Route 60, field survey, geotechnical investigations, and CCTV inspection. County of San Diego, Los Coches Streambed Stabilization at Vulnerable Sewer Locations, San Diego, CA. As Senior Engineer, Mr. Frost was responsible for the development of the preliminary engineering report to assess the cover over the existing sewer facilities and provided an analysis of the existing conditions including recommendations for long term improvements to increase the stability of the sewer system. Project considered existing CCTV data, as built record drawings, site survey, and potholing to develop recommended improvements across ten different risk areas determined by the County of San Diego Public Works Department. County of San Diego, Spring Valley Trunk Sewer Rehabilitation, San Diego, CA. Mr. Frost served as Project Manager and was responsible for the preliminary and final design to develop a prioritized plan to address rehabilitation or replacement of 73 manholes along the Spring Valley trunk sewer main. This project included review of existing data, development of a preliminary engineering report, and final design drawings and specifications for all improvements. EDUCATION MBA, Business Administration BS, Civil Engineering LICENSES AND REGISTRATIONS Professional Engineer - Civil, No.77724, CA Professional Engineer - Civil, No.023435, NV YEARS OF EXPERIENCE Overall: 14 With Carollo: 3 MW232236.001P Appendix A | 5 Elden Redundant Forcemain Design Costa Mesa Sanitary District Arturo Garcia, PE Pump Station Evaluation & Hydraulic Calculations Mr. Garcia is an Environmental Engineer experienced in the design and management of municipal water, recycled water, and wastewater infrastructure projects. Mr. Garcia has a strong technical background with experience executing projects in both project management and engineering leadership roles. Mr. Garcia is experienced in all phases including condition assessments, planning, design and construction. Mr. Garcia has a strong technical background, and has demonstrated the ability to coordinate system-wide odor control planning studies, and be a successful technical lead on a variety of wastewater infrastructure projects. Mr. Garcia is experienced in the design of piping systems in treatment plants, collection systems and distribution systems. He is responsible for detailed design and layout, civil/mechanical calculations and analysis, equipment selection, cost estimation, and development of plans and specifications. Experience Relevant to this Project City of Coronado, Naval Base Coronado Coastal Campus Forcemain Project, Coronado, CA. The project included the installation of 14,250 LF of 8-inch High-Density Polyethylene (HDPE) sewer forcemain to convey sewage from the new Navy Coastal Campus to the City of Coronado’s wastewater collection system at the Coronado Cays Pump Station (CCPS). The design included open-cut pipe installation, 3,250 LF of trenchless pipe installation, mechanical improvements to two pump stations including mechanical equipment modification and adding odor control systems to treat odors at the discharge of the forcemain. Mr. Garcia was responsible for modeling the generation of H2S gas inside the forcemain that would eventually get expelled at the CCPS. Using this information, the proper treatment method was selected and sized accordingly to prevent H2S from forming and escaping the sewer headspace, creating a public nuisance for the adjacent residential community. Mr. Garcia was also responsible for performing a desktop evaluation of existing pumps and design of the mechanical modifications at the CCPS to accommodate the new forcemain. Irvine Ranch Water District (IRWD), Irvine Lake Pipeline North Conversion Project (Zone C+), Irvine, CA. Mr. Garcia served as Lead Project Engineer for the District’s strategic plan to increase the use of recycled water by converting a significant portion of the ILP system from untreated water to recycled water. Part of this project included the construction of the 2.4 MG concrete reservoir intended to hold recycled water and untreated water. He was responsible for the design of the reservoirs ancillary mechanical systems, which included 42-inch CML&C steel inlet/outlet piping, dual 30-inch strainers, flow control and metering facility, air-gap facility, emergency overflow system, and a 40-foot-deep outlet valve vault that also served as the reservoir underdrain pumping system. City of Oceanside, Sewer System Odor Control Study and Chemical Use Evaluation, Oceanside, CA. Mr. Garcia was the lead Project Engineer (and lead report author) responsible for coordinating and implementing a monitoring, sampling, and wastewater testing plan to evaluate 13 odor “hot spots” in a collection system that consisted of the 14 MGD San Luis Rey WRF, the La Salina WWTP, and over 30 sewer pump stations. Mr. Garcia coordinated and performed an extensive field investigation to gather hydrogen sulfide and headspace air pressure data to analyze odor generation and emissions. Using the Pomeroy-Parkhurst methodology, sulfide generation was estimated in major forcemains to evaluate comparative odor control treatment chemicals including calcium nitrate (e.g. Bioxide® or Trioxyn®), iron salts, hydrogen peroxide, and Peroxide Regenerated Iron-Sulfide Control (PRISC®). Based on the sulfide generation modeling results, potentially significant cost reductions were identified by changing a portion of the collection system’s odor control systems to a ferrous and/or PRISC® based system. The Study resulted in a prioritized program of capital improvements that included EDUCATION MA, Civil Engineering BS, Environmental Engineering LICENSES AND REGISTRATIONS Professional Engineer – Civil, CA No. C82672 YEARS OF EXPERIENCE Overall: 12 With Kleinfelder: 8 MW232236.001P Appendix A | 6 Elden Redundant Forcemain Design Costa Mesa Sanitary District solutions to system-wide and discreet odor problems, and recommended operational adjustments to improve the City’s odor control profile. Vallecitos Water District (VWD), Odor Control Study, San Marcos, CA. Mr. Garcia was Project/Field Engineer responsible for coordinating and implementing a monitoring, sampling, and wastewater testing plan for a large sewage collection area which include a unique 4-mile long inverted siphon that conveyed biologically active waste activated sludge from the Meadowlark WRF. The field work was planned and executed successfully in spite of challenging schedule requirements. Responsibilities included analyzing the collected data gathered in the field and preparing it for presentation and discussion in the final report to the District. The Study resulted in a prioritized program of capital improvements projects. The recommended solutions consisted of chemical additions at key locations in upstream reaches of the collection system to control odors at multiple locations downstream in the system. Solutions were also tailored for discreet problem areas in the collection system. City of Garden Grove, Magnolia Reservoir and Pump Station Rehabilitation, Garden Grove, CA. Mr. Garcia served as Assistant Project Manager and Project Engineer for this project. The Magnolia Booster Pump Station Rehabilitation project involved a condition assessment and rehabilitation of one of the City’s concrete reservoirs and natural gas-powered potable water booster pump stations. Mr. Garcia was responsible for maintaining the project schedule and budget and was the main point of contact for all disciplines and subconsultants involved. As the lead project engineer, he prepared final engineering design plans, specifications, and cost estimates for the entire project. As the process/mechanical lead, he was responsible for the preliminary and detailed design of the rehabilitation of the pump station which included replacement of an existing vertical turbine pump, right-angle-drive, natural gas fired engine, and associated mechanical systems. City of San Diego, Lakeside Valve Station Replacement Project, San Diego, CA. Mr. Garcia is the lead Project Engineer designing a new flow control facility (FCF) to replace an existing facility constructed in the 1950’s. The new facility will be a fully automated 128 MGD FCF to throttle flow from two reservoirs (El Capitan and San Vicente) prior to being received at the inlet of the Alvarado Water Treatment Plant. The FCF consists of four independent trains consisting of automatic flow control plunger valves, flow meters, and electrically actuated triple offset isolation butterfly valves. Mr. Garcia was responsible for performing hydraulic calculations and developing hydraulic models of the two-reservoir system, preparing hydraulic profile drawings, developing the FCF mechanical design and layout, and developing the plans and specifications for the project. The project is currently in the final stages of design. Santa Fe Irrigation District (SFID), RE Badger Water Filtration Plant Solids Handling Improvements, Rancho Santa Fe, CA. As Lead Project Engineer responsible for the mechanical dewatering work, Mr. Garcia coordinated with several disciplines and sub-consultants to develop design criteria, evaluate project alternatives, prepare technical memoranda, and prepare construction plans and specifications. Given a tight schedule, Mr. Garcia was responsible for arranging and leading weekly coordination meetings to ensure the project was delivered successfully on time. Mr. Garcia was also responsible for designing a temporary filter washwater system for operation when the existing steel tank was being rehabilitated. Mr. Garcia helped coordinate condition assessment and rehabilitation design efforts for the filter washwater tank. The purpose of this project was to develop a holistic mass-balance of the Plant’s solids and identify facilities and associated costs to potentially eliminate the discharge of filter waste washwater solids to the SDR. In addition, the project included mechanical dewatering improvements that included the addition of a redundant gravity thickener, a thickened sludge blending tank, a redundant centrifuge housed in a new centrifuge building, and rehabilitation of a 1 MG steel filter washwater storage tank. MW232236.001P Appendix A | 7 Elden Redundant Forcemain Design Costa Mesa Sanitary District Edward Matthews, PE Quality Assurance / Quality Control Mr. Matthews has 35 years of construction, design, planning, resident engineering, and construction management experience in water/ recycled engineering, including pipeline design, condition assessment, structural rehabilitation, pump station design, and water/reclaimed/ wastewater treatment plant design. Project management experience in Design/Build (DB), Design/Build/Operate/Maintain (DBOM) and traditional Design-Bid-Build in the following areas: water/wastewater/reclaimed water treatment facilities, pipelines (gravity and forcemain), tunnels, trenchless technology, pump stations, condition assessment of infrastructure rehabilitation of structures and facilities, odor/corrosion control methods, chemical storage/feed facilities, sludge/biosolids processing/dewatering/thickening and digestion facilities, water supply reservoirs (steel, pre-stressed concrete and open), dams, water supply wells, solid waste landfills and transfer stations, ancillary facilities and structures, cost estimating, construction contract management, alternate delivery methods, feasibility studies, basis of design criteria studies, operation and maintenance manuals, plant start-up and commissioning, compliance monitoring, permitting and certification reports. Experience Relevant to this Project City of San Diego, El Monte Water Transmission Pipeline Rehabilitation (EMPL), San Diego, CA. Mr. Matthews served as Project Manager for the rehabilitation of the 12.2-mile long EMPL, connecting San Vincente and El Capitan Reservoirs through the community of Lakeside, Cities of El Cajon, Santee and La Mesa ending at the Alvarado Water Treatment Plant. The 12.2-mile long EMPL (48’ to 72”) was constructed in four segments between 1942 and 1947 in what was then rural East County San Diego. The EMPL now lays in an alignment of urbanized mixed commercial and residential crossing two state highways, trolley lines, major thoroughfares including repairs to the 1.2-mile-long Grossmont Tunnel. The project includes extensive community outreach, internal pipeline repairs, safety improvements, reconstruction of air-vacuum valves, manways and blowoffs to meet City standards and CA Division of Drinking Water requirements. Construction phasing and sequencing requires extensive coordination between the design team, the San Diego County Water Authority, City of San Diego Water Systems Operations for continuous supply of raw water to the City’s Alvarado Water Treatment Plant. Golden State Water Company, First Avenue Water Main Replacement, Barstow, CA. Mr. Matthews served as Project Manager for the replacement of the aging Warren Truss, First Avenue Bridge, which spans the BNSF Barstow Yard. The project required undergrounding and replacement of the First Avenue water main. The pipeline was replaced using the trenchless method of auger guided boring of a 36-inch casing and an 18-inch welded steel pipeline, centralizers, with grouting of the annular space. The work was conducted successfully under 17 active BNSF rail lines in their Barstow Yard, the second busiest railyard in the US. City of Carlsbad, Buena Vista Lift Station Forcemain, Carlsbad, CA. As Project Manager, Mr. Matthews managed design staff from the Preliminary Design Report through final contract documents that examined various alternatives, providing a design for to reline the existing 24-inch-diameter lift station forcemain, and to construct a new 24-inch-diameter parallel forcemain to provide a redundant, dependable pipeline. He managed design staff from the Preliminary Design Report through final contract documents that examined various alternatives to replace and/or repair the existing 24" diameter Buena Vista Lift Station (BVLS) forcemain and construct a new 24" diameter parallel forcemain to provide a redundant, dependable pipeline for this essential City asset. As a result of a sewage spill into the Buena Vista Lagoon, an ecological reserve, various alignment alternatives were studied and evaluated based on environmental impacts, utility interference, system hydraulics, EDUCATION MS, Structures & Mechanics BS, Civil Engineering LICENSES AND REGISTRATIONS Professional Engineer - Civil No. 51689, CA YEARS OF EXPERIENCE Overall: 35 With Kleinfelder: 8 MW232236.001P Appendix A | 8 Elden Redundant Forcemain Design Costa Mesa Sanitary District pipeline material, acquisition of easements, construction method, maintenance of BVLS operations and encroachment into the fragile marine estuary of the lagoon and, thus accelerate the permitting and construction schedule. Trenchless methods (CIPP lining and jack &bore) as well as conventional construction methods were employed. Orange County Sanitation District (OCSD), 66" Ellis Avenue Trunk Sewer Tunnel/Replacement of the Ellis Avenue Pump Station, Fountain Valley, CA. Mr. Matthews served as Project Manager for the preliminary/final design and construction services of for the 66" Ellis Avenue Trunk Sewer and the 84" Interplant Diversion sewer including piping materials and piping configurations. The 5,800 lineal foot, 66" Ellis Avenue Trunk Sewer was successfully constructed as a 9' diameter tunnel beneath Ellis Avenue. Tunneling was selected to avoid disruption to utilities and traffic in this major arterial (40,000 ADT) in Fountain Valley, CA. An Earth Pressure Balanced (EPB) tunnel boring machine (TBM) was selected to work in the high groundwater conditions of the alignments. The tunneling method also required chemical grouting of in-situ soils through a known contaminated hydrocarbon plume from now removed underground storage tanks (UST's). City of Carlsbad, Agua Hedionda Lift Station, Carlsbad, CA. Mr. Matthews served as pump station Design Manager responsible for design team of a new 33 MGD sewer lift station, 1.5 miles of 54" gravity sewer and 4,000' (HDD construction) of a 36" forcemain to replace/upgrade the existing lift station and conveyance system. The lift station design concept incorporated extensive equipment redundancy for ensuring that equipment failures do not result in wastewater spills and a configuration that includes two independent pumping elements. The lift side of the station includes four 5 MGD pumps. The total lift capacity maximizes the capacity of the existing 42" gravity sewer. The forcemain side of the station includes four 9 MGD pumps. The total pumping capacity of the station is up to 24 MGD on the lift side and up to 24 MGD on the forcemain side. The station capacity is 48 MGD (four 5 MGD pumps and four 9 MGD pumps), providing approximately 50% redundancy at peak wet weather flow conditions (33 MGD). The forcemain side and lift side can independently pump peak dry weather flows (21 MGD). Design includes a 54" gravity sewer (4,500' of open trench and 2,200' of microtunneling), upstream sewage grinders and a weathering steel pedestrian and utility bridge crossing over the Agua Hedionda Lagoon. Permitting required extensive coordination among stakeholders which included SDG&E, MRG, Poseidon, California Coastal Commission and the Cities of Vista and Carlsbad. City of Coachella, Coachella Sewer System Expansion, Coachella, CA. Mr. Matthews served as Client Service Manager responsible for engineering design services for the expansion of the City of Coachella, California's sewer system. The expansion includes a dry well/wet pit sewage pump station with the capability to handle projected flows from 700 to 20,000 gpm, a 1,450 lf forcemain and 18,000 lf of 18" to 42" gravity sewer. Design and construction of the pump station required sub-grade soil densification techniques (stone columns) to mitigate settlement in the liquefiable soils pervasive in this region. Responsibilities included management of design team, construction management and securing and managing funding through the USDA Rural Development Agency. Rainbow Municipal Water District (RMWD), San Luis Rey 12" Pipeline, Fallbrook, CA. Mr. Matthews served as Project Manager for an emergency installation of 1,600 lf of 18" HDPE replacement pipeline for Rainbow Municipal Water District's main sewage forcemain which ruptured in the San Luis Rey Riverbed. The pipeline alignment crossed under 1200 lf of the San Luis Rey River and Caltrans SR 76. Horizontal directional drilling (HDD) design was selected to avoid disruption to sensitive habitat and lengthy permitting procedures within the San Luis Rey watershed and avoid disruption to the heavily traveled SR 76 in Bonsall, just west of the City of Oceanside. The project was completed within four months of design inception without interruption to this important forcemain. MW232236.001P Appendix A | 9 Elden Redundant Forcemain Design Costa Mesa Sanitary District Dennis Doherty, PE* Quality Assurance / Quality Control Mr. Doherty is a versatile engineer with proven experience and subject matter expertise in trenchless technologies. He is adept at devising strategic plans for diverse stakeholder requirements. He was recently inducted into the North American Society for Trenchless Technology Hall of Fame for his work in the industry. Mr. Doherty is forward-thinking bringing a successful history of assisting with identifying, conceptualizing, conducting detailed engineering, construction oversight, and risk management to produce safe, reliable, and sustainable horizontal underground infrastructure. Mr. Doherty is a principal author of the ASCE Standard Design and Construction Guidelines for Microtunneling (ASCE/CI-36-15) and a principal author of ASCE Manual of Practice No. 133 for Pilot Tube and Other Guided Boring Methods. Experience Relevant to this Project Lake Austin Sanitary Forcemain Crossing, Austin, TX. As Senior Project Manager, Mr. Doherty prepared a Feasibility Report on three options for a crossing under of Lake Austin in Austin, TX for a sanitary sewer forcemain or siphon to connect new annexed part of city of Austin, Texas to existing sewer system by horizontal directional drilling. Crossings were between 3,700 feet and 6,700 feet (depending on option) through limestone rock. The report including site evaluations, pipe stress calculations, geotechnical evaluation, preliminary cost estimates, and construction timeline schedules. Project construction completed successfully. Jacksonville Electric Authority (JEA), Ft. Caroline Road, FL. As Senior Project Manager, Mr. Doherty prepared technical aspects of Conceptual Design Report for horizontal directional drill cross of State Highway 9A. Crossing includes 3 separate 1,000-foot crossings for 1) bundled electric/communications, 2) water main, and 3) sludge forcemain. Currently providing engineering design services for installation of water main by horizontal directional drilling. Cohas Brook Interceptor – Route 101 Crossing, Manchester, NH. Mr. Doherty served as Senior Technical Consultant responsible for the design program for planning, design, and construction of a 48-inch steel casing for an interceptor sewer under a busy 4-lane divided highway with adjacent on- and off-ramps utilizing a Small Boring Machine Unit (SBU) with Rock Head to cut through glacial tills. He planned geotechnical investigations, determined optimal method for crossing highway, provided engineered plans and bid documents, provided bidding services and construction monitoring services including address contractors claims for change conditions. Springfield Water and Sewer Commission, York Street Pump Station and Connecticut River Crossing, Springfield and Agawam, MA. Mr. Doherty served as Senior Technical Advisor during construction, currently responsible providing technical advice and monitoring of active microtunnel project for the Springfield Water and Sewer Commission. The project includes microtunneling one 96-inch and two 48-inch casing pipes under a river levee along the Connecticut River outfalling into the river itself where it will connect to pipes crossing the river by conventional open trench across the river. The levee has two active Amtrak and Commuter Rail tracks. A multi-array remote reading ground movement program is being constantly monitored and adjustments made as needed to microtunnel operations. *PE not registered in California EDUCATION MS, Management of Projects and Programs BS, Civil Engineering LICENSES AND REGISTRATIONS Professional Engineer - Civil, No. 037063, NC Professional Engineer - Civil, No. 103316, TX Professional Engineer - Civil, No. 6926, NH Professional Engineer - Civil, No. 34896, MA YEARS OF EXPERIENCE Overall: 42 With Kleinfelder: 2 MW232236.001P Appendix A | 10 Elden Redundant Forcemain Design Costa Mesa Sanitary District Bellevue Pump Station Horizontal Drilling, King County, Bellevue, WA. As Senior Project Manager, Mr. Doherty provided detail design of Horizontal Directional Drilling alignment. He provided significant input into planning, and preparations of plans and specifications. The project included 5400 ft. sanitary forcemain in Bellevue, WA installed under large hill and interstate highway for King County. He provided ESDC during construction. 2008 Runner up for Trenchless Project of the Year. Town of Wareham Sewer Department, Wareham WWTP Outfall Relocation, Wareham, MA. As Program Manager, Mr. Doherty provided engineer consultations to Town of Wareham Sewer Department to conduct study for relocation of towns WWTP Outfall pipe from the Wareham River to the existing outfall at the Massachusetts Maritime Academy on the Cape Cod Canal in Bourne, MA. The purpose of the relocation is to assist in the denitrification of the Upper Buzzards Bay. The study reviewed three alternative alignments, all using trenchless methods. The recommended alternative is to utilize the existing rail corridor and horizontal directional drilling. A meeting was facilitated with the Mass DOT (owner of rail corridor) to obtain approval to move forward into a preliminary design. Massachusetts Water Resources Authority (MWRA), East Boston Branch Sewer Interceptor Relief Project-Preliminary and Final Design, Boston, MA. As Senior Project Manager, Mr. Doherty was responsible for technical aspects of the Preliminary Design Report with respect to application of trenchless technology methods. He was also Technical Manager responsible for design and preparation of construction contract documents. The project provided for a significant reduction in CSO into Boston Harbor by trenchless rehabilitation of the existing MWRA interceptor, and the trenchless installation of interceptor relief sewer in a highly urbanized area of Boston, MA. The project includes the installation of approximately 11,200 feet of 36, 48, and 66-inch relief sewer by microtunnel and the replacement of approximately 6,000 feet of various size pipe of the existing interceptor by pipe bursting. Construction bid cost was $80M. Project also included design and ESDC for cured-in-place pipe lining of approximately 5,400 feet of existing interceptor for the purpose of improving system hydraulics. He reviewed difficult technical during CIPP contract, issues encountered by contractor due to contractor means and methods, an negotiated resolution favorable to MWRA. Massachusetts Water Resources Authority (MWRA), CSO Alternative Design Study Report, Chelsea and East Boston, MA. As Technical Specialist, Mr. Doherty prepared Alternative Design Study Report for three (3) MWRA CSO / Interceptor Relief projects in Chelsea, MA and East Boston, MA. These projects included the investigation, evaluation, and report preparation for the rehabilitation and / or installation of 20,000 feet of large diameter interceptor sewer, and 15,000 feet of small diameter interceptor sewer using trenchless rehabilitation methods, pipe bursting, microtunneling, and conventional open cut methods. Report included feasibility of methods, hydraulic improvement evaluation of system, and cost and schedule evaluation. Continued work on projects through Preliminary Design, preparation of Construction Contract. Boston Water and Sewer Commission (BWSC), New St. James Avenue Interceptor Project, Boston, MA. As Technical Specialist, Mr. Doherty prepared comprehensive report detailing the physical conditions of the wastewater collection system in the Back Bay section of Boston, MA, including identifying surface constraints to the construction methods for the rehabilitation of the wastewater system. An in-depth evaluation of various trenchless methods and their applicability to the constraints was presented in the report. Alternative rehabilitation methods, with cost were evaluated for the relief of the existing wastewater collection system in the St. James Avenue area. He also prepared construction contract documents, and provided engineering services during construction for the rehabilitation and installation of 16,000 feet of wastewater collection system in this highly urbanizes area using microtunneling, pipe bursting, cured-in-place pipe lining, shotcrete lining, and conventional open cut methods. Project was the 1996 Trenchless Technology Project of the Year. The project was also 1997 ACEC National Grand Award Winner for Engineering Excellence, and ASCE Boston Chapter Herzog Award Winner for Innovative Engineering. MW232236.001P Appendix A | 11 Elden Redundant Forcemain Design Costa Mesa Sanitary District Jason Brown, PE Trenchless Technology Mr. Brown has a wide range of experience on various civil engineering applications and projects. Mr. Brown has performed several duties for projects related to pipeline design, slope repair, trenchless pipeline installation design, general site design including mass and spot grading, parking lot and ADA design, stormwater management and design, transportation, and pavement design. Mr. Brown has an expertise in HDD design and is currently one of Kleinfelder’s lead designers with the successful completion of hundreds of trenchless pipeline installation designs, utilizing various trenchless methods including HDD, microtunneling, Jack & Bore, and guided auger bores. Mr. Brown utilizes his wide range or experience to deliver innovative solutions for our clients. Experience Relevant to this Project City of Coronado, Naval Base Coronado Coastal Campus Forcemain Project, Coronado, CA. Mr. Brown was lead trenchless design engineer and trenchless subject matter expert on this project which included eight HDD’s and one 20” Jack and Bore. Mr. Brown developed and advised on the HDD and Jack and bore profile and drilling considerations. Due to the close proximity of the bores to the ocean title influences and groundwater considerations had to be made in the bore designs. Mr. Brown also served as a special inspector during construction on all the bores to ensure that the pipeline was being installed per the specifications and to troubleshoot any unexpected problems during construction. Pacific Gas & Electric (PG&E), Trenchless Pipeline Installation Design, Multiple Locations, CA. Over the last several years, Mr. Brown has designed and developed construction plans for over a dozen trenchless pipeline installations for PG&E within the state of California. The trenchless designs were in both urban and rural settings where existing utilities and environmentally sensitive features had to be avoided. These projects included HDD and Jack and Bore crossings for state and interstate highways, rivers, and rail roads. The construction plans that Mr. Brown developed consisted of plan and profiles for the crossings, Pipe Stress Calculations, Inadvertent Returns Analysis, and profiles of the proposed bore paths with respect to geotechnical subgrade information. Golden State Water Company (GSWC), Jack and Bore of a 36” Casing Under BNSF Railroad Tracks, Barstow CA. Mr. Brown was lead trenchless design engineer for a Jack and Bore of a 36” casing under 14 sets of BNSF railroad tracks. The total length of the bore was 650 LF which incorporated an intermediate bore pit to split the bore sections in two. Mr. Brown developed bore plan and profiles and incorporated anticipated work areas required to install the pipe for permitting purposes with BNSF. Longs Peak Metropolitan District, Trenchless Crossings, Jefferson County, CO. Mr. Brown was lead trenchless design engineer on two parallel 76” and 54” casings for storm drain and sewer pipelines. These trenchless crossing were installed under multiple existing utilities including a 96” water main. Mr. Brown developed a trenchless pipeline installation plan in a area that presented a number of challenges including unfavorable ground conditions which consisted of large cobbles. Mr. Brown also developed innovative solutions to the casing seals and design bulkheads to account for large eccentricities between the carrier pipe and casings. Dominion FL-127, Weber County, UT. Mr. Brown was lead trenchless design engineer a Jack and Bore of a 24” casing under a CSX Railroad. This bore had challenging ground conditions including a high water table and expansive soils that would result in settlement of the tracks during a dewatering process. Mr. Brown developed construction documents for a trenchless installation of the casing and bore pit design which minimized settlement under the railroad tracks to within CSX tolerances. EDUCATION BS, Civil Engineering MS, Civil Engineering LICENSES AND REGISTRATIONS Professional Engineer - Civil, No. 86395, CA YEARS OF EXPERIENCE Overall: 15 With Kleinfelder: 10 MW232236.001P Appendix A | 12 Elden Redundant Forcemain Design Costa Mesa Sanitary District Bruce Stegman, PE* Trenchless Technology Mr. Stegman has 43 years of engineering and management experience. His typical duties include management of tower analysis and geotechnical explorations and development of field exploration procedures for geotechnical services. Mr. Stegman is involved in a wide variety of projects including towers, roadways, structures with shallow and deep foundations, retaining walls, underpinning, storm water management impoundments, embankments, reinforced embankments, embankments on compressible materials, slope stability analyses, tie-backs, and failure investigations. His experience includes numerous field explorations of both normal and difficult soil and rock conditions, utilizing standard soil and rock boring and testing techniques. He is also experienced in using "in place" testing equipment such as the pressure-meter, dilatometer, cone- penetrometer, and double-ring infiltrometer. Experience Relevant to this Project National Pipeline Company, Pipeline Support, Carteret, NJ. Mr. Stegman was responsible for the design of temporary support of excavation for pipeline in the Conrail Zone 1, i.e., within ten feet of the centerline, work consisted of driven sheet piles between AT&T fiber optic, walers, struts and reaction piles to comply with Conrail’s stringent deflection limitation of one inch. Bells Road, Richmond, VA. This project involved the pipeline replacement that required temporary support of excavation beneath a structure carrying Interstate I-95 over Bells Road. USDA Beltsville Agricultural Research Center, Geotechnical Exploration, East Wastewater Treatment Plant, Beltsville, MD. Mr. Stegman developed and managed geotechnical exploration, analysis, and supervised preparation of geotechnical report for East Wastewater (2 MGD) Treatment Plant, five pumping stations, and out-falls. Pennsylvania Turnpike Commission, Northeast Extension Milepost A-57.66 Bridge NB-355, South Whitehall Township, Lehigh County, PA. Mr. Stegman served as Geotechnical Engineer for the design of temporary support of excavation comprised of soil nails and shotcrete for specialty contractor (Mar Allen) for accelerated bridge replacement where the new bridge was built on falsework and slid into place over a three-day weekend. He was also responsible for the supervision and analysis of permanent foundation micropiles pile load testing. Services included load testing, verification, proof, and performance testing of soil nails. Wellspan Apple Hill Rehab Hospital, York, PA. Mr. Stegman was responsible for the design of K-Rock (proprietary Kinsley System) wall several approximately 600 feet long and as much as 30 feet high. Support of excavation comprised of soil nails, soldier piles with tiebacks. Underpinning comprised of drilled and grouted hollow bar bracket piles. S.R.0054 - Mountain View Highway Occupancy Permit, Schuylkill County, PA. This project involved extensive geotechnical investigation for a highway occupancy onto an arterial highway that involved substantial side hill fills requiring extensive slope analysis including anisotropic rock modelling and direct shear testing of joint materials within core samples. Petersburg Road Kunkle Bridge – Cumberland County, PA. Mr. Stegman was responsible for the design and construction observation of micropiles, up to 200 feet in length, in erratic limestone, including performance and proof pile load tests. *PE not registered in California EDUCATION BS, Civil Engineering MS, Geotechnical Engineering LICENSES AND REGISTRATIONS (Partial List) Professional Engineer - Civil, NC, DE, MS, NH, MA, CT, MD, VA, PA, FL, SC, NY, GA, WV, OH, IL, NJ, ME YEARS OF EXPERIENCE Overall: 43 With Kleinfelder: 6 MW232236.001P Appendix A | 13 Elden Redundant Forcemain Design Costa Mesa Sanitary District Lebanon PA Veterans Administration Hospital – Lebanon County, PA. Mr. Stegman was responsible for the design and construction observation of micropiles, up to 140 feet in length, in erratic limestone, including performance and proof pile load tests. Work was done at night because of vibration restrictions from adjacent operating room suites. Franklin & Marshall University, Lancaster County, PA. Mr. Stegman was responsible for the design and construction observation of temporary support of excavation and underpinning with grouted soil nails and shotcrete. Carpenter (Steel Mill) Technology - Berks County, PA. Mr. Stegman was responsible for the design and construction observation of temporary support of excavation involving drilled soldier piles and timber lagging and underpinning with grouted bracket piles of a critical column, micropiles, up to 100 feet in length, in erratic limestone, including performance pile load tests. Cedar Cliff Sheetz Cumberland County, PA. Mr. Stegman was responsible for the design and construction observation of temporary support of excavation and permanent soil nail wall, involving grouted soil nails and shotcrete. Penn State Hershey Med LINAC Dauphin County, PA. Mr. Stegman was responsible for the design and construction observation of micropiles, up to 60 feet in length, in erratic limestone, including performance and proof pile load tests piles were installed in the basement of the existing Cancer Center during the graveyard shift. Fletcher Ave NJ DOT, Ft. Lee, NJ. Mr. Stegman was responsible for the review and observation of 25-foot-high retaining wall on the adjoining property. Heritage Land Adams County, PA. Mr. Stegman was responsible for the geotechnical exploration and construction observation for an elevated water storage tank. Rosedale – Permanent Steel Sheet Pile Wall Dauphin County, PA. Mr. Stegman was responsible for the design and construction observation of a permanent steel sheet pile wall at the crest of a steep slope to improve slope stability and construct a new road. MW232236.001P Appendix A | 14 Elden Redundant Forcemain Design Costa Mesa Sanitary District Kelly Burnell, PE Bridge Seismic Evaluation Mr. Burnell has 19 years of professional experience in engineering design, analysis, and construction support of bridges and structures, and is currently a Principal Bridge Engineer and Project Manager at Kleinfelder. He has been involved with all phases of the bridge engineering process from conceptual alternative analysis through final bridge design and engineering support during construction. Mr. Burnell has experience in a variety of delivery methods of bridge projects ranging in complexity from rural county road projects to signature light-rail transit structures. Mr. Burnell is also an expert in the attachment and inclusion of utilities on bridge structures. He has led several complex waterline replacement projects on bridges and led many studies and rehabilitation designs of bridges carrying gas pipelines. He has presented on the topic of gas pipeline carrying bridges at national natural gas pipeline conferences. Experience Relevant to this Project City of San Diego, Pacific Beach Pipeline Replacement, San Diego, CA. Mr. Burnell, Project Manager and Lead Designer for this project to replace a major waterline system through the Pacific Beach region of San Diego. The project included replacing pipelines across three major bridges owned by the City of San Diego. All three bridges cross over portions of the San Diego Mission Bay area. Each bridge required a unique design of the pipeline connection and support system. The Kleinfelder team supported the project from concept development, through final design and through construction. Eastern Municipal Water District (EMWD), Bradley Road Bridge Waterline Engineering, Ontario, CA. Mr. Burnell served as Project Manager and Lead Bridge Engineer for this project to evaluate techniques and alternatives for modifying three separate water and sewer lines to accommodate seismic movements of a new bridge structure. The team’s work included evaluation of the seismic movements of the bridge, movement capacities of a variety of joints types and configurations and creation of a technical memo summarizing the recommendations. University Avenue Waterline Replacement at SR-163, San Diego, CA. Mr. Burnell served as Project Manager and Lead Designer for this project to replace a waterline across an historic two-span bridge crossing State Route 163. The design included replacement of sections of the bridge deck, expansion vaults added off the ends of the bridge, and seismic supports for the pipeline within the bridge. The project required extensive coordination with Caltrans, the owner of the structure, and adherence to their requirements for pipelines contained within bridges. City of San Diego, 30th St Bridge Waterline Replacement, San Diego, CA. Mr. Burnell, Project Manager and Lead Designer for this project to replace a waterline across a three-span structure crossing State Route 94. The design included expansion vaults added off the ends of the bridge and seismic supports for the pipeline within the bridge. The bridge followed a vertical curve requiring additional detailing and special construction methods to install the pipeline. The project required extensive coordination with Caltrans, the owner of the structure, and adherence to their requirements for pipelines contained within bridges. Eastern Municipal Water District (EMWD), Bradley Road Bridge Waterline Engineering, Ontario, CA. Mr. Burnell served as Project Manager and Lead Bridge Engineer for this project to evaluate techniques and alternatives for modifying three separate water and sewer lines to accommodate seismic movements of a new bridge structure. The team’s work included evaluation of the seismic movements of the bridge, movement capacities of a variety of joints types and configurations and creation of a technical memo summarizing the recommendations. EDUCATION BS, Civil Engineering MS, Structural Engineering LICENSES AND REGISTRATIONS Professional Engineer – Civil, CA No. 72985 YEARS OF EXPERIENCE Overall: 19 With Kleinfelder: 8 MW232236.001P Appendix A | 15 Elden Redundant Forcemain Design Costa Mesa Sanitary District Private Client – Bridge over Colorado River Vulnerability Assessment, Ehrenberg, AZ. Mr. Burnell served as the Project Manager for analysis and rehabilitation design of a bridge over a historic waterway crossing with a main span length of 1,080 feet. The analysis included both seismic and service loading of the existing structure to identify potential vulnerabilities. The design elements included recommendations for both short-term and long-term modifications to the bridge. Unique considerations for vulnerabilities to a large diameter natural gas pipeline as well as the aging suspension bridge components were an important element of this project. City of San Diego, Cast Iron Waterline Replacement Project, San Diego, CA. Mr. Burnell served as lead bridge engineer on this project which included removal and replacement of aging cast iron pipe water mains bringing them to current standards at 10 locations throughout San Diego. The replaced sections included pipes crossing four different bridges including two owned by Caltrans. The structural design included expansion vaults off the ends of the bridges and pipe support design within the bridges. Mr. Burnell, along with the water design team, coordinated with the City of San Diego and Caltrans to receive the necessary permits and approvals for the bridge modifications. Southern California Gas Company (SoCal Gas), Line 225 Suspension Bridge Analysis, Los Angeles CA. Mr. Burnell is currently serving as the project manager and field inspection lead for this project to evaluate three separate gas pipeline carrying suspension bridges located within the Angeles National Forest. The project included a detailed field visit to gather dimensional data and member sizes for the bridges as no as-built plan information is available. The subsequent phase of the project is a detailed 3D computer model development of each bridge to determine the load carrying capacity of the structures and evaluate their ability to support a hydrostatic load test of the pipeline. County of Riverside, Mission Boulevard Bridge over Santa Ana River, Riverside, CA. Mr. Burnell served as a Senior Bridge Engineer for the planning and design of this 1,100-foot-long bridge over the Santa Ana River in Riverside County, California. This bridge will replace an existing seismically deficient structure built in the 1960s and will be constructed with limited interruption of traffic over three stages. Replacements studies considered long to mid-length span alternatives with intense foundation engineering requirements. The Santa Ana River at this location is known as one of the most challenging scour and hydraulic conditions in the nation. Following study of a full range of structure type considerations, a multi-span alternative with deep foundations was determined as the most economical and appropriate solution for the site. Los Angeles World Airports, Automated People Mover (APM) Project at Los Angeles International Airport, CA. As Structural Design Lead, Mr. Burnell is currently leading the structural and bridge design engineering team on the design and structural integration of several complicated pedestrian walkways connecting elevated stations to adjacent parking structures and airport terminals. The structure types include girder supported spans and Vierendeel trusses. The seismic design is a performance based reinforced concrete design meeting requirements set forth by an independent seismic review panel. This fast-paced P3 mega-project will add a 3-mile APM system into the central terminal area of LAX and provide a key connection from the Metro LRT system. City of San Diego, Georgia Street Bridge Retrofit and Rehabilitation, San Diego, CA. Mr. Burnell was the Project Manager and provided technical oversight to rehabilitate and seismically retrofit a historic arch bridge in San Diego, CA. The Georgia Street Bridge was built in 1914 and needed rehabilitation in addition to a complete seismic overhaul. Kleinfelder performed the analysis and design of the retrofit and rehabilitation of this local landmark in a manner that maintains the historic nature of the bridge and approaches while providing a bridge that meets modern seismic design codes and detailing. MW232236.001P Appendix A | 16 Elden Redundant Forcemain Design Costa Mesa Sanitary District Pete Daniels Constructability Workshop: Trenchless Technology Expert Mr. Daniels has over 21 years of experience in engineering and design, project management, and construction. During his time at GTS, a Kleinfelder Company, he has managed and engineered a multitude of projects ranging from smaller natural gas conversion projects to large natural gas transmission projects. He is the resident Subject Matter Expert for trenchless crossings, including horizontal directional drills, uprates, pipeline routing and construction methods. Mr. Daniels holds a Bachelor of Science in Civil Engineering from California State University in Chico. Experience Relevant to this Project Pacific Gas and Electric (PG&E), L-407 Natural Gas Pipeline Installation, Northern California. Mr. Daniels was the Lead Project Engineer and Designer for the L-407 natural gas pipeline installation. The L-407 project installed 26 miles of new pipeline in two phases over a two-year period; Phase I (2017) was approximately 12-miles in length with one mainline valve station and one pressure limiting station (PLS). Phase II (2016) was approximately 14-miles of 30-inch with one mainline valve station. Several construction methods were utilized for construction, including direct bury, six guided auger bores and 17 horizontal directional drills (HDDs). A project of this magnitude and complexity encounters many engineering and construction challenges. The project team had to work through planning, land acquisition, engineering, high ground water levels, environmental, permitting and construction impacts. Within its 26 miles, the pipeline route crossed; through three county jurisdictions, the Sacramento River, the Yolo Bypass, California State Highway 70/99, numerous irrigation canals, several nature conservancies, designated wetland areas, agricultural areas and areas designated for commercial and residential development. The engineering design of the pipeline constantly evolved to address the permit requirements as land settlement agreement conditions were negotiated. Engineering design accounted for planned developments adjacent to the proposed route. Phase I is currently located in a Class 1 location but was designed for Class 3 to account for 35,000 homes and several large commercial centers planned to be built in the coming years. The design also needed to mitigate the potential for flooding and address a significant volume of ground water to be handled, treated, and discharged. Communication and document control for a project this size is crucial. With multiple prime contractor spreads, four HDD rigs and one auger crew all working concurrently, RFI’s were consistently being submitted and evaluated. Engineering and construction worked closely to ensure the latest drawing revisions incorporating approved changes were in the field to construct the line and ensure quality control practices were rigorously followed. As a result of the increased capacity and flexibility afforded by the new pipeline, the client was able to cancel several planned capacities and uprate projects. Pacific Gas and Electric (PG&E), Cache Creek Relocation, Capay, CA. Mr. Daniels engineered, designed, and managed the Cache Creek Relocation project that relocated approximately 2,500 feet each of Pacific Gas and Electric Company’s (PG&E) backbone natural gas transmission pipelines under Cache Creek. L-400 and L-401 are two of nine major natural gas pipelines contributing to PG&E’s “Backbone Transmission System” which supplies approximately 70 percent of the natural gas for PG&E’s customers in northern and central California. EDUCATION BS, Civil Engineering CERTIFICATIONS Comprehensive Coverage of HDD Technologies, 2015 In-Situ Testing & Direct Examination for Pipeline Integrity Management Regulation, 2018 Level 1 Certification in Remaining Strength of Corroded Pipe, 2018 YEARS OF EXPERIENCE Overall: 21 With Kleinfelder: 14 MW232236.001P Appendix A | 17 Elden Redundant Forcemain Design Costa Mesa Sanitary District Loss of one or both pipelines would compromise PG&E’s ability to deliver services to its customers. L-400 and L-401 run in parallel and are 36-inches and 42-inches in diameter, respectively. Cache Creek had experienced severe erosion of its streambed and banks where L-400 and L-401 cross due to the incision occurring along Cache Creek. If the streambed continued to erode, the pipelines would be exposed to high energy flows, resulting in exposure and potential damage. The project replaced L-400 and L-401 crossing Cache Creek using a Horizontal Directional Drill (HDD). The purpose of using an HDD is to minimize environmental impacts and ensure the new pipelines would be at a sufficient depth to resolve the existing erosion problems and to ensure safe pipeline operation in the future. The project required coordination with Land and Permitting to obtain multiple permits and work through land issues. Additionally, Mr. Daniels performed engineering during construction and designed removal of the abandoned pipelines to be constructed in the future. Pacific Gas and Electric (PG&E), Butte Rebuild Project, Paradise, CA. Mr. Daniels was the Lead Field Engineer for the Paradise Rebuild Project. GTS, a Kleinfelder Company, is proud to have been able to support the rebuild efforts in Butte County where the 2018 Camp Fire deeply impacted the town of Paradise and surrounding areas. Mr. Daniels led a team of six Field Engineers in the effort. Emergency work was required to review records and determine which natural gas mains and services were in immediate need of being cut off. The work included reviewing records, providing field engineering support, creating as-builts and updating gas service records. The project required quick action and many hours worked to get the tasks completed in a timely manner. Mr. Daniels ensured that the team was trained up and all work was completed in a quality manner. Southern Company Gas, Field Engineering Services, Atlanta, GA. Mr. Daniels worked out of the Atlanta office for several months to lead and start up the Field Engineering Services portion of the Integrity Management Verification Digs Program for Southern Company Gas. This program was implemented to validate pipeline and feature attributes against existing records; and the field engineers were the conduit between office staff and field staff. Mr. Daniels helped to develop documentation and processes for documenting field findings and ensuring those findings were properly communicated to stakeholders. Mr. Daniels trained and led a team of four field engineers in this multiyear programmatic effort. Northwest Natural, Sandy Feeder Reinforcement, Sandy, OR. Lead Project Engineer. Mr. Daniels engineered, designed, and managed the Sandy Feeder Reinforcement Project that installed over 2.7 miles of 8” natural gas pipeline to reinforce the natural gas feed out to the City of Sandy. The project included installation of a pig receiver, 14 horizontal direction drills (HDD), and two main line valves. A route study was completed to install the pipeline within a state highway. Additionally, Mr. Daniels coordinated with Land and Permitting to acquire the required permits with the Oregon Department of Transportation, the Bonneville Power Administration, Army Corps of Engineers, and the City of Sandy. The work also included completing a route analysis and on-site engineering during construction to address multiple field changes. MW232236.001P Appendix A | 18 Elden Redundant Forcemain Design Costa Mesa Sanitary District Greg Gomez, PE, QSP, CISEC Constructability Workshop: Construction Management Expert Greg Gomez brings 19 years of experience in construction engineering and management. He has served as a Project Manager, Resident Engineer, Construction Manager, Field Engineer, and Inspector on a variety of public and private projects, with a strong focus on water/wastewater pipeline projects. Mr. Gomez’s degree in Construction Engineering, coupled with his water resource, transportation, public works, and land development project design experience provides him a distinct insight into the construction management and inspection for these projects. He is a proven leader with the ability to communicate proficiently with all levels of a project team, identify issues quickly, and provide input and recommendations for effective solutions. Mr. Gomez has a thorough understanding of civil engineering and construction management that enables him to provide valuable constructability and biddability feedback during the design phase of a project. On numerous pipeline projects, he has contributed alternate design recommendations that resulted in avoiding costly change orders and claims which ultimately saved the projects from unnecessary delays. Experience Relevant to this Project City of Vista, Buena Outfall Forcemain Phase III Project, Vista, CA. Mr. Gomez served as Resident Engineer/Project Manager on this project that constructed approximately 20,000 LF of HDPE sewer main ranging from 16- to 30-inch diameter, DR11 for forcemain sections, and DR17 for gravity sections; 385 LF of horizontal jack and bore 42-inch steel casing across El Camino Real; construction of 42 new five- to seven-foot inside diameter Armorock manholes; deep open cut trenching up to 30 feet; trench groundwater dewatering and disposal; sewer bypassing; pavement resurfacing; cast-in-place concrete flow diversion structure with T-Lock PVC liner; three odor control facilities with block wall structures; two active biological odor control units (I-Box 5000); and one passive carbon odor control unit. Mr. Gomez was responsible for performing constructability and biddability reviews of project plans, specifications and estimates and providing detailed comments; assisting with bid advertisements; field investigations to verify pre-existing conditions; performing bid evaluation; processing RFIs, CCOs, RFQs, and submittals; reviewing baseline CPM schedules, progress payments, and bid documents; upholding code requirements; performing cost control, CCO resolution, and claims avoidance; conducting progress meetings and organizing meeting minutes; performing stormwater compliance inspections; monitoring labor compliance; managing field inspections and materials testing; coordinating with various stakeholders; verifying traffic control and site safety; and maintaining public relations. City of Santee/Padre Dam Municipal Water District (PDMWD), Wastewater Capital Improvement Projects, Santee, CA. Mr. Gomez served as Resident Engineer/Project Manager for two projects from inception to completion consisting of installation of 2,270 LF of new 15- and 12-inch diameter PVC SDR-35 sanitary sewer pipe and 13 new five-foot inside diameter manholes with elastomeric polyurethane liner system; removal of existing sanitary manholes over existing adjacent 10-inch Techite sewer pipe, including disconnection of existing sewer lateral and extension/reconnection of existing laterals to new manholes; removal of interfering portions of existing 10-inch Techite sewer; abandonment in place of remaining portion of existing 10-inch Techite sewer; sewer bypassing as required to maintain sanitary flows during construction of new sewer and switchover of lateral connections; trench groundwater dewatering and disposal; three new valve vaults and hydraulic cylinder-operated knife gate valves; new SCADA/RTU panel, flow meter, and related electrical and control work; EDUCATION BS, Construction Engineering Technology LICENSES AND REGISTRATIONS Professional Engineer – Civil, CA No. 83308 Qualified SWPPP Practitioner, CA No. 21788 Certified Inspector of Sediment and Erosion Control, No. 1004 YEARS OF EXPERIENCE Overall: 19 With Kleinfelder: 3 MW232236.001P Appendix A | 19 Elden Redundant Forcemain Design Costa Mesa Sanitary District reconfiguration of existing forcemain and installation of new emergency discharge connection; rehabilitation of 390 LF of existing six-inch VCP sewer via installation of new CIPP liner, rehabilitation of two existing manholes, installation of new end of line precast manhole, and pavement resurfacing. Mr. Gomez was responsible for processing RFIs, CCOs, RFQs, and submittals; reviewing baseline CPM schedules, progress payments, and bid documents; upholding code requirements; performing cost control, CCO resolution, claims avoidance, and bid evaluation; reviewing certified payrolls for labor compliance; conducting progress meetings and organizing meeting minutes; performing stormwater compliance inspections; performing field inspections and coordinating materials testing; coordinating with various stakeholders; verifying traffic control and site safety; and maintaining public relations. City of Escondido Utilities Department, Water Resources Capital Improvement Projects, Escondido, CA. Mr. Gomez served as Resident Engineer/Project Manager for the Recycled Water Easterly Main Extension and Cemetery Waterline projects consisting of installation of 30,000 LF of 15-inch PVC brine (gravity) and 24-inch DIP recycled (pressure) pipelines along the Escondido Creek Channel; replacement of 2,700 LF of 8-inch PVC, 3,500 LF of 16- and 20-inch DIP, and 6,600 LF of 24-inch DIP water/recycled water mains; installation of new domestic water service lines at 43 locations within private property; installation of a new pressure reducing station to interconnect two water pressure zones; pavement resurfacing; and trench groundwater dewatering and disposal. Mr. Gomez was responsible for processing RFIs, CCOs, RFQs, and submittals; reviewing baseline CPM schedules, progress payments, and bid documents; upholding code requirements; performing cost control, CCO resolution, claims avoidance, and bid evaluation; reviewing certified payrolls for labor compliance; conducting progress meetings and organizing meeting minutes; performing stormwater compliance inspections; performing field inspections and coordinating materials testing; coordinating with various stakeholders; verifying traffic control and site safety; and maintaining public relations. Elsinore Valley Municipal Water District (EVMWD), Water Resources Capital Improvement Projects, Lake Elsinore/Corona, CA. Mr. Gomez served as Construction Manager/Project Manager on this project consisting of replacement of 15,600 LF of PVC and DIP water mains and new waterlines at 25 locations within the client’s boundaries; approximately 1,350-foot extension of lines for recycled water to five project sites; replacement of broken or inoperative gate valves in four intersections; replacement of approximately 1,500 water meters with new automatic-reading meters; and installation of new waterlines/valves at five locations to interconnect two water pressure zones and a potable water booster pump station with associated yard piping. Mr. Gomez was responsible for project redesign; project documentation (record drawings, digital photography, observation reports, quantities); coordinating with various stakeholders; ensuring traffic control and site safety; maintaining public relations; processing and reviewing RFIs, CCOs, RFQs, shop drawings, submittals, baseline CPM schedules, progress payments, and bid documents; performing cost control, CCO resolution, claims avoidance, and bid evaluation; conducting progress meetings; organizing meeting minutes; monitoring labor compliance; coordinating daily operations with Contractors and enforcing code requirements; performing field inspections; and coordinating materials testing. Mojave Water Agency (MWA) Regional Recharge and Recovery Projects, Apple Valley/Hesperia/Victorville, CA. Mr. Gomez served as Assistant Construction Manager/Field Engineer/Inspector for eight projects consisting of construction of six wells to extract up to 15,000 acre-feet per year; over eight miles of 48-, 42-, and 36-inch diameter CML&C pipe; 2.65 MG welded steel reservoir; 15,000 GPM pump station with chemical treatment facility and associated yard piping; pavement resurfacing; and three jack-and-bore crossings consisting of 115 LF of 64-inch steel casing, 380 LF of 54-inch steel casing, and 135 LF of 48-inch steel casing installations. Mr. Gomez was responsible for project redesigns; project documentation (record drawings, digital photography, observation reports and quantities); coordinating with various stakeholders; ensuring traffic control and site safety; maintaining public relations; processing and reviewing RFIs, CCOs, RFQs, shop drawings, submittals, baseline CPM schedules, progress payments, and bid documents; performing cost control, CCO resolution, claims avoidance, and bid evaluation; conducting progress meetings and organizing meeting minutes; monitoring labor compliance; coordinating daily operations with Contractors and enforcing code requirements; performing field inspections; and coordinating materials testing. MW232236.001P Appendix A | 20 Elden Redundant Forcemain Design Costa Mesa Sanitary District Greg Gould, PE* Constructability Workshop: Pipeline Expert Greg Gould, an Associate Vice President with Carollo and has 27 years of experience in civil engineering design, construction, and project management for water distribution systems, gravity sewer and storm collection systems, force main systems, industrial infrastructure, lift stations, pumping stations, condition assessment, trenchless technology applications, and rehabilitation projects. Greg specializes in infrastructure projects with experience covering a wide range of water, wastewater, and storm drain infrastructure applications for general, public, and city agencies. His experience includes hydraulic and master plan modeling and design related software. He has designed pipelines ranging from small collector sewers and water distribution lines to major pipelines up to 134 inches in diameter. He is also a certified NASSCO PACP/MACP Trainer Experience Relevant to this Project West Basin Municipal Water District (WBMWD), Water Recycling Program, Phase 2, CA. The team s\assisted with the design of a 31,390 LF of 42-inch recycled water force main, 820 LF of 60-inch jacked casing, 24- to 30-inch reverse osmosis (RO) product water delivery line, 12-inch nitrified product water delivery line, and a 14-inch RO brine disposal line. The project involved a 42-inch pipe bridge, extensive traffic control, and contaminated soil considerations. The design services had an extremely accelerated schedule for five separate construction contracts. Eastern Municipal Water District (EMWD), Warm Springs Lift Station Replacement Design, Perris, CA. Project included scheduling and coordination, client presentations and budget tracking. Engineering duties included the new 36-inch gravity sewer connections, dual force main connections from the new lift station, and complete design on the on-site yard piping, utility systems, and site grading design. City of Red Bluff, Walbridge Sewer Improvements Project, CA. As Technical Advisor, Mr. Gould provided technical support and quality control/quality assurance reviews for the preliminary and final design deliverables for this sewer improvements project aimed at reducing the potential for sewer gas buildup and release at the street level in the surrounding neighborhood. This effort was predicated by the receipt of odor concerns by local residents and included the removal and replacement of 1,034-LF of 4-inch sewer force main with 8-inch gravity sewer piping. The project included installation of two new maintenance manholes, modifications to one existing maintenance manhole, and the installation of passive odor control devices. Carollo assisted the City with project bidding and engineering assistance during construction of the improvements. Clark County Water Reclamation District (CCWRD), Laughlin Lift Station No. 2 Force Main Rehabilitation Project, Condition Assessment and Rehabilitation Design, NV. This project installed a proposed second parallel force main and rehabilitated the existing 16-inch force main (11,320 feet) from Lift Station No. 2 to the transition structure. A hydraulic analysis of the system (lift station, force main, gravity system, and appurtenances) was performed to focus on opportunities to increase and improve the hydraulic flow capacity in the system. Additionally, the system analysis identified the required design elements to meet the District’s conveyance goals with this project. With the bypass in place, a condition assessment inspection of the existing force main was performed. Intermediate access points were constructed along the existing force main for the condition assessment and rehabilitation services. A new transition structure was installed to maintain the gravity pipe service during construction, avoiding temporary bypass pumping, and to accommodate both the existing *PE not registered in California EDUCATION BS, Civil Engineering LICENSES AND REGISTRATIONS Professional Engineer – TX, CO Professional Engineer – Civil, AZ, NV, WA, WA DC YEARS OF EXPERIENCE Overall: 27 With Carollo: 15+ MW232236.001P Appendix A | 21 Elden Redundant Forcemain Design Costa Mesa Sanitary District and proposed force main in a single structure. To take advantage of the bidding climate, a second parallel force main was designed as a “Bid Alternate” to rehabilitation of the existing force main. Clark County Water Reclamation District (CCWRD), Laughlin Lift Station No. 3 Rehabilitation Project, Las Vegas, NV. This project included the design of over 5,000 LF of dual 20-inch ductile iron pipe (DIP) force mains; the bypass of current flows (up to 8 mgd) from the project site to the Water Reclamation Facility; the design of a new Flow Splitter Structure; complete rehabilitation of the existing lift station including new pumps, piping, valves, and control equipment; and the design of a new two-stage odor control system. City of Las Vegas, Nevada, Bonneville Pumping Station Condition Assessment, Las Vegas, NV. As Project Manager, Mr. Gould performed a visual condition assessment of the structure and equipment, considered operational characteristics, prepared a cost estimate for discharge force main sizing and replacement, and prepared a cost estimate to raise the wet well lid above 100-year flood plain elevation. The recommended project, to be designed by Carollo under a separate contract, included removal and replacement of the pumping station. Clark County Water Reclamation District (CCWRD), Collection System Assessment Planning Study, Predesign/Basis of Design Report, Detailed Design, and Services During Construction, Town of Searchlight, NV. The collection system is comprised of 5.93 miles of pipeline, 102 manholes, and one lift station with 1067 LF of 4-inch ACP force main. The project provided condition assessment of the lift station, pipeline, and associated manholes, and design of upgrades and replacement as needed, including complete replacement of the ACP force main. City of Henderson, Effluent Pump Station and Force Main (COH EPS), NV. The COH EPS is part of the Clean Water Coalition (CWC) Systems Conveyance & Operations Program (SCOP) to convey highly treated wastewater effluent discharged from the CWC Member Agencies to Lake Mead. The CWC member agencies included City of Las Vegas, City of North Las Vegas, City of Henderson, and Clark County Water Reclamation District, Nevada. The COH EPS Project entailed a 77-mgd Effluent Pump Station that pumped effluent from the City of Henderson Water Reclamation Plant to a 60-inch Force Main with an approximate length of 7,000 LF, which crosses beneath the Las Vegas Wash with a 48-inch section of force main and through a pressure reducing/power generation system before discharging to Lake Mead via an underwater valve structure. The project included 1,000 feet of HDD 8-inch HDPE under the Las Vegas Wash. The Effluent Pump Station was located north of the City of Henderson Water Reclamation Facility. The facility was constructed in two phases, with Phase 1 consisting of three pumps with two future pumps to be added in Phase 2. The Phase 1 capacity was between 9 and 44 mgd, while the Phase 2 capacity will be a maximum of 77 mgd with all five pumps in operation. King County, East North Creek Force Main Failure Assessment and Pipeline Rehabilitation Improvements, WA. The North Creek Force Main system consists of approximately 25,000 LF of two 30-inch diameter, epoxy lined, and cement mortar coated steel pipelines. Carollo assessed the cause of failure and established a program to identify rehabilitation requirements and rehabilitation work (lining) for the East and West North Creek Force Mains. North Texas Municipal Water District (NTMWD), Richardson Spring Creek Lift Station Improvements, TX. The project included the preliminary design of improvements to the 11 mgd lift station to increase service life and reliability by performing the hydraulic modeling of the force main/lift station, condition assessment of the existing structure, construction cost estimate, and an alternative analysis. MW232236.001P Appendix A | 22 Elden Redundant Forcemain Design Costa Mesa Sanitary District Tim Fettig, PLS Surveying Guida Surveying, Inc. Mr. Fettig brings over 35 years of surveying expertise as a project manager and as a licensed party chief. He has managed a multitude of projects throughout Southern California, overseeing staff members, workload, and scheduling. He engages in both field and office support, when required, and is knowledgeable about the latest equipment, technology, and product development. Highly skilled in all aspects of both design and construction surveying, Mr. Fettig is a well-rounded professional. He has overseen control survey networks aerial photogrammetry, and topographic design surveys; right of way and boundary surveys and mapping, ALTA surveys, preliminary title reports, title research, plotting existing encumbrances, records of research, dedications and vacations, preparation of legal descriptions and plats, Record of Surveys, parcel maps, tract maps, lot-line adjustments, other land surveyor seal/stamp documents and map checking QA/QC. He has also provided construction survey support and construction staking, including perpetuation, pre- and post-construction corner records/records of survey, constructability review, construction staking, as-built surveys, and earthwork calculations. Experience Relevant to this Project Costa Mesa Sanitary District (CMSD), On-Call Surveying and Mapping Services, Orange County, CA. For more than 17 years, as a subconsultant to the prime, Guida has provided detailed topographic surveys for the design of new or replacement wastewater treatment systems. This level of detail is important due to all the existing utilities in the City of Costa Mesa and the need for undisrupted service. Research was very important and required skilled personnel to look for potential problems in the field, so that the engineer could design the new facility without conflicts and delays. Guida takes pride in providing high-quality survey data that works with complex developments and project constraints. Mr. Fettig serves as survey manager on this contract. City of Newport Beach, On-Call Land Surveying Services, Newport Beach, CA. Mr. Fettig is working as a project manager on Guida’s current on-call contract with the City of Newport Beach. The City of Newport Beach selected Guida for three consecutive three-year contracts to provide on-call surveying and mapping services. Our scope of work for the city includes, but is not limited to, topographic mapping, boundary surveys, crime scene forensic surveys, hydrographic surveys, and other professional land surveying services. As part of Guida’s on-call contract with the City, we also established horizontal and vertical control based on Orange County Surveyor’s NAD 83 and NAVD88. Guida ensured that sufficient control points were occupied to maintain the integrity and accuracy of the survey, eliminated error, and sustained control tolerances. Department of Water Resources (DWR), On-Call Land Surveying Services, Statewide, CA. Mr. Fettig serves as quality control manager for Design Surveys for Guida’s 5-year on-call Land Surveying services contract with DWR. He is responsible for overseeing design services and provides quality control plans and oversight for both field and office design surveys. Guida and our subconsultants are providing control, topographic, boundary, right of way, construction, and specialty mapping services on water projects statewide. A recent task order includes a topographic survey along an access road in Butte County requiring control surveys and detailed topographic surveys, mapping and digital terrain modeling all delivered in MicroStation and InRoads platforms. City of Costa Mesa, Harbor Boulevard & Gisler Street Intersection Improvements and Right-Turn Lane Addition, Costa Mesa, CA. Guida provided the City of Costa Mesa with a topographic design survey, cross sectional roadway survey, and established right-of-way lines for Harbor Boulevard and Gisler Street. Guida EDUCATION Santa Ana College and Santiago Canyon College, Surveying/Mapping; Santiago Canyon College LICENSES AND REGISTRATIONS Professional Land Surveyor #7542/CA/1999; IOUE Local 12, Certified Party Chief YEARS OF EXPERIENCE Overall: 35+ With Guida: 27+ MW232236.001P Appendix A | 23 Elden Redundant Forcemain Design Costa Mesa Sanitary District established the centerline and filed a Record of Survey, all in conformance with City and Caltrans requirements, along with County of Orange standards for filing of a Record of Survey. Tim served as project manager. Ramona Municipal Water District (RMWD), Woodson Crest Road Pipeline Replacement, Poway, CA. Mr. Fettig is serving as project manager for the Ramona Municipal Water District’s Woodson Crest Road Pipeline Replacement project. Guida’s services on the project include, but are not limited to, establishing ground control, providing aerial topographic surveys of roughly 8,550 linear feet of roadway, and providing design surveys to enhance the existing utilities within the 50’ wide strip. Additionally, Guida will locate existing valves, manholes, and other features which fall within the limits. Coachella Valley Water District (CVWD) - Lift Station 55-11 Capacity Upgrade, Coachella, CA. Mr. Fettig serves as project manager for this CVWD project. The project is to add capacity to lift station 55-11 as current peak hour flows are nearing the total pumping capacity of the lift station. In addition, the new lift station will replace aging/failing infrastructure by constructing new pumps, odor control, electrical building, frontage improvements and emergency standby electrical power while addressing automation, redundancy, SCADA control, flow equalization, capacity, and efficiency. Guida’s services on this project include, but are not limited to, providing aerial topography, establishing field control, topographic base mapping, Mark and Locate services, and plot record right of way. Orange County Transportation Authority (OCTA), SR-55 Improvement Project Between Interstate 405 and Interstate 5 (PS&E), Santa Ana, CA. OCTA, in cooperation with Caltrans, is proposing to widen SR-55 in both directions from just north of the Interstate 405/SR-55 Interchange to just south of the Interstate 5/SR-55 Interchange in the cities of Santa Ana, Tustin, and Irvine. As part of the design engineering team, Guida provided surveying services to support the development of Plans, Specifications and Estimates (PS&E) for OCTA. Guida provided horizontal and vertical control surveys tied to the Caltrans District 12 primary controls, verification surveys of the Caltrans provided mobile LiDAR data sets, supplemental topographic design surveys for bridge and roadway design, developing one seamless digital terrain model from the aerial photogrammetric mapping, mobile LiDAR and ground survey data, utility surveys, and land net mapping and right of way engineering for more than 200 parcels adjacent to the highway. Mr. Fettig served as survey project manager. Orange County Transportation Authority (OCTA), SR-57 Northbound Improvement Project Between Orangewood Ave. & Katella Ave. (PS&E), Orange County, CA. This OCTA project, in cooperation with Caltrans, is to provide northbound improvements along SR-57, from 0.3 miles south of Orangewood Avenue undercrossing to the Katella Avenue undercrossing, in the cities of Anaheim and Orange in California. Guida’s services on this project include, but are not limited to, design surveys, field data collection, aerial topographic mapping, right of way engineering, permanent easements, temporary construction easements, record data research, title reports, Land Net recovery and field ties, Land Net mapping, monument perpetuation surveys, right of way mapping, preparing acquisition documents, preparing parcel files, right of way design support, and utilities. Mr. Fettig serves as project manager on this project. City of Moreno Valley, On-Call Land Surveying Services, Moreno Valley, CA. Guida is currently providing the City of Moreno Valley with on-call land surveying services as a prime consultant. Scope of work under this contract includes design, construction, as-built surveys, preparation of legal description and plat maps, monument preservation/recordation and other surveying services. Mr. Fettig currently serves as office surveys lead for this contract. One of the task orders on which Guida has worked under this contract includes the Moreno-Alessandro Interim Facility Storm Drain Line H-2 Alessandro Boulevard at Oliver Street: For this task order, Guida is providing construction staking services to support the construction of a graded swale, inlet structure, underground storm drain pipeline, outlet structure and an ±1,1750-foot earthen trapezoidal channel. Guida’s work included project management and coordination with the City’s construction team, verification and establishment of horizontal and vertical controls, construction staking for street and drainage improvements, and monument preservation. Mr. Fettig serves as project principal for this contract. MW232236.001P Appendix A | 24 Elden Redundant Forcemain Design Costa Mesa Sanitary District Jeff Puzzullo Cost Estimating Puzzullo Consulting Mr. Puzzullo has been providing professional construction services as a licensed general contractor and construction manager for over 44 years. During this time, Mr. Puzzullo has been responsible for the completion of over $500 million in construction projects in the public and private sectors of the construction industry with primary emphasis on public works projects. He has extensive experience in the execution of design/bid/build and design/build construction projects with an emphasis on the development, design, and construction of water and wastewater infrastructure projects. He has extensive experience in construction cost estimating and CPM scheduling and has served as an expert on numerous value-engineering teams for the assessment of water and wastewater treatment facilities under both traditional bid-build and design-build methods of project delivery. Experience Relevant to this Project • Costa Mesa Sanitary District, Cost Estimating for the Gisler Avenue Pump Station Sewer Forcemain Replacement • Port of San Diego, Driscoll Wharf, Cost Estimating for the Redevelopment Options including Repairs to Piers 4-8 and Buildings B-E, and an Option for Complete Demolition and Removal of Piers 4-8 and Buildings B-E and complete Site Remediation. • City of San Diego, Cost Estimating for the Lakeside Valve Station Replacement, San Diego, CA. Team Member. • City of San Diego, Cost Estimating for the Barrett Dam Improvements Projects, San Diego, CA. Team Member. • City of San Diego, Cost Estimating for the Lower Otay Dam Outlet Structure Mods, San Diego, CA. Team Member. • City of San Diego, Cost Estimating for the Miramar Reservoir Pump Station, San Diego, CA. Team Member. • City of San Diego, Cost Estimating for the El Monte Pipeline Rehabilitation, San Diego, CA. Team Member. • City of San Diego, Cost Estimating and CPM Scheduling for the Miramar Clearwell Improvements at the Miramar Water Treatment Plant, San Diego, CA. Team Member. • Rancho Del Rey Reverse Osmosis Treatment System, Otay Water District, Spring Valley, CA. Constructability Review Team Member. • City of San Diego, Constructability Review of Contract Documents for the Expansion and Upgrade of the Alvarado Filtration Plant, Phase 4 Ozone Project; San Diego, CA. • City of Beverly Hills, Beverly Hills Reverse Osmosis Water Treatment Plant and Public Works Facility; Beverly Hills, CA. Prime Subcontractor and Construction Manager. • City of Oxnard, Oxnard GREAT Project Constructability/Operability Review; Oxnard, CA. LICENSES AND REGISTRATIONS OSHA Confined-Space California Contractors Class A – General Engineering and Class B – General Building License Types: • License No. 720334-AB; AmeriCon Constructors, Inc. • License No. 699219-AB; Jeffrey Puzzullo (Individual) • License No. 821587-AB; Puzzullo, Inc. / Global Builders • License No. 828282-AB; 1AU, Inc. YEARS OF EXPERIENCE Overall: 44 With Puzzullo: 30+ MW232236.001P Appendix A | 25 Elden Redundant Forcemain Design Costa Mesa Sanitary District • City of Benson, Benson Wastewater Treatment Plant Expansion, Benson, AZ. General/Prime Contractor. • City of Moorpark, Moorpark Wastewater Treatment Plant Upgrade to 3.0 MGD, Moorpark, CA. General/Prime Contractor and Construction Manager. • City of Escondido, Parkhill Reservoir and Booster Pump Station, Escondido, CA. General/Prime Contractor and Construction Manager. • Lake Arrowhead Community Services District, Cedar Glen 2.0 MGD Water Treatment Plant, Lake Arrowhead, CA. General/Prime Contractor and Construction Manager. • Valley Center, Lower Moosa Canyon Water Reclamation Facility Solids Handling and Odor Control Facilities; Valley Center, CA. General/Prime Contractor and Construction Manager. • City of Oceanside, San Luis Rey Wastewater Treatment Plant Digester Modifications, Oceanside, CA. General/Prime Contractor and Construction Manager. • City of Ontario Chino Basin Solids Handling Facilities at Regional Plant No. 1, Ontario, CA. General/Prime Contractor and Construction Manager. • Three Valleys Municipal Water District, Three Valleys Water Treatment Plant and Hydroelectric Facilities, Claremont, CA. General/Prime Contractor and Construction Manager. • City of Escondido, Escondido Water Treatment Plant Expansion, Escondido, CA. General/Prime Contractor and Construction Manager. MW232236.001P Appendix A | 26 Elden Redundant Forcemain Design Costa Mesa Sanitary District Christian Lambarth, PE, TE, PTOE Traffic Control STC Traffic, Inc. Mr. Lambarth has over 13 years of experience in the management of traffic engineering projects in San Diego and throughout Southern California. He specializes in traffic signal design, signing and striping, traffic control, traffic operational analysis, street lighting, and traffic signal interconnect. He pulls from his years of experience in the transportation industry to develop PS&E that focuses on constructability. Experience Relevant to this Project City of San Diego, Cast Iron Replacement Project – Phase II, San Diego, CA. Mr. Lambarth developed traffic control design plans for construction work involving the replacement of cast iron pipe along ten busy corridors throughout the City. The traffic control designs had to account for various conditions, such as crossing of railroad tracks, bridge railings, signalized intersections, and bridges over major freeways. The plans were designed to minimize bicycle, pedestrian, and vehicular impacts along the corridor and maintain access to the residential neighborhoods and businesses, while creating a safe working environment for the contractor. STC prepared a 30%-concept traffic control strategy to illustrate the phases of construction for the project team to review. After the waterline alignment was finalized, STC developed final traffic control plans for review and approval by the City. STC was also responsible for obtaining the required Caltrans encroachment permits for multiple segments. Mr. Lambarth served as Task Leader responsible for coordination, project tracking, plan and submittal review, and overall production of traffic control design plans. City of Coronado, Traffic Control Plans for Coronado Sewer Forcemain, Coronado, CA. Mr. Lambarth served as Project Manager responsible for preparation of traffic control plans in support of a Caltrans encroachment permit for the installation of a sewer forcemain across SR-75 north of Hooper Boulevard. The plans included three stages of traffic control that showed the work area, closures, tapers, signs, and other traffic control elements and were designed per Caltrans standards. SR-75 in Coronado is a heavily impacted corridor with residential neighborhoods and retail stores, restaurants, hotels, and beaches. Careful attention was given to ensuring the community was impacted as little as possible to the work. Otay Water District (OWD), Paso De Luz/Telegraph Canyon Water Line Replacement, Chula Vista, CA. Mr. Lambarth provided traffic control design plans for the construction of a replacement water line across the eastbound traffic lanes of Telegraph Canyon Road in Chula Vista. Plans were designed to maintain a separated bike lane during each stage of construction. Mr. Lambarth coordinated with the City to determine how many travel lanes needed to be maintained during construction and what working hours that will be allowed prior to submittal for permit. Otay Water District (OWD), Olympic Parkway Recycled Water Pipeline Replacement, Chula Vista, CA. Serving as Project Manager, Mr. Lambarth is overseeing the design of traffic control plans for replacement of 5,703 feet of existing 20-inch PVC recycled water pipeline with 16-inch PVC recycled water pipeline. The pipeline construction is proposed within Olympic Parkway, a six-lane prime arterial roadway with bike lanes and non-contiguous sidewalks on both sides serving the eastern portion of the City of Chula Vista. Eastern Municipal Water District (EMWD) Raw Water Conveyance Facilities, San Jacinto, CA. Mr. Lambarth served as Project Manager responsible for development of traffic control plans for 15 stages at three key corridors in San Jacinto and Hemet that served as arterials carrying significant traffic throughout the Cities. EDUCATION BS, Civil Engineering LICENSES AND REGISTRATIONS Professional Engineer - Civil, No.86675, CA Professional Engineer - Traffic, No.2927, CA YEARS OF EXPERIENCE Overall: 13 With STC: 6 MW232236.001P Appendix A | 27 Elden Redundant Forcemain Design Costa Mesa Sanitary District Along with developing the traffic control design plans, he oversaw the design of concept plans meant to gain approval of all stakeholders, given the large-scale traffic disruptions involved. The concept plans showed schematic locations of work zones to illustrate the anticipated construction zones and the limits of traffic control for each phase of construction. Eastern Municipal Water District (EMWD), Traffic Control Memo for Diaz Road Sewer Design, San Jacinto, CA. Mr. Lambarth served as Project Manager responsible for preparing traffic control descriptions as part of a technical memo for a variety of sewer alignment alternatives for 1200 feet of modified sewer line for Eastern Municipal Water District. This memo outlines the positives and negatives of each traffic control setup, the expected roadway impacts, potential for detours, approximate construction lengths, and need for traffic control devices. San Diego County Regional Airport Authority (SDCRAA), San Diego International Airport Support Facilities, San Diego, CA. Mr. Lambarth served as Project Manager, leading specialized traffic engineering services for the large multidisciplinary team that executed the Design-Build Services for the San Diego International Airport Support Facilities Project. STC was tasked with evaluating site access and traffic circulation for the cargo belly support facility and maintenance facility components of the project. Mr. Lambarth supervised preparation of PS&E for traffic signal modification plans, signage and striping plans, traffic control plans, and construction support services for proposed improvements along N. Harbor Drive, Admiral Boland Way, and Pacific Highway. He also developed traffic control plans for the installation of a water line going out to the intersection at N. Harbor Drive and Lindbergh Field Way. City of Carlsbad, El Camino Real Bridge Improvements Project, Carlsbad, CA. Mr. Lambarth served as Project Manager responsible for field investigation and preparation of PS&E for signing and striping, traffic signal modifications, traffic signal interconnect, and a traffic management plan for construction of improvements for the Agua Hedionda Creek Bridge. Improvements included the addition of traffic lanes and a sidewalk, widening the existing sidewalk to meet Caltrans design requirements, undergrounding utility poles, and modifying or relocating utilities at both ends of the bridge. Mr. Lambarth designed traffic control to reduce impacts and comply with all state and federal agencies and permits associated with the project. San Bernardino County Transportation Authority (SBCTA), Redlands Passenger Rail Project (RPRP), San Bernardino County, CA. Mr. Lambarth served as Project Manager responsible for providing coordination and oversight of traffic signal design, signing and striping, and traffic control plans for 26 at-grade crossings along the new rail corridor. Mr. Lambarth led design for the entire project, which included basis of design for transportation systems, operational impact analysis of grade crossing improvements on the roadway network, alternatives analysis of train operations and impacts, and the Traffic Management Plan for construction. The finalized project resulted in nine miles of new commuter rail service. City of San Diego, Balboa Avenue Corridor Improvements, San Diego, CA. As lead Design Engineer, Mr. Lambarth supervised the field assessment effort and the development of various design plans, including traffic signal designs and modifications that included protected left-turn phasing, signage and striping plans, replacement of signal head and new traffic signal poles and mast arms, and traffic control plans for all four project locations. The project included relocating traffic signal poles and installation of new pedestrian push button poles to provide ADA accessible paths of travel at these four key intersections. MW232236.001P Appendix A | 28 Elden Redundant Force Main Design Costa Mesa Sanitary District KATHY HAYNES, PE Senior Project Manager BRYAN WEBB, PE Deputy Project Manager & Pipeline Design MW232236.001P Appendix A | 29 Elden Redundant Force Main Design Costa Mesa Sanitary District ANDREW FROST, PE Condition Assessment / Rehab & Junction Structure JASON BROWN, PE Trenchless Technology MW232236.001P Appendix A | 30 Elden Redundant Force Main Design Costa Mesa Sanitary District KELLY BURNELL, PE Bridge Seismic Evaluation ARTURO GARCIA, PE Pump Station Evaluation & Hydraulic Calculations MW232236.001P Appendix A | 31 Elden Redundant Force Main Design Costa Mesa Sanitary District EDWARD MATTHEWS, PE Quality Assurance / Quality Control GREG GOMEZ, PE, QSP, CISEC Constructability Workshop: Construction Management Expert MW232236.001P Appendix A | 32 Elden Redundant Force Main Design Costa Mesa Sanitary District CHRISTIAN LAMBARTH, PE, TE, PTOE Traffic Control APPENDIX B Schedule ID Task ModeTask NameDuration Start Finish1Elden PS Redundant Force Main430 daysMon 1/23/23Fri 9/13/242Notice to Proceed0 daysMon 1/23/23Mon 1/23/233Gather and Review Information25 daysMon 1/23/23Fri 2/24/234Gather and Review Information20 daysMon 1/23/23Fri 2/17/235Site Walk of Possible Alignments0 daysFri 2/17/23Fri 2/17/236Prepare for Kick off and Visioning Workshop5 daysMon 2/20/23Fri 2/24/237Kick-off and Visioning Workshop0 daysFri 2/24/23Fri 2/24/238Technical Memoranda60 daysMon 2/27/23Fri 5/19/239TM 1: Resilliency60 daysMon 2/27/23Fri 5/19/2310Draft TM 135 daysMon 2/27/23Fri 4/14/2311District Review10 daysMon 4/17/23Fri 4/28/2312Final TM 115 daysMon 5/1/23Fri 5/19/2313TM 2: Hydraulic Analysis of the Existing EPS60 daysMon 2/27/23Fri 5/19/2314Draft TM 235 daysMon 2/27/23Fri 4/14/2315District Review10 daysMon 4/17/23Fri 4/28/2316Final TM 215 daysMon 5/1/23Fri 5/19/2317TM 3: Alignment Alternatives60 daysMon 2/27/23Fri 5/19/2318Draft TM 335 daysMon 2/27/23Fri 4/14/2319District Review10 daysMon 4/17/23Fri 4/28/2320Final TM 315 daysMon 5/1/23Fri 5/19/2321Preliminary Design Report105 daysMon 5/22/23Fri 10/13/2322PDR and Class 5 Estimate (Draft)40 daysMon 5/22/23Fri 7/14/2323PM Meeting 1: Review Draft Report0 daysFri 7/21/23Fri 7/21/2324District Review and Comment10 daysMon 7/24/23Fri 8/4/2325PDR and Class 5 Estimate (Draft Final)20 daysMon 8/7/23Fri 9/1/2326Project Meeting (Second)0 daysFri 9/8/23Fri 9/8/2327District Review and Comment10 daysMon 9/11/23Fri 9/22/2328Final Report and Class 5 Estimate15 daysMon 9/25/23Fri 10/13/2329Design Submittals240 daysMon 10/16/23Fri 9/13/243045% Design Documents75 daysMon 10/16/23Fri 1/26/243145% Submittal and Class 4 Estimate60 daysMon 10/16/23Fri 1/5/2432PM Meeting 2: Alignment and valve complex prelim designs0 daysFri 1/12/24Fri 1/12/2433PM Meeting 3: Techite Rehab / DS MH prelim designs0 daysFri 1/12/24Fri 1/12/2434District Review and Comment10 daysMon 1/15/24Fri 1/26/243560% Design Documents70 daysMon 1/29/24Fri 5/3/243660% Submittal and Class 3 Estimate55 daysMon 1/29/24Fri 4/12/2437PM Meeting 4: Review 60% Design Documents0 daysFri 4/19/24Fri 4/19/2438District Review and Comment10 daysMon 4/22/24Fri 5/3/243980% Design Documents60 daysMon 5/6/24Fri 7/26/244080% Submittal and Class 2 Estimate45 daysMon 5/6/24Fri 7/5/2441PM Meeting 5: Review 80% Design Documents0 daysFri 7/12/24Fri 7/12/2442PM Meeting 6: Constructability/maintainability Workshop0 daysFri 7/19/24Fri 7/19/2443District Review and Comment10 daysMon 7/15/24Fri 7/26/244495% Design Documents40 daysMon 7/22/24Fri 9/13/244595% Submittal and Class 1 Estimate30 daysMon 7/29/24Fri 9/6/2446PM Meeting 7: Review 95% Design Documents0 daysFri 9/13/24Fri 9/13/2447District Review and Comment10 daysMon 7/22/24Fri 8/2/2448100% Design Submittal30 daysMon 8/5/24Fri 9/13/2449Bid Phase Starts0 daysFri 9/13/24Fri 9/13/2450Stakeholder Meetings (Estimated)375 daysFri 3/10/23Fri 8/16/2451Caltrans - Meeting 1 of 20 daysFri 3/10/23Fri 3/10/2352Caltrans - Meeting 2 of 20 daysFri 5/17/24Fri 5/17/2453Costa Mesa - Meeting 1 of 20 daysFri 5/3/24Fri 5/3/2454Costa Mesa - Meeting 2 of 20 daysFri 8/9/24Fri 8/9/2455Fairgrounds/OC County Meeting0 daysFri 8/9/24Fri 8/9/2456Board Study Session0 daysFri 8/16/24Fri 8/16/2457Town-Hall type Public Meeting 10 daysFri 2/9/24Fri 2/9/2458Town-Hall type Public Meeting 20 daysFri 8/9/24Fri 8/9/241/232/172/247/219/81/121/124/197/127/199/139/133/105/175/38/98/98/162/98/91/232/233/234/235/236/237/238/239/2310/2311/2312/231/242/243/244/245/246/247/248/249/2420232024TaskSplitMilestoneSummaryProject SummaryInactive TaskInactive MilestoneInactive SummaryManual TaskDuration-onlyManual Summary RollupManual SummaryStart-onlyFinish-onlyExternal TasksExternal MilestoneDeadlineProgressManual ProgressElden PS Redundant Force Main Design Costa Mesa Sanitary DistrictKLEINFELDER - CONFIDENTIALProject: Elden FM ScheduleDate: Thu 11/17/22 P a g e | 11 COST/FEE FORM Perform Scope of Work outlined in Exhibit B and submit cost breakdown per the table below. Task Description Resource Requirement (Hours) Amount ($) Field Walk, Information Gathering, and Utility Search Survey Work and Base map Hydraulic Analysis and Report Resiliency Technical Memorandum Kick-off Meeting, Preliminary Design Report, and Pre-design Meeting(s) Traffic Control Plans Preliminary Design Plans Design, Project Plans, Specifications, Cost Estimate(s) & Project Meeting(s) Community/Town Hall Meeting(s) Outside Agency Meeting(s): Caltrans, City, and Fairgrounds Constructability and Maintainability Review Workshop Bidding Package (Bidding Requirements, Contractor Sample Agreement, Bid Form, Agreement, among other Documents required to bid the project) & Final Deliverable(s) Project Management, Overhead, and QA/QC Reimbursable Expense Budget (Provide List that indicates Associated Work Item) PROJECT TOTAL: 106 14 66 89 140 0 232 1533 34 66 30 112 244 $19,438 $53,320 $12,070 $16,177 $28,122 $53,980 $41,320 $276,319 $6850 $17,796 $24,621 $17,260 $62,306 $1,830 $631,409 P a g e | 12 The basis of award will be on a “Best Value” evaluation based on the criteria mentioned on Page 8 of this bid document. The submitted bid will be used to help evaluate the cost landscape and irrigation design services. Price(s) given above are good for 90 days after the Proposal submittal date. Addendum(s) No(s).has/have been received and is/are included in this Proposal. #1 (11.01.2022) MW232236.001P Cost/Fee Form Elden Redundant Force Main Design Costa Mesa Sanitary District KLEINFELDER REIMBURSABLE EXPENSE BUDGET ITEM RATE 8.5 x 11 B&W copies ................................................................................... $250 Bond cost for CADD .................................................................................... $300 Mileage .......................................................................................................$1,280 Total Reimbursable Expenses Anticipated .............................................$1,830 MW232236.001P Cost/Fee Form Elden Redundant Force Main Design Costa Mesa Sanitary District KLEINFELDER FEE SUMMARY MW232236.001P Cost/Fee Form Elden Redundant Force Main Design Costa Mesa Sanitary District KLEINFELDER RATES 2022 ROLE RATE Senior Project Manager ............................................................................... $275 Project Manager III ...................................................................................... $250 Project Manager II ....................................................................................... $225 Project Manager I ........................................................................................ $175 Senior Professional ..................................................................................... $195 Staff Professional ........................................................................................ $160 Project Professional ..................................................................................... $145 Professional................................................................................................. $140 Senior Construction Manager ...................................................................... $200 Administration Supervisor ............................................................................ $125 MW232236.001P Cost/Fee Form Elden Redundant Force Main Design Costa Mesa Sanitary District SUBCONSULTANT FEE SUMMARY CAROLLO ENGINEERS, INC. CAROLLO ENGINEERS, INC. FEE SCHEDULE As of January 1, 2022 California Hourly Rate Engineers/Scientists Assistant Professional $164.00 Project Professional Quality Control Engineer Project Manager 235.00 270.00 284.00 Lead Project Professional 285.00 Senior Professional 299.00 Technicians Technicians 144.00 Senior Technicians 194.00 Support Staff Document Processing / Clerical 135.00 Other Direct Expenses Travel and Subsistence at cost Mileage at IRS Reimbursement Rate Effective January 1, 2022 $.585 per mile Subconsultant cost + 5% Other Direct Cost cost + 5% Expert Witness Rate x 2.0 This fee schedule is subject to annual revisions due to labor adjustments. MW232236.001P Cost/Fee Form Elden Redundant Force Main Design Costa Mesa Sanitary District SUBCONSULTANT FEE SUMMARY GUIDA SURVEYING, INC. KLEINFELDER– COSTA MESA SANITARY DISTRICT PROPOSAL – 01PRO22-088 6 ORANGE COUNTY | 202 Commerce, Suite 150, Irvine, CA 92602 OFFICE (949) 777-2000 WWW.GUIDA INC .COM MW232236.001P Cost/Fee Form Elden Redundant Force Main Design Costa Mesa Sanitary District SUBCONSULTANT FEE SUMMARY STC TRAFFIC, INC.         FEE SCHEDULE   Executive/Management Classifications Hourly Rate  Principal‐In‐Charge $270  Senior Principal Manager $250  Principal Manager $230  Senior Project Manager $210  Project Manager $190  Professional Engineering Classifications   Principal Engineer $220  Senior Project Engineer $200  Project Engineer $180  Associate Engineer $150  Assistant Engineer $120  Professional Planning Classifications   Principal Planner $190  Senior Project Planner  $170  Project Planner $150  Associate Planner $130  Assistant Planner $110  Technical/Specialized Classifications   Senior Technical Specialist $200  Construction Manager $190  Project Technical Specialist $180  Construction Engineer/Inspector $170  Other Classifications   Intern $90  Expert Witness $350      STC Traffic is a local business and there are no direct costs for mileage.    Outsourced reimbursable expenses such as printing and reproduction, deliveries and overnight shipping,  computerized plotting, materials, etc., will be charged to the client at the consultant’s cost without mark‐ up.  FEE SUMMARYElden Force MainKathy Haynes Bryan Webb Ed Matthews Art GarciaTrevor ShacklefordJason Brown Kelly Burnell Bruce Stegman Laura AndersonMartin ValerocasasJanet PatayLABOR CATEGORY13 - Sr. Principal Professional11 - Project Manager II13 - Senior Project Manager11 - Senior Professional10 - Project Manager I11 - Senior Professional12 - Principal Professional11 - Sr. Const. Manager9 - Administrative Supervisor7 - Professional10 - Project ProfessionalTOTAL HOURS LABOR FEE LAB FEE UNIT AND EXPENSE FEE SUB-CONSULTANT FEE TOTAL FEEBilling rate ($/hr) $275.00 $225.00 $275.00 $195.00 $175.00 $195.00 $275.00 $200.00 $125.00 $140.00 $145.00TASK 1 - PDR15 26 4 28 72 12 4 0 38 52 3228349,245.00$ -$ 313.00$ 25,159.81$ 74,717.81$ TASK 2 - Utility research, survey, Caltrans8 16 0 24 24 8 4 0 0 56 5619633,300.00$ -$ 62.50$ 49,757.24$ 83,119.74$ TASK 3 Design- plan, specs, OPCC (45%, 60%, 80%, 95%)32 96 52 64 108 60 24 20 0 210 5001166200,280.00$ -$ 325.00$ 107,448.57$ 308,053.57$ TASK 4 Meetings/Workshops/Presentations103 100 2 22 42 2 0 0 16 59 3638278,885.00$ -$ 1,330.00$ 22,733.13$ 102,948.13$ TASK 5 - Bid Packages2 4 2 4 12 4 0 0 24 20 4011217,260.00$ -$ -$ -$ 17,260.00$ TASK 6 - Project Management 60 48 8 24 48 2 2 0 32 32 1226853,740.00$ -$ -$ 7,854.78$ 61,594.78$ TASK 7 - Geotechnical Evaluation30 12 19 0 0 0 30 2 25 100 12434259,930.00$ 6,255.00$ 400.00$ 35,741.00$ 102,326.00$ TASK 8 - Added PS Hydraulic effort0 0 0 12 12 0 0 0 0 0 0244,440.00$ -$ -$ 7,828.00$ 12,268.00$ TASK 9 - PS Resiliency TM2 0 6 20 32 0 0 0 4 8 07213,320.00$ -$ -$ -$ 13,320.00$ TASK 10 - Mesa Bridge Eval.4 4 0 0 8 0 16 0 0 14 85410,920.00$ -$ -$ -$ 10,920.00$ LABOR HOURS256 306 93 198 358 88 80 22 139 551 808 2,899.00 FEE70,400.00$ 68,850.00$ 25,575.00$ 38,610.00$ 62,650.00$ 17,160.00$ 22,000.00$ 4,400.00$ 17,375.00$ 77,140.00$ 117,160.00$ 521,320.00$ 6,255.00$ 2,430.50$ 256,522.53$ 786,528.03$ 12 Exhibit C1 District Insurance Minimum Scope of Insurance. Coverage shall be at least as broad as the latest version of the following: (1) General Liability: Insurance Services Office Commercial General Liability coverage; (2) Automobile Liability: Insurance Services Office Business Auto Coverage, code 1 (any auto); and (3) Workers’ Compensation and Employer’s Liability: Worker’s Compensation insurance as required by the State of California and Employer’s Liability Insurance. Minimum Limits of Insurance. Consultant shall maintain limits no less than: (1) General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with general aggregate limit is used, either the general aggregate limit shall apply separately to this Agreement/location or the general aggregate limit shall be twice the required occurrence limit; (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage; and (3) Worker’s Compensation and Employer’s Liability: Workers’ Compensation limits as required by the Labor Code of the State of California. Employer’s Liability limits of $1,000,000 per accident for bodily injury or disease. Professional Liability. Consultant shall procure and maintain, and require its subconsultants to procure and maintain, for a period of five (5) years following completion of the Project, errors and omissions liability insurance appropriate to their profession. Such insurance shall be in an amount not less than $1,000,000 per claim, and shall be endorsed to include contractual liability. Insurance Endorsements. The General Liability and Automobile insurance policies shall contain the provisions identified in Exhibit C: Certificate of Liability and Additional Insured. 14 Exhibit D Allowable Direct Costs LONG DISTANCE TELEPHONE CHARGES All long-distance telephone charges incurred will be reimbursed as direct costs. Telephone charges to area codes serving Kern, Los Angeles, Orange, Riverside, San Bernardino, San Diego, and Ventura Counties will not be reimbursed. FACSIMILE TRANSMISSION CHARGES Facsimile transmission charges will not be reimbursed, except the long-distance toll charges, as described above. REPRODUCTION AND PRINTING CHARGES In-house reproduction of records and documents will not be reimbursed. Use of an outside copy service for specialty items and volume reproduction will be reimbursed at direct cost. Use of a professional printing service will be reimbursed at actual cost. OVERNIGHT MAIL DELIVER AND MESSENGER SERVICE Use of Federal Express, Express Mail, UPS, or such similarly-related service, as well as a messenger service, will be reimbursed at direct cost only when approved in advance or directed by the District. POSTAGE Incidental postage will not be reimbursed. FILM PROCESSING Film processing will be reimbursed at actual cost. COMPUTER USAGE Computer use by Consultant, subconsultants, and/or support staff will not be reimbursed. MILEAGE Per mile reimbursement will be at the current rate set by the Internal Revenue Service. OFFICE SUPPLIES The purchase of office supplies by Consultant or subconsultants will not be reimbursed. LODGING The cost of lodging including room and all applicable taxes will be reimbursed on a per diem basis as an allowable maximum as established by U.S. General Service Administration. Lodging incidentals as defined by IRS are included in the per diem rates. Lodging personal incidentals including movies, internet, laundry service, valet service, room service, etc., will not be reimbursed. Receipts must be provided for the actual incurred cost. Cancellations of the hotel reservations by the Consultant must be per the hotel policy. Late cancellations, early or late departure will not be reimbursed. GROUND TRANSPORTATION The cost of ground transportation for taxi, shuttle, train, etc., will be reimbursed. Limousine service will not be reimbursed. The Consultant shall use the most 15 economic and practical mode of transportation that is reasonably available. AIRFARE Airline ticket cost including one bag will be reimbursed only if pre-approved by the District. First class tickets will not be reimbursed. Membership dues for corporate card frequent user programs or the cost of airline club membership will not be reimbursed. AUTO RENTAL Rental car cost for intermediate or standard model, mid-size car (Class “C”) or the smaller car compatible with the specific need and rental car gas will be reimbursed. Receipts must be provided to substantiate requested reimbursements. PARKING FEE Parking fees for hotel, airport, rail station, etc. will be reimbursed. Consultant shall use the most economic and practical parking location as reasonably available. Excessive parking fees that are deemed unreasonable by the District will not be reimbursed. TRAVEL MEALS Travel meals will be reimbursed on a per diem basis as established by U.S. General Service Administration. Per diem rates include gratuities (tips) and will not be separately reimbursed. Personal expenses such as cost of alcoholic beverages will not be reimbursed. Receipts are required for the approved meals. The daily total reimbursement for meals shall not exceed the per diem rate. PER DIEM DAILY RATE FOR LODGING AND MEALS The District may utilize per diem daily rate that includes lodging, meals and incidentals (M&IE) as established by IRS and U.S. General Service administration for pre- approved travel when reasonable. RENTAL EQUIPMENT Consultant will be reimbursed at actual cost, no mark- up.