Loading...
HomeMy WebLinkAboutAGR-7855 - STANTEC CONSULTING SERVICES, INC. - ON-CALL PLAN CHECK SERVICESPROFESSIONAL SERVICES AGREEMENT [On-Call Plan Check Services] THIS PROFESSIONAL SERVICES AGREEMENT (the “Agreement”) is made at Orange, California, on this _____ day of _________________, 2025 (the “Effective Date”) by and between the CITY OF ORANGE, a municipal corporation (“City”), and STANTEC CONSULTING SERVICES INC., a New York corporation (“Contractor”), who agree as follows: 1. Services. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to the reasonable satisfaction of City the services set forth in Exhibit “A,” which is attached hereto and incorporated herein by reference. As a material inducement to City to enter into this Agreement, Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. The services which are the subject of this Agreement are not in the usual course of City’s business and City relies on Contractor’s representation that it is independently engaged in the business of providing such services and is experienced in performing the work. Contractor shall perform all services in a manner reasonably satisfactory to City and in a manner in conformance with the standards of quality normally observed by an entity providing such services to a municipal agency. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. The terms and conditions set forth in this Agreement shall control over any terms and conditions in Exhibit "A" to the contrary. Sonny Tran, Assistant Water Manager (“City’s Project Manager”), shall be the person to whom Contractor will report for the performance of services hereunder. It is understood that Contractor’s performance hereunder shall be under the supervision of City’s Project Manager (or his/her designee), that Contractor shall coordinate its services hereunder with City’s Project Manager to the extent required by City’s Project Manager, and that all performances required hereunder by Contractor shall be performed to the satisfaction of City’s Project Manager and the City Manager. 2. Compensation and Fees. a. Contractor's total compensation for all services performed under this Agreement, shall not exceed TWENTY-NINE THOUSAND FIVE HUNDRED DOLLARS and 00/100 ($29,500.00) without the prior written authorization of City. b. The above compensation shall include all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental, subsistence and all related expenses. 3. Payment. a. As scheduled services are completed, Contractor shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 8th August AGR-7855 2 b. All such invoices shall state the basis for the amount invoiced, including services completed, the number of hours spent and any extra work performed. c. City will pay Contractor the amount invoiced within thirty (30) days of receipt of all deliverables. d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4. Change Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by City as an amendment to this Agreement. City’s Project Manager is authorized to approve a reduction in the services to be performed and compensation therefor. All amendments shall set forth the changes of work, extension of time, and/or adjustment of the compensation to be paid by City to Contractor and shall be signed by the City’s Project Manager, City Manager or City Council, as applicable. 5. Licenses. Contractor represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the work contemplated by this Agreement and that Contractor and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Agreement. 6. Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and not an employee of City. City shall have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for furnishing services pursuant to this Agreement. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its subcontractors, agents and employees, including compliance with social security withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Contractor acknowledges that it and any subcontractors, agents or employees employed by Contractor shall not, under any circumstances, be considered employees of City, and that they shall not be entitled to any of the benefits or rights afforded employees of City, including, but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. 7. Contractor Not Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, to bind City to any obligation whatsoever. 8. Designated Persons. Only those qualified persons authorized by City’s Project Manager, or as designated in Exhibit “A,” shall perform work provided for under this Agreement. Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 3 It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 9. Assignment or Subcontracting. No assignment or subcontracting by Contractor of any part of this Agreement or of funds to be received under this Agreement shall be of any force or effect unless the assignment has the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or his/her designee. 10. Time of Completion. Except as otherwise specified in Exhibit “A,” Contractor shall commence the work provided for in this Agreement within five (5) days of the Effective Date of this Agreement and diligently prosecute completion of the work in accordance with the time period set forth in Exhibit “A” hereto or as otherwise agreed to by and between the representatives of the parties. 11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall do all things necessary and incidental to the prosecution of Contractor's work. 12. Reserved. 13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its control, other than those delays caused by City, shall be an extension of time. No matter what the cause of the delay, Contractor must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor’s control. If Contractor believes that delays caused by City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above, absent a written amendment to this Agreement. 14. Products of Contractor. The documents, studies, evaluations, assessments, reports, plans, citations, materials, manuals, technical data, logs, files, designs and other products produced or provided by Contractor for this Agreement shall become the property of City upon receipt. Contractor shall deliver all such products to City prior to payment for same. City may use, reuse or otherwise utilize such products without restriction. 15. Equal Employment Opportunity. During the performance of this Agreement, Contractor agrees as follows: a. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Such actions shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 4 of compensation and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Contractor shall, in all solicitations and advertisements for employees placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. c. Contractor shall cause the foregoing paragraphs (a) and (b) to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. 16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the making, or in any way attempt to use its position as a consultant to influence any decision of City in which Contractor knows or has reason to know that Contractor, its officers, partners, or employees have a financial interest as defined in Section 87103 of the Government Code. Contractor further agrees that it shall not be eligible to work as the design/build firm for the project that is the subject of this Agreement. 17. Indemnity. a. To the fullest extent permitted by law, Contractor agrees to indemnify, defend and hold City, its City Council and each member thereof, and the officers, officials, agents and employees of City (collectively the “Indemnitees”) entirely harmless from all liability arising out of: (1) Any and all claims under workers’ compensation acts and other employee benefit acts with respect to Contractor’s employees or Contractor’s subcontractor’s employees arising out of Contractor’s work under this Agreement, including any and all claims under any law pertaining to Contractor or its employees’ status as an independent contractor and any and all claims under Labor Code section 1720 related to the payment of prevailing wages for public works projects; and (2) Any claim, loss, injury to or death of persons or damage to property caused by any act, neglect, default, or omission of Contractor, or person, firm or corporation employed by Contractor, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City’s property; but not for any loss, injury, death or damage caused by the active negligence or willful misconduct of City. Contractor, at its own expense, cost and risk, shall indemnify any and all claims, actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage under this subparagraph. Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 5 b. Reserved. c. Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third party indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. d. The indemnities set forth in this section shall survive any closing, rescission, or termination of this Agreement, and shall continue to be binding and in full force and effect in perpetuity with respect to Contractor and its successors. 18. Insurance. a. Contractor shall carry workers’ compensation insurance as required by law for the protection of its employees during the progress of the work. Contractor understands that it is an independent contractor and not entitled to any workers’ compensation benefits under any City program. b. Contractor shall maintain during the life of this Agreement the following minimum amount of comprehensive general liability insurance or commercial general liability insurance: the greater of (1) One Million Dollars ($1,000,000.00) per occurrence; or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage and be written on an occurrence basis. c. Contractor shall maintain during the life of this Agreement, the following minimum amount of automotive liability insurance: the greater of (1) a combined single limit of One Million Dollars ($1,000,000.00); or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage for all owned, non-owned and hired vehicles and be written on an occurrence basis. d. Any insurance proceeds in excess of or broader than the minimum required coverage and/or minimum required limits which are applicable to a given loss shall be available to City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Contractor under this Agreement. e. Each policy of general liability and automotive liability shall provide that City, its officers, officials, agents, and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Contractor under this Agreement. A policy endorsement to that effect shall be provided to City along with the certificate of insurance. In lieu of an endorsement, City will accept a copy of the policy(ies) which evidences that City is an additional insured as a contracting party. The minimum coverage required by Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability insurance that is provided as part of the general or automobile liability minimums set forth herein shall be maintained for the duration of the Agreement. f. Reserved. Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 6 g. The insurance policies maintained by Contractor shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. Contractor will determine its own needs in procurement of insurance to cover liabilities other than as stated above. h. Before Contractor performs any work or prepares or delivers any materials, Contractor shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned minimum insurance coverages on forms acceptable to City, which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten (10) days’ prior written notice to City. i. Except for professional liability insurance coverage that may be required by this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to conduct the pertinent line of insurance business in California and having a rating of Grade A or better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of professional liability insurance coverage, such coverage shall be issued by companies either licensed or admitted to conduct business in California so long as such insurer possesses the aforementioned Best rating. j Contractor shall immediately notify City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by City. In such a case, City may procure insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Contractor. k. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing insurance to either Contractor or City with respect to the services of Contractor herein, a waiver of any right to subrogation which any such insurer may acquire against City by virtue of the payment of any loss under such insurance. l. Contractor shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. City may for any reason terminate this Agreement by giving Contractor not less than five (5) days’ written notice of intent to terminate. Upon receipt of such notice, Contractor shall immediately cease work, unless the notice from City provides otherwise. Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Agreement, unless termination by City shall be for cause, in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 7 20. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the “records”) pertaining to the costs of and completion of services performed under this Agreement. City and its authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three (3) years after termination or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three (3) days’ notice from City, and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immigration Laws. a. Contractor shall be knowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. If the work provided for in this Agreement constitutes a “public works,” as that term is defined in Section 1720 of the California Labor Code, for which prevailing wages must be paid, to the extent Contractor’s employees will perform any work that falls within any of the classifications for which the Department of Labor Relations of the State of California promulgates prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it, shall pay not less than the specified prevailing rates of wages to all such workers. The general prevailing wage determinations for crafts can be located on the website of the Department of Industrial Relations (www.dir.ca.gov/DLSR). Additionally, to perform work under this Contract, Contractor must meet all State registration requirements and criteria, including project compliance monitoring. c. Contractor represents and warrants that it: (1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 (IRCA); and (2) Has not and will not knowingly employ any individual to perform services under this Agreement who is ineligible to work in the United States or under the terms of this Agreement; and (3) Has properly maintained, and shall at all times during the term of this Agreement properly maintain, all related employment documentation records including, without limitation, the completion and maintenance of the Form I-9 for each of Contractor’s employees; and (4) Has responded, and shall at all times during the term of this Agreement respond, in a timely fashion to any government inspection requests relating to immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 8 Department of Homeland Security, the Department of Labor, or the Social Security Administration. d. Contractor shall require all subcontractors or subconsultants to make the same representations and warranties as set forth in Subsection 21.c. e. Contractor shall, upon request of City, provide a list of all employees working under this Agreement and shall provide, to the reasonable satisfaction of City, verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by Contractor. Once such request has been made, Contractor may not change employees working under this Agreement without written notice to City, accompanied by the verification required herein for such employees. f. Contractor shall require all subcontractors or sub-consultants to make the same verification as set forth in Subsection 21.e. g. If Contractor or subcontractor knowingly employs an employee providing work under this Agreement who is not authorized to work in the United States, and/or fails to follow federal laws to determine the status of such employee, that shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by City. h. Contractor agrees to indemnify and hold City, its officers, officials, agents and employees harmless for, of and from any loss, including but not limited to fines, penalties and corrective measures City may sustain by reason of Contractor's failure to comply with said laws, rules and regulations in connection with the performance of this Agreement. 22. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of California and Contractor agrees to submit to the jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in Orange County, California. 23. Integration. This Agreement constitutes the entire agreement of the parties. No other agreement, oral or written, pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any wo rk performed which is inconsistent with or in violation of the provisions of this Agreement shall not be compensated. 24. Notice. Except as otherwise provided herein, all notices required under this Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail, postage prepaid, to each party at the address listed below. Either party may change the notice address by notifying the other party in writing. Notices shall be deemed received upon receipt of same or within three (3) days of deposit in the U.S. Mail, whichever is earlier. Notices sent by e- mail shall be deemed received on the date of the e-mail transmission. Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 9 “CONTRACTOR” “CITY” Stantec Consulting Services Inc. City of Orange 38 Technology Drive 300 E. Chapman Avenue Irvine, CA 92618-5312 Orange, CA 92866-1591 Attn.: Jeff Dunn Attn.: Sonny Tran Telephone: (949) 521-3110 Telephone: (714) 288-2475 E-Mail: Jeff.dunn@stantec.com E-Mail: stran@cityoforange.org 25. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as original signatures. [Remainder of page intentionally left blank; signatures on next page] Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 10 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. “CONTRACTOR” “CITY” STANTEC CONSULTING SERVICES INC., CITY OF ORANGE, a municipal corporation a New York corporation *By: By: Printed Name: Thomas C. Kisela, Interim City Manager Title: *By: ATTEST: Printed Name: Title: Pamela Coleman, City Clerk APPROVED AS TO FORM: Nathalie Adourian Senior Assistant City Attorney *NOTE: City requires the following signature(s) on behalf of the Contractor: -- (1) the Chairman of the Board, the President or a Vice-President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR -- The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to City. Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 Principal Jeff Dunn, PE EXHIBIT “A” SCOPE OF SERVICES [Beneath this sheet.] Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 Stantec Consulting Services Inc. 38 Technology Drive, Irvine CA 92618-5312 July 18, 2025 Attention: Sonny Tran, P.E. Assistant Water Manager, Public Works Dept-Water Division 189 S. Water Street Orange, CA 92866 Dear Sonny, Reference: Proposal for As Needed Plan Checking Services Stantec Consulting Services Inc. (Stantec) is pleased to submit this proposal to provide As Needed Plan Check Services to assist with technical review and approval of engineering document submittals for the implementation of the City of Orange infrastructure projects. Understanding of the Work The City of Orange Public Works Department’s Water Division (City) seeks the services of an engineering firm to assist with the plan reviews and checking of submittals received from consultants in various phases of design. Plan check services will be provided as requested by the City for all technical submittals including, but not limited to, technical memoranda, basis of design calculations and reports, preliminary design reports, design plans, and project specifications. Plan review coordination and submittals will primarily be conducted virtually. However, it is assumed that there may be in-person review meetings as it is appropriate. Plan Check Staff For this work Stantec has assigned Nahid Heidarbaghi, P.E. as the Primary Plan Checker. She will be supported by our engineering staff as needed to address specialty disciplines or any other plan review needs. Proposed Fees We have provided Stantec’s 2025 Standard Schedule of Billing Rates as an attachment to this proposal. The proposed contract limit is $29,500. We look forward to the opportunity to provide these plan check services to the City. Should you have questions, please feel free to contact me at (949) 521 3110. Best regards, Stantec Consulting Services Inc. Jeff Dunn, P.E. Principal Phone: 949 521 3110 Jeff.dunn@stantec.com Attachment: schedule of billing rates Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 SCHEDULE OF BILLING RATES – 2025 (USD) Billing Level Hourly Rate Description Junior Level position ❑Independently carries out assignments of limited scope using standard procedures, methods and techniques 3 $133 ❑Assists senior staff in carrying out more advanced procedures 4 $141 ❑Completed work is reviewed for feasibility and soundness of judgment 5 $158 ❑Graduate from an appropriate post-secondary program or equivalent ❑Generally, one to three years’ experience Fully Qualified Professional Position ❑Carries out assignments requiring general familiarity within a broad field of the respective profession 6 $165 ❑Makes decisions by using a combination of standard methods and techniques 7 $179 ❑Actively participates in planning to ensure the achievement of objectives 8 $187 ❑Works independently to interpret information and resolve difficulties ❑Graduate from an appropriate post-secondary program, with credentials or equivalent ❑Generally, three to six years’ experience First Level Supervisor or first complete Level of Specialization ❑Provides applied professional knowledge and initiative in planning and coordinating work programs 9 $195 ❑Adapts established guidelines as necessary to address unusual issues 10 $204 ❑Decisions accepted as technically accurate, however may on occasion be reviewed for soundness of judgement 11 $219 ❑Graduate from an appropriate post-secondary program, with credentials or equivalent ❑Generally, five to nine years’ experience Highly Specialized Technical Professional or Supervisor of groups of professionals ❑Provides multi-discipline knowledge to deliver innovative solutions in related field of expertise 12 $231 ❑Participates in short and long range planning to ensure the achievement of objectives 13 $241 ❑ 14 $261 ❑Reviews and evaluates technical work ❑Graduate from an appropriate post-secondary program, with credentials or equivalent ❑Generally, ten to fifteen years’ experience with extensive, broad experience Senior Level Consultant or Management ❑Recognized as an authority in a specific field with qualifications of significant value 15 $274 ❑Provides multi-discipline knowledge to deliver innovative solutions in related field of expertise 16 $292 ❑Independently conceives programs and problems for investigation 17 $301 ❑Participates in discussions to ensure the achievement of program and/or project objectives ❑Makes responsible decisions on expenditures, including large sums or implementation of major programs and/or projects ❑Graduate from an appropriate post-secondary program, with credentials or equivalent ❑Generally, more than twelve years’ experience with extensive experience Senior Level Management under review by Vice President or higher ❑Recognized as an authority in a specific field with qualifications of significant value 18 $302 ❑Responsible for long range planning within a specific area of practice or region 19 $313 ❑Makes decisions which are far reaching and limited only by objectives and policies of the organization 20 $324 ❑Plans/approves projects requiring significant human resources or capital investment 21 $344 ❑Graduate from an appropriate post-secondary program, with credentials or equivalent ❑Generally, fifteen years’ experience with extensive professional and management experience Makes responsible decisions on all matters, including policy recommendations, work methods, and financial controls associated with large expenditures Expert Witness Services carry a 50% premium on labor. Overtime will be charged at 1.5 times the standard billing rate. All labor rates will be subject to annual increase. T-3 2025 Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 Nahid Heidarbaghi PE, LEED AP 24 Years of Experience · Irvine, California * denotes projects completed with other firms Nahid is a detail-oriented engineer with over 24 years of professional experience in water resource engineering for municipal and land development projects. She has extensive experience in water, recycled water, and sewer systems, planning studies and pipeline, hydraulic modeling of pressure water and gravity sewer collection system facilities, and land development infrastructure design projects. Her eye for detail and quality control has been instrumental in performing plan checking services and plan reviews of water and sewer plans for Irvine Ranch Water District and other public agencies. REGISTRATIONS Professional Engineer #C67658, State of California LEED Accredited Professional, U.S. Green Building Council PROJECT EXPERIENCE East Irvine Zone 1 to 3 Flow Meter Replacement*, Irvine Ranch Water District (Project Engineer) Nahid was project engineer for the replacement of the flow meter that records flows pumped from East Irvine Zone 1 to 3 at the Zone 1 reservoir site. The existing 36-inch meter installation was below grade and creating maintenance problems, so a new above ground electromagnetic meter was designed with associated retaining wall and ancillary systems. Sunset Beach Alley Water Main Replacement*, Huntington Beach, California (Project Engineer) Nahid prepared construction plans and specifications for the replacement of 4,400 LF of substandard waterlines in constrained alleys that included water meters and temporary water mains. She also provided design for pavement improvements in the alleys which required pavement grind and overlay, or profile reconstruction to provide positive drainage. The project also included assisting the City in coordination with Caltrans for work encroaching near the Pacific Coast Highway. On-Call Plan Checking Service, Irvine Ranch Water District (Lead Plan Checker) Nahid has served as the lead plan checker with Irvine Ranch Water District. She coordinates directly with District staff, conducts independent plan reviews to make sure the plans and design meet all relevant standards and guidelines, constructability, and meets with District staff to review potential issues or concerns with the design and plan development. She has also sat at the District offices as an extension of District staff. UCI Medical Center (UCIMC) Water Improvements, City of Orange (Project Engineer) Nahid assisted with the design and plan review for a new master water meter and approximately 358 linear feet of pipeline on Medical Center Drive and 675 linear feet on Dawn Way to convey water from the existing water main on The City Drive. Some fire hydrants will also be reconnected to the new water mains. Loara Street 8-inch Water Main Replacement, City of Anaheim (Project Engineer) Nahid designed approximately 1,300 feet of 8-inch DIP to replace the existing 6-inch asbestos concrete pipe water main. The proposed pipeline will help improve system reliability and hydraulic capacity, which will, in turn, provide better water pressures and fire flow capacities to the customers in the project area. Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 * denotes projects completed with other firms Domestic Water Pipeline Capital Replacement Projects (CRPs 09-18, 09-04, 09-01)*, Yucca Valley, California (Project Engineer) Client: Hi-Desert Water District Nahid was involved with three domestic water pipeline replacement projects for the District’s CIP, totaling approximately 11,230 linear feet. The improvement plans included new 8-inch PVC water main, replacement of hydrants, laterals and meters, and other appurtenances. Downtown Anaheim Water Recycling Expansion, City of Anaheim, (Project Engineer) Nahid assisted with the design of approximately 2,400 feet of 4-inch and 6-inch PVC recycled water main to expand City’s recycled water system and to bring recycled water to Pearson Park. Due to the vast number of existing underground utilities in the project area, the project involved conducting extensive alignment study for the best alignment for the proposed pipeline. Well No. 27 Treatment System*, South Gate, California, United States (Project Engineer) Nahid provided engineering design services for the Well No. 27 Treatment System Project in accordance with California Department of Public Health requirements. The Well is a critical supply source in the City’s water system. The project provided adequate removal of Iron (Fe), Manganese (Mn), and Dioxane constituents occurring in the groundwater aquifer. The well produces 1,500 GPM and it is anticipated that all of the flow will need to be treated. The firm evaluated the treatment process and DPH requirements for discharge of the Well’s water into the distribution system and identified opportunities for blending with untreated water to reduce the size of the required facilities. The concept plan for the treatment facilities, and the final process design, included Fe/Mn removal; distribution pump; yard piping; and electrical instrumentation and SCADA. Westside Water and Sewer Main Replacement Projects*, South Gate, California (Project Engineer) Nahid performed as project engineer for preliminary and final engineering design and construction management services that involved the abandonment of several City water mains and replacing them with new mains (approximately 17,705 LF). The project also entailed replacing existing sewer mains with higher capacity mains (approximately 1,215 LF), as specified in the City’s Sewer Management Plan. Well 1A Equipping, Helendale Community Services District*, Helendale, California (Design Engineer) Nahid was design engineer for Well No. 1A, a new 1,300-GPM groundwater supply well with a total depth of 630 feet. The well was equipped with a 150-HP submersible pump including pedestal, piping, and appurtenance design. PA5B 36-inch Recycled Water Pipeline*, Irvine, California (Project Engineer) Nahid supplied engineering design and construction management services for a new 36- inch CML&C recycled water main. The pipeline is a critical interconnect in the IRWD system and replaced a 27-inch ACP main that was abandoned. She coordinated the pipe design and construction phasing issues with IRWD engineering and construction staff. Regional Recycled Water Pipeline, Forest Lawn Memorial Parks*, Cerritos, California (Project Engineer) Nahid offered engineering design and construction support services for a regional 16-inch recycled water main to serve the cities of Cerritos, Lakewood, Cypress, and the Cypress Forest Lawn cemetery. The pipeline conveys recycled water produced at the Los Angeles County Sanitation Districts' Los Coyotes water reclamation plant to the new potential use areas and is funded by the State DWR Drought relief Program. She assisted with the pipe design and construction phase issues with all cities and stakeholders. Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8 * denotes projects completed with other firms Lakeside Water Reclamation Facility*, Corona, California (Project Engineer) Project Engineer for conceptual design plans for 100,000 gpd water reclamation facility to serve a remotely located 400 unit land development project. RWQCB and EVMWD permit submittals were also completed. Tertiary effluent with nutrient removal was required for discharge waters. Non-Potable Water System, SCE El Casco Substation*, El Casco, California (Design Engineer) Design Engineer for engineering design plans of a storage tank with water treatment and booster pump systems to provide non-potable water for restroom and landscape irrigation at the El Casco Substation. The system provides pH adjustment and pressure boosting for the extensive irrigation system demands and elevation requirements at the newly constructed site. Coordinated with the well drilling and landscape contractors to provide a suitable system. Helendale CSD WWTP Upgrades*, Helendale, California (Project Engineer) Project Engineer responsible for the design of upgrades to the 1.2 MGD WWTP, including headworks rehabilitation and fine screening, primary clarifier rehabilitation, and new sludge drying beds. Wine Country Trunk Sewer*, Eastern Municipal Water District (Project Engineer) Design of 5,800 LF 21-inch trunk sewer extension to connect the Roripaugh Development to the regional Wine Country collection system. Challenging project components included design along steep slopes, reaches with deep cover, and along a County floodway (Long Valley Wash). Gravity Sewer Mains Rehabilitation Program*, Manhattan Beach, California (Project Engineer) Project Engineer for the preparation of construction plans and specifications for the rehabilitation of 33 sewer repair and pipeline replacements city-wide. Services included extensive field review of existing conditions, review of CCTV records, and assessment of sewer conditions to be repaired and rehabilitated; and preparation of cost estimates and specifications. Sewer Collection System Evaluation and Capacity Assurance Plan, Home Gardens Sanitary District*, Corona, California (Project Engineer) Project Engineer for conducting a system-wide evaluation and analysis of the District’s sewer collection system. The entire system was inspected by CCTV, and a pipeline condition assessment was developed to prioritize the infrastructure replacement and maintenance needs. The service area characteristics were summarized, and flow conditions defined in order to assess system capacity. All of the data was compiled and formulated into a CIP program to address high priority issues. Docusign Envelope ID: ED56CF2A-4CE5-404C-B0C0-4FECA160F7A8